Loading...
2400 - West Coast Arborists, Inc. - Tree Maintenance Services AgreementCITY OF ROSEMEAD TREE MAINTENANCE SERVICES AGREEMENT PARTIES AND DATE. This Agreement is made and entered into this 15' day of January, 2026, 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 West Coast Arborists, Inc., with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 (hereinafter referred to as "Contractor'). City and Contractor are sometimes individually referred to as "Party" and collectively as "Parties' in this Agreement. 2. RECITALS. 2.1 Contractor. 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 Tree Maintenance 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. 2.2 Project. City desires to engage Contractor to render such services for the Tree Maintenance Services ("Project") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 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 Tree Maintenance Services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. FAW 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 January 1, 2026, to December 31, 2028, unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement for up to two (2) one-year periods, on an annual basis, based on the Contractor performance. 3.2 Responsibilities of Contractor. 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 the Director of Public Works 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. 16a 3.2.5 Contractor's Representative. Contractor hereby designates Mr. Gonzalo Regalado, 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, 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. A-3 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. 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 IC! 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. 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 Fees and Payments. 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 annual compensation shall not exceed Two Hundred Sixty Five Thousand Dollars ($265,000) per each calendar year of the contract 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 r_W 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 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 Accounting Records. 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 General Provisions. 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 on 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 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: West Coast Arborists, Inc. 2200 E. Via Burton Street Anaheim, CA 92806 Attn: Gonzalo Regalado Tel: (626) 255-7618 CITY: City of Rosemead 8838 E. Valley Blvd Rosemead, CA 91770 Attn: Director of Public Works, Sam Gutierrez 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. M 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 M 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 Plan or other related programs or guidelines currently in effect or hereinafter enacted. ME 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 Subcontracting. 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. [signatures on next page] iar: CITY OF ROSEMEAD By: Ben Kim, City ager Attest:. _ Eriaka Nemandez, City Clerk Approved as to Form: r ache) Ric an, CityAttorney EASE WEST COAST ARBOR TSl INC By: _ Xuv Name: Patrick Mahoney President [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Title: Secretary ROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER DATE: DECEMBER 9, 2025 SUBJECT: AWARD OF CITYWIDE TREE MAINTENANCE SERVICES CONTRACT SUMMARY The City's contract with West Coast Arborists (WCA) for citywide tree maintenance services expired on September 10, 2024. To maintain service continuity, WCA has continued providing services on an interim, as -needed basis while a long-term maintenance agreement was pursued. Following City Council direction, staff reissued a Request for Proposals (RFP) on April 24, 2025, and received eight proposals by May 23, 2025. After evaluating the submissions, staff presented the results and recommendations to the Council on July 8, 2025. The Council, however, opted to table the report and defer to a future meeting. Staff recommends that the City Council review and consider the submitted proposals, select the contractor, and authorize the City Manager to execute a three (3) year contract in the amount of $265,000 per year through December 31, 2028, with the option for up to two one-year extensions contingent upon performance and available funding. This action will ensure service continuity and meet the City's long-term tree maintenance needs. BACKGROUND The City of Rosemead maintains approximately 6,172 trees across public rights-of-way, parks, and city facilities, with over 200 diverse species. The Public Services Division oversees the City's overall tree maintenance operations with support from a professional contractor for routine tree trimming, service request trimming, tree removal and replacement, and emergency response. Currently, trees are trimmed on a scheduled, grid -based cycle, covering about 1,500 trees annually. Each tree is trimmed at least once every four years. On April 24, 2025, the City issued a revised Request for Proposals (RFP) for Citywide Tree Maintenance Services, which was made available through the PlanetBids vendor portal. As part of the RFP process, the City organized a mandatory pre -proposal meeting held on May 8, 2025. This meeting provided potential vendors with crucial information regarding the scope of work, specific requirements, and other essential details of the requested services. Attendance at this meeting was mandatory to ensure that all interested parties had a comprehensive understanding of the project's expectations. AGENDA ITEM 6.1) City Council Meeting December 9, 2025 Page 2 of 8 On May 23, 2025, the City received eight (8) proposals from various contractors. According to the RFP requirements, all contractors who submitted a proposal were confirmed to have attended the mandatory pre -proposal meeting. This ensured their understanding of the RFP's requirements and their commitment to the process. Following the receipt of the proposals, Public Works Management staff, including the Public Services Manager, City Engineer, and the Fiscal & Project Manager, undertook a thorough review and evaluation. The proposals were assessed and ranked based on established criteria, which included factors such as the contractors' experience, technical capabilities, approach to tree maintenance, references, staffing levels, cost-effectiveness, and proposed community benefit. The criteria and associated points are summarized as follows: Evaluation Criteria Max Points Experience and Qualifications 20 Capabilities and Approach 30 References and Past Performance 15 Responsiveness and Completeness 10 Staffing Plan 10 Pricing and Cost Proposal 10 Community Benefit 5 Total 100 The evaluation process was thorough and comprehensive, designed to ensure that the proposals were evaluated based on qualifications, capacity, and experience necessary to deliver high-quality tree maintenance services across the City. To ensure fairness and consistency, each proposal was reviewed independently by Public Works Management staff. After independent review, individual scores were collectively reviewed by the group to discuss responsiveness and ensure consistency in the recommendation. This approach resulted in scores reflective of the City's operational needs, safety standards, and long-term tree maintenance goals. The Community Benefit criteria of the RFP is separated into two categories. Category I awards up to 1% of evaluation points to vendors who either: 1) have a physical business location within the City with a valid business license for at least one year before the RFP release or 2) satisfactorily completed work for the City within the past five years. Category II awards up to 4% of evaluation points to vendors committing to City -approved community service during the term of the contract. The contractors were asked to disclose any contract failures, litigation, or investigations in the past five years. Of the eight proposals, seven expressly declared no negative performance history, while Greenfield omitted a response to the request. Staff understands that tree trimming services are a higher risk service and being named in litigation is not on its own an indication of fault. The City Council Meeting December 9, 2025 Page 3 of 8 results of the evaluation are outlined below in order by rank, followed by a summary of each proposer's strengths, priority and alignment with the City's expectations. Evaluation Results: 5 y y �q o`b •,fro S�4�m9 0 �4 Qo x_60 IS �0 Rank Vendor 4 4 4 4 I II Total 1 West Coast Arborists 20 28 15 9 10 8 1 4 95 2 Great Scott Tree Service 19 28 14 10 10 8 0 4 93 3 United Pacific Services 20 29 8 9 10 9 0 1 86 4 Mariposa Tree Mgmt. 17 26 15 5 10 8 0 4 85 6 Tiger Tree Services 17 26 11 7 10 10 0 3 84 5 North Star Landscape 18 26 13 7 8 7 0 4 83 7 Golden West Arborist 18 23 12 8 6 6 0 1 74 8 Greenfield Landscape 14 19 10 4 7 10 0 0 64 West Coast Arborists West Coast Arborist, Inc. (WCA) has 53 years of experience and has successfully provided tree maintenance services in over 350 cities throughout California and Arizona. WCA has earned a Tree Care Industry Association (TCIA) accreditation. WCA employs the necessary personnel to carry out the required scope of work with staff members who are certified through the International Society of Arboriculture (ISA) including but not limited to nine (9) Board Certified Master Arborists, one -hundred fourteen (114) Certified Arborists, one -hundred seventy (170) Certified Tree Workers, nineteen (19) Certified Utility Specialists, and twelve (12) Municipal Specialists. Additionally, the city is offered access and training to use WCA's tree management software program to manage and view the City's tree inventory. The ArborAcess software is available online and through a mobile app. WCA has a modern fleet consisting of over 1,700 pieces of equipment that are inspected daily and overseen by an in-house fleet maintenance program of 80 full-time mechanics. The Contractor has a work yard located in Alhambra. WCA currently provides tree maintenance services to many neighboring cities including Alhambra, Monterey Park, Montebello, and Temple City. Community Benefit services offered include tree donations, attend/sponsor City events, periodic trainings for staff where attendees can earn Continuing Education Credits (CEU's) from ISA. Great Scott Tree Service, Inc. Great Scott Tree Service, Inc. (GSTS) has over 48 years of experience and has focused its business on municipalities and commercial accounts in Los Angeles and Orange County. GSTS has earned City Council Meeting December 9, 2025 Page 4 of 8 Tree Care Industry Association (TCIA) accreditation. The Contractor employs ISA Certified personnel necessary to carry out the required scope of work. GSTS has over 210 pieces of state- of-the-art equipment and in-house fleet maintenance. The Contractor proposes to grant direct access and training to City staff to use GSTS's proprietary web -based tree management software program ("TrimIT") to manage and view the City's tree inventory. GSTS cun•ently provides tree maintenance services to the cities of Newport Beach, Long Beach, and Irvine. Community Benefit services offered include tree plantings at local events, assist with tree lighting events, "tree of the month" program, educational demonstrations at schools, assist with Arbor Day event, and Chamber of Commerce membership. United Pacific Services United Pacific Services, Inc. (UPS) has been in business for 49 years and has successfully completed $135,000,000 in government contracts over the past 40 years. UPS employs ISA Certified personnel necessary to carry out the required scope of work. Contractor has an experienced local crew that lives near Rosemead, with a vehicle and equipment yard in South Gate. UPS utilizes an in-house fleet maintenance crew. Additionally, UPS offers a web -based tree inventory software ("TreeKeeper") capable of managing data and allows for coordination work. UPS has invested over $5.8 Million in specialized tree equipment over the last ten years. UPS currently provides tree maintenance services to Downey, Santa Monica, and South Gate. Community Benefit services offered are wood chips and mulch at no charge. The Experience Modification Rating request was partially addressed. Mariposa Tree Management, Inc. Mariposa Tree Management, Inc. (Mariposa) has 40 years of experience and has provided tree maintenance services to both municipalities and private businesses. Mariposa has earned Tree Care Industry Association (TCIA) accreditation. The Contractor employs ISA Certified personnel necessary to carry out the required scope of work. The Contractor proposed to manage the contract services out of their Irwindale office. Mariposa's tree management software, Tree Plotter, is an online program capable of generating reports and maintaining the tree inventory. Mariposa maintains state-of-the-art equipment with an in-house fleet maintenance program and mobile mechanic for immediate repairs. Mariposa currently provides tree maintenance services to the cities of San Marino, Thousand Oaks, and Gardena. Community Benefit services offered include a $10,000 scholarship for Rosemead high school student who demonstrates an outstanding commitment to community service, one (1) 24" box tree donation annually, attending and participating in community events providing activities such as "Kids Up In Trees" event. A response to the Safety Plan and Experience Modification Rating worksheets was not provided. Tiger Tree Services Tiger Tree Services has 12 years of experience and has provided tree maintenance services to both public and private sector organizations. The Contractor employs ISA Certified personnel necessary to carry out the required scope of work. The contractor's local office and yard is in El Monte. Tiger Tree Services tree management software is an online program called ArborAccess. Tiger Tree City Council Meeting December 9, 2025 Page 5 of 8 Service has a modern vehicle fleet with an in-house fleet maintenance team. Contractor has provided tree maintenance services to the cities of El Monte, San Marino, and Riverside. Community Benefit services offered include arboricultural education to community, participation in arbor day event, engagement in community projects, and in-house grant assistance. The project implementation plan and staffing capabilities were not provided in detail. North Star Land Care North Star Land Care (North Star) has been in business since 2017 and has held 9 municipal contracts. The Contractor employs ISA Certified personnel necessary to carry out the required scope of work. They have a modern fleet consisting of the newest and most advanced equipment available in the industry. North Star has a satellite yard in El Monte. Additionally, the Contract has a comprehensive vehicle preventative maintenance program. North Star offers a proprietary online database called "Tree Cloud" that can provide real-time updates, work order capabilities, and report generating features. They currently provide tree maintenance services to the cities of EI Monte, San Gabriel, and Huntington Park. Community Benefit services offered include tree donation, assist with coordination of tree planting days, donation of 40 yards of mulch, and to collaborate with CultivaLA to enhance green spaces. North Star had the second highest per unit cost for grid trim services and was among the firms with the least amount of municipal contract experience. Golden West Arbor Golden West Arborist has 15 years of experience and has provided tree maintenance services to both public and private sector organizations. The Contractor employs ISA Certified personnel necessary to carry out the required scope of work. Golden West Arbor's tree management software ArborPro is an online program capable of providing a tree inventory. Contractor offices are in Pomona and they have over 30 vehicles in their fleet. Contractor currently provides tree maintenance services to the cities of Cerritos, Laguna Nigel, and San Bernardino County. Community Benefit services offered included environmentally conscience office supply purchases, recommendation of native/drought tolerant plantings, and repurposing plant boxes and stakes. Golden West Arbor proposed significantly higher rates than the other proposers and had requested exemptions to insurance requirements and staffing minimum qualifications. Greenfield Greenfield Landscaping and Maintenance, Inc., has 15 years of experience and has provided tree maintenance services to both public and private sector organizations. The Contractor is supported by ISA Certified personnel necessary to carry out the required scope of work. The Contractor utilizes a web -based tree management software called ArborGold capable of tracking work orders and maintaining service histories and reports. Contractor offices are located in Hacienda Heights and they have over 35 vehicles in their fleet. Greenfield currently provides tree maintenance services to the cities of Pasadena, Paramount, and Cypress. There were no Community Benefit services offered. Additionally, Greenfield did not respond to numerous requests within the RFP and the responses provided lacked specificity. City Council Meeting December 9, 2025 Page 6 of 8 Cost Comparison The Cost Proposal section of the RFP included a wide range of services such as tree grid trimming, service crew request, pruning services, emergency response, arborist assessments, tree removals and replacements, tree watering, labor and equipment rates, and GIS data collection. While the contract covers many services, tree grid trimming is by far the most utilized and accounts for approximately 50% of the overall budget. It is the primary ongoing maintenance activity under the contract. Below is a cost comparison showing the proposed unit Drice Der tree and the estimated annual cost for grid trimming based on a 3 -year trim cycle: Vendor Unit Cost Total Annual Grid Trim Cost West Coast Arborists, Inc. $72.00 $148,752 Great Scott Tree Service $68.50 $141,521 United Pacific Services $65.00 $134,290 Mariposa Tree Management Inc. $73.00 $150,818 Tiger Tree Services Inc. $66.00 $136,356 North Star Land Care $81.00 $167,346 Golden West Arbor $130.00 $268,580 Greenfield $65.00 $134,290 The grid trim cost comparison is an "apples -to -apples" evaluation of baseline pricing across all proposers for the most consistent and measurable service. Other services such as removals, emergency response, and arborist evaluations are considered specialty or as -needed services. These are requested in response to specific conditions or needs. Consequently, actual annual costs vary based on the volume and type of specialty service requested by the City throughout the year. Below is a cost comparison of the top specialty service requests, estimated using previous fiscal year data and proposed vendors costs: 0 Specialty As -Needed . y 03�`� FY 2024-25 Service Qty. R Prune V-6" 26 $1,352 $1,300 $1,170 $1,170 $1,352 I $1,040 $5,070 $1,300 Prune 7"-12" 31 $3,100 $4,185 $2,635 $3,100 $3,007 $2,775 $6,510 $2,480 Prune 13"-18" 46 $6,900 $7,820 $5,934 $7,820 $7,130 $6,900 $11,500 $6,072 Prune 19"-24" 113 $22,600 1 $22,600 $20,227 $25,425 $23,730 $22,600 $35,595 $20,905 Prune 25"-30" 96 $24,000 $25,440 $21,600 $26,400 $26,208 $26,400 $39,840 $24,480 Prune 31"+ 76 1$22,800 $21,660 $21,660 $22,800 $23,408 S22,420 $51,680 $22,800 Removal 0"-24" 70 j $2,800 $2,800 $2,625 $3,010 $2,870 $3,080 $7,000 $2,100 Removal 25"+ 261 $15,660', $13,050 $11,745 $13,833 $13,833 $11,484 $26,100 S9,910 Stump Grind 142 $2,840 $2,840 $2,130 $3,266 $2,270 $2,982 $7,810 $1,420 Crew Service 170 $17,000 $21,250 $15,300 $17,510 $16,660 I', $15,300 $50,150 $15,088 Emergency 12 $1,500 $1,740 $1,320 $1,380 $1,260 $1,200 $4,740 $1,200 8120,552 $124,685 $106,346 $125,714 $121,728IS116,181 $245,995 $107,755 City Council Meeting December 9, 2025 Page 7 of 8 To ensure adequate funds in the Agreement for the additional as needed services, staff recommends awarding the Citywide Tree Maintenance Services contract for a three (3) year term in an amount not to exceed $265,000 per fiscal year, with the option for two additional one-year extensions at the sole discretion of the City. The total amount for the proposed 3 -year contract term is $795,000. The contract will consist of a three-year grid -based trimming cycle as well as specialty maintenance and service requests, emergency response, arborist services, tree removals and replacement, and other services. STAFF RECOMMENDATION It is recommended that the City Council review and consider the submitted proposals, select the contractor, and authorize the City Manager to execute a three (3) year contract in the amount of $265,000 per year through December 31, 2028, with the option of up to two one-year extensions. STRATEGIC PLAN IMPACT The tree trimming and maintenance services contract aligns with the City of Rosemead's Strategic Plan Goal C: Infrastructure and Facilities by enhancing streets, sidewalks, and public infrastructure. Providing regular, proactive tree care, the contract supports public safety, protects critical infrastructure, and maintains the visual appeal of the City's neighborhoods, parks, and streetscapes. FISCAL IMPACT Funding for Tree Maintenance Services is available within the adopted Fiscal Year 2025-26 Budget including $140,000 in Gas Tax Funds and $125,000 in Street Light District Funds. ENVIRONMENTAL REVIEW The proposed project which is for tree maintenance services is categorically exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to Title 14 California Code of Regulations § 15301 (h) (Existing Facilities) as a Class I categorical exemption. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: r)"d G(6-5arctw Danielle Garcia Public Works Fiscal and Project Manager City Council Meeting December 9, 2025 Page 8 of 8 N d by: ierrez Director of Public Works Attachment A: Draft Services Agreement Attachment B: Request for Proposal No. 2025-10 Attachment C: Submitted Proposals (8 Contractors) EXHIBIT A SCOPE OF MAINTENANCE SERVICES A-12 r 40 N64CW11 Tree Care Professionals Serving Communities Who Care About Trees May 23, 2025 City of Rosemead Attn: Chris Camocho 8838 E. Valley Boulevard Rosemead, CA 91770 RE: RFP No. 2025-10 Citywide Tree Maintenance Services Due: Friday, May 23, 2025 at 10:30AM To whom it may concern; www.WCAINC.com Thank you for allowing West Coast Arborists, Inc. (WCA) the opportunity to submit a proposal for citywide tree maintenance services for the City of Rosemead. WCA is a family-owned and operated company employing over 1,300 full-time employees providing various tasks to achieve one goal: serving communities who care about trees. 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. Our proposal is valid for a period of 90 calendar days. We hereby acknowledge receipt of Addendum No. 1. WCA's corporate values include listening to customers and employees to help improve services offered. By establishing clear goals and expectations for the organization, supporting its diverse teams, and exchanging frequent feedback from customers and employees, we are able to provide 'gold standard' tree care services. WCA's top management team has created a culture where employees become accountable for actions and results. Our Tree Care Industry Association (TCIA) company -wide accreditation is evidence of the commitment WCA has to our safety and training programs, customer satisfaction and our capacity to maintain industry standards. WCA has a 53 -year track record of working for more than 350 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 Board under license #366764. We have held this license in good standing since 1978. The license specializes in Class C61 (Tree Service), Class C27 (Landscaping) and Class C31 (Traffic Control). We currently employ over 100 Certified Arborists and over 155 Certified Tree workers, as recognized by 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. All work will be performed in-house; no subcontractors will be used. Services related to the Rosemead contract will be carried out at 900 S. New Ave, Alhambra, CA 91801. For questions related to this proposal and who has the authority to negotiate/present please contact Victor Gonzalez, V.P. Business Development, at (714) 991-1900 or at vconzalezcFnvcainc.mm. 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 greealado[aiwcainc.com. Sincerely, Zic k Mahone resident COVERLETTER .......................................... ....................................................................................... 2 TABLEOF CONTENTS.......................................................................................................................3 SECTION 1. APPROACH AND SCOPE OF WORK.........................................................................4 Scopeof Work..........................................................................................................................5 Implementation, Quality Control and Safety.......................................................................8 Technology and Information Management......................................................................15 EquipmentList........................................................................................................................18 SECTION 2. PROJECT TEAM, KEY PERSONNEL AND RESUMES...................................................24 OrganizationChart................................................................................................................25 KeyPersonnel.........................................................................................................................26 SECTION 3. COMPANY QUALIFICATIONS...................................................................................32 CompanyExperience...........................................................................................................33 CommunityBenefit................................................................................................................37 SECTION4. REFERENCES..............................................................................................................39 CustomerReferences............................................................................................................40 SECTION 5. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS ...........................41 ComplianceStatement........................................................................................................42 Evidence of Insurance Certificate.......................................................................................43 SECTION 6. ADDENDA ACKNOWLEDGEMENT...........................................................................44 AddendumNo. 1...................................................................................................................45 COSTPROPOSAL..........................................................................................................................46 Exhibit C - Cost Proposal Submitted as a separate "Cost File.. .......................................46 SECTION 1 Approach and Scope of Work Comprehensive tree services in more than 350 communities. Pruning Safety Planting Plant Health Removal Reclamation f f Technology Community Civic Partners Emergency Environment Nom`' West Coast Arbonsts, Inc. Scope of Work Grid Tree Pruning Grid tree pruning is based on pruning in pre -designed districts, or grids on a set cycle and in its entirety. This includes pruning all trees (small, medium, and large-sized.) Pruning will include structural pruning, 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 shall have no more than 15% of the live foliage removed at a given time. Special Request Tree Pruning Special Request Tree Pruning includes tree maintenance services on designated tree(s) as ordered by the City's Arborist or designee. This category of pruning may include structural pruning, crown raising, crown cleaning and/or pruning to restore the crown. Whichever work type is ordered by the City, 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. Pruning to reduce the tree's crown (or Crown Reduction Pruning) may be performed when conditions within the crown of a hardwood tree are such that the overall canopy mass and excessive wood weight needs to be reduced. This type of prune is performed when the City's primary objective is to maintain or improve tree health and structure and will be charged at the Crew Rental rate as agreed upon by the City and WCA. 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. Young Tree Maintenance (Optional) 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 under the hourly rate: • 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 WN�CAA1119K0 Root Pruning We strongly recommend against any root pruning, however, should the city 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. This is performed under the hourly rate. Tree and Stump Removal Operations With a minimum of 48 hours advanced notice, WCA 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. Our standard stump grinder is the Vermeer SC802. This stump grinder is ideal for any size job and can be used to grade large stumps. We also use the Dosko SC69 stump grinders. These are intended to remove tree stumps and exposed root systems close to ground level. Tree removal and stump removal are to be charged separately in accordance with the contract. Tree Planting We can replace trees that have been removed and plant new trees in accordance with the City's 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, WCA 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 settled, and/or staking and tying needs. WCA currently provides tree watering in the cities of Culver City, Santa Clarita and Santa Monica as part of their regular tree maintenance services. Emergency Response We are prepared for emergency calls 24 hours a day, 7 days a week, including holidays. The toll free number is 866 -LIMB -DOWN (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. NNC" West Coast Arborists, Inc. Crew Rental 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: • Misc. use of aerial towers and cranes (including equipment rental) • Crown reduction • Crown restoration Arborist Reports 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. WCA provides the technology, management, and civic experience that makes it the preferred tree management partner across the West. Plant Health Care Tim Crothers, Plant Health Care Manager • ISA Board Certified Master Arborist WE -7655 BUM • DPR Qualified Pest Control Applicator #145321 • QAL Category B & 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 Inc. West Coast Arboriafa, Inc. Implementation, Quality Control and Safety Implementation Plan 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. Area Manager: Gonzalo Regalado ISA Arborist Certification #: WE-9952AT TCIA CTSP #459653 ATSSA Traffic Control Technician #459653 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 Management Daily management will consist of, but not be limited to: • Email notification complete with location, crew, equipment type, and work description • Supervise crew 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 9 N"`- West Coast Amodsh, Inc. 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. Project Site Maintenance 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. 42 Work request received from Customer CSR creates a work order 8 gives to Area Manager Area Manager schedules the work L Informs the Agency hom Customer Foram posts Foreman pooh Crew performs Foreman completes L hangs tree time'. '.. n pubficthen Crew, performs work work order L Inventory; public notices pe�npy work I eonpletes wit order L submit, to office (as needed) men hem M Customer marks trees for Work request CSR creates work order L contacts USA hours In USA L notifies resident received from Customer f advance of work 51V L Area Manager schedules work, Informs the Agency L Crew performs work galea work order toIF man Work request received CSR prepares work CSR gives work order to from Customer order L orders heels) from Area Manager to schedule hom Customer Nursery Manager work L Inform the Agency Crew performs PNC Advisor/Applkator L hangs tree time'. '.. _ -eptRdlBu'✓K _' , door hanger then tuna In Emergency request received On-C"SuperWsor from Customer dhpotches Emergency Crew 04 Crew sends nottilcaaon i N applicable, crew photos to Agency L Supervhar return to site next doy to that work Is complete complete work Supervisor creates work order L sends to Foreman then turns In Work order Is given to the Foreman CSR closes work order. Billing Department prepares Invoice Work order Is given to the Area Manager Work order Is given to the Foreman Bmng Drspsthnent properties L Feepmestavoke Crew performs necessary work to ensure safety K9'1�mdt as workor _ Depadms, prepares Invoke Work request received CSR creates a work order 6 1§ Area Momper schedules the Work order h given b the \ hom Customer gives to Area Manager work L lilmlat lire CRY j PNC Advisor/Applkator PNC Ativlser/Applicator Pott, PNC AdHsor/APPBcafor PNC AdHsor/Appgccdor TimentrafT, CSR closes work order, 89Ing public notices pe�npy work I eonpletes wit order L Dept. proposes Invoke (as needed) men hem M Of f In case of emergency AFTER normal business hours: 866.546.2369 Leave a message, if you do not receive a call back within 10 minutes, call the following contacts in order: Jorge Jiminez, Foreman 714.863.1559 Jose DelReal, Supervisor 714.231.3342 Gonzalo Regalado, Area Manager 626.255.7618 AFTER confirmation from on-call Manager, you can email multiple locations to: LimbDown@WCAlnc.com Normal Business Hours 714.991-1900 10 F] TREE CARE PROFESSIONALS N West Coast Arborists, Inc. Quality Control Feedback WCA regularly receives and tracks feedback from customers and residents as a means to acknowledge good performance and provide prompt resolution for any negative comments. Every month, a summary of the feedback is then reviewed by the management team. Customer Service Department 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 & Damage Resolution Should there be any property damage, we adhere to specific procedures to resolve the problem. I The Foreman on the job site will notify the resident and the Inspector immediately. SANTA ICI.ARITA If the resident is not at home, then we will leave a WCA 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 private property including plans for corrective measures to take place within 48 hours. 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. Protection of Public and Private Property WCA 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. 12 �a Wast Coast ArUorl•b, Inc, Safety & Training Safety Program Safety standards are top priority at West Coast Arborists, Inc. Our line of work demands that all work is performed in a manner that provides the maximum safety to the general public as well as our employees. Our crews are instructed to follow the safety standards of ANSI Z133.1 as well as Cal -OSHA requirements. We have one of the most extensive safety training programs in the industry. We provide our employees with state -of -the-art training tools and instructional sessions company wide. Our insurance carriers and Cal -OSHA have recognized us repeatedly for out- standing safety training efforts. We have a full-time Safety 8 Training Manager, Dane Jensen, that is professionally trained in the field of horticulture. As WCA's Training Manager, Dane is responsible for staying up to date on all tree -related industry standards related to safety and the wellness of our employees and the public in which we serve. Training materials are regularly reviewed and updated to ensure WCA employees receive the proper education, instruction and hands-on experience needed to perform their day-to-day activities safely and efficiently. Training topics include a full circle from proper pruning techniques, arboriculture, to customer service and everything in between. Dane Jensen's qualifications include: • ISA Certified Utility & Municipal Arborist #WE -12014A • ISA Skills Test Evaluator—TW Climber • TCIA Certified Treecare Safety Professional #3303 • ISA Tree Risk Assessment Qualification #E4068 American Heart Association BLS and First Aid Instructor Our line of work demands that all work is performed in a manner that provides the maximum safety to the general public as well as our employees. Public Convenience and Safety 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 5:00 pm or as directed by the Agency (excluding emergency services). 13 wst cw.t aroon.b, Inc. Employee Training Program West Coast Arborists, Inc. provides an extensive in-house training curriculum for all employees to broaden their knowledge of the arboriculture field of study. Included in this training are the ISA standards, both Treeworker and Arborist study programs, and a variety of Tree Care Industry Association home study programs. We also offer training courses to our staff in areas of customer service satisfaction, maintaining professional conduct, and Qualified Line Clearance Trimmer Training. Our Training and Safety team members are tasked with completing field evaluations of crews and members are on- site to coach and train employees on safe practices. Employees receive performance evaluations at 90 days, 6 months, then annually (or as -needed) after their first year. All employees are provided copies of WCA's Injury & Illness Prevention Program. Traffic Control Traffic control procedures will be set-up in accordance with the Work Area Traffic Control Handbook (WATCH) and State of California Manual CA of Traffic Controls as well as the Agency Traffic and Safety Operating Rules. WCA will make adequate provisions to insure the normal flow of traffic over the public streets and park roads. Every effort will be made SAFER R 0 A U S SAVE LIVES to keep commercial driveways and passageways open to the public during business hours. High visibility arrowboard(s) will be used when needed. Prior to use, the Agency will approve traffic safety equipment and devices. Pedestrian and vehicular traffic shall be allowed to pass through the work areas only under conditions of safety and with as little inconvenience and delay as possible. Unless the work area is totally barricaded or otherwise kept safe, at least one worker will serve to coordinate safe operations on the ground at all times when work operations are in progress. WCA is dedicated to health and safety for trees, employees, and the community. 14 Wast Coast Arbodata, Inc. Technology and Information Management Oft ArborAccess — ,-- Our tree management program sets us apart from ARBOR- 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 Mw, (utilizing GPS coordinates), species type, and parkway size. Features allow you to view and edit work history records and create work orders directly .p pry from the field, all from our secure cloud. suppod The information contained in ArborAccess is live data that can also be linked directly to a GIS program, such as ArcView, for geo-coding purposes and can assist your Agency in meeting GASB34 requirements. ArborAccess provides an unlimited resource of information regarding your urban forest. Software Training 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 Troinin= 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. List Tracking System 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. es a modern invoicing system that is updated on a daily basis. Progress billings to the Customers on a bi-weekly basis, unless otherwise requested. Invoices will t complete for the billing period, along with a year-to-date total for that job. 15 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. Sample Management Tools: Detailed Tree Site Characteristics 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. Maintenance Records 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. 16 VbG -' West Coast Ar o,sts, Inc. Sample: Species Frequency Report 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 Wthin your Agency. 48A1% 2.15% 3.15% 3.53% 4.51 4.87% 5.22% 5.56% 1 Top 10 Species 11.94% MEXICAN FAN PALM 5.98% LONDON PLANE 5.56% JACARANDA Work Type by District/Zone 5.22% SOUTHERN MAGNOLIA Job Balances 4.87% INDIAN LAUREL FIG 4.69% CANARY ISLAND PINE Recycling 4.51% CANARY ISLAND DATE PALM Estimated Tree Value 3.53% CHINESE ELM 3.15% RAYWOOD ASH 2.15% VICTORIAN BOX 48.41% OTHER Inventory Work History District Frequency View Invoices Work Type by District/Zone Species Frequency (sample above) Job Balances DBH Frequency All Trees at an Address Recycling Height Frequency Estimated Tree Value �i � �J• �� Lai WCA helps agencies understand and manage their canopy by sharing inventories, insight, and data. 17 West ComNllwrlsts, Inc.Inc Equipment List x Pick Up Trucks 441 Our modern fleet undergoes daily inspection prior to A®aol Lift Devices 379 use to ensure efficiency and safety. All equipment is 90.4 Aerial Devices is routinely serviced, painted, and detailed. All Dump Trucks 239 equipment used during the duration of this project Fiat Beds 49 will meet state and federal safety requirements and all up-to-date certifications, as required. Se vice Tru cks 35 FeIdhave e rrowboords 100 Arco CHP Biennial Inspection of Terminal ATVs 14 Certificafion Stump Ganders 71 We have successfully been awarded the CHP Loaders / Bobcats 103 Biennial Inspection Award of Recognition. This Rubber Track Loader 2 inspection has assisted our company in instituting Poot Pru net. 2 several safety programs, as well as our Preventative Roll off Trucks 68 Maintenance Program utilized by our in-house fleet Saw ION 4 department. The inspection reviews our vehicle Log Skidder 4 maintenance and repair records, our procedural Back Hoes 1 methods and policies for vehicle maintenance and Brush Chippers 222 operations. This certification ensures that our vehicles 9 operate safely. Cranes U 928]1 Hor¢ontolGarder 1 Telematics (GPS) Tub Gander 1 WCA has partnered with Geo -Tab to provide GPS Masticator 1 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 Setting the Gold Standard cs xnn-prraruumrox x OHO - o a e D 321 -JOSE PGUS 1H CIxN 1. ®wm:Drt 7-0:12 M1 o mn, _- S cel,: o 11lxrtII ., 1J01 -]J6343 NF,IIIIMm L,x40r FWllrtm U 928]1 VSA I N West Coast Arbansts, Inc. Equipment Listing Through our ability to dedicate specific pieces of equipment for this project, we believe it will lead to a successful program. In addition to aerial lift devices, dump trucks, flatbed trucks and roll off containers, we will also have additional equipment for use throughout the project such as cranes, loaders, and special aerial lift devices for higher elevated trees. Specific vehicles and equipment that are available to the City of Rosemead are listed below with additional equipment listed in inventory available as -needed: Aerial Tower 2019 FORD F550 / TEREX LT 40 F750 W/HI-RANGER SHP- 2019 FORD Aerial Tower 52PBI Aerial Tower 2019 FORD F750 / TEREX - XT PRO 60/70 Aerial Tower 2017 FORD F750WITEREX XTPRO 60-70 F750 W/HI-RANGER 5FB- 2021 FORD Aerial Tower 55PBI Aerial Tower 2019 FORD F750 W/HI-RANGER 5FB-55 Aerial Tower 2019 FORD F750 / TEREX XT PRO 60 Aerial Tower 2012 FORD F650 W/TECO V6-651P-4TFE1 Aerial Tower 2013 FORD F650/TECO V6-651P-1FET2 Aerial Tower 2018 FORD F750 /TEREX XT PRO 60/70 Aerial Tower 2014 FORD F650 TECO Arrowboard 2023 WANCO WTSP55 ARROW BOARD Arrowboard 2018 WANCO ARROW BOARD Brush Chipper 2016 VERMEER BC1500 BRUSH CHIPPER BC1500 BRUSH CHIPPER Brush Chipper 2021 VERMEER (GAS) Brush Chipper 2013 VERMEER BC1000-49 Crane 2014 FREIGHTLINER 108-SD/BT5092 CRANE Dump Truck 2017 FORD F550 CHIPPER TRUCK Dump Truck 2019 FORD F750 CHIPPER TRUCK Dump Truck 2013 FORD F650 DUMP TRUCK Flatbed Truck 2015 FORD F550 SUPER DUTY Flatbed Truck 2013 FORD F350 Loader 2018 CATERPILLAR 908M WHEEL LOADER Loader 2016 CATERPILLAR 908M WHEEL LOADER Loader 2013 CATERPILLAR 908H2 Loader 2016 CATERPILLAR 908M WHEEL LOADER Loader 2016 CATERPILLAR 908M WHEEL LOADER Pickup 2018TOYOTA TACOMA SRS Pickup 2017 DODGE RAM 1500 PICKUP Pickup 2021 DODGE RAM 1500 Pickup 2019 DODGE RAM 1500 PICKUP Setting the Gold Standard 91392P2 iFDUF5GYOKDA04856 80260W2 1FDNF7AY8KDF11254 91664P2 1FDPF7AYOKDF03450 30689H2 1FDPF7AY1HDB07052 2513513 1FDNF7AN1NDF02910 90462D3 1FDNF7AY9KDF15250 91945P2 1FDNF7AY8KDF03767 0379811 3FRNF6HP6CV246848 0380111 3FRNF6HP6CV246851 61023M2 1FDPF7AY1JDF03357 90563P2 3FRNF6HP9FV525151 SE740185 5F11S1015N1005580 SE691213 SF11S1012J1004462 SE649746 1VR2181VXH1008403 SE721666 1VR2181V7M 1012161 5E641222 1VRY11191D1019952 09178N1 1FVHGSCY2EHFL3738 0067312 1FDUF5HYOHED60211 87254P2 1FDNF7AY2KDF02727 0199111 3FRNF6HP2CV246829 45405Y1 1FDUF5GY1GEA85030 9815011 1FDRF3G69CED22169 SE699638 CAT0908MCH8803677 SE683146 CAT0908MLH8800878 SE658303 CAT0908HURD01655 SE683150 CAT0908MVH8800943 SE683144 CAT0908M KH8801635 89120M2 3TMBZ5DN31M015849 5513312 3C61R6ET4JG143344 40587F3 3C61R6ET2M G547506 17230V2 3C6JR6ET5KG572168 W1 Mat CaYtNrbefbb, Inc. Pickup Pickup Pickup Roll Off Roll Off Roll Off Stump Grinder 2019 DODGE RAM 1500 PICKUP 2018 DODGE RAM 1500 2023 FORD F250 PICKUP 2017 FRIEGHTLINER SD 108 ROLL OFF 2015 FREIGHTLINER 108 SO ROLL OFF 2015 FREIGHTLINER 108 SD ROLL OFF 2019 VERMEER SC802 STUMP CUTTER IN-HOUSE FLEET MAINTENANCE 025131.12 3C61R6ETXKG569458 73520K2 3C61R6ET81G214206 5697253 1FTBF2A66NEF27086 62335M2 1FVHG5FE7J HJM 3808 64871X1 1FVHG5CY5GHHD7898 869091.11 3ALHG5CY7FDGTO652 SE716607 1VR2151JOL1003201 We currently have more than 1,700 pieces of fairly new equipment that enables us to replace equipment immediately should there be any unforeseen mechanical problems. We employ over 80 full-time mechanics that perform an in-house fleet maintenance program. This allows our equipment to be in good operating condition necessary for accomplishing the City's needs. Our mechanics generally work on one particular line of equipment, and by keeping our equipment as uniform as possible our mechanics really get to know the equipment inside and out minimizing down time. Equipment is assigned to different crews and if the crew is shared with another contract the equipment will be as well. PREVENTATIVE MAINTENANCE PROGRAM All WCA equipment goes through our Preventative Maintenance program. From our solar powered arrow boards, to our Freightliner Roll Off trucks. Our mechanics generally work on one particular line of equipment, and by keeping our equipment as uniform as possible our mechanics really get to know the equipment inside and out minimizing down time. SUSTAINABILITY Over the last few years, we have invested heavily in new equipment to keep our fleet modern, comply with state requirements, meet demand, and reduce our effects on the environment. We understand with a fleet as large as ours that we are responsible for the amount of emissions our vehicles produce and actively make an effort to monitor and reduce our carbon footprint. fgh our ability to licate specific es of equipment 'his project, we e it will lead to a essful program. 20 Setting the Gold Standard Am VW" West Coast Arborists, Inc. CHP Commercial Vehicle Inspection Report Our company has been assigned CHP Carrier Number CA68562 in the California Highway Patrol's Management Information System of Terminal Evaluation Records (MISTER), which is an automated file pertaining to the motor carriers operating in the State of California. MISTER gives the CHP immediate access to emergency information about our company and enhances the CHP's capability to monitor the overall safety operations of our company. Certificate below is valid for 4 years: 10/11/22 - 10/11/26. sr>Te 0, uufORNP P¢1m1L esnunsera vFcueoarw Rcrow. R.TRa KwreRnmuw aaearoR _. ween Rnt:�oe rufmt mNTvou Np SAFETY COMPLIANCE REPORT/ ®Y« ❑N 68562 67419 30 TERMINAL RECORD UPDATE IIWTWE Iw--"o*iazroes:tKm ..-Suawse CHP W P.. 12-17) OPI 082 ®T:udc ❑Bm ❑MOO LMN 1 675 19 GIO«RtEGRLGRE TFRYHLL ussEllf gFFERFHn ITLtENG1ElEw611MIMG qiQ West Coag Arborists. Inc....___ _ 1(71!)991.1900 TEs:NusTatTssornss Mussm.sracer,c9+:ataaa 2200 E Via Burton St Anaheim, CA 92106 Wuro KGe«Geam. asam, ary vtakes, Wb0seaneRsnuow WvecTIGEOGTwtnlEWfl.enes"cr.Gcpwro 12200E Va Burton St Anaheim, CA 92106 w 11G no. INrlHq xn w11Gw limmR Reese 1 (714) 412-7013 1 yXpGp =— «.¢01— rCO.«1—: aW.o¢1— 1.o00.m1 1E,am Elm.om ❑ 1¢gaea ❑ IM.ttO ❑ >.mY.m¢ ®;OD].00¢ wC O T ❑Pec -- 1YJ5 ND1YFE5 ITWLEREnao W— PeaaYa16T— dNma ,nR Im oo7 AA%M rM wPELRICH °O W CPSS Iamamae 14aPECTIpn P101el 366-X,D ' F 1 1 M u 920 a17t, - YMIRM.Ia8 T00MY aaseasEKNCe IIEf.IgENBIT MWagB wTONa TE91WL PRAEKCWOORRADWS _..._ L25 L45181543 L1wAL4wAL 253848 396 FR MT6 EW. GTE FV. GTE 16a. C1 setaF. —T UNfI1HWeVAS YFXam MNEnGUrU®(M'£ ❑xalw.wRwNw to T... vNter 1 uw BRs64 2 eGua RauRm ®Vea ❑w []WA TfrMtl 3 TEylwta l[OIINm NaEtlSNwtgtl .�' FEEfG¢waaeMGTp«wl8Mg1aF9NYNEC1en KeRF&ILTCENCrW NM«10.0 ❑Ya, ®No twrumun w ERa limmR Reese 1 (714) 412-7013 1 yXpGp =— «.¢01— rCO.«1—: aW.o¢1— 1.o00.m1 1E,am Elm.om ❑ 1¢gaea ❑ IM.ttO ❑ >.mY.m¢ ®;OD].00¢ wC O T ❑Pec 1gTp W«FA6AmImlYfHtlRI.CIhE wMIFYFY1W1tlX ❑Ib T bo iR9`s99 oo7 AA%M rM wPELRICH °O W CPSS Iamamae 14aPECTIpn P101el I,VeC11nn IkhE S. U. Uw,INrbR c•EaY1b:Rl w-Ilnwa w•Ite1 a17t, - YMIRM.Ia8 T00MY aaseasEKNCe IIEf.IgENBIT MWagB wTONa TE91WL PRAEKCWOORRADWS lsZS L45 L25 L45181543 L1wAL4wAL 253848 nc 20 r 3.0 aE gNM In 138 TM 17.0 ne. 20 T.. 15.0 35.0 pl«m Nuns HV/AasAwTEaWE ®rwtwr UNfI1HWeVAS YFXam MNEnGUrU®(M'£ ❑xalw.wRwNw to T... vNter 1 uw BRs64 2 eGua RauRm 00asEo sa oEx¢S SJUsMIX61ess¢• noxa.q am2 Rema ReOseasT 9 00enso ces. ' e.fe, u,lm twrumun w ERa IniFECTIm TVEE raNatr 21 ❑R ❑ w Raw NY. 13-1c] oa NmCCt. wPC110NGlFIe nseix 9/17.2:12022. 10.71!!022 06:00 maart 1 14:0/ N,NCIEaaRWassmWNsERWi s,y,s, acATE M.S../L. Derdm A16744/A16050 ®Amo ❑Nate I Meby-"that e0 Riolffilom4e,raNM Mem Rea reoor4aa m the Natbe6 ceg« (Z 0aullg6 1. vAI be t'areae6ln evnNeNe vam appliuba Mn4alom oftheCNgania Vehde Code ettl ate Cffi�larma Co4e of R1pulatlgq. utaenlNamet nary t«uesta miew of an unsalislattory rating by consoeng the Motor Canier Safety On¢SupeniNst (858)944-6345 within 601Wra¢sys of tM rating. ..1. 1640� 'iCMRIERREMEEEMPTM1ES 81a1NTN¢ SATISPACTORN 10/11/2022 GRIes Rans.M sss ea TsOI4ME TIR! CRryFA `ILE WF Ml19Elt STM Emesto Macias Vice PsesidmH of Risk Mmagem«t , CA Setting the Gold Standard Money PteMa s Fallon, aPw_mTaw 21 NAOCY4 West Coast ArEorists, Inc. Tilley Crane Inspection Service Co., Inc. S1ATE OF L IFCWNK ACCRFDrrAt10N No, CAW F-DIELECTRICTEST REPORT TO: West Coast Arborists 2200 E. Via Burton Street Anaheim, CA 92806-1221 BE IT HEREBY KNOWN THAT: CRANES AewAL DEVICES mown On August 29, 2024, Tilley Crane Impaction Service Co., Inc. completed a DelectrC Test of 69 KVDC on the following unit Hi Ranger Aerial Device Model No.: 5FO55PBI Serial No. 039318617 Owners Identification: A453 This unn passed aat�001 micrroam��peeryres. id S. Ttlley. InspeUor CA -33 P.o. aes n». Ymsa uada, a s2aan2e mat nooen E wW eWyvY�a�'tlA=dam Setting the Gold Standard SWE OF MW. A ACCRfLrtATKKI Noon Tilley Crane Inspection Service Co., Inc. DIELECTRIC TEST REPORT TO: Writ Coast ArEorists 2200 E. Via Burton Strwt Anaheim, CA 928064221 BE IT HEREBY KNOWN THAT: cR 6 MRRICKS AER..LL DEVICES HOOTS On Apnl 21. 2025. Tilley Oran. Inspection service Co., Inc. oompWoel a D�lec rc Test o169 KVDC on ere touovnnq um; H, Ranger Aerial Device Moeel No 5HP52PBI Serie) No 0993/8922 ONrnersldenM1hcanoo A415 This uail passed at 001 m2 oamperes t I D B. Say. InspMo• f .o eo Im. rover Gov.a1 .nn n,y srawr 1n'11111.1]1 sr e.Nt�a�M•^°ew 22 _ k VVCi6 tx..t CeMArbvleb, elp. i Tilley Crane Inspection Service Co., Inc. STATE OF CWlES CALIFORNIA tiEN4Jfa ACCREWATl0r1 AERUL DEMES No CA -33 HOISTS I DIELECTRIC TEST REPORT TO: West Coast Arbonsts 2200 E. Via Burton Street Anaheim, CA 92806-1221 BE IT HEREBY KNOWN THAT: On September 23, 2024, Tilley Crane Inspection Somics Ce Diakclric Test of 69 KVDC on the following unit: Hi Ranger Aerial Device Model No.. 5FABSSPBI Serial No.: 059318761 Owner's Identificabon: A-440 This unit passed at .009 microamperes. iJ STATE Of caurp A ACCRECITATW Na a -V Tilley Crane Inspection Service Co., Inc. DIELECTRIC TEST REPORT TO: West Coast Ar nsfs 2200 E. Via Burton Street Analalm, CA 928064221 BE IT HEREBY KNOWN THAT: cwaa of �Ia. ns rD Std On January 28, 2025. Tilley Crane Inspection Servlu Co., Inc. canpleted a Dlelodric Test of 69 KVDC on the fdbwag una: Terex Aeriel Device Model No.: %T PRO 60/70 P.O.BOX IT". YDres Lira.. CA 926110-1129 Plu norm fu Serial No.' 2180965638 E m,u. uwrrc.-M.rm co,„ Owners ldenIftation. A-372 This unit passed at .001 microamperes. Setting the Gold Standard DAM S. TiMY. 6WPK r P.O 90.1119. YpW luw. CA a2ablrla PH19>D�1N1 fu 111U a10.Of ) f wi ^rMn�"�efarmcm SECTION 2 Project Team, Key Personnel and Resumes Comprehensive tree services in more than 350 communities. - ` ,1 D vn:ng Safely ant ng Plant HeaIth Removal Reclamofion 4 Technology Community Civic Partners Emergency Environment VVC/r. West Coast Arsorists, Inc. Organization Chart Organization Chart - Project Team Regional Monager Nick Alago 'vf Area Monage! Gonzalo Regalado Area Supervisor Customer Service Rep Tint P n Cro lhers Manager Jose Detreol Dalzy Castro GIS Manager Andrew Pinedo e. Project Foreman l _�Ir man - ►rajRWhoviNs' = Field Personnel - �18JdANfanpll Ae1ldPxsoFmel 25 Setting the Gold Standard wwt coot ArbaeAU4 n Key Personnel Introduction 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. Staff members have diverse educational backgrounds including accounting, business administration, engineering, and forestry. Work Force 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)." Certification 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 our 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. Crew Evaluation 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. Setting the Gold Standard Wast Coast Arbonata, Inc. Meet the Team N- L3� Project Team Project Team Structure Regional Manager Area Manager Area Customer Supervisor Service Rep NICK ALAGO Regional Manager/V.P. Nick Alago has been with WCA since 1999. He has nearly 35 years' experience in the arboriculture field. He started with WCA as a Foreman and was continuously promoted, reaching the status of Area Manager. For over 10 years, he excelled as an Area Manager for the Inland Empire and was promoted in 2020 to Regional Manager. As a Regional Manager for the Los Angeles and Inland Empire areas, he oversees the operations and provides support to the Area Managers. His extensive knowledge of the urban forest is a columniation of experience and continued education as well as certification that is offered in the industry. • ISA Certified Arborist Utility Specialist #WE-4396AU • TCIA Certified Treecare Safety Professional #250 • ISA Tree Risk Assessment Qualified • TLC Wildlife Area GONZALO REGALADO Area Manager Gonzalo Regalado has over 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 as Area Manager. He has achieved necessary certifications and completes continued education units to maintain his credentials. 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 Southeast Los Angeles region. His experience includes managing large contracts such as City of Bell, City of Pico Rivera, City of Santa Fe Springs, and the City of Whittier. ISA Certified Arborist/Tree Worker Climber Specialist #WE-9952AT • TCIA Certified Treecare Safety Professional (CTSP) #03952 • ATSSA Traffic Control Technician #459653 4& JOSE DELREAL Area Supervisor Jose DelReal has over 10 years' experience working with WCA and currently supervises more than 35 employees in the Southeast Los Angeles region. Responsibilities of the Project Supervisor 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. • ISA Certified Arborist/ Tree Worker Climber#WE-11231AT • TCIA Certified Treecare Safety Professional )CTSP) #3514 • ISA Tree Risk Assessment Qualified . TLC Wildlife Aware Setting the Gold Standard 27 N&CA* SCM« ArbarieW Im. Meet the Team: Support Staff D ANDREW PINEDA GIS Manager Andrew Pineda has been with WCA since 2018. As WCA's GIS Manager, he works on a wide range of projects including tree inventories scope and collection, Tree analysis, tree canopy assessments, tree planting prioritization, ArborAccess training, grant funded tree planting projects, and much more. He was worked with tree inventories of all sizes from small campus inventories with less than 5,000 trees to large California cities with over 140,000 trees. He has in-depth knowledge and understanding of tree inventories, urban forestry best practices, and spatial data and works closely with office and field personnel to ensure tree inventories, reports, and analysis exceed customer expectations. • ISA Certified Arborist#WE-12738A • FAA UAS Part 107 Remote Pilot • M.S. Geographic Information Science (GIS), CSU Long Beach • B.A. Environmental Science, Boston University 41 TIM CROTHERS Plant Health Care Manager Tim Crothers has over 20 years of experience working in the horticulture industry. He started working at WCA in 2012 as a supervisor. He was quickly promoted to Area Manager, a role that required him to produce reports as a Certified Arborist as well as train staff and clients in proper tree care, inventory management, landscape design and plant identification. In his role as Plant Health Care Manager, Mr. Crothers supervises arborist services staff and plant health care operations throughout California and Arizona. He oversees the creation of Urban Forestry Master Plans (UFMPs) and is a Registered Consulting Arborist by the American Society of Consulting Arborists. • ISA Board Certified Master Arborist #WE-7655BUM • B.S. Environmental Horticultureal Science • ASCA Registered Consulting Arborist #721 • CA Dept. Pesticide Regulation QAL #145321 B, D • ISA Tree Risk Assessment • Qualified & TLC Wildlife Aware 40 DAIZY CASTRO Customer Service Rep. As the CSR (Customer Service Representative), Dairy Castro 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. Ms. Castro 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. Setting the Gold Standard Vim' M.tcoast IkDo 'Mc. Executive Staff From marketing, contract administration, field and fleet management, to information technology, our Executive Staff 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. Patrick Mahoney President Secretary Treasurer Andrew Trotter V.P. - Field Operations Debbie DePasquale V.P. - Contract Services Chris Crippen Victor Gonzalez V.P. - I.T. V.P. - Business Development Jason Pinegar Nick Alago Michael Palat V.P. - NorCol Region V.P. - SoCal Region V.P. - SoCal Region 29 Setting the Gold Standard ;. .r�:s N6010 West Coast Arbon5ts. Inc. 14 offices will prestigious Tree Care Industry Association (TCIA) accreditation r _ O MUNAV. WCA has forged a successU parinershp Wth the Laborer's International Union of Nor#r America. NIGHER EXEMPLARY 13 SUPERIOR STANDARDS © TRAINING #WE- 10777 BT EMPLOYEES #WE -23556 ISA CERTIFIED 15A Board Cel Mmt& Arborlsh Michael Polat #WE6541 BUM Kelley Gilleran #W67061 BM Tim Crotheis #WE -7655 BUM Joseph Bal #WE -2034 BU Eugene Bordson #WE- 10777 BT Rebecca Mello #WE -23556 Jeffrey Crain #WE66588 E#k Diaz #WE -121438M Kris Burbidge #W&9566 BUM ® 0 is ® A 0 0 0 O ISATree Risk Assessment WCACerfifieu Utility Line 1SA Certified Utility TC IA Certified Treecare Safety ISAMtnicipal Specialists Nursery Ir Placentia& Informa9on Technology fleet Mechanics NCCCO Certified Qualified Clearance Workers Specialists Professionals Dedicated Specialists Crane Manager Operators asc RCA 4 ASCA Consulting Arboo Tuchm n R Tim Crothers RCA #721 Leo Tuchman RCA #771 Setting the Gold Standard Kelley Gilleran RCA #668 Eugene Bordson #834 Plant Health Care WCA has developed an exemplary Plant Health Care Program that goes beyond standard cherrical applications. We maintain in-house State Certified Pesticide Advisors and Applicators. 30 O Wildlife Protection WCA's VP of Field Operations is a key contributor in identifying and developing the first ever Best Management Practices guidelines for Tree Care for Birds and Other Wildlife. 30 O VWA* WCA's ISA Certified Arborists/Utility Arborists/Municipal Specialists/Master Arborists ADAN BALTAZAR REYNAGA ANDREW JOSEPH PINEDA ANDREW R. TROTTER ANDREW JOSEPH ONDREJECH BENJAMIN EUGENE BORDSON BRIAN C. KIRKEGAARD BRIAN M. KOCH CALVIN F. HAUPT DANE JENSEN DANIEL CHAVARRLA DANIEL MAHONEY DANIEL RNAS DANIEL WILLIAM VILLA, II DAVID GLYN EVANS DEBORAH DEPASQUALE EDIBERTO SERNA SALAZAR EDUARDOVARGAS ERIK DIAZ FEITX HERNANDEZ FRANCIS LEO MALABUYOC GENARO VICENTE CORONEL GERARDO MARTINEZ GARCIA GERARDO PEREZ GONZALO REGALADO HECTOR MONTES WE-7786AT WE -12738A WE-0642AU WE -13817A WE -10777A WE-1047SAT WE0341A WE -7634A WE -12014A WE-10292AT WE -10434A WE-10850AT WE-13609AT WE -1588A WEA12A WE-11051AT WE-1105BAT WFI2MAM WE-2037AT WE-12279AT WE -12740A WE -11358A WE4131AT WE9952AT WE-8079AUT HERMINIO PADILLA HUGO ANGEL RINCON IGNACIO LOPEZ ISAAC GARZA, JR. ISAAC ONTIVEROS WE-7552AVIM WE-8710AT WE-7329AU WE -8567A WE-10979AT WE -11685A WE -8499A WE-5297AT WE-1085BAT WE -7628A WE-2039AU WE -12566A WE4353A WE-10871AT WE-10367AUT WE3460A WE3460A WE-8734AUT WE40AUT WE -]I I I]AT WE-10983AT WE-11210AT WE•1090BAT WE647SAT JOSE M. MUNRGARCIA JOSE MANUEL PEREZ JOSEPH NICK ALAGO JOSEPH BARTOLO JUAN ORTIZ JUAN P. LAUA, 1R. JULIO C. GARCIA VAZQUEZ JUSTIN LEE MENZEL KELLY ANN PARKINS KELLEY LEWIS GILLERAN KRIS BURBIDGE LEONARDO RAMOS LEONEL CORTEZ LORENZO PEREZ MANUEL BRIANO MARCO A. PADILLA JIMENEZ MARIO A. GONZALEZ MATEOARVRU MICHAEL ALAN DA SILVA III MICHAEL LOUIS YOUNG MICHAEL ANTHONY NUNES MICHAEL PALAT MITCHELL ANDREW OWENS NESTOR M. CABRERA MORA NESTOR VALENCIA WE-11686AUT WE{BIBAT WE4396AU WE-2034AU WE4514AT WE -13425A WE-11175AT WE-11756AU WE -13868A WE-7061BUM WE-9566AUM WEA 1264AT WE-8625AT WE-7443AT WE-0791AT WE-8621AT WE -13119A WE-10151AT WE -12483A WE-11687AT WE -12943A WE-6541BUM WE-12619AT WE-13613AT WE -11359A WCA's ISA Certified Tree Worker/Climbers/Line Clearance Tree Workers AN BALTAZAR REYNAGA ADAN RODRIGUEZ ADOLFO S. RUR ADRIAN MUNOZ ALFREDO ANGEL LOPEZ W67786AT GABRIEL GAMING WE -I 1281T GABRIEL MERCADO RUR WE -11294T GAMAIJEL MANZANO CORONA WE -13987T GEORGE HERNANDEZ PEREZ WE -11334T GERARDO MARTINEZ GARCIA WE -11285T GERARDO PEREZ WE-13817AT GERARDO PEREZ BADILLO W612051T GERARDO A. ORDUNO WE -I 1203T GONZALOREGALADO W611173T HARLEY THOMAS DAVIS WE-109M6T HECTOR MONTES WE -10953T HERIBERTO CORONEL WENCESLAO WE -11131T HERMINIO PADILLA WE11084T HUGOANGELRINCON W'E-10777AT HUMBERTO CHAVARRIA WE-10476AT ISAIAS BARAJAS MACIAS WE -126781 ISRAEL A. RAMIREZ WE -12781T J. SOCORRO GARCIA WE -I I 106 JAIME ROGELIO HERNANDEZ WE -12620T JAMES PAUL SPECK W611263T JESUS M. SARABIA PENA DANIEL ELIZARRARAS WE -136111 DANIEL RNAS WE -10850T DANIEL WILLIAM VILLA, X WE -13609T DELFINO AGUILAR-MORALES WE -10900T DEM ETRIC LIRA WE -11323T DEMEIRIO OSEGUERA WE -11043T EDIBERTOSERNA SALAZAR WE -I VISIT EDUARDOAVILA WE -10812T EDUARDO HERNANDEZ WE -12917F EDUARDOVARGAS WE-11058AT EDWIN ANTONIO FUENTES WE-1277TT FAUSTO GUZMAN WE -11083T FELIX GARCIA WEI I 170 FELIX HERNANDEZ WE-2037AT FRANCIS LEO MALABUYOC WE-12279AT FRANCISCO URENA JIMENEZ WE-I1075T FRANCISCO LOPEZ VIE -109527 FRANCISCO RAMIREZ WE -112597 FRANCISCO VLLANUEVA WE -10965T FRANCISCO F. WENCESLAO BARAJAS WE -10969T FRED LOPEZ-PASTOR WE -13988T Setting the Gold Standard PS1E:1ii WE -I 11671' WE -I 1568T WE -122837 WE -12269T WE -109971 WE9131AT WE -13986T WE -11036T WE-9952AT WE-134VT WF80AAUT WE -11218T WE-7552AUTM WE-8710AT WE -I 12071' WE-10979AT WE -I 15671' WE -I I IMT WE-5297AT WE-108SBAT WE -11450T WE -11014T WE -13723T WE-10871AT WE -109927 WE -I 1039T WE -I 1213T WE-10367AUT WE 13909T WE -I 1321T WE -11144T WE -I I I HOT WE -11015T WE -10899T WE -11192T WE -11200T WE-8539AUT WE -I 11867 WE -I I IOBT WE -I 1113T WE -]III IT WE -10983T WE -I 1210AT WE -I 12M WE -I 1674T WE-1090BT WE6475AT WE-1123TAT LEONEL CORTEZ LEUSA MUAAU, IR LORENZO ARREOLA-MURILLO LORENZO PEREZ LUIS P. PEREZ LUIS A. MUNOZ RAMIREZ MANUEL BARRAGAN MANUEL BRIANO MARCO A. CASTILLO REYES MARCO A. PADILLA JIMENEZ MARCOS RICHARD -MARTINEZ OSCAR GUTIERREZ PATRICK 0. MAHONEY REBECCA A. MELIA RENE PORTILLO RENE ROSALES RICHARD R. MAHONEY ROBERT EDWARD KNIGHT ROBERT D. THOMPSON ROBERT A. WRIGHTSON ROSE M. EPPERSON RYAN R. COLBERT SAMUEL JIMENEZ SEAN PATRICK SULWAN SHAWN A. GUZIK STEFAN B. KALLENBERG STEPHEN GLENN DAVE, JR, STEVE B. HUNT TIMOTHY R. PATTERSON TMCROTHERS TYLER KEASBEY LEHMANN VICTOR M. GO NZALEZ WALLACE BURCH WILLIAM STEVE PONCE 31 D SALUSIIOSANCHEZ ARROYO WE -11462T WE-0818AT SAMUEL JIMENEZ WE -I 1109AT WE-114BOT SANTOS MACIAS LEMUS WE-109BOT WE -10932T SEAN PATRICK SULLIVAN WE-IOOSOAT WE -12918T SERGIO LOPEZ-RNERA WE -109571 WE -109871 SERGIOMACLAS-PEREZ WE -10920T WE-8514AT STEFAN B. KALLENBERG WE-10730AT WE -113271 STEPHEN GLENN DAVIS, JR. WE-10894AUTM WE-) 1137T STEVE B. HUNT WE-1044AT WE -12343T TRISTON JAMES POWERS WE -)2211T WE-III7ST TYLER KEASBEYLEHMANN WE-13460AT WE -I 1264T VENTURA GOMEZ WE -I I IBOT WE-8625AT WALLACE BURCH WE-0713AT WE -11021T WE -13612T WE-7443AT WE -I 1245T WE -I 10237 WE -10925T " WE-8791AT WE -13429T WE-8621AT WE -10989T WE-10151AT WE -112371 WE -122071 WE -I 1687AT WE -10924T WE -109787 WE -13848T WE -12619T WE -10901T WE -13613T WE -119071 WE -12783T WE-I176ST WE -I I 168 WE -I 1095T WE -11301T WE -109777 WE -I 1202T WE -138657 WE -10985T WE -I I NT WE-7941AT WE -11564T WE -I I 165 WE -11053T 31 D SECTION 3 Company Qualifications Comprehensive tree services in more than 350 communit tv,o Pruning Technology Safety Planting Plant Health Removal Reclamation /* L - Community Civic Partners Emergency Environment N/OC" ~c�Arborr.e,�. COMPANY INFORMATION Company Experience President: Patrick Mahoney Organization Type: Corporation WEST COAST ARBORISTS, INC. (WCA) Established: 1972 is a family-owned and operated union company employing over Federal Tax ID: 95-3250682 1,300 full-time employees providing tree maintenance and DIR Registration: 1000000956 management services. We are proudly serving over 350 Members of Laborers' Union: municipalities and public agencies. We provide superior and safe UUNAI tree care operations seven days a week, 24 hours a day SAM Entity ID: CFJMVMJ9NSD1 throughout California and Arizona. Website: wcainc.com CORPORATE OFFICE OUR VISION 2200 E. Via Burton St. Anaheim, CA 92806 As a corporate citizen, WCA's responsibility and accountability are to the communities where we do business. We hold ourselves to REGIONAL OFFICES the highest standards of ethical conduct and environmental Alhambra, CA Escondido, CA responsibility, communicating openly with our customers and the Fresno, CA communities in which we work. It is our goal and vision to lead the Indio, CA industry in state-of-the-art urban tree care and management Ontario, CA services. Phoenix, AZ Riverside, CA 100% CUSTOMER SATISFACTION Sacramento, CA Customer satisfaction is our top priority. We guarantee your San Diego, CA complete satisfaction with every facet of our services. Our San Jose, CA dedication to customer service has earned WCA a reputation San Francisco, CA unrivaled in the industry for dependability, integrity, quality and Santa Clarita, CA courtesy. We authorize our employees to do whatever is necessary Stockton, CA to achieve the highest quality results. We know that high quality Ventura, CA work saves our customer's valuable time and is far more cost CONTRACT ADMINISTRATION effective if we do our work properly the first time. We are Victor Gonzalez, Vice President committed to courteous and prompt customer service to fully Corporate Office resolve any issue. Phone (714) 991-1900 Fax(714)956-3745 Email: vgonzalez@wcoinc.com FIELD MANAGEMENT Gonzalo Regalado, Area 100+ ISA 50+ Years Experience 1.300+ qualified Manager Certified Arborisfs (Similar Size & Scope) Employees 900 S. New Avenue Alhambra, CA 91801 Phone (714) 991-1900 Fax (714) 956-3745 I®t Email: gregalado@wcainc.com Accredited by TCIA Local Office R Yard 1,700+ Pieces of (Alhambra) Equipment (Owned) 1 -800 -LIMB -DOWN 33 Setting the Gold Standard NAA� West Coast ArConsts, Inc. Corporate Capabilities 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. • In business continuously and actively since 1972 • Contractor's License C61 /D49, C49, C27, C31, C21, A & B • Over $8,500,000 line of credit available • Annual financial audits available upon request • Bonded by ARCH, an A+ rated company • 1,300+ employees • 350+ contracts with public agencies 100+ Certified Arborists • 155+ Certified Tree Workers • Drug-free workplace • 14,000 sq. ft. company-owned Headquarters (Anaheim) • Department of Agriculture Nursery license • Avg. 712,000 trees pruned annually over past 3 years • Avg. 46,000 trees removed annually over past 3 years • Avg. 20,000 trees planted annually over past 3 years • Avg. 250,000 trees inventoried annually over past 3 yea • Fully insured with insurance up to $25 million • Federal Tax ID #95-3250682, current on all taxes and Fillings with state and federal government • Sales volume over $220 million annually • Fleet of approximately 1,700 pieces of equipment •••'••'•••'••••'• CONTRACTORS "���^ dca STATE LICENSE BOARD ACTIVE LICENSE '-1 a_°Y L,�...ml 366764 tet, CORP a—e.a. WEST COAST ARBORISTS INC cu —m-) C61 rU49 C27 C21 B C31 C49 AL Em...e oa. 12/312026 Setting the Gold Standard W SLB Active Memberships: Tree Care Industry Association (TCIA) International Society of Arboriculture (ISA) League of California Cities (LCC) California Parks & Recreation Society (CPRS) Association of California Cities i —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) Western Chapter International Society of Arboriculture (WCISA) ..,.I lotnsou.. hNC...1Butlers.-M.b tours wis.nmJm LICOar ucussno.orvs r r vo.ma.tocn s.. w. „, ME�Ifll [.avast«Infcnm •n vasrm.l•veasn.c .n.esa.rnl�.e. w. LaCx YUNL1Y1'J�rr Welty... s..elwo. rw.etr.��.r•rl..�.. wn..nu a—M.w...:.. s.- .uaww 34 osa:a wao 34 West Coast Arborists, Inc. CITY OF AGOURA HILLS CITY OF ALAMEDA CITY OF ALHAMBRA CRY OF ANAHEIM CITY OF ARCADIA CITY OF ARTESIA CITY OF AZUSA CITY OF BALDWIN PARK CITY OF BEAUMONT CITY OF BELL CITY OF BELL GARDENS CITY OF BELLFLOWER CITY OF BERKELEY CITY OF BEVERLY HILLS CITY OF BRA W LEY CITY OF BREA CITY OF BUENA PARK CITY OF BURLINGAME CITY OF CAMARILLO CITY OF CARLSBAD CITY OF CARMEL-BY-THE-SEA CITY OF CARPINTERIA CITY OF CARSON CITY OF CERES CITY OF CHINO CITY OF CHINO HILLS CITY OF CHOWCHILLA CITY OF CHULA VISTA CITY OF CITRUS HEIGHTS CITY OF CLAREMONT CITY OF COACHELLA CITY OF COLTON CITY OF CONCORD CITY OF CORONA CRY OF CORONADO CITY OF COSTA MESA CITY OF COVINA CITY OF CUDAHY CITY OF CULVER CITY CITY OF CUPERTINO CITY OF DANA POINT CITY OF DAVIS CITY OF DEL MAR CITY OF DIAMOND BAR CITY OF DUARTE CITY OF EL CAJON CITY OF EL CENTRO CITY OF EL SEGUNDO CITY OF ENCINITAS CITY OF ESCONDIDO CITY OF FILLMORE CRY OF FOLSOM CITY OF FONTANA CITY OF FREMONT CITY OF FRESNO CITY OF FULLERTON CITY OF GARDEN GROVE CITY OF GILROY CITY OF GLENDALE CITY OF GLENDORA CITY OF GOLETA CITY OF GRAND TERRACE CRY OF HALF MOON BAY CITY OF HAWAIIAN GARDENS CITY OF HIGHLAND CITY OF HOLLISTER CITY OF HUNTINGTON BEACH CITY OF IMPERIAL BEACH CITY OF INDIO CITY OF INDUSTRY CITY OF INGLEWOOD CITY OF IRWINDALE CITY OF JURUPA VALLEY CITY OF LA CANADA CITY OF LA HABRA CITY OF LA MESA CITY OF LA MIRADA CITY OF LA PALMA CITY OF LA PUENTE CITY OF LA VERNE CITY OF LAGUNA BEACH CITY OF LAGUNA HILLS CITY OF LAKE ELSINORE CITY OF LAKE FOREST CITY OF LAKEWOOD CITY OF LATHROP CITY OF LEMON GROVE CITY OF LINCOLN CITY OF LIVERMORE CRY OF LODI CITY OF LOMA LINDA CITY OF LOMPOC CITY OF LONG BEACH CITY OF LOS ALAMITOS CITY OF LOS ALTOS CITY OF LOS ANGELES CITY OF MADERA CITY OF MANHATTAN BEACH CRY OF MENIFEE CITY OF MENLO PARK CITY OF MILPITAS CITY OF MISSION VIEJO CITY OF MONROVIA CITY OF MONTCLAIR Setting the Gold Standard CITY OF MONTEBELLO CITY OF MONTEREY CRY OF MONTEREY PARK CITY OF MOORPARK CITY OF MORENO VALLEY CITY OF MORGAN HILL CITY OF MOUNTAIN VIEW CITY OF MURRIETA CRY OF NATIONAL CITY CITY OF NEWARK CITY OF NEWPORT BEACH CITY OF NORCO CRY OF NORWALK CRY OF OAKLEY CITY OF OCEANSIDE CITY OF ONTARIO CITY OF ORANGE CITY OF OXNARD CITY OF PALM DESERT CITY OF PALM SPRINGS CITY OF PALO ALTO CITY OF PARAMOUNT CITY OF PERRIS CITY OF PICO RIVERA CITY OF PLACENTIA CITY OF PLEASANTON CITY OF POMONA CITY OF POWAY CITY OF RANCHO CORDOVA CITY OF RANCHO CUCAMONGA CITY OF RPV CITY OF REDLANDS CITY OF REDONDO BEACH CITY OF RIALTO CITY OF RIVERSIDE CITY OF ROSEMEAD CITY OF ROSEVILLE CITY OF SACRAMENTO CITY OF SAN BERNARDINO CITY OF SAN BRUNO CITY OF SAN CARLOS CITY OF SAN CLEMENTE CITY OF SAN DIEGO CITY OF SAN DIMAS CITY OF SAN FERNANDO CITY OF SAN JACINTO CITY OF SAN JUAN CAP CITY OF SAN LEANDRO CITY OF SAN MARCOS CITY OF SAN RAMON CITY OF SANTA ANA CITY OF SANTA BARBARA CITY OF SANTA CLARA CITY OF SANTA CLARITA CITY OF SANTA FE SPRINGS CITY OF SANTA MARIA CITY OF SANTEE CITY OF SIERRA MADRE CITY OF SIGNAL HILL CITY OF SOLANA BEACH CITY OF SOUTH PASADENA CITY OF SO. SAN FRANCISCO CITY OF STOCKTON CITY OF SUNNYVALE CITY OF TEMPLE CITY CITY OF THOUSAND OAKS CITY OF TORRANCE CITY OF TRACY CITY OF TULARE CRY OF TUSTIN CITY OF UPLAND CITY OF VENTURA CITY OF VERNON CITY OF VICTORVILLE CITY OF VISALIA CITY OF VISTA CITY OF WALNUT CITY OF WALNUT CREEK CITY OF WEST COVINA CITY OF WEST HOLLYWOOD CITY OF WEST SACRAMENTO CITY OF W HITTIER CITY OF WOODLAND CITY OF YORBA LINDA COUNTY OF ALAMEDA COUNTY OF COLUSA COUNTY OF CONTRA COSTA COUNTY OF EL DORADO COUNTY OF LOS ANGELES COUNTY OF MONTEREY COUNTY OF NAPA COUNTY OF ORANGE COUNTY OF PLACER COUNTY OF RIVERSIDE COUNTY OF SAN BERNARDINO COUNTY OF SAN JOAQUIN COUNTY OF SAN MATEO COUNTY OF TULARE COUNTY OF VENTURA COUNTY OF YOLO MOUNTAIN HOUSE CSD ROSSMOOR CSD TOWN OF ATHERTON 35 N00'V` West Coast Arborists, Inc. Firm Experience with Large -Scale Projects WCA is proud to serve a wide range of public agencies and to possess the resources to manage contracts exceeding $2 million. This demonstrates our ability to consistently deliver on large-scale projects. Below is a list of customers with contracts exceeding $2 million. customer turaTIon Anniai LonTraCT AmotnT County of Los Angeles Since 2000 $15,000,000 City & County of San Francisco Since 2017 $6,200,000 City of Corona Since 2010 $5,000,000 City of Whittier Since 2005 $4,600,000 City of Riverside Since 2018 $4,300,000 City of Fresno Since 2001 $3,700,000 Riverside Public Utilities Since 1997 $3,700,000 City of Anaheim/Anaheim Utilities Since 2007 $3,300,000 City of Fullerton Since1998 $3,200,000 City of Long Beach Since 2016 $3,200,000 City of Industry Since 2020 $3,000,000 City of Santa Clarito Since 2017 $3,000,000 County of Orange - Parks Since 2014 $3,000,000 City of Sacramento - Parks Since 2016 $2,800,000 City of Ontario Since 1998 $2,700,000 City of San Diego Since 2015 $2,700,000 City of Glendale Since 2015 $2,500,000 City of Inglewood Since 2008 $2,500,000 City of Sacramento Since 2006 $2,500,000 Glendale Water & Power Since 2015 $2,500,000 City of Visalia Since 2008 $2,400,000 City of Modesto - Parks Since 2023 $2,200,000 City of Burlingame Since 2010 $2,000,000 City of Carson Since 2007 $2,000,000 City of Rancho Cucamonga Since 2007 $2,000,000 City of Santa Ana Since 2015 $2,000,000 36 Setting the Gold Standard y� West coast Arborisls, Inc. Community Benefit Community Involvement West Coast Arborists, Inc. (WCA) has proudly served the City of Rosemead by providing comprehensive tree maintenance and management services since 2010. As a dedicated corporate partner, we have contributed our time, financial support, and resources to numerous City events and programs throughout our tenure. We have actively participated in each of the City's Arbor/Earth Day celebrations, often donating trees to commemorate the occasion. In 2011, we collaborated with then Public Works Superintendent John Scott and Public Works Director Chris Marcarello to help the City earn its Tree City USA designation through the Arbor Day Foundation and the USDA Forest Service. As part of this effort, WCA conducted a citywide tree inventory at no cost to the City—on effort valued at nearly $25,000. This inventory cataloged the City's tree assets and identified vacant planting sites for future greening initiatives. Since 2010, WCA has maintained the City's tree inventory data and work history --an ongoing service valued at $10,000 annually, totaling approximately $150,000 to date, all provided at no additional cost to the City. In alignment with the Tree City USA requirements, the City must host an annual Arbor Day observance, and WCA has proudly supported every event since 2012. Our community involvement extends beyond Arbor Day. We have participated in the State of the City events, at times sponsoring educational booths to raise public awareness about the benefits of trees. In 2011, WCA also provided training for City crews on the safe and proper operation of chainsaws to promote tree care safety. Additionally, we have contributed to the City's annual backpack giveaway program in recent years and donated handcrafted wooden products—such as benches, chairs, coat racks, picture frames, and end tables—crafted from recycled urban lumber through our Street Tree Revival program all at no cost to the City. These items have been placed in various locations across the City as part of our commitment to giving back to the community. Should WCA be selected for the upcoming tree maintenance contract, we will continue to support City events and initiatives with the same enthusiasm and dedication that have defined our partnership to date. Community Campaigns WCA has partnered with Invest From the Ground Up and the Western Chapter International Society of Arboriculture to plant trees across California under their newest initiative - Cool Parks. With a generous grant from CAL FIRE, the Cool Parks team is working alongside partner cities and nonprofits to bring 2500 trees to California's disadvantaged and low-income communities, organize a CA Tree Team workshop, and engage residents to learn and care about the trees in their city. Prior to the "Cool Parks" campaign, WCA participated in the CIRCLE (California Initiative to Reduce Carbon and Limit Emissions) campaign since its launch in October of 2016. Each round of tree planting events has provided thousands of trees to communities across California. The trees planted have the potential to sequester millions of pounds of CO2. 37 Setting the Gold Standard West Coast Arborists, Inc. These events are valuable to California communities by generating thousands of volunteers, improving air quality, and educating the local community about proper tree planting techniques. Together, we can grow the urban forest for a more sustainable future. Wildlife Protection We have a full-time Biologist, Lissette Rios, on staff whose responsibilities include writing reports, pre -work bird assessments, and training crews on current bird nesting laws as well as BMPs for tree maintenance. The protection of birds, especially during nesting season, is critical to providing responsible tree maintenance and her experience, training and skilled eye have proven to be a great asset to our team. Our safety and training department has committed to working with wildlife preservation associations and played a key role in the establishment of the Tree Care for Birds and Other Wildlife BMP that is used in the tree care industry. Green Waste WCA's commitment to be a socially responsible corporate partner to our customers and communities is exemplified in our Recycling Program. With the steadily increasing concern for the ecological health of our communities, WCA has embarked on a landfill diversion process where all material is taken to recycling facilities where it is used in the production of soil amendments. We are committed to taking all recyclable materials removed from the trees trimmed for the duration of this project to a recycling center for processing. Verification of amounts recycled will be obtained and reported by WCA via ArborAccess for the purpose of meeting the goals of the State for reducing landfill usage. MULCH is made from coarse ground branches and leaves. It should be spread on the ground at a rate of six to twelve inches for best effect. Fresh mulch will deplete nitrogen from the surface of the soil which will reduce unwanted weeds. Once the mulch has decayed, it returns nitrogen which helps build the quality of soil for plants. A large amount of tree debris is processed by WCA and used in large scale mulching projects for establishing native plants in open space areas. COMPOST is made from fine ground branches, leaves or other organic material. When mixed with oxygen and water, the organic material will decay or "compost." A finished compost is excellent for turning into the top layer of soil and will add nitrogen and increase the water holding capacity of soil. You can make compost at home in a pile in your yard or in a bin that you make or purchase. Large scale composting is done at regional recycling facilities. FIREWOOD is traditionally the most common use of large branches and logs. Firewood is used to heat homes during winter months. WCA takes logs to our yard, and these are then chopped into usable firewood. Setting the Gold Standard Q-1 Section 4 References Comprehensive tree services in more than 350 corn � . Pruning Safety Planting Plant Health Removal Reclamation i• .400 •i iechnoiogy Community Civic Partners Emergency Environment OVIC4 West Coast Arborists, Inc. CITY OF MONTEBELLO Customer References SINCE 2007 WCA performs various tree maintenance services for the City including the Parks and Public Works. Services include pruning, removals, plantings, and ,yg ' emergency response as -needed. WCA maintains all tree maintenance records in ArborAccess. Contact: James Coiner, Deputy Director Recreation and Community Services 1700 W. Victoria Ave., Montebello, CA 90640 - (323) 887-1200 x378 - icoiner@citvofmontebello.com ANNUAL BUDGET: $531,000 CITY OF WHITTIER SINCE 2005 WCA performs various tree maintenance services for the City and maintains the Nssrle¢ work records for over 22,000 city -owned tree sites including parkway, parks, z+ `g facilities. The City of Whittier is currently on a 5 year grid trim maintenance o` cycle. Emergency response is also provided. a Contact: Wayne McBurney, Tree Maintenance Supv. �Hc tgq° 13230 Penn St., Whittier, CA 90602 - (562) 464-3375 - wmcburney@citvofwhittier.org ANNUAL BUDGET: $1,000,000 CITY OF MONTEREY PARK SINCE 1997 WCA performs various tree maintenance services for the City. The City is oc3rF currently on a routine annual tree trimming cycle which includes major arterials, residential areas, parks, and facilities. WCA maintains all tree maintenance _ records in ArborAccess. Emergency response is also provided. Contact: Rudy Volenzuela, Park Maintenance Crewleader 320 W. Newmark Ave., Monterey Park, CA 91754 (626) 307-1292 - rvalenzuela@monterevoark.ca.ac- ANNUAL BUDGET: $670,000 CITY OF ALHAMBRA SINCE 1997 WCA performs tree maintenance in several areas including blocks, medians, trails, facilities and parks. WCA assisted the City in developing a Master Plan for the urban forest. In 2012 the GPS inventory was updated to reflect the circumstantial changes effected by the storm damage in 2011. The City's tree Alhambra population is over 18,500 trees. Contact: Janell Mathani, Urban Forest Administrator 111 S. First Street, Alhambra, CA 91801 - (626) 308-4874 - imithaniCqc falhambra.org ANNUAL BUDGET: $800,000 Setting the Gold Standard a Section 5 Standard City Contract and Insurance Requirements Comprehensive tree services in more than 350 communities. 4 S112kM Pruning safety Planting Plant Health Removal Reclamation A00 � ��•�� — Off Technology Community Civic Partners Emergency Environment IV West Coast Arborists, Inc. Compliance Statement West Coast Arborists, Inc. (WCA) will comply with all aspects of the Agreement and Insurance requirements. We have no negative history to report. 42 Setting the Gold Standard ism NAOVO West Coast Arborists, Inc. Evidence of Insurance Certificate CERTIFICATE OF LIABILITY INSURANCE PaT u n•Dar Yn o9Esxo1 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: r me oerimcae Raider N An ADDITIONAL INSURED me WNCYIII MUM pare ADDITIONAL INSURED PrOVISIMS d oe eteO U. U SUBROGATION IS WANED, SU0)ed1 tO ir1P ermS and COnailon3 W toe Policy, Eenam Policies hay mQWre Ni eMorwWM. A =*WIN OltN3 conUlcam does no Confer rights To me ceftificare Raider In lieu W such enconsemenY4). r"Mucs,, coNrAn NArE Aon Risk Insurance Services West, Inc. LAS Angeles cA office 4'E. xe.FW' (Ra) "3-712--:M EL '�nES 707 Wilshire loulevard sm" 26oD LOS Ange !z CA 90017-160 USA NSUR$RISIAFWIeN0C0Y0Wi NAICa edWA D eMINERA: Hartford Fire Insurance Co. 19642 West Coast Arborists. Inc. 22M E Via Burton eMI s: Navigators Specialty Insurance Company 36046 wIAERC: Maheim CA 92sce USA eeu W d.UQEemEIlInAPR EN: ftltLN %M= Xn LAIC OnE af1aFRE: PNMILIB. COIRO'A00 s4.d00.0D aIYZRi: • THIS IS TO CERTIFYTHAT THE IXXICIES OF INSURANCE LISTED BELOW HAVE IND)CATED. N OTWIT!STANDINGANY P,EOUREMENT, TERV OR CONDITION CERPFICATE MAY BE ISSUED OR 1.%Y PERTAIN. T-9 INSURANCE AFFORDED EXCLUSIONSANDCDNDRlONSOFS'CF ICI.ICIES.LUAR5SHOWN AMY HAVE SEEN ISSUED TO THE INSURED WIMEDABOVE FOR THE POLICYPERIOD OFANY CONTRACT OR OTHER DOCURENT W OH RESPECT TO WHICH THIS BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. BEEN REDUCED BY PAD CLAM. Limin aAorn INn3puatd TYPE AP MIUAaxLE MY@ PAUCY XWEER r 2200 E Via lurton LYrb • % SIR apple 1 SIR applies per policy 0710112024 condi A colli 0 /01/2025 'onz EACH CCcuR=Erx:E 12.000,00 PP M6 T il.aoe,ao 4En EYP',N3 rnv yYfpnl PES _SPLVIH,URY s].aN.00 d.UQEemEIlInAPR EN: ftltLN %M= Xn LAIC OnE rE.A0060ATE $4,000.000 PNMILIB. COIRO'A00 s4.d00.0D • APEGMWEIWYM1 % ANYW O D S('IQMIED PVIOE A010601LY t REOAIAW M OffwD IXILY AU`10801LY ]] CSE 569302 /01/20 0 40/01/20 cuM.w,mde% pLE uaT 52,000,00 NIIxLYIIVJmtP pen @Cg Lr IH.URYO'r 900E PRCPERIYGWOE • YNaIliaALN x QCF®{lY x OpPq :::UROE sQ4IX�S9tRIC o /01/2024 G7/01121375 NGprypngOE AODIIEITE $5.000.00 DE0 EINE N A M1x4aeYCOVlI�AIeMANa wl IWLT AM'RGWEIC(i: MRlIFA: IXHPIIDF t. DEnfaM'YEY�i FYLIUfLDf N (IW�WWMIMM kyo;Ambvtlr DESre P1gN Cf .^PEMLCIFa Klaw Rl• 21E1ar9 WNY.IrS Cap K G W/0t/z024 O]/oV2ozs % EERSTATOTE Ar1z EL 9CNALOONf $1.000.00 El ®F•�FP EiE1DVEE $1,000, EL PSEaEPrY1.7 Wrt 1. OBCPFTJN K OiFRAigK' LOG1Ci: YEMCLi9(ACDM t01. iY90a'ul FgnuM1s 9croWi. miT h MacR4 P mKi DKa a ny:tiil CERDFICATE HOLDER CANCELLATION CI OSS2015 ACORD CORPORATION. AM rights reserved. ACORD 25 (211141 The ACORD name and logo ale registered marks of ACORD Setting the Gold Standard 43 e1pLL0 Yrt CF TE Y CE6O09E1) PIX;EE Ee CDT£LIED BEFORE TE QPFUENIR GATE 1140 1P. 10011 MEL BE 6WEAE0 al ACCOrO•NQ MiR TE EGLCYPRyVpCiB east Coast Arborists. Inc. 1NMYEIEG IEAEMENATME 2200 E Via lurton Anaheim U 92806 VSA �n l� � � JKlIaN Amir SMA CI OSS2015 ACORD CORPORATION. AM rights reserved. ACORD 25 (211141 The ACORD name and logo ale registered marks of ACORD Setting the Gold Standard 43 D Section 6 Addenda Acknowledgement Comprehensive tree services in more than 350 commvniti S$2 4 %A % n e e=. P runng Safety 0�ant ng Plant He atth Removal Reciamaticn */• _ Cf If tz� Technology Community C we Partner. Emergency Environment West Coast Arborists, Inc. Addendum No. 1 West Coast Arborists, Inc. (WCA) has received Addendum No. 1 - Q and A Set 1 dated May 20, 2025. Setting the Gold Standard 45 West Coast Artwrista, Inc. COST PROPOSAL Exhibit C - Cost Proposal Submitted as a separate "Cost File" 46 Setting the Gold Standard .4 CITY OF ROSEMEAD REQUEST FOR PROPOSALS NO. 2025-10 CITYWIDE TREE MAINTENANCE SERVICES SUBMITTALS: Electronic proposal submittal through the City of Rosemead Vendor Portal hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposals shall be submitted through the PlanetBids Vendor Portal no later than May 23, 2025, at 10:30 am CONTACT PERSON: Chris Camacho City of Rosemead 8838 E. Valley Boulevard Rosemead, California 91770 (626) 569-2260, ccamacho@cityofrosemead.org TO PARTICIPATE IN THIS REQUEST FOR PROPOSAL, VENDORS MUST CREATE AN ACCOUNT ON PLANETBIDS OR LOG IN TO AN EXISTING ACCOUNT. PROPOSALS MUST BE RECEIVED ELECTRONICALLY VIA PLANETBIDS. PROPOSALS RECEIVED AFTER THE TIME AND DATE STATED ABOVE SHALL NOT BE CONSIDERED. Please direct any questions or concerns regarding this RFP on the City's PlanetBids Vendor Portal no later than May 16, 2025, at 5:00 pm. Answers to submitted questions will be posted on Planetbids. This RFP is posted on the City's website and Vendor Portal Hosted by PlanetBids at: httos://obsystem.r)lanetbids.com/iDortal/54150/iDortal-home Please review the requirements of the RFP and submit your proposal by the date specified Issued by: Department of Public Works, City of Rosemead RFP No. 2025-10 Page 1 C�j'La]�:Ab9�P4X�l� REQUEST FOR PROPOSALS FOR CITYWIDE TREE MAINTENANCE SERVICES RFP NO. 2025-10 ItWi]: 311*03rP/;1 The City of Rosemead is soliciting proposals from qualified firms to provide annual services for the maintenance, removal and replacement of trees, as needed, within the City's Urban Forest. The City has approximately 6,200 street and park trees that comprise its inventory. The City of Rosemead is currently on a four-year grid pruning cycle. The City is interested in changing to a three-year grid pruning cycle. The initial contract term following this bidding process shall be for a period of three (3) years effective July 1, 2025, through June 30, 2028, unless terminated, as provided therein. The City reserves the right to extend the term of this contract for two (2) additional one-year extensions subject to satisfactory negotiation of terms. B. BACKGROUND OF THE CITY The City of Rosemead is an urban suburb community within the San Gabriel Valley, located approximately 10 miles east from the Los Angeles downtown area. Its boundaries extend northward to the cities of Temple City and San Gabriel, westward to the City of Monterey Park, Alhambra, and unincorporated Los Angeles County, southward to the City of Montebello, and eastward to the cities of EI Monte and South EI Monte. The city encompasses an area of 5.5 square miles (2,344 acres). Rosemead is characterized as a working-class suburb with a diverse population composition. According to the 2021 Census, the city's population was reported at 50,245. C. SCOPE OF SERVICES Please see "Exhibit A" for the detailed scope of work for the requested Tree Maintenance Services. D. PROPOSAL SUBMISSION The proposal shall be submitted to the Planetbids.com portal. The City of Rosemead's Vendor Portal is hosted by PlanetBids at: https://pbsystem.planetbids.com/portal/54150/portal-home Proposal submittal due date is: May 23, 2025, at 10:30 AM. RFP No. 2025-10 Page 2 Late Proposals will not be accepted. E. CONTRACTOR SELECTION SCHEDULE Release of Request for Proposals: Mandatory Pre -Proposal Meeting: Deadline to Submit Questions: City Response to Questions: Proposals Due: Tentative City Council Award: First Day of Contract Service: F. MANDATORY PRE -PROPOSAL MEETING April 24, 2025 May 8, 2025 May 16, 2025 May 20, 2025 May 23, 2025 June 10, 2025 July 1, 2025 All parties submitting proposals are instructed to attend a mandatory pre -proposal meeting. The meeting is scheduled for Thursday, May 8, 2025, at 9:00 a.m. at Rosemead City Hall Council Chambers, 8838 E. Valley Boulevard, Rosemead, CA 91770. Representatives of the City of Rosemead Public Works Department will be present at the meeting. The purpose of this meeting is to familiarize contractors with the scope of work and to answer any questions which may arise prior to submitting proposals. Attendance at this meeting is MANDATORY for those intending to submit proposals. Failure to attend the mandatory pre -proposal meeting shall result in the Contractor's disqualification from the RFP process. G. STANDARD CITY CONTRACT AND INSURANCE REQUIREMENTS City's Standard Services Agreement template is provided as Exhibit B. Please review and provide any comments you have. City does not guarantee that any revisions to contract language will be accepted. H. EVALUATION PROCESS & CONTRACTOR SELECTION METHODOLOGY Evaluation Criteria The City will evaluate the Proposals submitted and select the most qualified contractor. In evaluating the Proposals, the City may consider the following factors: RFP No. 2025-10 Page 3 CRITERIA CATERGORIES: MAX POINTS Experience and Qualifications: Demonstrated experience providing municipal -scale tree trimming services conducting contracts of similar scope 20 and complexity. Include certifications (e.g., ISA Certified Arborist), licenses, etc. Capabilities and Approach: Demonstrated capacity and capability to meet with City's needs. Equipment and maintenance facilities evaluation. Clarity and 30 feasibility of proposed trimming schedule, crew structure, equipment list, response times, and safety protocols. References and Past Performance: Quality of performance on similar contracts (minimum 3 references), including client satisfaction, timeliness, and 15 responsiveness. Responsiveness and Completeness: Proposal is well -organized, with all requested information included and thoroughness of proposal. A demonstrated 10 understanding of the objectives and a strategy to meet the contract requirements. Staffing Plan: Availability of personnel for required tasks. Clearly defined roles 10 and responsibilities. Credential and training of staff. Pricing and Cost Proposal: Competitiveness and reasonableness of cost, including hourly rates and emergency response pricing. Provide unit pricing 10 schedule if applicable. Community Benefit: Commitment to participate in City -approved community service (e.g., school events, Earth Day planting, Chamber of Commerce 5 membership). Total Possible Points 100 To support local engagement and community investment, the City of Rosemead will award up to 1% of the total evaluation points to any vendor that either: (1) maintains a physical business location within the City of Rosemead and holds a valid business license for at least one (1) year prior to the RFP release date, or (2) has satisfactorily completed work for the City within the past five (5) years. Additionally, the City may award up to 4% of the total evaluation points to firms who commit to performing City reviewed and approved community service activities in Rosemead during the term of the contract. While the City does not prescribe specific qualifying activities, vendors are encouraged to propose services that offer meaningful community benefits. Examples include—but are not limited to—providing scholarships to Rosemead school-age residents, participating in City -sponsored cleanup events, engaging in local school programs such as reading to students, donating trees for City Earth Day celebrations, or maintaining active membership with the Rosemead Chamber of Commerce. All proposed activities are subject to City approval. Required Submittals Minimum Qualifications and Reference Contact Information A. Statement of Qualifications Including: Contractor's License/Registrations RFP No. 2025-10 Page 4 The Contractor shall be a DIR registered contractor when the bid proposal is submitted. It is highly desirable that the Contractor possess a Class C-49 (Tree and Palm Contractor). Contractors holding a C -61/D-49 license before January 1, 2024, may continue under that classification but are encouraged to obtain the C-49 license. License must be valid, current, and in good standing with the California State Contractor Licensing Board. A copy of the contractor's license and DIR registration shall be included in the submitted Proposal. ii. Qualified Personnel The Contactor shall assign a competent and qualified supervisor, who shall be a current ISA -certified Tree worker or Arborist, to always be on the job site while work is being performed. The Contractor ensures that they, their employees and the subcontractors have all necessary licenses required for the adequate performance of the work outlined by the RFP/contract. Names, staff qualifications, and proposed duties of staff to be assigned to this project. ISA Certified Arborist assigned to be Site Supervisor must be English speaking and authorized to act on behalf of firm. iii. 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. Traffic Control Design Specialist(s) and Traffic Control Technician(s) in accordance with the American Traffic Safety Services Association (ATSSA). k. NCCCO licensed crane operators license employed by the firm. iv. References Contractor should have at least three (3) similar and separate California municipal multi-year tree maintenance contracts which have been successfully completed within the last five (5) 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). RFP No. 2025-10 Page 5 The proposal shall include a detailed description of their proposed inventory program along with sample reports. v. Corporate Capability a. Affirmative statement of compliance with indemnity and insurance requirements. Provide proof of Insurance Rating of A- (or higher). b. All licensing required to complete defined scope of work vi. Equipment 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. vii. 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). viii.Quality Control Plan a. A written description of the firm's plan to report green waste generated and the method for its reuse. 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. ix. 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 the past RFP No. 2025-10 Page 6 three years. X. 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 3 -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. xi. Performance History The Contractor shall include in its Proposal a complete disclosure of any prior or on-going contract failures, any litigation or investigation pending which involves the Contractor or in which the Contractor has been judged guilty or liable within the last five (5) years. If there is no negative performance history to disclose, the firm shall affirmatively state in its Proposal there is no negative performance history to report. Failure to comply with the terms of this provision may disqualify any proposal. The City reserves the right to reject any proposal based upon the firm's prior documented history with the City or with any other party, which documents, without limitation, unsatisfactory performance, adversarial or contentious demeanor, significant failures to meet contract milestones or other contractual failures. I. PROPOSAL SUBMITTAL FORMAT Proposal shall be submitted in the format specified below: Cover Letter: Provide an executive summary of your proposal. Table of Contents: Provide contents of proposal with page number references for each proposal section listed below. Section 1. Approach, and Scope of Work: Provide your understanding of the project, scope of work, and describe your approach in providing services. Section 2. Project Team, Key Personnel and Resumes: Provide an organization chart showing the names and responsibilities of key personnel and subconsultants. Provide resumes of all key personnel identified in the organization chart. Section 3. Company Qualifications: Provide qualifications of your firm, emphasize similar services provided, and local experience. Section 4. References: Provide 3 Public Agency references for similar projects. RFP No. 2025-10 Page 7 Section 5. Standard City Contract and Insurance Requirements: Proposers shall review the attached Standard City Contract and Insurance Requirements and provide a statement that they will comply with all aspects of the Agreement or provide any comments that they would like the City to consider. Section 6. Addenda Acknowledgement: If any Addenda is issued by the City, they shall be acknowledged in this section. Cost Proposal: Contractor must provide a fixed fee for each item listed on the City provided Cost Proposal forms. The City provided form must be utilized and be submitted as a separate "Cost File" submission on the City's Vendor Portal. J. CONTRACT AWARD PROCEDURES Recommendation of Award It is the City's intent to award a single contract to the contractor that can best meet the requirements of the Request for Proposals document. The City reserves the right to award a contract to multiple contractors or a single contractor or to make no award, whichever is in the best interest of the City. Negotiation After selection by City, the successful Contractor will meet with City to review its Proposal, to reconfirm that the Proposal conforms to all minimum requirements established herein, to clarify any items contained herein, and to determine if the Contractor is aware of any ambiguities, inconsistencies, conflicts, errors or omissions in this RFP. If the final negotiation of the Contract, with the highest ranked Contractor, is not successful, the City reserves the right to terminate the negotiations and begin negotiations with the next highest ranked Contractor. This right shall be continued until a satisfactory Contract can be negotiated or until the City elects to reject all Proposals. K. CITY'S RESERVATION OF RIGHTS City reserves the right to determine, in its sole discretion, whether any aspect of a Proposal satisfactorily meets the criteria established in the RFP and the right to seek clarification or additional information from any Contractor submitting a Proposal. City also reserves the right to modify any documents at any time prior to receiving Proposals and to reject any or all Proposals; to extend the submission due date for the Proposals; to modify, amend, reissue or rewrite this RFP. In the event the RFP is withdrawn by City or if City does not proceed for any reason, City shall have no liability to any Contractor or any other entity for any costs or expenses incurred in connection with the preparation and submittal of a Proposal. The City reserves the right to hold discussions Contractors in furtherance contract with a Contractor. fair and impartial manner of the City's evaluation The City will hold these and will not communic and/or negotiations of any Proposal ar discussions and/or ate any confidential with any of the d execution of a negotiations in a information from RFP No. 2025-10 Page 8 Contractor. In the event that any questions arise from such discussions and/or negotiations that require clarification to or modification of the performance requirements, the City will issue an addendum to all Contractors. The City reserves the right to waive any informality or irregularity in a Proposal submitted. A Proposal may be considered non-responsive if: • Significant elements requested in the RFP are not provided. The Proposal fails to meet all mandatory program and performance requirements of the RFP. The Proposal is conditional, incomplete, or if it contains alterations of forms, additions not called for, or other irregularities that may constitute a material change to the Proposal. All Proposals submitted by Contractors and any other correspondence in connection therewith will become the exclusive property of the City and will become public records under the California Public Records Act (Government Code Section 6250 et seq.). The City will have no liability to any Contractor or other party as a result of any public disclosure of any Proposal or the Contract. L. PROTEST PROCEDURES This section sets forth the protest remedies available with respect to the RFP. Each prospective consultant, by submitting its Proposal, expressly recognizes the limitation on its rights to protest contained herein, and expressly waives all other rights and remedies. Each prospective consultant agrees that the decision on any protest, as provided herein, will be final and binding on the protestant. All protests and related statements described in this section shall be submitted to: City of Rosemead -City Hall 8838 E. Valley Blvd. Rosemead, CA 91770 Attn: Ericka Hernandez, City Clerk M. PRE -CONTRACTUAL EXPENSES RESPONDING TO THE RFP PREPARATION The City is not liable for any pre -contractual expenses incurred by any proposer or by any selected consultant. Each proposer shall protect, defend, indemnify, and hold harmless the City from any and all liability, claims, or expenses whosever incurred by, or on behalf of, the entity participating in the preparation of its response to this RFP. Pre -contractual expenses are defined as expenses incurred by proposers and the selected consultant, if any, in: • Preparing and submitting information in response to this RFP • Negotiations with the City on any matter related to this procurement • Costs associated with interviews, meetings, travel or presentations • All other expenses incurred by a proposer/consultant prior to the date of award and a formal notice to proceed. RFP No. 2025-10 Page 9 The City reserves the right to amend, withdraw and cancel the RFP. The City reserves the right to reject all responses to this request at any time prior to contract execution or only award a partial. N. WAGES PAID TO CONTRACTOR'S WORKERS Pursuant to California Labor Code Article 2, Wages, Section 1770 et seq., the work described herein is a "public work" as defined by this Article of the Labor Code and requires payment of prevailing wages pursuant to Labor Code Section 1771. Contractors are advised to familiarize themselves with this provision and with Departmental of Industrial Relations opinions and interpretations relative to tree maintenance. Failure to comply with the Labor Code may result in imposition of statutory penalties enumerated in Labor Code Section 1775. ATTACHMENTS: Exhibit A — Scope of Services Exhibit B — Services Agreement Template and Insurance Requirements Exhibit C — Cost Schedule RFP No. 2025-10 Page 10 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES SECTION I — CONTRACTOR RESPONSIBILITIES 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 may be required to perform the following tree maintenance activities at various sites throughout the City to the satisfaction of the Public Works Director, Public Works Manager or designee. A. TREEINVENTORY 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 City will provide the most up-to-date GPS inventory data to the Contractor upon award of contract. The tree inventory software program shall be an Internet -driven tracking program. Online Inventory should include a mobile application or full access via a mobile device as part of the online database. A dedicated mobile app native to both iOS and Android devices is preferred. 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 field personnel may include address, street name, facility, species, diameter, crown, height, recommended maintenance, overhead utilities, parkway size and type, location type, tree health concerns, and root intrusions. This data must remain available to the City after the expiration of the Contract. Optional GPS Tree Inventory Upon request, Contractor shall provide the City with Global Positioning System (GPS) coordinates for each tree inventoried. The address information contained in inventory can 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 of longitude and latitude within one meter of their location. 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 on the software, which will enable City to connect the inventory to the City's GIS program and create various frequency reports. Attachment A — Page 1 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES B. TREE PRUNING Tree pruning per pre -designed districts, grids or prune routes are on a set cycle to include all trees. Pruning includes 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 with prior approval from the Public Works Director, Public Works Manager or his designee. Contractor shall provide all equipment, labor and materials necessary for the pruning of trees throughout the City in accordance with the specifications herein. 2. Contractor shall comply with Standards of CAL OSHA and the American National Standard Institute, Z133 Safety Requirements. 3. Contractor shall notify the resident 48 hours in advance of scheduled pruning. 4. Contractor shall provide and post "No Parking" signs 48 hours in advance of the work. Such signs will be string tied to trees. Contractor shall endeavor to maintain good public relations at all times. The work shall be conducted in a manner that will cause the least possible interference and annoyance to the public. Work shall be performed by competent tree maintenance operations employees and supervised by an experienced English language speaker. 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. 6. 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 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) at least three (3) days before pruning. No location or site will be provided for the parking of vehicles and/or staging of materials. Vehicles and materials may not be stored in the Public Right of Way. 8. No hooks, gaffs, spurs or climbers will be used for anything other than removals. Final pruning cuts shall be made without leaving stubs. Cuts shall be made in a manner to promote fast callous growth. Attachment A — Page 2 acn 3rr_� SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES 10. When pruning trees with fungus, disease, or fire blight infected limbs or fronds, all pruning tools shall be cleaned after each cut with alcohol or bleach. Such disease conditions shall be reported to City. 11. 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, one-half inch ('/z"), to the parent stem so that healing can readily start under normal conditions. All limbs two inches (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. 12. 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 15 percent but no more than 30 percent. 13.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. 14. Small limbs, including suckers and waterspouts, shall be cut close to the trunk or branch from which they arise. 15.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. C. ROOT PRUNING Root pruning shall be performed upon request by the Public Works Director, Public Works Manager or designee. Root pruning will be performed no closer than 24 inches (24") from base of tree and no deeper than 12 inches (12"). 1. Contractor shall provide all equipment, labor and materials necessary for the root pruning of trees throughout the City in accordance with the specifications herein. No location or site will be provided for the parking of vehicles and/or staging of materials. Vehicles and materials may not be stored in the Public Right of Way. D. TREE PRUNING FOR TRAFFIC CLEARANCE Tree pruning for traffic clearance shall provide clearance of at least 14 feet (14') and no greater than 16 feet (16') above finish grade for moving vehicles within the traveled roadway, in accordance with the standards set forth by the International Society of Attachment A — Page 3 W:ctt 3rrA'% SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES 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. Clearance for adjacent structures and their connecting utility lines (service drops), shall be determined by the Public Works Director, Public Works Manager or designee and conform to the following: 1. Contractor shall provide all equipment, labor and materials necessary for the pruning of trees throughout the City in accordance with the specifications herein. The minimum clearance under trees within the street right-of-way shall be 14 feet (14') 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. 3. 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. 4. 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. 5. No location or site will be provided for the parking of vehicles and/or staging of materials. Vehicles and materials may not be stored in the Public Right of Way. E. PRUNING PALM TREES Palm tree pruning shall consist of the removal of all dead fronds, fruit clusters and other vegetation from the trunks of all palms in a manner selected by the Contractor and approved by the Public Works Director, Public Works Manager or designee, and in accordance the following: Contractor shall provide all equipment, labor and materials necessary for the pruning of trees throughout the City in accordance with the specifications herein. 2. The use of climbing spurs or spike shoes for the purpose of climbing palm trees is prohibited, unless specifically approved by the Public Works Director, Public Works Manager or designee. The Contractor shall be required to use an aerial tower with sufficient height to reach the crown for the purpose of pruning Palm trees. 3. Palm Skinning (additional service). 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 24 inches to 36 inches (24" to 36") 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 18 inches (18") but no greater than 36 inches (36"). Attachment A — Page 4 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES 4. No location or site will be provided for the parking of vehicles and/or staging of materials. Vehicles and materials may not be stored in the Public Right of Way. F. TREE REMOVALS City prepares lists of trees to be removed, marks trees, notifies homeowners and submits lists to the Contractor. Removals shall be completed within ten (10) days of notice. Contractor calls Underground Service Alert (USA) and prepares internal work order. Contractor will be responsible for marking all USA for all assignments. Contractor removes tree and hauls all debris. Contractor shall grind stumps to a depth of 18 inches (18"). All holes will be backfilled, and all debris cleaned up and hauled away. Special projects that are difficult to access with equipment or that require the need for a crane or an aerial tower over 75 feet (75') would fall under Crew Rental rates with prior approval from the Public Works Director, Public Works Manager or his designee. The Public Works Director, Public Works Manager or designee 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. 1. Contractor shall provide all equipment, labor and materials necessary for the removal of trees throughout the City in accordance with the specifications herein. 2. All wood from removed trees is the property of the City and shall be disposed of at the direction of the Public Works Director, Public Works Manager or designee. No wood shall be left along the public right-of-way unless approved by the Public Works Director, Public Works Manager or designee. 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. 3. The City is responsible for marking trees so they are easily identifiable by Underground Service Alert and the Contractor. The Contractor shall be required to call Underground Service Alert at least three (3) days before stumps are to be ground. All tree stumps must be removed to at least 18 inches (18") 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 one-half feet (1'/z') on either side of the outer circumference of the stump, or until surface roots are no longer encountered. 4. 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 inches (2") above normal ground level. All excess routing chip debris will be removed and loaded into the transport vehicle Attachment A — Page 5 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES for disposal. Any damaged paved surfaces shall be restored to their original condition. 5. No location or site will be provided for the parking of vehicles and/or staging of materials. Vehicles and materials may not be stored in the Public Right of Way. G. TREE PLANTING Planting includes the tree, stakes, ties and complete installation and watering for 90 calendar days. Watering is to be logged and included in invoicing. Planting lists should be compiled by the Public Works Director, Public Works Manager or designee and submitted monthly or as needed. Contractor will guarantee the quality of the tree stock and the workmanship. Contractor shall provide all equipment, labor and materials necessary for the planting of trees throughout the City in accordance with the specifications herein. The City shall be responsible for marking locations and the Contractor will notify Underground Service Alert (USA) prior to planting. 3. All trees shall be of good nursery stock that adheres to the American Standard for Nursery Stock as described in the ANSI Z60.1-1996 Standards. Trees shall be free from pests, diseases and structural defects. 4. All new plantings shall have a one-year warranty 5. 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 the root ball for injured roots and the 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 to ensure that the branch collar is not damaged. 6. Tree shall be placed in the planting pit with its original growing level (the trunk 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 three inches (3") below the level of the finished surface of the concrete. 7. Backfill material should be native soil. Eliminate all air pockets while backfilling the planting pit by watering the soil. 8. Trees that are planted in parkways shall have a four inch to six inch (4" to 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. Attachment A — Page 6 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES 9. All trees shall be staked with two (2) wooded lodge poles and two (2) ties per pole. Minimum size of lodge poles shall be ten feet (10') long, with a one and one-half inch (1%") 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 24 inches to 30 inches (24" to 30") below grade. 10. No location or site will be provided for the parking of vehicles and/or staging of materials. Vehicles and materials may not be stored in the Public Right of Way. 11. 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. 12.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 12 inches (12") in depth and at a length determined by the City. Root barriers are not included in the unit prices. 13. Clean up all trash and any soil or dirt spilled on any paved surface at the end of each working day. H. LINE CLEARANCE PRUNING Contractor may be required to perform utility line clearance in conjunction with routine or non -routine pruning activities. 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 Treeworkers. 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. Contractor shall provide all equipment, labor and materials necessary for the line clearance pruning of trees throughout the City in accordance with the specifications herein. I. TREE WATERING Watering is performed by the contractor for 90 days after planting of new tree. Contractor shall provide all equipment, labor and materials necessary for the watering of trees throughout the City in accordance with the specifications herein. Attachment A — Page 7 iacu 3rl�ll SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES 2. Contractor shall provide watering logs in invoicing. J. SMALL TREE CARE The City requires an active approach to the care of its young and newly planted trees. Contractor shall provide all equipment, labor and materials necessary for the maintenance care of small trees throughout the City in accordance with the specifications herein. 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. K. 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 will utilize the California Manual of Uniform Traffic Control Devices (CAMUTCD) as reference. Contractor is responsible for all traffic control per CAMUTCD on all roadways including major arterials. Contractor will be responsible for supplying and using all safety equipment necessary to close or delineate traffic lanes to through traffic. This includes high -visibility arrow board(s), as necessary. Prior to use, the City must approve all traffic safety equipment. Illuminated arrow boards, sign stands, delineators and/or cones shall be used to identify the work site for vehicular and pedestrian safety. L. PUBLIC NOTIFICATION OF TREE PRUNING OPERATIONS Contractor shall be required to notify residents and/or businesses of scheduled tree pruning operations at least 48 hours prior to the work being performed. Notification shall be made in the form of door hangers. Contractor will be responsible for supplying materials necessary for the public notification of tree pruning operations. City approved "No Parking" signs shall be posted on individual trees scheduled for pruning 48 hours prior to the work being performed. Such signs shall be string tied to the tree. No signs shall be attached to a tree with staples, tacks, nails or any other puncture devise. M. CLEAN UP Contractor shall clean all job sites when work is complete, including raking of leaves, twigs, etc. from the lawns and parkways, sweeping of sidewalks and streets, and cleaning of gutters. Contractor will be responsible for supplying all equipment, labor and materials necessary to clean all job sites when work is complete. 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. Attachment A — Page 8 EXHIBIT "A" SCOPE OF SERVICES - ► . � � r�a�mral►rrauvey�ya:�•iry�y The Public Works Director, Public Works Manager or designee shall be the sole judge as to the adequacy of the clean up. N. 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 as follows: Greenwaste Recycling: Greenwaste may be transported to an off-site facility for grinding into mulch and the disposal tonnage reports shall be documented and provided to the Public Works Director, Public Works Manager or designee on a monthly basis. Wood Chips: Wood chips generated from pruning operations or tree removals within the City may be dumped at a City designated site, if requested, or at the direction of the Public Works Director, Public Works Manager or designee. O. REQUEST TRIMMING Trees requiring immediate attention 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 request trimming rate. Request trimmings should be completed within two weeks of request. P. CREW RENTAL The standard crew is three men, one chipper and truck, one aerial tower, and all necessary hand tools. The crew and equipment can be modified to complete any type of miscellaneous task including special projects that may consist of extraordinary work such as hanging flags or changing light bulbs. Q. 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 24-hour emergency telephone number or the names of at least ten (10) contact individuals upon award of contract. Should the contact persons or their telephone 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 equipment, labor and materials and traffic control during the course of emergency work throughout the City in accordance Attachment A — Page 9 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES with the specifications herein. Should the work involve any high voltage power lines or any utility lines, the Contractor shall be required to notify the responsible utility company. Attachment A — Page 10 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES SECTION II - ADDITIONAL CONDITIONS A. ARBORIST CERTIFICATION An ISA Certified Tree worker or Arborist shall be onsite at all times while work is being performed. B. EQUIPMENT AND LABOR Contractor shall use and furnish, at his own expense, all labor, equipment and materials necessary for the satisfactory performance of the work set forth in these specifications. All trimming equipment is to be kept in proper adjustment and blades are to be maintained in a sharp manner. The machinery and equipment used by the Contractor shall be clean and well maintained at all times. The equipment shall be subject to inspection and approval by the Public Works Director, Public Works Manager or designee. All motorized equipment shall conform to all current local, state and federal laws and regulations including, but not limited to, laws, regulations and standards pertaining to noise and exhaust emissions. Specialty equipment will be approved on an as -needed basis by the Public Works Director, Public Works Manager or designee. Vehicles utilized by employees in the performance of work shall be registered and insured. Employees of the Contractor shall not drive personal vehicles to any sites to perform work under the contract. Failure to comply shall result in a deduction of One Hundred Dollars ($100.00) per vehicle per day. Vehicles shall be in conformance with the latest South Coast Air Quality Management District requirements for low emissions/alternative fuel use. Upon approval of any new regulations, the Contractor shall be prepared to meet the requirements of the new rule. All Contractor vehicles shall be required to have identification bearing the company name and telephone number while performing work under the contract. The vehicles shall be painted, free of body damage and clean. Failure to comply shall result in a deduction of One Hundred Dollars ($100.00) per vehicle per day. C. DAMAGE TO PROPERTY Property or facilities damaged or altered in any way during the performance of the work by the Contractor shall be reported by the Contractor in writing to the Public Works Director, Public Works Manager or designee, and such property or facility shall be promptly restored to its original condition. `Property" includes irrigation items, and any damage to such items shall be promptly reported to the City. D. SCHEDULE OF WORK AND HOURS OF OPERATION The Contractor's schedule shall be approved by the Public Works Director, Public Works Manager or designee. Work shall be performed Monday through Friday between the hours of 7:00 a.m. and 3:30 p.m. with cleanup completed no later than 4:30 p.m. There will be NO work done on weekends or holidays without the written permission of the Public Works Director, Public Works Manager or designee. Contractor shall provide and make Attachment A — Page 11 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES available 24-hour emergency services, and provide the City with a contact name and emergency telephone number for response outside of normal business hours. Annual Schedule At the beginning of each fiscal year the Public Works Manager and/ordesignee shall meet to discuss the approved budget and tree work. The annual goals and objectives shall be discussed, and a schedule established. Performance During Inclement Weather When periods of inclement weather hinder normal operation, the Contractor shall adjust his work force in order to accomplish those activities that are not affected by weather. The prime factors in assigning work shall be the safety of the work force and safety of the public, damage to City property/trees, in that order. All safety foul weather gear for all the workers shall be provided by the contractor when working in inclement weather. Failure to adjust the work force to show good progress on the work shall result in deduction of payments to reflect only the work actually accomplished. When the contractor makes adjustments to the work force, the City shall be notified by 9:00 a.m. of the same day as to the adjustment and work tasks. Minimum manpower required: During inclement weather periods the minimum manpower required shall be a Supervisor, Foreman, and tree worker/grounds person. Holiday Schedule The contractor shall provide services on an as -needed basis. Upon the request of the City, if work is required on City Holidays, the work shall be considered "emergency" and billed as such. Contractor shall complete all regularly scheduled work prior to each holiday. City Holidays: - New Years Day - President's Day - Memorial Day - Independence Day - Labor Day - Veterans Day - Thanksgiving Day - Christmas Day E. COST ADJUSTMENT The contractor may apply for a cost adjustment after the three-year term. For the rate adjustment to be considered by the City, the Contractor shall be in full compliance with all the performance standards established by the contract. Any and all adjustments for contract renewal periods shall be provided no later than ninety (90) days prior to the end of the contract period. Any such proposed price adjustment shall not exceed the Bureau of Labor Statistics Consumer Price Index (CPI) for Los Angeles -Riverside -Orange County, All Items not seasonally adjusted. Attachment A — Page 12 EXHIBIT "A" SCOPE OF SERVICES RFP No. 2025-10 TREE MAINTENANCE SERVICES F. HAZARDOUS CONDITIONS AND VANDALISM The Contractor shall immediately correct or report to the Public Works Director, Public Works Manager or designee any and all problems or conditions which may tend to create unsafe or hazardous conditions within the public areas maintained by the Contractor. The Contractor shall be liable for any claim arising from failure to correct or report said conditions. When specifications are in conflict with safety concerns, the Public Works Director, Public Works Manager or designee will make a final determination. Cewslkrmma a krmmoInly_[ejimkg i Trees within the City's parks and facilities may be maintained, removed and/or planted using unit pricing, however, no guarantee of exclusivity is implied. H. CONTRACTOR ATTIRE Contractor's personnel shall be in uniforms with the Contractor's name and logo clearly identified. I. INSPECTION The Public Works Director, Public Works or designee shall at all times have access to the work and shall be furnished with every reasonable facility necessary to fully observe the progress, workmanship, and character of materials and equipment used and employed in the work. The inspection of the work shall not relieve the Contractor of any of his obligations under this Agreement. Defective work shall be made good notwithstanding the fact that such defective work may have been previously overlooked by the Public Works Director, Public Works Manager or designee and accepted for payment. wei:1116=11MIN[e7 The City is currently on a four-year grid pruning cycle. The City is interested in changing to a three-year grid pruning cycle and is requesting that prospective bidders only provide a cost for a three-year grid pruning cycle. Attachment A — Page 13 EXHIBIT B SCHEDULE OF MAINTENANCE SERVICES Ltsl COST PROPOSAL RFP. NO 2025-10 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 Prunine (by Grid) Price per tree to Prune by Grid (3 Year Tree Grid Pruning) $ 72.00 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 Pruning (by Block) Price per tree to Prune by Block $ 140.00 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 Prunine 0" - 6" Diameter Standard Height $ 52.00 7" - 12" Diameter Standard Height $ 100.00 13" - 18" Diameter Standard Height $ 150.00 19" - 24" Diameter Standard Height $ 200.00 25" - 30" Diameter Standard Height $ 250.00 31" - 36' Diameter Standard Height $ 300.00 36"+ Diameter Standard Height $ 300.00 Crown Raise/Clearance Prune Hardwood tree 0" - 6" Diameter Standard Height $ 45.00 7" - 12" Diameter Standard Height $ 45.00 13" - 18" Diameter Standard Height $ 95.00 19" - 24" Diameter Standard Height $ 95.00 25" - 30" Diameter Standard Height $ 120.00 31" - 36" Diameter Standard Height $ 120.00 36"+ Diameter Standard Height $ 120.00 Palm Tree Trimming: Prune Date Palm (Phoenix spp.) $ 225.00 Clean Trunk for Date Palm (Phoenix spp.) per linear foot $ 40.00 Prune Fan Palm (Washingtonia spp.) $ 72.00 Clean Trunk for Fan Palm (Washingtonia spp.) per linear foot $ 25.00 Prune all other Palm Species $ 72.00 ATTACHMENT C - PAGE 1 OF 3 COST PROPOSAL RFP. NO 2025-10 Tree Removal — (per inch) Tree & Stump removal per dia. inch 0-24" dbh $ 40.00 Tree & Stump removal per dia. inch over 25" dbh $ 60.00 Stump grinding per stump diameter inch at grade $ 20.00 Tree Planting — (per tree) Tree planting includes tree, stakes, ties, and labor. 15 -gallon tree $ 225.00 24 -inch box tree $ 425.00 36 -inch box tree $ 1,100.00 Tree Watering (per hour) Watering of young trees includes water truck & operator -per hour $ 100.00 Milling Cost—(per board foot) Milling Lumber per Board Foot $ 20.00 Root Pruning — (per linear foot) Per foot of roots pruned $ 30.00 Root Barrier Installation — (per linear foot) Per foot of root barrier installed $ 30.00 General Labor Rates — (per man hour) 3 -man crew with equipment $ 100.00 Day Rate Service Crew - (per man hour) Boom truck per eight (8) hour day to include a chip body, low decibel chipper, I Sr. Tree Trimmer, 1 Trimmer & 1 Ground person $ 2,400.00 Svecialty Equipment Hourly Rate — (per hour) Crane $ 200.00 95 -foot aerial tower $ 200.00 Loader or Bobcat $ 150.00 Emergency Services — (per hour) Emergency response services per man hour: During normal business hours (Mon -Fri lam to 4pm) $ 125.00 After hours, weekends &/or holidays $ 150.00 General Arborists Services — (per hour) Unit Price in Figures Written Arborist Reports $ 175.00 Resitograph testing $ 175.00 Ground Penetrating Radar $ 175.00 ATTACHMENT C- PAGE 2OF3 COSTPROPOSAL RFP. NO 2025-10 Air spade Services $ 175.00 Fumigation Services $ 175.00 Fertilization Services $ 175.00 Level 1, 2 and 3 Risk Assessments $ 175.00 Soil Testing / Soil enhancements $ 175.00 Citywide tree risk survey (Per Tree) $ 10.00 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 $ 12.00 Tree Canopy Spraying from aerial tower per diameter inch $ 12.00 Description: Foliar hydraulic spraying of recommended material.) Insecticide or Fungicide Trunk Banding per diameter inch $ 12.00 Description: Trunk spray ofrecommended material. PGR Trunk Banding per diameter inch $ 12.00 Description: Trunk spray of recommended material to regulate plant growth. Insecticide or PGR Soil Application (Cambistat) per diameter inch $ 12.00 Description: Recommended insecticide soil infection 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. 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. 12.00 $ 12.00 Walls] 12.00 12.00 12.00 Avermectin Class Insecticide Injection per diameter inch $ 12.00 Description: Recommended trunk injection of Emamectin benzoate active ingredient. ATTACHMENT C - PAGE 3 OF 3 EXHIBIT D INSURANCE REQUIREMENTS 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 amounts of insurance: Commercial 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 $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. 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 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor 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. Contractor shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees and volunteers. 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. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any D-1 reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 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. Requirements not limiting: Requirements of specific coverage features or limits contained in this Section 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. If the Consultant maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Acceptable insurers: All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers 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 Agency's Risk Manager. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: Contractor 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. 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. D-2 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. 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 prior written consent. 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. 8. Certificate(s) are to reflect that the insurerwill 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 subcontractors, and any other party involved with the project who is brought onto or involved in the project 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. D-3 Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11.Contractor 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 Contractor'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 Contractor, which may include reduction or elimination of the deductible or self-insured 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 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. 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' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. D-4 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. Contractor 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 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. D-5 /� do CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 1= 025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(in) must have ADDITIONAL INSURED provisions or be endorsed. R SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endow men s . PRODUCER EE2A€RCT Aon Risk Insurance services Nest, Inc. LOS Angeles CA office 707 Wilshire Boulevard F� e. Een: (866) 283-7122(800) 363-0105 luE. xo.I: Min: suite 2600 INSURER(S) AFFORDING COVERAGE NAICY LOS Angeles CA 90017-0460 USA INSURED INSURERA: Property 6 Casualty Ins Cc of Hartford 34690 INSURER B. Hartford Fire Insurance Co. 19682 Nest Coast Arborists, Inc. 2200 E via Burton Anaheim CA 92806 USA INSURER o-. Navigators Specialty Insurance Company 36056 INSURERo: Upland Specialty Insurance Comp 16988 INSURER E: INSURER F: T. CERTIFICATE NUMBER: 57011717561t REVISION NUMBER: e THIS I$ TO CERTIFY THAT THE POLICIES ,OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF MY CONTRACT OR OTHER DOCUMENT NTH RESPECT TO YMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits Shown are as requested IL TYPEOFINSURANCE AIL D IVW POINUMBER ( FA I 1 Y YYI LIMITS 0 % COMMERCWLGENERALLABILTY CLAIMS MADE OCCUR Y Y 7 ECS$ I SIR dpp1TQ5 per policy terns 81 COndl )Ons EAOHOCCURRENCE $2,000,00 PREMISES (Ea —mar $1,000,00 MED EXP (My one person) PERSONALSADVINJORY $2,000,000 GEN'LAGGREWTE LIMIT APPLIES PER GENERALAGGREGATE 54,000,000 PRODUCTS -CONNOR AGO $4,000,00 POLICY E PRO- F LOL ECT OTHER B AUTOMOBILE LIABILITY Y 72 CSE 589302 07/01/2025 07/01/2026 COMBINED SINGLE LIMIT $2,000,000 IEa ealden ) BODILY INJURY I Per peroral % O SCHEDULED ATAUTOS AUTOS ONLY HIRED PVIOB NON-0MEO ONLY AUTOS ONLY BODILY INJURY (Per acaoenl) PROPERDAMAGE (Per SadeM) C UMBREL"Un % 0 LR AZ25 uCZ059NKIC 07/01/2025 07/01/2026 EACH OCCURRENCE $3,000,00 AGGREGATE 53,000,000 % EXCESSLIAR CLAIMS -MAGE DEO I RETENTION A WORKERS COMPENSATION AND EMPLOYERS'LNBIUIV YIN ANY EfORr MVNIERIExECJTVL 72MS89300 Workers Comp AZ CA, Tx 07/01/2025 07/01/2026 X I PER STATUTE I RRH- EL EACH ACCIDENT E2,000, 000 KF.ry.L,6LFEiCLUSE V! N (Mandaby In M., NIA EL DISEASE£A EMPLOYEE $2,000,000 E.L. DISEABEFOLICY LIMIT S2,000,00( lyesCRIPTION OF OPERATIONS deamM UM¢r DESCNox DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101. AddNbnal Remarks YNaduM, may W MMCM a Iron seem b reouNM) The City of Rosemead, its officials, employees and agents are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A Waiver of subrogation is granted in favor of City of Rosemead, its officials, employees and agents in accordance with the policy provisions of the General Liability policy. General available to an Additional Insured( but, Liability policy evidenced herein is primary and Non -Contributory to other insurance only in accordance with the policy's provisions. Excess Liability follows form over the General Liability, Automobile LTabil Tt and Employers Liability policies. CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH INE POI -ICY PROVISIONS. City of Rosemead I AUTHORIZED REPRESENTATIVE Public Services Manager g 8838 E. valley Blvd. � 4-�E A � Yj N04 W �a/1m Rosemead CA 91770 USA f. 11411 RIX 01988-2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD GE a a x AGENCY CUSTOMER ID: 570000083713 LOC #: A� ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY AOn Risk Insurance Services West, Inc. NAMED INSURED West coast Arborists, Inc. POLICYNUMBER See Certificate Number: 570117175617 CARRIER see certificate Number: 570117175617 I NNC CODE EFFECTIVE DATE THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC # INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR MND POLICYRUMBERLIMITS POLICY EFFECTIVE DATE M."ONVIV POLICY EDATE NM/00/YYYY) (MMIDDIY EXCESS LIABILITY D USXSLO163325 07/01/2025 07/01/2026 Aggregate $2,000,000 Each occurrence $2,000,000 ACORD 101(300!101) ® 300 ACORD CORPORATION. All d0hts..d. no ACORD nama and IDDD am maishood marks cf ACORO AGENCY CUSTOMER ID: 570000083713 LOC #: A ADDITIONAL REMARKS SCHEDULE Page _ of AGENCY Aon Risk Insurance services west, Inc. NAMED INSURED west Coast Arborists, Inc. POLICY NUMBER See Certificate Number: 570117175617 CARRIER See Certificate Number: 570117175617 I NAIL CODE EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance EXCESS Liability Excess Liability 5m Xs 5m Policy #03138990 Allied world National Assurance Company Term: 7/1/2025-7/1/2026 Limit: $5,000,000 Aggregate/occurrence Excess Liability 5m xs 10m Policy #ELD30008477204 Endurance American Specialty Ins Co. Term: 7/1/2025-7/1/2026 Limit: $5,000,000 Aggregate/Occurrence ACORD 101(nW01) ® 20M ACORD CORPORATION. All dYOd naervsd. The ACORD name and logo am mg1sle ad mane of ACORD POLICYNUMBER:72 ECS 589301 COMMERCIAL GENERAL LIABILITY CG 20 1012 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to required by a contract or will pay on behalf of the amount of insurance: the additional insured is agreement, the most we additional insured is the 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 112 19 POLICY NUMBER: 72 ECS 589301 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations WHERE REQUIRED BY WRITTEN CONTRACT WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 3712 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 72 ECS S89301 COMMERCIAL GENERAL LIABILITY CG 24 0412 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph S. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 0412 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 72 ECS S89301 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITION - PRIMARY OR PRIMARY AND NON-CONTRIBUTORY WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: COVERAGE COMMERCIAL GENERAL LIABILITY COVERAGE PART (EXCESS) COMMERCIAL GENERAL LIABILITY COVERAGE PART (EXCESS — BROAD FORM) With respect to other insurance available to any c. Excess Insurance person or organization who is an additional insured (1) This insurance is excess over any of the under this Coverage Part, the following is added to other insurance, whether primary, excess, Paragraph 4., Other Insurance of Section IV — contingent or on any other basis: Commercial General Liability Conditions: (a) Your Work 4. Other Insurance That is Fire, Extended Coverage, If other valid and collectible insurance is available Builder's Risk, Installation Risk or to the insured for a loss we cover under similar coverage for "your work"; Coverages A or B of this Coverage Part, our (b) Aircraft, Auto Or Watercraft obligations are limited as follows: a. Primary Insurance When Required By If the loss arises out of the "autos" Contract maintenance or use of aircraft, or watercraft to the extent not subject If you have agreed in a written contract, to Exclusion g. of Section I — written agreement or permit that this Coverage A — Bodily Injury And insurance be primary, then subject to the Property Damage Liability; or "self-insured retention", this insurance is (c) Property Damage to Borrowed primary except when Paragraph c. below Equipment Or Use Of Elevators applies. If other insurance is also primary, we "property "property will share with all that other insurance by the If the loss arises out of method described in Paragraph d. below. damage" to borrowed equipment or the use of elevators to the extent not b. Primary And Non -Contributory To Other subject to Exclusion j. of Section I - Insurance When Required By Contract Coverage A - Bodily Injury And If you have agreed in a written contract, Property Damage Liability. written agreement, or permit that this (2) When this insurance is excess over other insurance is primary and non-contributory with insurance, we will pay only our share of the additional insured's own insurance, then the amount of the loss, if any, that subject to the "self-insured retention", this exceeds the sum of: insurance is primary except when Paragraph (a) The total amount that all such other c. below applies and we will not seek insurance would pay for the loss in contribution from that other insurance. the absence of this insurance; and Paragraphs a. and b. do not apply to other (b) The total of all deductible and self- insurance to which the additional insured has insured amounts under all that other been added as an additional insured. insurance. Form EH 24 03 08 09 Page 1 of 2 © 2009, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) (3) We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. d. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Page 2 of 2 Form EH 24 03 08 09 POLICY NUMBER: 72 ECS S89301 COMMERCIAL GENERAL LIABILITY CG 20 12 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Govemmental Agency Or Subdivision Or Political Subdivision: WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. This insurance does not apply to: a. 'Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal govemment, state or municipality; or b. "Bodily injury" or "property damage" included within the 'products -completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 12 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 72 CSE 589302 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. [Endorsement med Insured: WEST COAST ARBORISTS, INC. EffectiveDate: o7/oI/zozs SCHEDULE Name Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 4810 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 FIRST AMENDMENT TO SERVICES AGREEMENT FOR TREE MAINTENANCE SERVICES (WEST COAST ARBORISTS, INC.) This FIRST AMENDMENT ("Amendment") is made and entered into this 1' day of 4 MAS 'r, 20_j ("Effective Date"), by and between the City of Rosemead, a municipal organization, organized under the laws of the State of California with its principal place of business at 8838 East Valley Blvd., Rosemead, California 91770 ("City") and West Coast Arborists, Inc., a limited liability corporation with its principal place of business at 2200 E. Via Burton Street, Anaheim, CA ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." WHEREAS, City and Contractor entered into an agreement on September 11, 2024, for Tree Maintenance Services (the "Agreement"); and WHEREAS, this Agreement is set to expire on October 31, 2024 and WHEREAS, the City and the Contractor may mutually agree to extend the term of this Agreement; and WHEREAS, amending the September 11, 2024, is beyond the City Manager' contracting authority and therefore this First Amendment is approved by the City Council; and WHEREAS, the City desires to ratify the Agreement compensation from $30,000 to $120,000 to maintain contract services through the extended contract term; NOW, THEREFORE, the Parties agree as follows: SECTION 1. Section 3.1.2 of the initial Agreement shall be amended to read: 3.1.2 Term. The term of this Agreement shall be extended for an additional eight-month term from November 1, 2024, to June 30, 2025, at the sole and absolute discretion of the City, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. SECTION 2. Section 3.3.1 of the initial Agreement shall be amended to read: 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 A attached hereto and incorporated herein by reference. The total compensation under this agreement during the First Amendment period ending June 30, 2025, shall not exceed One Hundred Twenty Thousand Dollars ($120,000). Extra Work may be authorized, as described in the Original Agreement, and if authorized, will be compensated at the rates and manner set forth in this Agreement. SECTION 3. All other terms, conditions, and provisions of the initial Agreement dated September 11, 2024, not in conflict with this First Amendment, shall remain in full force and effect. SECTION 4. The City Clerk shall certify to the adoption of this First Amendment and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this First Agreement to be executed by their duly authorized representatives as of the day and year first above written. (Signatures on next page) CITY OF ROSEMEAD WEST COAST ARBORIST, INC 'l' By: Ben Kim Date City Manager Attest: � Ericka Hernandez Cify Clerk Approved as to Form: !( g Date Rachel Richman Date Name: Patrick Mahoney Title: President [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] By: Name: Richard �nev City Attorney Title: Secretary CITY OF ROSEMEAD TREE MAINTENANCE SERVICES AGREEMENT (WEST COAST ARBORISTS, INC.) PARTIES AND DATE. This Agreement is made and entered into this 0A day of qNkpgW , 2024 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 West Coast Arborists, Inc. with its principal place of business at 2200 E. Via Burton Street, Anaheim, CA (hereinafter referred to as "Contractor'). City and Contractor are sometimes individually referred to as `Party" and collectively as "Parties" in this Agreement. 2. RECITALS. 2.1 Contractor. 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 Tree Maintenance 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. 2.2 Project. City desires to engage Contractor to render such services for Tree Maintenance Services ("Project") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 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 A-1 customary work necessary to fully and adequately supply the professional Tree 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 September 11, 2024, to October 31, 2024, unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other 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 Responsibilities of Contractor. 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 "A" 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 the Director of Public Works, 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 A-2 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 Mr. Gonzalo Regalado, 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, 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 A-3 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 B attached to and part of this 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 "A" 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 "A" 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. 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 Fees and Payments. 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 A attached hereto and incorporated herein by reference. The total compensation shall not exceed Thirty Thousand Dollars ($30,000.00) 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 A-5 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 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 Accounting Records. 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 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice M 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 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: CITY: West Coast Arborists, Inc. 2200 E. Via Burton Street Anaheim, CA 92806 Attn: Gonzalo Regalado Tel: (626) 255-7618 City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Director of Public Works 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 A-7 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. 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 orwillful 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. Contractors 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 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 OR relevant provisions of City's Minority Business Enterprise program, Affirmative Action 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 Subcontracting. 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. [signatures on next page] A-10 CITY OF ROSEMEAD [INSERT;N ME OF CONTRACTOR] y. By: Ben Kim,C' anager Name: Patrick Mahoney Attest: / L4�_ Title: President Ericka Hernandez, City Clerk [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Approved as to Form: Rachel Richman, City Attorney A-11 By: Name: Richard Mahoney Title: Secretary EXHIBIT A SCOPE OF MAINTENANCE SERVICES [insert scope] A-12 cN FIRST AMENDMENT TO TREE MAINTENANCE SERVICES AGREEMENT (WEST COAST ARBORISTS, INC.) This FIRST AMENDMENT ("Amendment') is made and entered into this day of 2022 ("Effective Date"), by and between the City of Rosemead, a municipM organization, organized under the laws of the State of California with its principal place of business at 8838 East Valley Blvd., Rosemead, California 91770 ("City") and West Coast Arborists, Inc. with its principal place of business at 2200 E. Via Burton, Anaheim, CA 92806 (°Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." WHEREAS, City and Contractor entered into an agreement on July 23, 2019, for Tree Maintenance Services (the "Agreement'); and WHEREAS, this Agreement is set to expire on September 10, 2022; and WHEREAS, Section 3.3.1 of the Original Agreement defines Agreement compensation not to exceed One Hundred Eighty -Six Thousand Seven Hundred Dollars ($186,700) per year; and WHEREAS, City and Contractor may mutually agree to extend the term of this Agreement for two additional years; and WHEREAS, City and Consultant desire to increase the annual compensation by Nine Thousand Three Hundred Thirty -Five Dollars ($9,335) to a not to exceed annual amount of One Hundred Ninety -Six Thousand Thirty -Five Dollars ($196,035). NOW, THEREFORE, the Parties agree as follows: 1. The Agreement shall be amended. 2. Section 3.1.2 of the Original Agreement shall be amended to read as follows: 3.1.2 Term. The term of this Agreement shall be from Effective Date shown above to September 10, 2024, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. West Coast Arborists, Inc. Page 2 of 3 3. Section 3.3.1 of the Original Agreement shall be amended to read as follows: 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 One Hundred Ninety -Six Thousand Thirty -Five Dollars ($196,035) per year, 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. 4. All other terms, condition, and provisions of the Original Agreement not in conflict with this Addendum, shall remain in full force and effect. 5. The City Clerk shall certify to the adoption of this Addendum and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized representatives as of the day and year first above written. (SIGNATURES ON NEXT PAGE) West Coast Arborists, Inc. Page 3 of 3 CITY OF ROSEMEAD Ben Kim, City anager a Attest: NUka h�" �r thop'1. Ericka Hernandez, City Clerk Date WEST COAAT ARBORISTS, INC. Signature Date Name:?Pl YA � L -V 0 16 C `� Print Title: 'fk lFS tp)C P f [if Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] A pt ved as t on Z� By. Rachel ichman, i y Attorney Date I>•F riiTal Title: 'free Care Professionals .Serving C'onmmnitiec 11'ho Care About Trees July 05, 2022 CITY OF ROSEMEAD ATTN. JAMES LARA 8838 E. VALLEY BLVD ROSEMEAD, CA 91770 RE: Tree Maintenance Services performed by WCA. Inc. Dear Mr. Lara, www.WCAINC.com As we approach the end of the current contract year, West Coast Arborists, Inc. would like to take this opportunity to convey our sincere gratitude to you and your staff for another successful year. Together, we have worked diligently to maintain the integrity, health and preservation of the community's urban forest. The purpose of this letter is to express our interest in continuing with the agreement for an additional two (2) years with a one-time adjustment in cost. The adjustment is a result of Consumer Price Index (CPI) changes and increased labor costs as determined by the California Department of Industrial Relations. Although the Consumer Price Index (CPI) for the area from the previous calendar year, as published by the Department of Labor's Bureau of Labor Statistics stands at 8.5%, we respectfully request a cost adjustment of 5.0% to help minimize the City's financial constraint. Effective Dates: September 10, 2022 - September 9, 2024 CPI Adjustment Requested: 5.00% Region Area: Los Angeles -Long Beach -Anaheim We appreciate your consideration in this matter and look forward to continuing our successful business relationship. Should you have any questions or require additional information, please do not hesitate to email meat vgonzalez(o)wcainc.com or call meat (800) 521-3714. Sincerely, Vt,-� �- 61-, Victor M. Gonzalez Vice President, Business Development vSoC, & CITY OF ROSEMEAD Schedule of Compensation for Year 2022 - 2024 Tree Maintenance Services performed by WCA, Inc. Item Description 1 Grid Prune Each $73.50 2 Block Prune Each $140.70 3 Svc Rqst Prune 0-6 DSH Each $51.45 4 Svc Rost Prune 7-12 DSH Each $98.70 5 Svc Rqst Prune 13-18 DSH Each $151.20 6 Svc Rqst Prune 19-24 DSH Each $203.70 7 Svc Rqst Prune 25-30 DSH Each $266.70 8 Svc Rqst Prune 31+ DSH Each $308.70 9 Raise/Clearance Prune 0-12 DSH Each $46.20 10 Raise/Clearance Prune 13-24 DSH Each $98.70 11 Raise/Clearance Prune 25+ DSH Each $130.20 12 Date Palm Prune Each $266.70 13 Fan Palm Prune Each $73.50 14 Palm Prune, all other species Each $73.50 15 Date Palm Trunk Clean Foot $42.00 16 Fan Palm Trunk Clean Foot $19.95 17 Tree & Stump Rmvl 0-24 DSH Inch $39.90 18 Tree & Stump Rmvl 25+ DSH Inch $50.40 19 Stump Grinding Inch $14.70 20 Plant 15 Gallon Tree Each $172.20 21 Plant 24" Box Tree Each $350.70 22 Plant 36' Box Tree Each $896.70 23 Tree Watering Man Hour $92.40 24 Milling Lumber Foot $14.70 25 Root Prune Foot $25.20 26 Root Barrier Installation Foot $25.20 27 Arborist Report Man Hour $151.20 28 Resistograph Testing Man Hour $151.20 29 Ground Penetrating Radar Man Hour $177.45 30 Air Spade Services Man Hour $177.45 31 Fumigation Services Man Hour $177.45 32 Fertilization Services Man Hour $151.20 33 Level 1,2,3 Assessment Man Hour $151.20 34 Soil Testing/Enchancement Man Hour $151.20 Prrted on: 7/5/2022 2:2429 PM Page 2 of 3 The current rates have remained fix since September 2019. The proposed rates reflect a 5.0% increase to help offset the increase in prevailing wage as established by the state's Department of Industrial Relations and the increase in operating costs for recycling, and fuel. Upon approval, the new rates will he valid for two years, effective 9/10/22 and valid through 9/09/24. Planted or. 76i2022 2:2229 Pn? Page 3 of 3 CITY OF ROSEMEAD Schedule of Compensation for Year 2022 - 2023 Tree Maintenance Services performed by WCA, Inc. Item Description ® ... -. 35 Citywide Tree Risk Survey - per tree Each $5.25 36 GPS Tree Inventory Each $3.15 37 Canopy Spray from Ground Inch $2.10 38 Canopy Spray from Aerial Lift Inch $4.20 39 Insecticide/Fungicide Trunk Banding Inch $5.25 40 PGR Trunk Banding Inch $2.10 41 Insecticide/PGR Soil Application Inch $4.20 42 Insecticide/Fungicide Soil Application Inch $2.10 43 Soil Injection - Fertilization Inch $3.15 44 Soil Drenching Fertilization Inch $2.10 45 Trunk Injection - Insecticide Inch $5.25 46 Trunk Injection - Fungicide Inch $4.20 47 Trunk Injection - Combo Inch $8.40 48 Avermectin Class Injection Inch $6.30 49 Crane Rental Hour $203.70 50 95' Aerial Tower Rental Hour $182.70 51 Loader or Bobcat Rental Hour $151.20 52 Crew Rental - per man Man Hour $92.40 53 Emergency Response - business hrs Man Hour $103.95 54 Emergency Response - after hrs Man Hour $124.95 The current rates have remained fix since September 2019. The proposed rates reflect a 5.0% increase to help offset the increase in prevailing wage as established by the state's Department of Industrial Relations and the increase in operating costs for recycling, and fuel. Upon approval, the new rates will he valid for two years, effective 9/10/22 and valid through 9/09/24. Planted or. 76i2022 2:2229 Pn? Page 3 of 3 I r. TREE MAINTENANCE SERVICES AGREEMENT ,{WI=SR(+C+OAS�i §� 10STSSTtS` INC-- PARTIES AND DATE This Agreement is made and entered into this 5e a 7e. 4',/012,0/4 by and between the City of Rosemead, a municipal organ z tion organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, Califomia 91770 ("City") and West Coast Arborists, Inc. with its principal place of business at 2200 E Via Burton Street, Anaheim, CA 92806 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain services required by the City on 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. TERMS 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to fumish 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 three (3) years, with the option for renewal for up 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: _1-g4mhe. io 12619. WEST COAST ARBORISTS, INC. 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 alterthe 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 entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For the purpose of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 3.2 Responsibilitles of Contractor. 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 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 perforin the Services in conformance with such conditions. In order WEST COAST ARBORISTS, INC. Page 3 of 29 to facilitate Contractor's conformance with an established 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 Director of Public Works, Christopher Daste, 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. Gonzalo Regalado, Area Manager, 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 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 perforin the Services, including a City Business License, and WEST COAST ARBORISTS, INC. Page 4 of 29 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 complywith 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 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. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Contractor shall maintain prior to the beginning of and forthe 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. WEST COAST ARBORISTS, INC. Page 5 of 29 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, inclu reimbursements, for all Services rendered under this Agreement. ntrastor-propRsal-(f,&hibit'B)9Extra Work may be authorized, as described below, and if auftionzed, 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 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 work, but which the parties did not reasonably anticipate to 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., 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 Accounting Records. 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 WEST COAST ARBORISTS, INC. 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. 3.5 General Provisions. 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 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 be 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: West Coast Arborists, Inc. 2200 E. Via Burton Street Anaheim, CA 92806 Attn: Gonzalo Regalado Tel: (626) 255-7618 CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Director of Public Works, Christopher Daste WEST COAST ARBORISTS, INC. Page 7 of 29 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 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 City. 3.5.4 Cooperation; FurtherActs. 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 parry, 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. WEST COASTARBORISTS, INC. 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, employees, agents or volunteers. 3.5.7 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. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Contractors. City reserves right to employ other Contractors in connection with Tree Maintenance Services, 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the 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 WEST COAST ARBORISTS, INC. Page 9 of 29 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. 3.5.14 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. 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 WEST COAST ARBORISTS, INC. Page 10 of 29 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 EnterAgreement. 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 may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 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. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. LIST OF EXHIBITS • Exhibit A Scope of Work • Exhibit B Bid Unit Prices and Amendment • Exhibit C Insurance Requirements WEST COAST ARBORISTS, INC. Page 11 of 29 CITY OF ROSEMEAD WEST COAST ARBORISTS, INC ty &491 Mb lL eta G I b By: Gloria Molleca, City Manager Date ATTEST: f D Ericka Hernandez, City Clerk Da APPROVED AS TO FORM: Rachel Richman, City Attorney Date 0 Patrick Haheney President Title: 8/30/19 Date { n���=��r e .� - o• rim`; _- By: 8/30/19 Date Name: Title: Secretary PERFORMANCE BOND California Public Works aysuxaNce EXECUTED IN TRIPLICATE Bond No: RCB0024236 Premium: S 1,407.00 KNOW ALL MEN BY THESE PRESENTS, That we, WEST COAST ARBORISTS, INC. 'called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY, Illinois corporation authorized to do business as surety in the State of California, called the Surety, are held and firmly bound unto CITY..OF ROSEMEAD called the Obligee, in the sum of ONE HUNDRED EIGHTY7tSIX THOUSAND SEVEN HUNDRED AND NO/100 Dollars ($ 186, 700.00 ) for the payment whereof said Principal and Surety bind themselves Gamily by these presents. WHEREAS, the Principal has entered into a contract, dated the _ day of _, with the Obligee to do and perform the following work, to -wit: _ ____ ---- RFP: _ _RFP: #2019-09 FOR COMMUNITY TREE MAINTENANCE SERVICES ("Contract'7; NOW, THEREFORE, the condition of this obligation is such that if the Principal shall well and truly perform theconstntetion work ailed for under the Contract then this obligation shall be void; otherwise to remain in fall force and effect. ?ROVIDED, however, that this bond is for the benefit ofthe named Obligee only, and nootherpeison orentity has any rights against is bond; and 'ROVIDED, FURTHER, that any suit underthis bond must be instituted before theexpiration of one (1) year from the date on which Ptincipallast performed work under the Contract or from the date of substantial completion of the Contract, whichever is earlier; d ** kOVIDED, FURTHER, that this bond shall not be liable for any liability of the Principal for tortious actions orinactions, whether iot said liability is imposed by statute, common law, or is imposed by the Contract. It is the intent of all parties that this bond shall be a substitute for or supplemental to any liability or other insurance required by the Contract. ned and sealed this 4th day SEPTEMBER 2019 tcipal: WEST COAS' A OR , I C. CONT CTORSBO N)1NGANDINSURANCECOMPANY Presiden By. Patrick Maho ey, attorney -in- t MICHA D. STONG THE EFFECTIVE DATE OF THE BOND SHALL BE FROM 9/1/19 THROUGH8/31/20 AND SURETY SHALL NOT BE LIABLE FOR ANY DEFAULTS OR EVENTS ARISING EITHER BEFORE OR AFTER THE EFFECTIVE DATE OF THE BOND. AT SOLE OPTION OF THE SURETY, THE BOND MAY ONLY BE RENEWED BY CONTINUATION OR RENEWAL CERTIFICATE, AND/OR RIDER SETTING FORTH NEV COMMENCEMENT AND EXPIRATION DATES. NON—RENEWAL OF THE BOND, WHETHER OR NOT A BREACH OF CONTRACT, SHALL NOT BE CONSIDERED A BREACH WITHIN 771E EFFECTIVE PERIOD OF THE BOND. BndLHPP.01 -CAo22196 CALIFORWA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 [Anotrary public or other officer completing this certificate verifies only the Identity of the Individual who signed the ent to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia County of ORANGE ) On 9/4/19 before me, Amelia I Menzel Notay Public -Date - Here Insert Name and Title of the Officer personally appeared Patrick of Signer(s) Who proved to me on the basis of satisfactory evidence to be th - ersonW whose name�`p,{' bed to the within instrument and ackno ged to me that(e heftheyexecuted the/sam in hi horized capacity(6"rid that Aerfthe rsignaturei(�f on the instrument the person j, ort he entity upon behalf of which the personr(s'('acted; executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS my hand apd official seal. Signaturet Stgnature f Notary Public Place Notary Seal Above OPTIONAL Mough this section is oplional, completing this informhon can deter alteration of the document or fraudulent reattachment of this form» to an unintended document. Description of Attached Document idle or Type of Document: City of Rosemead Performance Bond Document Date: Number of Pages: Signer(s) Other Than Named Above: .__. Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): _. O Partner - 7 Limited ❑ General • Individual ❑ Attorney in Fact ❑ Trustee O Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): El Partner - 0 Limited. -❑ General • Individual ❑ Attorney In Fact • Trustee 73 Guardian or Conservator ❑ Other: Signer Is Representing: AMELIA HMry Puhli[ CaO :` ;•ro:.c County grange County Commission a 2284397 My Comm. ESpirm Apr 22023 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNESS my hand apd official seal. Signaturet Stgnature f Notary Public Place Notary Seal Above OPTIONAL Mough this section is oplional, completing this informhon can deter alteration of the document or fraudulent reattachment of this form» to an unintended document. Description of Attached Document idle or Type of Document: City of Rosemead Performance Bond Document Date: Number of Pages: Signer(s) Other Than Named Above: .__. Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): _. O Partner - 7 Limited ❑ General • Individual ❑ Attorney in Fact ❑ Trustee O Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): El Partner - 0 Limited. -❑ General • Individual ❑ Attorney In Fact • Trustee 73 Guardian or Conservator ❑ Other: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § I lag A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this cerfificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On ) On / A!/�L o_0 before me, R Napo! "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D STONG Namefs) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(o is/am subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in histher/their authorized capacity(let:), and that by hisftrAheir signature(a) on the instrument the person(*, or the entity upon behalf of which the person(s) acted, executed the instrument. R. M?PI COeAI. tl 2152652 NOTAR45uC I UFORNIA RWERSIOE COUNTY I My Comm. Exp. June 7, 2010 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature )./1 64,04 Signefurre of Notary Public OPTIONAL Though this section Is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacfty(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n other: Signer Is Representing: Signer's Name: ❑ Corporate Off lcer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator F-1 Other: Signer Is Representing: VAY1V1ENT BUND Califomia Public Works EXECUTED IN TRIPLICATE Bond No. RCB0024236 Chorge for this bond is included in premium for Performance Bond. KNOW ALL MEN BY THESE PRESENTS, That we, WEST COAST ARBORISTS, INC. called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY, Illinois corporation authorized to do business as surety in the State of California, called the Surety, are held and firmly bound unto CITY.OF ROSEMEAD called the Obligee, in the sum of ONE HUNDRED EIGHTY—SIX THOUSAND SEVEN HUNDRED AND N0/100 Dollars ($ 186 700.00 ) (penal sum) for the payment whereof said Principal and Surety bind themselves firmly by these presents. for WHEREAS, the Principal has entered into a contract dated the T day of , 19_ with the Obligee, RFP: 82019-09 FOR DOMNUNITY TREE MAINTENANCE SERVICES ("Contract"); NOW, THEREFORE, if the Principal or its direct subcontractor shall pay all of the persons named in Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work orlaborperformed under the Contract, or any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractorand subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, then this obligation shall be'void, otherwise to remain in full force and effect, subject however to the following conditions: 1. That this bond is only for the benefit of persons named in Civil Code Section 3181 (and their assigns) who have contracts with the Principal or its subcontractor(s), and no other party shall have any right of action against this bond. 2. It is a condition precedent to claim upon this bond that claimant has given the 90 -day public works preliminary bond notice as provided in Civil Code Section 3091. 3. No suit maybe broughton this bond unless commenced before the expiration of six months after the period in which stop notices may be filed as provided in Civil Code Section 3184. 4. If suit is brought upon the bond, a reasonable anomey fee shall be paid to the prevailing party, but no attorney fee shall be paid from the bond unless such suit has been filed prior to payment by the Surety of the claim, 5. The Surety's liability hereunder is limited, singly or in the.aggregate, to the penal sum of the bond set forth herein, and any payment by the Surety to a claimant or claimants hereunder reduces and exonerates the bond to the full extent paid. Signed and sealed this 4th day of SEPTEMBER 2019 Principal: WEST COAS 0 ST I C. CONTRACTORS NG AND INSURANCE COMPANY By: By. Patric a o ey, resi ent MICHAEL D STONG A meyin-Fact ME EFFECTIVE DATE OF THE BOND S L BE FROM 9/1/19 OOGH 8/31/20AND SURETY HALL NOT BE LIABLE 'OR ANY DEFAULTS OR EVENTS ARISIN EITHER BEFORE OR AFTER THE EFFECTIVE DATE OF THE BOND. AT SO PTION OF. THE SURETY, THE BOND MAY ONLY BE RENEWED BY CONTINUATION OR RENEWAL CERTIFICATE, AND/ IDER SETTING FORTH NEW COMMENCEMENT AND EXPIRATION DATES. NON—RENEWAL OF THE BndL11YP.a1.CA022196 OND, WHETHER OR NOT A BREACH OF CONTRACT, SHALL.NOT BE CONSIDERED A BREACH WITHIN THE EFFECTIVE ERIOD OF THE BOND. CALIFORNIA ALL-PURPOSM ACKNOW&EDGMENT A notary public or other officer completing this certificate Verifies only the Identity of the individual who signed the document to which this certificate is attached. and not the truthfulness, accuracy, or validity of that document. State of California ) County of ORANGE ) On 914/19 before me, Amelia I. Menzel. Notary Public Date Here Insert Name and Title of the Officer personally appeared Narne(s) of Who proved to me on the basis of satisfactory evidence to be t erson(Ef whose name nbed to the within instrument and actino ged to me tha th executed the same in hi authorized capacityaw, and that b hi ' ignaturieK�on the instrument the person upon behalf of which the person(sjacuted the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. If A7FUAMeNiFL WITNESS my hand an officia seal NotaryKblk-Cali(ornia Orange County �• Commission 0 2281387 my Comm. Fxptres Apr S. 2023 y Signature Signature taty Public Place Notary Seal Above OPTIONAL Though this section is. optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document: Description of Attached Document Title or Type of Document: _City of Rosemead Payment Bond Document Data: Number of Pages: Signer(q) Other Than'Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: D Corporate Officer — Trtle(s): D Partner — El Unnited D General O Individual ❑ Attorney in Fact O Trustee D Guardian or Conservator ❑ Other: Signet Is Representing: Signer's Name: D Corporate Officer — Title(s)i O Partner — O Limited D General D Individual D Attorney in Fact 0 Trustee O Guardian or Conservator D Other: Signer Is Representing: r :r1 my smal Zvi :81iI1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of �Riverside ) 04 Lo before me, R Naooi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D SIDING Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/alae subscribed to the within instrument and acknowledged to me that he/sWthey executed the same in his/hLr/their authorized capacity(es), and that by his/her/their signature(s) on the instrument the person(8), or the entity upon behalf of which the person(x) acted, executed the instrument. R NAPPI z COMM.0 2152652 NDTARYPDELIC•CAURANIA RIVERSIDE CDUNIY A My Comm. Exp. June 1.1020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature�� Si nature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: G Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ti�G _ �ih ere�e�a`;av ✓•:<Y - hY.' dh_w` - _ _ eiG�r _ �.,� �G, � �. I � I � � ir� � irr • ar POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peorlq IL 61615 Phone: 800.645-2402 Know AU Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. _ That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company's do hereby make, constitute and appoint: Jeremy,gen�d,taact Rosemary Nanoi. Michael D. Stone. Jointly or severally in the City of Riverside . State of California its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( S25,000.000.00 1 for any single obligation. - The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "API bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall beexecuted in. the corporate name of the Company by the Presideut, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WFIEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this l Ith day of October 2018 . RLI Insurance Company Contractors Bonding and Insurance Company SEAL a By: '-,,• •. -; eye Barton W. Davis Vice President State of Illinois)} ^ ki;;••` ""N ft IH 0%,e° l County of Peoria SS CERTIFICATE On this I lth day of October 2018 . beforeme, a NotaryPublic, personally appeared Barton W. Davis . who being by me duly swom, acknowledged that he signed the above Power of Attorney n the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said wrporetion. . . By t /'flLtlM i. Gretchen L. Johnigk I Notary Public I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force, in testimony whereof, I have hereurao set toy hand and the seal of the Rik Insurance Comy, and/or of ton ondje d„Insunace Companythis day af� o" to `►, RLI Insurance Company Contractors Bonding and Insurance Company Jean M tepheason I Corporate Secretary onsnronur A0058617 WEST COAST ARBORISTS, INC. 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 2. Master street tree plan 3. Citywide tree pruning and maintenance (including parkway and median trees, park trees, and City facilities trees) 4. Tree removal 5. Tree planting 6. Crew rental (as needed) 7. Emergency response (as needed) 8. Clearance pruning 9. Tree watering 10. Small tree care 11. Palm trunk skinning 12. Root pruning 13. Specialty equipment rental (as needed) 14. Arborist servicestinspection 15. Data entry 16. Webpage development 17. Online maintenance access (i.e. Intemet-based access to an Urban Forestry Management tool that include work order tracking, ability to send work requests including but not limited to pruning, planting, and WEST COAST ARBORISTS, INC. Page 13 of 29 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 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 Intemet-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 WEST COAST ARBORISTS, INC. Page 14 of 29 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. 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 SSRI 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 ofArcView. 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. WEST COAST ARBORISTS, INC. Page 15 of 29 V. Project Special Provisions This project may include of special tree pruning, traffic clearance pruning, and palm pruning as specified in this Contract. 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, Z133-1-2006, 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 5:00 P.M. Limbs one inch (1 ") 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 (%) 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 (3'/z") 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 WEST COAST ARBORISTS, INC. Page 16 of 29 between trees where there is danger of transmitting the disease on tools. Fresh solution shall be mixed daily. 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 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 WEST COAST ARBORISTS, INC. Page 17 of 29 with City personnel regarding observed irrigation needs, landscaping needs, graffiti issues, etc. 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 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 speck 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, % 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 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 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 under any circumstances. Heading, rounding over, or stubbing shall not be an accepted practice for reducing the size orthe framework of any tree. 2. Pruning for Street Signs, Traffic Lights and Utility Lines WEST COAST ARBORISTS, INC. Page 18 of 29 During the course of this Contract, the Contractor may be required to perform utility line, street sign and traffic light clearance in 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 fortraffic 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, 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 and conform 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 b. Cut to laterals (just outside the branch bark ridge and collar) 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 in a manner selected by the Contractor and approved by the City and in accordance with the following: WEST COAST ARBORISTS, INC. Page 19 of 29 Palm Skinning - Dead fronds, and parts thereof, including stubs, 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 eighteen (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 othertree 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'/z') 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 WEST COAST ARBORISTS, INC. Page 20 of 29 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. 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 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 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. 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. e. 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. 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. Ina 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. WEST COAST ARBORISTS, INC. 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'/2") inch diameter. Tree ties shall be placed at one-third ('/s") 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 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 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 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 ANSI Z60.1- 1996 Standards. Trees shall be free from pests, disease and structural defects. 6. , Crew Rental 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. WEST COAST ARBORISTS, INC. Page 22 of 29 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. B. Tree Watering Watering shall be performed on newly planted trees that are three (3) years old and younger 9. 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. 10. Arborist Services 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. C. 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. WEST COAST ARBORISTS, INC. 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 Packing" signs shall be posted on individual trees scheduled for pruning twenty-four (24) hours prior to the work being performed. E. 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 Brush�,gnd debris generated by the Contractor shall be removed daily, sidewalks swept, lawns and parkways raked out and gutters cleaned. The City of Rosemead or his authorized representative, shall be the sole judge as to the adequacy of the clean up. F. 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 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. 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. WEST COAST ARBORISTS, INC. 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 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). I. Invoice 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. WEST COAST ARBORISTS, INC. Page 1 of 29 EXHIBIT B BID UNIT PRICES 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 will 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. FUNCTION COSTIUNIT 1. Regular Tree Planting (Including Tree, Material and Planting) $ ! 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 ME COST PROPOSAL .The undersigned proposes to punish all materials, supplies, equipment and/or services set firth herein, subject to all conditions outlined in the RPP, 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 Odd. Tree Pruning U Block Price per tree to Prune by Block . $ 134.00 Block tree pruning consists of pruning trees along a block segment or "ran" as designated by the City. This is different from "Grid Pnmine' where all trees are prune (small, medium and large-sized) within a grid or districL . Aesthetic or Service Request Prsmiag 011- 6" Diameter Standard Height $ 49.00 7" - 12" Diameter Standard Height $ 94.00 13"- 18" Diameter Standardldeight $ 144.00 19" - 24" Diameter StandardHeight $ 194.00 25"- 30" Diameter Standard Height $ 254.00 31"- 36" Diameter Standard Height $ • 294.00 36'+ Diameter Standard Height $ 294.00 Crown Rafse/Clearance Prune Hardwood tree 0" - 6" Diameter Standard Height $ 44.00 7" - 12" Diameter Standard Height - $ 44.00 13"- 18" Diameter Standard Height $ 94.00 19" - 24" Diameter Standard Height $ 94.00 25"- 30" Diameter Standard Height $ 124.00 31"- 36" Diameter Standard Height $ 124.00 36'+ Diameter Standard Height $ 124.00 Palm Tree Trimming: Page 29 Prune Date Palm (Phoenix spp.) $ 254.00 Clean Trunk for Date Palm (Phoenix spp.) per linear foot $ 40.00 Prune Fan Palm (Washingtonia SPP-) $ 70.00 Clean Trunk for Fan Palm (Washmgtonia spp.) per linear foot $ 19.00 Pnme all other Palm Species $ 70.00 Tree Removal— (oar inch) Tree & Stump removal per dia. inch 0-24" dbh $ 38.00 Tree & Stump removal per dia. inch over 25" dbh S 48.00 Stomp grinding per stump diameter inch at grade $ 14.00 Tree Plantine— (ner tree) Treeplanting includes tree, stakes, ties, and labor. 15 -gallon tree $ 164.00 24 -inch box free $ 334.00 36 -inch box tee $ 854.00 Tree Watering (per hour) _ Watering of young trees includes water truck & operator -per how $ 88.00 Millie o Cost— (ner board foot) MillingLumberperBoand Foot $ 14.00 Root Pruning — (nerlinear foot) Per foot of mots pruned $ 24.00 Root Barrier Installation— (per linear foot) Per foot of mot barrier installed $ 24.00 General Labor Rates — (per man hour) 3 -man crew with equipment $ 88.00 Dav 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 Gmundperson $ 88.00 6neoialty Eauimnent Hourly Rate— (ner hour) Crane $ 194.00 95 -foot aerial tower $ 174.00 Loader or Bobcat $ 144.00 Page 30 Emergency Services — (nee hoar) Emergency response services per man hour: During normal business hours (Mori -Fri lam to 4pm) $ 99.00 After hours, weekends &/or holidays $ 119.00 General Arborists Services — (per hour) - Unit Price in Figures written Arborist Reports $ 144.00 Resitograph testing $_ 144.00 Ground Penetrating Radar $----L69 —00 Air spade Services $ 169.00 Fumigation Services $ 169.00 Fertilization Services S ----L44 .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 bce sites)' Coat 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 -$ 2.00 Description: Soil applied drench of recommendedmaterial. _ Soil InjectionFertilization per diameter inch $ 3.00 Description: Soil applied injection ofrecommendedmaterial. Soil Drenching Fertilization per diameter inch $ 2.00 Description: Sort application of recommended material Trunk Injection (Insecticide/Miticide) per diameter inch $ 5.00 Description: Trunk injected recommended material Page'31 Trunk Injection (Fnogicide) 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 6-unk injection of two recommended materials. Avermectin Class Insecticide Injection per diameter inch $ 6.00 Description: Recommended trunk injection of Bmamectin benzoate active ingredient. Page 32 EXHIBIT B INSURANCE REQUIREMENTS 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 amounts of insurance. Commercial 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 $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract' language will not be accepted. 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 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor 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. Contractor shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees and volunteers. 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. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that O-1 would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 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. Requirements not limiting: Requirements of specific coverage features or limits contained in this Section 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. If the Consultant maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Acceptable insurers: All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers 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 Agency's Risk Manager. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: Contractor 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. 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 D-2 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. 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 prior written consent. 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. B. 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 subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to D-3 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 the project will be submitted to City for review. 11.Contractor 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 anyway involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor'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 Contractor, which may include reduction or elimination of the deductible or self-insured 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 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. 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' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not D-4 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. Contractor 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 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. D-5 ACOROEDAT t� CERTIFICATE OF LIABILITY INSURANCE (MM.2002e YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder Is an ADDITIONAL INSURED, the cy(ks) must have ADDITIONAL INSURED provisions or be enaw . If SUBROGATION IS WAIVED, subleat to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this Certificate does not confer rights to the cerfificate holder in lieu of such endomemen(s). PRODUCER Aon Risk Insurance Services West, Inc. Los An eles CA Office mi;"T (866) 2rl-]122 FV,X (800) 363-0105 No. EaOe AIC. xo.: L14ML ADDRESS: 707 Wilshire Boulevard suite 26D0 INSURER(SI AFFORDING COVERAGE NAICa Los Angeles CA 90017-0460 USA MUREO INSURER A: Hartford Fire Insurance Co. 19682 INSURER B: Navigators Specialty Insurance Company 36056 West Coast Arborists, Inc. 2200 E Via Burton Anaheim CA 92806 USA RSURM C: IN AMD: $1,000,OW ad1RFR E: CwIAsxAOE �X oCU1R aSUREe F: rnvcosr-ce rFIRTIFICATF NUMBER: 570108928520 REVISION NUMBER: INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requeste T TYPEOFINSusA E POLMY"om LIMITS % COIIERCIAL GENERAL LIABILRT' ECSS EACH OCCURPENCE $2,000,000 SIR applies per policy ter s e condi ions $1,000,OW CwIAsxAOE �X oCU1R PREM ES Ea ern MED OIP (Any oN, wTon) PERSONAL A ADV INJURY $2,009,000 tQi OENL AOGREWTE LVM APPLIES PER: GENEMLAGGREGATE 54,000,000 N PRODUCTS. COAPIDPAGG $4.000.000 POLICY �% JEC LOC r OTHER: A AMANYBILE UAIMLiTY 72 CSE 589302 07/01/202407/01/202S COMBINED SINGLE LIMB 52,000,000 BODILYIWURY(ParpumR,rj = X ANVAUTO BODILYBLURY(Pxe RMW) e OWNED SCHEDULED AUTOS ONLY AUTOS MITC9 NCNOWNED PROPEHTYDAMAOE tHIRED Par rbdm C ONLY AUTOS ONLY L B9=8,0— XOCCURSE 4EXCZ059NKIC EACHOCCURRENCE $5,000, AGGREGATE 55,000,000 CLNMS).WDE ED RETENTION A WOPo(ERSCONPFNSAIgNAM 7 WNS D7 1 72-4 07/01/202S X PER STATUTE qR EMLOWW LAI YIN ANY PROPRIETOR I PA"Mi ETECUOVE N workers Comp AZ CA E.L. EACH ACCIDENT 51,000,000 OFFCM.I EEMBER EVCLUDED) ❑ (Mm"bmr M K"E.L. MIA DISEASE -EA EMPLOYEE $1,000.000 b Ya; tlecnl6a un4n DE6CRIPtXR OF OPEMTXRSOab11 E.L DISEASE -POLICY UMrt $1.000.000— OGCRRgM:*, OFOPERATIONS I LOCATIONS I VEHICLES (ACORD 101, A004IORW Remerka SCha4DY, MY 1MIMPhW1 a more W" III "WmW) a city of Rosemead, its officials employees and agents are included as Additional insured in accordance with the policy e.. provisions of the General Liability and Automobile Liability policies. A Waiver of Subrogation is granted.In favor of City of General Rosemead. its officials, employees and agents in accordance with the policyprovisions of the General Liabllit� policy. Liability evidenced herein is and Non -Contributory to other insurance available to an Addition Insured, but policy primary only in accordance with the policy's provisions. Excess Liability follows form over the General Liability, Automobile Liability and Employers Liability Policies. CERTIFICATE HOLDER CANCELLATION iL BNOULD ANY OF THE ABOVE DESCRIBED POMCM3 BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE MVERED R ACCORDANCE WON THIS PMEVPROVSIOMS. Ci[y Of Rosemead ALIINOR® REPRESENTATIVE Public Services manager 8836E Valley Blvd �r _� yma� 0�✓/�'f. Rosemead CA 91770 USA MC'.�, �$' ®1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000083713 LOC #: "✓ o ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NUIED INSURED Aon Risk Insurance services West, Inc. West coast Arborists, Inc. POUOV NWI ER see certificate Number: 570106928520 CARRIER NAIC GCOE see certificate Number: 570106928520 EFI%CT DAM ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM ISA SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Ceniticate of Liability Insurance EXcess Liability Excess Liability Sm As 5m Policy #03138990 Allied world National Assurance company Term: 7/1/2024-7/1/2025 Limit: $5,000,000 Aggregate/Occurrence Excess Liability Sm As 10m Policy #ELD30008477203 Endurance American specialty ins co. Term: 7/1/2024-7/1/2D25 Limit: $5,000,000 Aggregate/Occurrence ACORD 101 (2MMI) 02008 ACORD CORPORATION. AN rlgMa no erved "A{x1RO name Ong logo ere rOglefeRO MAMAS Of AGORD POLICYNUMBER: 72 ECS S8930 - COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Orstanizationts) WHERE REQUIRED BY WRITTEN CONTRACT A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional Insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. WHERE REQUIRED BY WRITTEN CONTRACT be shown in B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment fumished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 0 Insurance Services Office, Inc., 2018 Page 11 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICYNUMBER: 72 ECS S89301 COMMERCIAL GENERAL LIABILITY CG 20 3712 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations WHERE REQUIRED BY WRITTEN CONTRACT WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However. 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional Insured will not be broader than that which you are required by the cordrect or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Or Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance: whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 1219 0 Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 72 ECS S89301 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS. Information required to complete this Schedule, 9 not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 72 sCs 589301 t� THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITION - PRIMARY OR PRIMARY AND NON-CONTRIBUTORY WHEN REQUIRED BY CONTRACT This endorsement modes insurance provided under the following: PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART (EXCESS) PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART (EXCESS — BROAD FORM) With respect to other insurance available to any person or organization who is an additional insured under this Coverage Part, the following replaces Paragraph 4., Other Insurance of Section IV — PRODUCTS/COMPLETED OPERATIONS LIABILITY CONDITIONS: 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance When Required By Contract If you have agreed in a written contract, written agreement or permit that this insurance be primary, then subject to the "self- insured retention", this insurance is primary . If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph c. below. b. Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement, or permit that this insurance is primary and non-contributory with the additional insured's own insurance, then subject to the "self-insured retention", this insurance is primary, and we will not seek contribution from that other insurance. Paragraphs a. and b, do not apply to other insurance to which the additional insured has been added as an additional insured. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Form EH 24 08 0314 Page 1 of 1 © 2014, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) POUCYNUM13ER: 72 ECS S89301 COMMERCIAL GENERAL LIABILITY CG 20 12 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law, and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to required by a contract or will pay on behalf of the amount of insurance: the additional insured is agreement, the most we additional insured is the 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 12 12 19 ® Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 72 CSE S89302 COMMERCIAL AUTO CA 20 4810 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modes insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: WEST COAST ARBORISTS, INC. Endorsement Effective Date: 07/01/2024 SCHEDULE Name Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2, of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 ACO CERTIFICATE OF LIABILITY INSURANCE DADaro 2024 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. Ifthe CerBDate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. N SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the Certificate holder in lieu of such endonumnee t(s). PRODUCER Huggins Dreckman Insurance License No. 0212199 5152 Katella Ave, Suite 206 LosAlamltos CA 90720 ACT There58 RagUB MAINE. PHONEWfl(562) 594-6541 Nn: (562) 594-0376 pODRE88: thereseghdinsure.mm INSUREPAS) AFFORDING COVERAGE tUICN INSUR ERA; Imnshore Specialty Ins. Co. 25445 INSURED West Coast AroonstS, Inc 2200 East Via Burton Anaheim CA 92aO6 INSURERS: INSURER C: INSURER D: INSURER E: INSURERF: NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. hLTR TYPE OF INSURANCE NIR AUTNORGDED RREEPREESSENNTATIVE POLICY NUMBER POLICY EFF WDD WYYY III LIMITS COMMERCIAL GENERAL LUIeIL1TY EACH OCCURRENCE S PREMISE nonce S CLAIMSMADE 71 OCCUR MEDEXP(Anyo,NM.) S PERSONAL S ACV INJURY $ GBVL AGGREGATE LIMIT APPLIES PE R GENERALAGGREGATE S PRODUCTS-LOMPIOPAGG S POLICY ❑ PRODJECT 71 LOC $ OTHER AUTOMOBILE LIABILITY COMBINEDV LELIMIT S tla n BODILY INJURY (P Pitoon) S ANYAUTO BODILY INJURY (PW a 001) S OWNED SCHEDULED AUTOSONLYAUTOS HIRED NOINED AUTOS GNLY HAUTOS ONLY DAMAGE S Per S UMBRELLAUAB El OCCUR EACH OCCURRENCE S AGGREGATE S EXCESSLIAB CLAIMS -MADE DED RETENTION ES WORKERS COMPENSATION AND EMPLOYERS LIABILITY YIN ANY PROPNETORJPARTNE1/ ECUrIVE PER STATER El. EACH ACCIDENT S E1. DISEASE - EA EMPLOYEE S OFFICER04W EMBER EXCDEOt O (MN dMory M NH) NIA E.L. DISEASE -POLICY LIMIT $ RW., desc4W antler DESCRIPTION OF OPERATIONS Debi General Aggregate $5,000.000 A Professional ti e: July 1. 2010 Retroactive Date: PE0905384-04 0WOV2024 07101/2025 Each Occurrence SS.O0.000 Retention $100,000 DESCRIPTIONOFOPERATIONSILOCATIONSIVEHICLES(ACORD101,A44Nonal RMM*$SCDa *mw DaaMehWMmoraspace Isrequlratl) CERTIFICATE HOLDER CANCELLATION ®1 9 314201 5 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo ere registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CRy of Rosemead Public Services Manager ACCORDANCE WITH THE POLICY PROVISIONS. 8838 E. Valley Blvd. AUTNORGDED RREEPREESSENNTATIVE Rosemead CA 91770 �a (�...c.�a..4.ry �� A ®1 9 314201 5 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo ere registered marks of ACORD FIRST AMENDMENT TO TREE MAINTENANCE SERVICES AGREEMENT (WEST COAST ARBORISTS, INC.) This FIRST AMENDMENT ("Amendment') is made and entered into this � day of 2022 ("Effective Date"), by and between the City of Rosemead, a municipM organization, organized under the laws of the State of California with its principal place of business at 8838 East Valley Blvd., Rosemead, California 91770 ("City') and West Coast Arborists, Inc. with its principal place of business at 2200 E. Via Burton, Anaheim, CA 92806 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." WHEREAS, City and Contractor entered into an agreement on July 23, 2019, for Tree Maintenance Services (the "Agreement'); and WHEREAS, this Agreement is set to expire on September 10. 2022; and WHEREAS, Section 3.3.1 of the Original Agreement defines Agreement compensation not to exceed One Hundred Eighty -Six Thousand Seven Hundred Dollars ($186,700) per year; and WHEREAS, City and Contractor may mutually agree to extend the term of this Agreement for two additional years; and WHEREAS, City and Consultant desire to increase the annual compensation by Nine Thousand Three Hundred Thirty -Five Dollars ($9,335) to a not to exceed annual amount of One Hundred Ninety -Six Thousand Thirty -Five Dollars ($196,035). NOW, THEREFORE, the Parties agree as follows: 1. The Agreement shall be amended. 2. Section 3.1.2 of the Original Agreement shall be amended to read as follows: 3.1.2 Term. The term of this Agreement shall be from Effective Date shown above to September 10, 2024, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines. West Coast Arborists, Inc. Page 2 of 3 3. Section 3.3.1 of the Original Agreement shall be amended to read as follows: 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 One Hundred Ninety -Six Thousand Thirty -Five Dollars ($196,035) per year, 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. 4. All other terms, condition, and provisions of the Original Agreement not in conflict with this Addendum, shall remain in full force and effect. 5. The City Clerk shall certify to the adoption of this Addendum and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized representatives as of the day and year first above written. {SIGNATURES ON NEXT PAGE] West Coast Arborists, Inc. Page 3 of 3 CITY OF ROSEMEAD Ben Kim7>01 City anager a Attest: "L iIiir O1Io1ZL Ericka Hernandez, City Clerk Date WEST COAT ARBORISTS, INC. Signature Date Name: PI yh ► L-- O a C Y Print Title: TP,,: S t p k P f [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Aved as t or : / 2,- BY 7C Rachel Ricliman, i y Attorney Date Name: Title: �Aa OSE EA® TREE MAINTENANCE SERVICES AGREEMENT I; E RS1 ���C "� 1. PARTIES AND ®ATE This Agreement is made and entered into this ,e,4,4 /6- lg4- /-9 by and between the City of Rosemead, a municipal organiz tion organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and West Coast Arborists, Inc. with its principal place of business at 2200 E Via Burton Street, Anaheim, CA 92806 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain services required by the City on 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. 3. TERMS 3.1 Scope of Services and Term. 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 three (3) years, with the option for renewal for up 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: n x4&,-- to , Wc - WEST COAST ARBORISTS, INC. 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 maintgnance 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 entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For the purpose of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 3.2 Responsibilities of Contractor. 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 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 WEST COAST ARBORISTS, INC. Page 3 of 29 to facilitate Contractor's conformance with an established 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 Director of Public Works, Christopher Daste, 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. Gonzalo Regalado, Area Manager, 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 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 inthe 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 a City Business License, and WEST COAST ARBORISTS, INC. Page 4 of 29 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 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. 3.2.10 Insurance. 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. WEST COAST ARBORISTS, INC. Page 5 of 29 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement. ftig,1total Contractor proposal ,(Exhibit Bi�Extra Work may be authorized, as described below, and if au`fhorized, 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 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 work, but which the parties did not reasonably anticipate to 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., 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 Accounting Records. 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 WEST COAST ARBORISTS, INC. 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. 3.5 General Provisions. 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 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 be 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: West Coast Arborists, Inc. 2200 E. Via Burton Street Anaheim, CA 92806 Attn: Gonzalo Regalado Tel: (626) 255-7618 CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Director of Public Works, Christopher Daste WEST COAST ARBORISTS, INC. Page 7 of 29 , 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 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 City. 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. WEST COAST ARBORISTS, INC. Page S 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, employees, agents or volunteers. 3.5.7 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. - 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Contractors. City reserves right to employ other Contractors in connection with Tree Maintenance Services. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the 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 WEST COAST ARBORISTS, INC. Page 9 of 29 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. 3.5.14 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. 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 WEST COAST ARBORISTS, INC. Page 10 of 29 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 may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 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. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. LIST OF EXHIBITS • Exhibit A Scope of Work • Exhibit B Bid Unit Prices and Amendment • Exhibit C Insurance Requirements WEST COAST ARBORISTS, INC. Page 11 of 29 CITY OF ROSEMEAD WEST COAST ARBORISTS, INC C1 116 By: Gloria Molleda, City Manager Date ATTEST: et liob� Ericka Hernandez, City Clerk Da e APPROVED AS TO FORM: Rachel Richman, City Attorney Date Patrick Mahoney President Title: 8/30/19 Date I�or, portion r lj S,I'CTA�TOR,ff8 redden R �IGe .I�ret�er�l �1� �aecrefy, . 11"R, ' #a' T� I in Name: Ric Title: Secretary 8/30/19 Date /NSURANCE PERFORMANCE BOND California Public Works EXECUTED IN TRIPLICATE KNOW ALL MEN BY THESE PRESENTS, That we, Bond No: RCB0024236 Premium: $ 1,407.00 WEST COAST ARBORISTS, INC. called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY, Illinois corporation authorized to do business as surety in the State of California, called the Surety, are held and firmly bound unto CITY..OF ROSEMEAD called the Obligee, in the sum of ONE HUNDRED EIGHTY --SIX THOUSAND SEVEN HUNDRED AND NO/100 Dollars ($186 ,.70Q. 00 ) for the payment whereof said Principal and Surety bind themselves firmly by these presents. WHEREAS, the Principal has entered into a contract, dated the day of with the Obligee to do and perform the following work, to -wit: RFP: #2019=09 FOR COMMUNITY TREE MAINTENANCE SERVICES ("Contract"); NOW, THEREFORE, the condition of this obligation is such that if the Principal shall well and truly perform the construction work alled for under the Contract then this obligation shall be void; otherwise to remain in full force and effect. ?ROVIDED, however, that this bond is for the benefit of the named Obligee only, and no otherperson or entity has any rights against is bond; and 'ROVIDED, FURTHER, that any suit under this bond must be instituted before the expiration of one (1) year from the date on which Principal last performed work under the Contractor from the date of substantial completion of the Contract, whichever is earlier; d ** . - ROVIDED, FURTHER, that this bond'shall not be liable for any liability of the Principal for tortious actions or inactions, whether ,iot said liability is imposed by statute, common law, or is imposed by the Contract. It is the intent of all parties that this bond shall be a substitute for or supplemental to any liability or other insurance required by the Contract. ned and sealed this 4th day o SEPTEMBER 2019 icipal: WEST COAS ORS, I C. CONT CTORS BO ING AND INSURANCE COMPANY Patrick Maho ey, President!By. / ttorney-in- t MICHAE D. SMTONG THE EFFECTIVE DATE OF THE BOND SHALL BE FROM 9/1/19 THROUGH$/31/20 AND STY SHALL NOT BE LIABLE FOR ANY DEFAULTS OR EVENTS ARISING EITHER BEFORE OR AFTER THE EFFECTIVE DATE OF THE BOND. AT SOLE OPTION OF THE SURETY, THE BOND MAY ONLY BE RENEWED BY CONTINUATION OR RENEWAL CERTIFICATE, AND/OR RIDER SETTING FORTH NEW COMMENCEMENT AND EXPIRATION DATES. NON—RENEWAL OF THE BOND, WHETHER OR NOT A BREACH OF CONTRACT, SHALL NOT BE CONSIDERED A BREACH WITHIN THE EFFECTIVE PERIOD OF THE BOND. BndLHPP01-CA022196 sRkIA ALL-rPURPOSE ACkNOWLEDGMENT• _wCC_oar_c.t�C�c>C�C�C...t�tC•.c�...�C�'.ciC.c�t��.At.a<.at_wC.ct..1t.at.c�t.wt_A .c� .ca _cat�t�C �C C�C� _.i..•(ivt�t•_ A notary public or other officer completing this certificate verifies only the identity of the individual. who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE On - 9/4/19 before me, Amelia I. Menzel, Notary Public- , Date Here Insert Name and Title of the Officer personally appeared Patrick Mahoney Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be th erson(,4 whose namee ibed to the within instrument and ackno dged to me that he ey executed the s., in his/ thor'ized_ oapacity{�es ,-and that b hi teirsignatur4K on the instrument the person�j, or the entity upon behalf of which the person acted; executed the instrument. rx�ltAMELIA MENZEL Notary Public - California z . Orange County. it Commission R 2284387 My Comm. Expires Apr 5, 2023 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my Band aXid official seal. Signature cam' c VIU41' Signature f Notary Public Place Notary Seal Above OPTIONAL .. Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: City of Rosemead Performance Bond . Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name. El Corporate Officer — Title(s)- . Partner - ❑ Limited ❑ General ❑ Individual p Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee El Guardian or Conservator El Other: Signer Is Representing: :C✓6�✓:'✓ 'e>G'a.4� �:C✓G�yL'y4�:'+/ 'epi•✓:�:'1 __M {. �v •e".�✓.4".v "tom 'a���."y 'e+ 'c�� •✓4`�4'�:"✓ 'ems 't�:'y6'..:�:'-•:�6�ti4�5'✓;'✓ '� "✓ ' 0 1 • • • • • e • a • •S :11 • " :11 • •: '1 ACKNOWLEDGMENTCALIFORNIA ALL-PURPOSE •. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County ofII Riverside ) On 1MtA9!!s before me, R. Nappi "Notary Public" , Date Here Insert Name and Title of the Officer personally appeared MICHAEL D. STONG Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(R) whose name(t) is/aye subscribed to the within instrument and acknowledged to me that he/sNe/they executed the same in his/hoer/their authorized capacity(ift), and that by his/her/their signature(s) on the instrument the person(a), or the entity upon behalf of which the person(a) acted, executed the instrument. R. NAPPI z COMM. # 2152652 c) NOTARY PUBLIC -CALIFORNIA RIVERSIDE COUNTY My Comm. Exp. June 7, 2020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Sign ure of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: L'A"y,:'✓ -✓ 'yG\✓:��y'6�. u.'ei:'✓6�.'ei.'ei.�G�4�.'ei6�Gei:'er •i'C�.v,.�•%:'ei�-yG'y;•ei4'ti "-�'6�✓,:� t/.�4�✓:'t/ -rr�4'✓:'i •✓6'a,,�:'�S�.v,Gv,• INSURANCE YAYMEINT BUND California Public Works EXECUTED IN TRIPLICATE Bond No. RCB0024236 Charge for this bond is included in premium for Performance Bond. KNOW ALL MEN BY THESE PRESENTS, That we, WEST COAST ARBORISTS, INC. Illinois called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY, corporation authorized to do business as surety in the State of California, called the Surety, are held and firmly bound unto CITY. OF ROSEMEAD called the Obligee, in the sum of ONE HUNDRED EIGHTY—SIX THOUSAND SEVEN HUNDRED AND NO/100 Dollars ($ 186,700.00 ) (penal sum) for the payment whereof said Principal and Surety bind themselves firmly by these presents. WHEREAS, the Principal has entered into a contract dated the day of 19 with the Obligee, for RFP: #2019-09 FOR COMMUNITY TREE MAINTENANCE SERVICES ("Contract"); NOW, THEREFORE, if the Principal or its direct subcontractor shall pay all of the persons named in Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or laborperformed under the Contract, or any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, then this obligation shall be void, otherwise to remain in full force and effect, subject however to the following conditions: 1. That this bond is only for the benefit of persons named in Civil Code Section 3181 (and their assigns) who have contracts with the Principal or its subcontractor(s), and no other party shall have any right of action against this bond. 2. It is a condition precedent to claim upon this bond that claimant has given the 90 -day public works preliminary bond notice as provided in Civil Code Section 3091. 3. No suit may be brought on this bond unless commenced before the expiration of six months after the period in which stop notices may be filed as provided in Civil Code Section 3184. 4. If. suit is brought upon the bond, a reasonable attorney fee shall be paid to the prevailing party, but no attorney fee shall be paid from the bond unless such suit has been filed prior to payment by the Surety of the claim. . 5. The Surety's liability hereunder is limited, singly or in the.aggregate, to the penal sum of the bond set forth herein, and any payment by the Surety to a claimant or claimants hereunder reduces and exonerates the bond to the full extent paid. Signed and sealed this 4th day of SEPTEMBER 2019 Principal: WEST COAST R 0 ST , I C. CONT CTORS N NGANDINSURANCE COMPANY By. Patric Maho ey, President By. MICHAEL D STONG A mey-in-Fact .'HE EFFECTIVE DATE OF THE BONDS L BE FROM 9/1/19 OUGH 8/31/20AND SURETY HALL NOT BE LIABLE 'OR ANY DEFAULTS OR EVENTS ARISING EITHER BEFORE OR AFTER THE EFFECTIVE DATE OF THE BOND. AT SO PTION OF.THE SURETY, THE BOND MAY ONLY BE RENEWED BY CONTINUATION - OR RENEWAL C ERTIFICATE, AND/ IDER SETTING FORTH NEW COMMENCEMENT AND EXPIRATION DATES. NON—RENEWAL OF THE B.&HYP.01-CA022196 OND, WHETHER OR NOT A BREACH OF CONTRACT, SHALL -NOT BE CONSIDERED A BREACH WITHIN THE EFFECTIVE ERIOD OF THE BOND. CALIFORNIA• • •CODE. Ct�t_c�t�t�t�t�t�t�t�c�c...�t�t�t��t� .�t�t�t� .a�Cat.c�C .�. t.at�t�C t�t��t�t.�� _c>t�t�t�t�-.at t t�•_.�t�t�t�t_ A notary public or other officer completing this certificateverifies only, the. identity of the individual who signed the document to which this certificate. is attached; and not the truthfulness, accuracy, or Validity of that document. State of California ) County of ORANGE. ) On 9/4/19 before me, . Amelia L Menzel, Notary Public ; Date Here Insert Name and Title of the Officer personally appeared Patrick Mahoney Names) of Signer(s) Who proved to me on the basis of satisfactory evidence to be t ersonW whose- name )/ ribecl to the within instrument and ackno ged to me tha a/ ie/ I r ­executed the same l his/ authorized capacity(, and that b his/ ignature on the. instrument the ef, person fthtel� he entity upon behalf -of which the personX acted,, executed the i strument. certify. under PENALTY OF PERJURY under the laws of the State. of California that the foregoing paragraph . is true and correct. AMEI.IAMENZEL WITNESS my hand an officia seal Notary Public - California z Orange County Commission # 2284387 " �•'� My Comm. Expires Apr 5, 2023 Signature - . Signature tary:Public Place Notary Seal Above OPTIONAL . Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this'form to an unintended document.. Description of Attached Document Title or Type of Document:. City of Rosemead Payment Bond - Document Date: Number of Pages: Signer(p) Other Than Named Above: Capacil:Wes) Claimed by Signer(s) Signer's Name: Signer's Name: I] Corporate Officer — Title(s):: ❑ Corporate, Officer — Title(§): ❑ Partnere- p Limited ❑ General EIPartner - . ❑ Limited q General 0 Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact . El Trustee El Guardian oir Conservator El Trustee � Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer is Representing: . . 02016 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 C• atm _a.��.'Hca'•s,.C.at�t�t_svt!aN_�t_c�t.at!aa!�i•_a..ac�t!c� s�.t�a`�t!c�•_.�..!at�t_c�t.at�N� _�R!a�t� .v,. atm �ts�t�t_c�t_ca at�t! A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside ) On� �.��� before me, R. Nappi "Notary Public" , Date Here Insert Name and Title of the Officer personally appeared MICHAEL D. STONG Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(g) whose name(g) is/ax- subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/her/their authorized capacity(i4G), and that by his/hor/their signature(g) on the instrument the person(W, or the entity upon behalf of which the person(k) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature , / / Si nature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: :y'G'e, -r> ✓4�:"v -ar6'e..'�/:'e/ 'Y6�.'es4'ei -a,G'"L'r� -ary�y6'�.'t/ 't/ 'y:'c/.'e/ •'.rr4"y�•u: e, •✓�✓,-ei �eiG�G_✓� ii _.vB�6'✓ "i 'd6�."ei •er -y 'ei,_ R. NAPPI COMM. # 2152652 NOTARY PUBLIC- CALIFORNIA z ' ✓ RIVERSIDE COUNTY My Comm. Exp. June 7, 2020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature , / / Si nature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: :y'G'e, -r> ✓4�:"v -ar6'e..'�/:'e/ 'Y6�.'es4'ei -a,G'"L'r� -ary�y6'�.'t/ 't/ 'y:'c/.'e/ •'.rr4"y�•u: e, •✓�✓,-ei �eiG�G_✓� ii _.vB�6'✓ "i 'd6�."ei •er -y 'ei,_ POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025. N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Jeremy Pendergast, Rosemary Nappi, Michael D. Stong_jointly or severally in the City of Riverside , State of California its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars (. $25.000.000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance .Company, as applicable, have each further certified. that. the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other. obligations of the corporation shall, be:executed in. the corporate name.of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer. may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name, of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable, have . . caused these presents to be executed by its respective Vice President with its corporate seal affixed this 11th day of October 2018 ",1GAND•.rSG �.,auuCE ,a �� RLI Insurance Company 1ro o JQpN•CEC0 Contractors Bonding and Insurance Company =Y -lZr r, 0%F0R4?,P VW By �SEAL �_ = , SEAL . = : A. Barton W. Davis Vice President State of Illinois �LIN015"0`�- ���iCu, oDis�•� SS County of Peoria CERTIFICATE. On this 11th day of October , 2018 ; before me, a Notary Public, personally appeared Barton W. Davis who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company andacknowledged said instrument to be the voluntary act and deed of said corporation. By: Ldek141t6#V �" Gretchen L. Johnigk Notary Public 0475572010211 I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of.the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Co. and/or ntr. ctors Bondigg, �n Insurance Company this yday RLI Insurance Company Contractors Bonding and Insurance Company By: 0041— /4� JeanM tephenson Corporate Secretary A0058817 • NOTARY • -FFICLALSEAU LJHNIGK ;�.May26.2020 .14 0475572010211 I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of.the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Co. and/or ntr. ctors Bondigg, �n Insurance Company this yday RLI Insurance Company Contractors Bonding and Insurance Company By: 0041— /4� JeanM tephenson Corporate Secretary A0058817 WEST COAST ARBORISTS, INC. 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 2. Master street tree plan 3. Citywide tree pruning and maintenance (including parkway and median trees, park trees, and City facilities trees) 4. Tree removal 5. Tree planting 6. Crew rental (as needed) 7. Emergency response (as needed) 8. Clearance pruning 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 16. Webpage development 17. Online maintenance access (i.e. Internet -based access to an Urban Forestry Management tool that include work order tracking, ability to send work requests including but not limited to pruning, planting, and WEST COAST ARBORISTS, INC. Page 13 of 29 removal, access to reports for tree inventory, value of the urban forest, job balance and GPS accessibility (if applicable) 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 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 WEST COAST ARBORISTS, INC. Page 14 of 29 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. 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. WEST COAST ARBORISTS,. INC. Page 15 of 29 V. Project Special Provisions This project may include of special tree pruning, traffic clearance pruning, and palm pruning as specified in this Contract. 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, Z133-1-2006, 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 5:00 P.M. Limbs one inch (1 ") 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 (Y) of the diameter. Make the second cut one -inch (11") 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 (3'/") 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 (1'0) percent chlorine bleach solution after each cut and WEST COAST ARBORISTS, INC. Page 16 of 29 between trees where there is danger of transmitting the disease on tools. Fresh solution shall be mixed daily. 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, 2133 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 WEST COAST ARBORISTS, INC. Page 17 of 29 with City personnel regarding observed irrigation needs, landscaping needs, graffiti issues, etc. 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 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, % 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 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 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 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 WEST COAST AR.BORISTS, INC. Page 18 of 29 During the course of this Contract, the Contractor may be required to perform utility line, street sign and traffic light clearance in 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 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, 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 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 (just outside the branch bark ridge and collar) 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 in a manner selected by the Contractor and approved by the City and in accordance with the following: WEST COAST ARBORISTS, INC. Page 19 of 29 Palm Skinning - Dead fronds, and parts thereof, including stubs, 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 eighteen (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 WEST COAST ARBORISTS, INC. Page 20 of 29 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. 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 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 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. e. 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. WEST COAST ARBORISTS, INC. 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 %") inch diameter. Tree ties shall be placed at one-third (Y3") 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 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 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 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 ANSI Z60.1- 1996 Standards. Trees shall be free from pests, disease and structural defects. 6. Crew Rental 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. WEST COAST ARBORISTS, INC. Page 22 of 29 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 performed on newly planted trees that are three (3) years old and younger 9. 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. 10. ' Arborist Services 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. C. 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. WEST COAST ARBORISTS, INC. 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" signs shall be posted on individual trees scheduled for pruning twenty-four (24) hours prior to the work being performed. E. 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. Brush \and debris generated by the Contractor shall be removed daily, sidewalks swept, lawns and parkways raked out and gutters cleaned. The City of Rosemead or his authorized representative, shall be the sole judge as to the adequacy of the clean up. F. 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 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. 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. WEST COAST ARBORISTS, INC. 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). I. Invoice 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. WEST COAST ARBORISTS, INC. Page 1 of 29 EXHIBIT B BID UNIT PRICES 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 will 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. FUNCTION COST/UNIT 1. Regular Tree Planting (Including Tree, Material and Planting) $ _/ 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 7. Emergency Crew Rental Rate $ / Tree $ _/ Hour 8. Root Pruning/ Root Barrier Installation (12" or 18" & bio -barrier) $ _/ Tree 9. Sidewalk Removal/ Replacement $ _/ Sq. Ft 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 Pruning (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 $ 49.00 7" - 12" Diameter Standard Height $ 94.00 13" - 18" Diameter Standard Height $ 144.00 19" - 24" Diameter Standard Height $ 194.00 2511- 30" Diameter Standaid Height $ 254.00 31" - 36" Diameter Standard Height $ 294.00 36"+ Diameter Standard Height $ 294.00 Crown Raise/Clearance Prune Hardwood tree 0" - 6" Diameter Standard Height $ .44.00 7" - 12" Diameter Standard Height $ 44.00 13" - 18" Diameter Standard Height $ 94.00 19" - 24" Diameter Standard Height $ 94.00 25" - 30" Diameter Standard Height $ 124.00 31" - 36" Diameter Standard Height $ 124.00 36"+ Diameter Standard Height $ 124.00 Palm Tree Trimming: Page 29 Prune Date Palm (Phoenix spp.) $ 254.00 Clean Trunk for Date Palm (Phoenix spp.) per linear foot $ 40.00 Prune Fan Palm (Washingtonia spp.) $ 70.00 Clean Trunk for Fan Palm (Washingtonia spp.) per linear foot $ 19.00 Prune all other Palm Species $ 70.00 Tree Removal — (per inch) Tree & Stump removal per dia. inch 0-24" dbh $ 38.00 Tree & Stump removal per dia. inch over 25" dbh $ 48.00 Stump grinding per stump diameter inch at grade $ 14.00 Tree Planting —(per tree) Tree planting includes tree, stakes, ties, and Iabor. 15 -gallon tree $ 164.00 24 -inch box tree $ 334.00 36 -inch box tree $ 854.00 Tree Watering-(ger hour) Watering of young trees includes water truck & operator -per hour $ 88.00 Milling Cost — (per board foot) Milling Lumber per Board Foot $ 14.00 Root Pinning _(ver linear foot) Per foot of roots pruned $ 24.00 Root Barrier Installation — (per linear foot) Per foot of root barrier installed $ 24.00 General Labor Rates — (per man hour) 3 -man crew with equipment $ 88.00 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 $ 88.00 Specialty Equipment Hourly Rate — (per hour) Crane $ 194.00 95 -foot aerial tower $ 174.00 Loader or Bobcat _ $ 144.00 Page 30 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 — (per hour) 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 $ 5.00 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. EXHIBIT C INSURANCE REQUIREMENTS 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 amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. 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 than $1,000,000 per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. 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. shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer's liability. Such policy or policies shall include the following terms and conditions: A drop-down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; Pay on behalf of wording as opposed to reimbursement; Concurrency of effective dates with primary policies; Policies shall "follow form" to the underlying primary policies; and Insureds under primary policies shall also be insureds under the umbrella or excess policies. 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 C-1 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 occurrence and $2,000,000 in 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. Best rating of A- or better and a minimum financial size VII. 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 insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010. 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 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. 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 prior written consent. C-2 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. 8. Certificate(s) are to reflect that the insurer will provide 30 -day 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 subcontractors, and any other party involved with the project who is brought onto or involved in the project 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 the project will be submitted to City for review. 11. Contractor 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 Contractor'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 Contractor, which may include reduction or elimination of the deductible or self-insured 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 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. C-3 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. 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' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor 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. C-4 21. Contractor 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 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. C-5 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICHE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. POLICY LIMITS ARE NO LESS THAN THOSE LISTED, ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/LIMITS NOT LISTED BELOW. This is to Certify that I WEST COAST ARBORISTS, INC 2200 EAST VIA BURTON NAME AND• ANAHEIM CA 92806 ADDRESS- � Mutual. OF INSURED L INSURANCE is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ics) 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. TYPE OF POLICY EXP DATE ❑ CONTINUOUS ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY ❑ POLICY TERM Los Angeles / 0603 WORKERS COMPENSATION Statutory Limits 7/1/2020 WA7-66D-039499-079 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: All States Except:. ND, OH, WA, WY EMPLOYERS LIABILITY Bodily In'ury by Accident 1 OOO OOOEachAccidaat Bodily Injury By Disease OFFICE PHONE DATE ISSUED $1,000,000 Bodily Injury By Disease 1 000 000 COMMERCIAL. LIABILITY 7/1/2020 TB2-661-039499-019 General Aggregate $2,000,000 (-GENERAL 11 1 OCCURRENCE Products / Completed Operations Aggregate ❑ CLAIMS MADE$2,000,000 Each Occurrence $2,000,000 RETRO DATE Personal & Advertising Injury $2,000,000 per Person /Organization Other Data a to premises rented to ou 00,0e 0 000 ther AUTOMOBILE LIABILITY 7/1/2020 AS7-661-039499-039 Each AccidentCoSingleLimit $2,000,000 B.I. And P.D. Combined Each Person OWNED Each Accident or Occurrence mNON -OWNED HIRED Each Accident or Occurrence OTHER ADDITIONAL COMMENTS City of Rosemead, its officials, employees and agents are additional insured(s) with regards to general liability and auto liability as their interest may appear where required by written contract. Waiver of Subrogation applies to any additional insured. The insurance afforded by the GL policy for the benefit of the additional insured shall be primary and non-contributory. " 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: FCity of Rosemead Public Services Manager 8838 E Valley Blvd dx Rosemead CA 91770 U 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 49340002 1 LM_2819 1 7/19-7/20 - GL/2/2, AL/2, WC11 I Donna Smitala 1 6/18/2019 8:51:15 AM (CDT) I Page 1 of 1 LDI COI 268896 02 11 Lic.c-,t2Jx/ Elaine Ulan Los Angeles / 0603 AUTHORIZED REPRESENTATIVE 818 W 7th Street, Suite 850 0564408 Los Angeles CA 90017 213-443-0782 6/18/2019 OFFICE 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 49340002 1 LM_2819 1 7/19-7/20 - GL/2/2, AL/2, WC11 I Donna Smitala 1 6/18/2019 8:51:15 AM (CDT) I Page 1 of 1 LDI COI 268896 02 11 POLICY NUMBER: T132-661-039499-019 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to 1, include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury' or "property damage" occurring after: Name Of Additional Insured Person(s) Or Organization(s): Any owner, lessee, or contractor for whom you have agreed in writing prior to a loss to provide liability insurance 2. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed: or That portion of "your work" out of which the injury or damage arises has been put to its . intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: SCHEDULE If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Location(s) Of Covered Operations Any location work is performed Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER:AS7-661-039499-039 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization (s): Any person or organization whom you have agreed in writing to add as an additional insured, but only to coverage and minimum limits of insurance requited by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 21/6 of the California workers' compensation premium otherwise due on such remuneration. Schedule Additional premium is a percent of the California Manual Workers Compensation premium. Subject to a minimum premium charge of $ 250. Person or Organization Where required by contract or written agreement prior to loss and allowed by law Job Description Issued by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-66D-039499-079 Effective Date Premium $ Issued to West Coast Arborists, Inc. WC 04 03 06 Page 1 of 1 Ed: 04/1984 a POLICY NUMBER: T132-661-039499-019 COMMERCIAL GENERAL LIABILITY CG 20 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 0104 13 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: AS7-661-039499-039 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us, but only if the contract is executed prior to the injury or damage occurring. Premium: $ INCL Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER:TB2-661-039499-019 COMMERCIAL GENERAL, LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV —Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Person Or Organization: Any person or organization with whom you have agreed in writing to waive any right of recovery prior to a loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 24 04 05 09 ©, Insurance Services Office, Inc., 2008 Page 1 of 1 FIRST AMENDMENT TO TREE TRIMMING MAINTENANCE AGREEMENT (WEST COAST ARBORISTS, INC.) This FIRST AMENDMENT ("Amendment") is made and entered into this tD�day of October, 2018 ("Effective Date"), by and between the City of Rosemead, a municipal organization, organized under the laws of the State of California with its principal place of business at 8838 East Valley Blvd., Rosemead, California 91770 ("City") and West Coast Arborists, Inc. with its principal place of business at 2200 East Via Burton Street, Anaheim, California 92806 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." WHEREAS, City and Contractor entered into an agreement on October 26, 2016, for Tree Maintenance Services (the "Agreement"); and WHEREAS, this Agreement is set to expire on October 26, 2018; and WHEREAS, the City and the Contractor may mutually agree to extend the term of this Agreement for up to eight (8) months. . NOW, THEREFORE, the Parties agree as follows: SECTION 1. Section 3.1.2 "Term" shall be amended to read: 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 eight (8) months. 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: SECTION 2. Section 3.3.1 "Compensation" shall be amended to read: 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed One Hundred Six Thousand Dollars ($106,000) during the extended term of this Agreement, 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. SECTION 3. All other terms, condition, and provisions of the Original Agreement not in conflict with this Addendum, shall remain in full force and effect. SECTION 4. The City Clerk shall certify to the adoption of this Addendum and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized representatives as of the day and year first above written. CITY OF ROSEMEAD BY: Gloria Molleda, City Manager Attest: r City Clerk Rachel Richman, City Attorney 2 WEST GOA, Sfi �RBORI & INC. r J I BY: Name: Patrick Mahoney Title: President (If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED) M. Narr Title: Secretary C.c A00039 TREE MAINTENANCE SERVICES AGREEMENT (WEST COAST ARBORISTS, INC.) 1. PARTIES AND DATE This Agreement is made and entered into this — n C;ci-o beC Uy and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and West Coast Arborists, Inc. with its principal place of business at 2200 East Via Burton Street, Anaheim, CA 92806 ("Contractor"). City and Contractor are sometimes individually referred to herein as 'Party' and collectively as "Parties." 2. RECITALS 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain services required by the City on 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. 3. TERMS 3.1 Scope of Services and Term. 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: WEST COAST ARBORIST, INC. 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 entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For the purpose of this Agreement, the phrase "highest professional standards' shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 3.2 Responsibilities of Contractor. 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 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 WEST COAST ARBORIST, INC. Page 3 of 29 conditions. In order to facilitate Contractor's conformance with an established 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. Tim Crothers, Area Manager 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 WEST COAST ARBORIST, INC. Page 4 of 29 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 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 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. 3.2.10 Insurance. 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. WEST COAST ARBORIST, INC. Page 5 of 29 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement. The total compensation shall not exceed One Hundred Fifty -Nine Thousand Dollars ($159,000.00) 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 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 work, but which the parties did not reasonably anticipate to 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., 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 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this WEST COAST ARBORIST, INC. Page 6 of 29 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 General Provisions. 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 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 be 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: West Coast Arborist, Inc. 2200 E. Via Burton Anaheim, CA 92806 Attn: Mr. Tim Crothers, Area Manager CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Public Works Director WEST COAS"P ARBORIST, NC. Page 7 of 29 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 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 City. 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. WEST COAST ARBORIST. INC. 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, employees, agents or volunteers. 3.5.7 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. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5. 10 City's Right to Employ Other Contractors. City reserves right to employ other Contractors in connection with Tree Maintenance Services. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the 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 WEST COAST ARBORIST. INC. 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. WEST COASTARBORIST, INC. 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 may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 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. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. LIST OF EXHIBITS • Exhibit A Scope of Work • Exhibit B Bid Unit Prices and Amendment • Exhibit C Insurance Requirements WEST COASTARBORIST, INC. Page 11 of 29 CITY OF ROSEMEAD By: It)U r2 .-w-.o,r -, o. LW. �b Bill R. Manis, City Manager Date ATTEST: to I -Z2e Ib Marc Donohue, City Clerk Date WEST COAST ARBORISTS, INC. 11-4 0 By: 1 21 I Date By: PATRICK MAHONEY Title: PRESIDENT [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] APPROVED AS TO FORM: gy; -21-Ila to Rachel I) 125 /Ili Richman, City Attorney Date Name: RICHARD MAHONEY Title: ASSISTANT SECRETARY Caltforola: cbic 3172 Playa Pointe Drive PERFORMANCE BOND a8Hills, G92653 California Public Works (714) 770-9733 rrsvaaivcs (800) 274-CBIC National (714) 770.9805 FAX Bond No: RCB0003366 Premium: $ 1,213.00 KNOW ALL MEN BY THESE PRESENTS, That we, WEST COAST ARBORISTS, INC. called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY, a Washington corporation authorized to do business as surety in the State of Califomia, called the Surely, are held and firmly bound unto CITY OF called the Obligee, in the sum of ONE HUNDRED FIFTY-NINE THOUSAND AND 110/100 Dollars ($ 159, 000.00 - - ) for the payment whereof said Principal and Surety bind themselves firmly by these presents. WHEREAS, the Principal has entered into a contract, dated the _ day of , 19, with the Obligee to do and perform the following work, to -wit: TREE MAINTENANCE SERVICES AGREEMENT ('Contract"); NOW,THEREFORE, theconditionof this obligation is such that if the Principal shall well and truly perform the construction work called for under the Contract then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, however, that this bond is for the benefit of the named Obligee only, and no otherpeison creamy has any rights against this bond; and PROVIDED, FURTHER, that any suit underthis bond must be instituted before theexpiration ofone (1) yearfromthe date on which the Principal last perfomled work under the Contractor from the date of substantial completion of the Contract, whichever is earlier; and ** PROVIDED, FURTHER, that this bond shall not be liable for any liability of the Principal for tortious actions or inactions, whether or not said liability is imposed by statute, common law, or is imposed by the Contract It is the intent of all parties that this bond shall not be a substitute for or supplemental to any liability or other insurance required by the Contract. Signed and scale hi 19th ay of OCTOBER 2016 Principal: WEST', GO $ ARB IST INC. CONTRACTORS BONDINGAND INSURANCE COMPANY By: \ By: JA PATRICK MAHONEY, PRESIDENT t0 ey-in-Fact MICHAEL D. $TONG ** THE EFFECTIVE DATE OF THE BOND SHALL BE FROM 10-26-16THROUGHI0-26-17 AND SURETY SHALL NOT BE LIABLE FOR ANY DEFAULTS OR EVENTS ARISING EITHER BEFORE OR AFTER THE EFFECTIVE DATE OF THE BOND. AT SOLE OPTION OF THE SURETY, THE BOND MAY ONLY BE RENEWED BY CONTINUATION OR RENEWA CERTIFICATE, AND/OR RIDER SETTING FORTH NEW COMMENCEMENT AND EXPIRATION DATES. NON -RENEWAL OF THE BOND, WHETHER OR NOT A BREACH OF CONTRACT, SHALL NOT BE CONSIDERED A BREACH WITHIN THE EFFECTIVE PERIOD OF THE BOND. Bnd.HPr01-CA022196 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 r .rcr.(r:rrrroarrrcrmm,�.rorcncrct...r,,.rocsr.�.xororm.�r.�rcrcrrr.�.rrr.M.�r..r,�x.<:rm.�.r.�:..rror.�.roa:r.�r. An otarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document 10 which this certificate is attached and not the truthfulness, accuracy or validity of that document, Stale of California County of —.. __.—_Orange On October 21, 2016_ before me, _ Amelia I. Menzel, Notary Public Date Here Insert Name and Tiffs of the Officer personally appeared —__ _ _ P_atric_kMahoney Name(s) of Signer(s) who proved to me an the basis of satisfactory evidence to be the_persormpf whose name is -K or h�bscribed to the within instrument and ackno ged to me the he xecuted the same in his authorized capacity), and that hiY signatur on the insbument the person1sf, e entity upon behalf of which the person(acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. �a,� Signature _� (� Signature o Notary blit Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: City of Rosemead Performance Bond Document Date' 10119/.16 Number of Pages: _1_ Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Patrick Mahoney Signer's Name: ❑� Corporate Officer — Title(s)'. President. []Corporate Officer — Title(s). — Partner — Limited General Partner — Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: WCA, Inc.. _ _ _ Signer Is Representing 02014 National Notary Association • www.NationaiNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item 45907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On 9 h P before me, R Napo "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D $TONG Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(al Ware subscribed to the within instrument and acknowledged to me that he/site/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(h) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws �-1 of the State of California that the foregoing paragraph Rapp) t is true and correct. n 101 NIAz WITNESS my hand and /^official seal.COMMY2'1C5 Set, `0 A My Comm. Ftp. Juce1, 1020 Signature Sign ture of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — -1 Limited ❑ General ❑ Individual ❑ Attorney in Fact Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — LJ Limited - General ❑ Individual ❑ Attorney in Fact C Trustee Ll Guardian or Conservator C Other: Signer Is Representing: z-c�e<-:esc^uutic�-z zu^�:c �z�rn�-:cu^uu,._a�ctic: cazsez�a.�c.uucec.•=wrc 02014 National Notary Association • www,NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 California: MN c ie PAYMENT BOND Su te185 ra Pnlme Drive California Public Works laguna Hees, CA 92653 (714) 7749733 wsursn,vice usual 274-CBIC National Bond No. _ RCB0003366 (714) 970-9805 FAX Chase fur chis lard is included.n premium for Perrommnce Bond. KNOW ALL MEN BY THESE PRESENTS, That we, WEST COAST ARBORISTS, INC. , called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY, a Washington corporation authorized to do business as surety in the State of California, called the Surety, are held and firmly bound unto CITY OF ROSEMEAD called the Obligee, in the sum of ONE HUNDRED FIFTY-NINE THOUSAND AND N0/100 Dollars ($ 1599000.00 - - - ) (penal sum) for the payment whereofsaid Principal and Surely bind themselves firmly by these Presents. WHEREAS, the Principal has entered into a contract dated the _ day of 19 with the Obligee, for TREE MAINTENANCE SERVICES AGREEMENT ("Contract'); NOW, THEREFORE, if the Principal or its direct subcontractor shall pay all of the persons named in Civil Code Section 3181, or mounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, then this obligation shall be void, otherwise to remain in full force and effect, subject however to the following conditions: 1. That this bond is only for the benefit of persons named in Civil Code Section 3181 (and theirassigns) who have contracts with the Principal or its subcontractor(s), and no other party shall have any right of action against this bond. 2. It is a condition precedent to claim upon this bond that claimant has given the 90 -day public works preliminary bond notice as provided in Civil Code Section 3091. 3. No suit maybe brought on this bond unless commenced before the expiration of six months after the period in which stop notices may be filed as provided in Civil Code Section 3184, 4. If suit is brought upon the bond, a reasonable attorney fee shall be paid to the prevailing party, but no attorney fee shall be paid from the bond unless such suit has been filed prior to payment by the Surety of the claim. 5. The Surety's liability hereunder is limited, singly or in the aggregate, to the penal sum of the bond set forth herein, and any payment by the Surety to a claimant or claimants hereunder reduces and exonerates the bond to the full extent paid. ** Signed anal d this 19th day of OCTOBER .2016 Principal: W C AK ARB IS S, INC. CONTRALTO litS BONDING AND INSURANCE COMPANY By. Patrick Mahoney, Presid t MICHAEL i. STONG AttO yin -Fact ** THE EFFECTIVE DATE OF THE BOND SHALL BE FROM 10-26-16THROUGHl0-26-17AND SURETY SRA(J NOT BE LIABLF FOR ANY DEFAULTS OR EVENTS ARISING EITHER BEFORE OR AFTER THE EFFECTIVE DATE OF THE BOND. AT SO OPTION OF THE SURETY, THE BOND MAY ONLY BE RENEWED BY CONTINUATION OR RENEWAL CERTIFICATE, AND/ RIDER SETTING FORTH NEW COMMENCEMENT AND EXPIRATION DATES. NON -RENEWAL OF THE Ba,,,y... -..022196 BOND, WHETHER OR NOT A BREACH OF CONTRACT, SHALL NOT BE CONSIDERED A BREACH WITHIN THE EFFECTIVI PERIOD OF THE BOND. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ..rcryrir.�rcrr.�:n�.r,-rrc..rtr r2rcrm.�.crcccr„rcr r r.�r.�..cr..rcrcr..,rvrvrcrcrvrvrc^..rmcr.�.rocm,r, A notary publicor oRrer oBlcer completing this certificate verifies only the identity of the individual who signetl the document to which this certificates attachedand not the truthfulness, accuracy or validity of that tlocument State of California County of ___ Orange On October_ 21,_2.016 before me. Amelia I. Menzel, Notes Public Date Here Insert Name and The of the O//icer personally appeared — Patrick Mahoney _ Namets) of Signer(s) who proved to me on the basis of satisfactory evidence to be th whose name(S (gs scribed to the within instrument and acknowl ged to me that e/ executed the same In his/ authorized capacityyesj; and that b i nature on the instrument the personAa); or the entity upon behalf of which the career, I ac ed, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal 1 Signature c.y=_I— Signature of N tory c, Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title of Type of Document City of Rosemead Payment Bond Document Date 1.0/1.9/16_ Number of Pages: 1 Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Patrick Mahon.. _ Signer's Name: ❑� Corporate Officer — Title(s): _President _ OCorporate Officer — Title(s) Partner — Limited General Partner — Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other'. Other: Signer Is Representing: WCA Inc. _. Signer Is Representing. v�:c>u>w :cam-'c�-'*.mac.+=twww:c.•=car,ar.,u>�c�-'c�cr'vuu,wu.�,uvu.._t+u.�=cmc•.:c-:c.�:rw--cwt+-,�,.u.�.cvuw+ t1,12014 National Notary Association • www.NalionalNolary.pro • 1 -800 -US NOTARY (1-800-876-6827) Item 45907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On /b//9/ /(.- before me, R Naooi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D STONG Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the persomm) whose name(K is/alb subscribed to the within instrument and acknowledged to me that he/sloe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(a) on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ({, NAPPI c WITNESS my hand and official seal. - CpMM-0]151652 i «�. NeiRPY VIIBUUCFIbOBN1A .a WYEHSIOECWMO' 1 My Comi 30"e1 2U19 Signature Signa re of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name: Signer's Name: C Corporate Officer — Title(s): fl Corporate Officer — Title(s): L Partner — ❑ Limited ❑ General ❑ Partner — D Limited ❑ General G Individual ❑ Attorney in Fact ❑ Individual ::1 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee - Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: z z=ce-:oux+c'�:�suce;rsccwzzscu.u^w�.�cuczc.c�.c�s:sww•�:a>w�,•�, c:z�cccuc c^w•w_ 02014 National Notary Association • wwwAationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 RLIs Ckk POWER OF ATTORNEY Mann....., RLI Insurance Company 9025 N. Lindbugh Dr I Peoria. IL 61615 Contractors Bonding and Insurance Company Paso, (R00a4s-24021Fax:(309)689-2036 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company, required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Jeremy Pendergast Rosemary Nappi Michael D. Stone 'ointly or severally in the City of Riverside . Stam of California , as Anomey in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers ofthis Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is awe and exact copy of the Resolution adopted by the Board ofDireemrs of each such corporation, and now in force, to -wit _.. __.. dCorporation All bonds, policies, undertakings, Powers of Attorney or other obligations of the shall be executed m the corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary} or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may he printed by facsimile or other electronic image." IN WITNESS WHER OF, RLI Insurance Company and or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this _ad day ofMarch 20 -IL row--,. oonuce oo SEAL.J SEAL. State of Illinois SS ty ... 2f <INn�S✓, ., Counof Peoria I On this 3rd day of March 2016 before me, a Notary Public, personally appeared Barton VeDavis who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company, and acknowledged said Imuument to be the voluntary act and deed of said corporation. �...... . BIT Insurance Company Contractors Bo�n(diing and Insurance Company ,6 /v" Barton W. Davis Vice President CERTIFICATE 1, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, do hereby verify that the attached Power of Attorney is in full force and effect and is inevocable: and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is w in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Com pagy and/or Co etors Bi�n^^dIIi''ng� and Insurance Company this 1 _ day of �IPJI�' RLI Insurance Company Contractors an mg and In ranee Company Barton W. Davis Vice President snzoz 2,2 AM59115 WEST COAST ARBORIST, INC. Page 12 of 29 SCOPE OF WORK EXHIBIT A 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 2. Master street tree plan 3. Citywide tree pruning and maintenance (including parkway and median trees, park trees, and City facilities trees) 4. Tree removal 5. Tree planting 6. Crew rental (as needed) 7. Emergency response (as needed) 8. Clearance pruning 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 16. Webpage development 17. Online maintenance access (i.e. Internet -based access to an Urban Forestry Management tool that include work order tracking, ability WEST COAST ARBORIST, INC. 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 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 WEST COAST ARBORIST, INC. 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. WEST COAST ARBORIST, MC. 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, Z133-1-2006, 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 5:00 P.M. Limbs one inch (1") 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 (%) 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 (31W) 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. WEST COAST ARBORIST, INC. 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. WEST COAST ARBORIST, M. 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 L 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, % 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 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 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 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 WEST COAST ARBORIST, INC. 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 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, 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 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 oust outside the branch bark ridge and collar) 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 in a manner selected by the Contractor and approved by the City and in accordance with the following: Palm Skinning - Dead fronds, and parts thereof, including stubs, WEST COAST ARBORIST, INC. 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 eighteen (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 WEST COAST ARBORIST, INC. 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 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 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. e. 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. WEST COAST ARBORIST, INC. 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 (11/2") inch diameter. Tree ties shall be placed at one-third ('/a') 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 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 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 and any soil or dirt spilled on any paved surface at the end of each working day. All trees shall be of good nursery stock that adheres to the American Standard for Nursery Stock as described in the ANSI Z60.1- 1996 Standards. Trees shall be free from pests, disease and structural defects. 6. Crew Rental 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. WEST COAST ARBORIST, INC. Page 22 of 29 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 performed on newly planted trees that are three (3) years old and younger 9. 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. M Arborist Services 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. C. 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. WEST COAST ARBORIST, INC. 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" signs shall be posted on individual trees scheduled for pruning twenty-four (24) hours prior to the work being performed. E. 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 anv brush leaves debris or equipment be left on the street overnight. Brush and debris generated by the Contractor shall be removed daily, sidewalks swept, lawns and parkways raked out and gutters cleaned. The City of Rosemead or his authorized representative, shall be the sole judge as to the adequacy of the clean up. F. 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 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. WEST COAST ARBORIST, INC. 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). I. Invoice 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. EXHIBIT B BID PRICE FORM 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 peices will 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 pricesthat will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required fdr 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. Cost Proposal apeciai a Description Qt Unit Cost Total Cost Small Trees 0-4" EA •d Tree Trimming Seryipes 1 3000 $53.00 $159,000.00 apeciai rceyuesi � rcc �, u,,,, Description Unit Unft Cost 2 Small Trees 0-4" EA 39.00 $3 .00 3 Medium Trees 5-12" EA $84.00 4.00 $84 4 Large Trees 13-36" EA $194.00 $194.00 5 Extra Large Trees 37" & Over EA $284.00 $284.00 6 Palm Tree Trim EA $144.00 144.00 bpeL'rdl RCyueal ,,cc, Desch ion Unit. Unit Cost 7Small Trees 04" EA $84.00 $84.00 8 Medium Trees 5-12" EA $284.00 $284.00 9 Large Trees 13-36" _ EA $754.00 _ .. 10 Extra Large Trees. 37" & Over _ EA $954.00 apecai Me14UUbj owi uN ,�o,,,,...., Description Unit Unit Cost 11 Medium Trees 5-12" EA $84.00 $84.00 12 Large Trees 1336" EA $144.00 $144.00 13 Extra Large Trees (37" & Over) EA $254 DO $254.00 Page 27 EXHIBIT B BID PRICE FORM r..... m! t5 /1....1„de-: Tmn Mntcrinl F llinmcnt Plantinn I ahnr 8 91) Dav FSt. Period) Page 28 Desai tion Unit Unit cost 14 16 Gal. Tree EA $154.00 $154.00 15 24" box Tree EA $254.00 $254.00 _ 16 36" box Tree EA $854.00 $854.00 17 48" box Tree EA $1,784.00 $1,784.00 Page 28 EXHIBIT B ADDITIONAL SERVICES BID PRICE FORM Services V Description Unit Unit Cost dLEmergency Call Out man crew W a ul ment Hour $285.00 2 1 Labor Rate Hour $95.00 Services Page 29 Description Unit Unit Cost Crew Rental Hour $210.00 3 3 -man crew w/ a ui ment Tree Inventory Management System EA NO FEE 4 Specialty Equipment Rental Hour $140.00 5 100 -foot BOOM Truck 6 _ Tree Watering Man Hour $70.00 7 Tree lniectlon Per Injection $24.00 B Root PruningPer Linear Ft. $24.00 9 Root Barrier Installation Per Linear Ft. $24.00 Page 29 6rH is,r 6 Dee Care Pmfesdanals Sero0ig Cnmmuiwiev Who Care ghoul Ti ces October 17, 2016 City of Rosemead ATTN. Rafael M. Fajardo, P.E., City Engineer 8838 East Valley Blvd. Rosemead, CA 91770 RE: City Tree Maintenance Services Agreement — Inventory Data Dear Mr. Fajardo, www.WCAINC.com As part of the new agreement for City Tree Maintenance Services, our firm will provide the City with access to our Internet -based tree inventory software program called ArborAccess. 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. For the entire term of the agreement, we will provide software support to the City. Please note that the tree inventory data including GPS coordinates and work history data shall be owned by the City. The City shall have access to the information at any time for downloading. We look forward to working with the City and further building our successful business relationship. Should you have any questions or require additional information, please feel free to contact me. Sincerely, .6 7p -- Victor Gonzalez Vice -President, Marketing WEST COAST ARBORIST, INC. Page 26 of 29 EXHIBIT C INSURANCE REQUIREMENTS 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 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 Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way as part of this Agreement, Contractor 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. 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 VII. WEST COAST ARBORIST, INC. 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 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. 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 prior written consent. 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. WEST COAST ARBORIST, INC. 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 -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 contemplated by this agreement to self -insure its obligations to City. If Contractor'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 Contractor, which may include reduction or elimination of the deductible or self-insured 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 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. WEST COAST ARBORIST, INC. 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' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor 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. 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. Certificate of Insurance THIS CERTIFICATE 151951 LD AS A MATTER OP INFORMATIO] OVI ANU CONPLRS YO FRUITS UPON YOU THE CERTIFICATE HOLDER. THIS CHILE KATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND. EXTEND OR ALTER THECOVERAOE APFOROED RY THF. POLICINS I ISTRD BE LOW POLICY LIMILS' AIW NO LE54TIIANTIIOSE TF A TH HP)L CHS MAI NCLCDE ADD Ot'AL SINLIMIT' IM ITS NOT L STED BHLOW This is to Centifv that I -WEST COAST ARBORISTS, INC EXP DATE 2200 EAST VIA BURTON ANAHEIM VI 92806 D ADD12SLiberty Mutuals L OF INSURED I INSURANCE al the insnc eateof,h.eaxnificoe,;martd by the Cumnanv nMet the poney0os116ledd fees, The --rice aRodd Eymc hoed P>bey6esl is oil to ittein. ma cxnlmmus and ConJiuo antiv talP cd IS an enL tetmotcondlliouof nos mnQect ocothu document%uh trsrya te which this Wrid wmay be umul. It R, crnirmau-,ru ui dee he co thier.s or exuoded rand, you will be notified if i—cm, is Icmmnated or reduced MPorc the Oiniticnte export -date NOTICE OF CANCELLATION (NOT APPLICABLE UNLESS A NUMBER OF HAYS IS ENTERED BELOW i EXP DATE BEFORE THE STATED EXPIRATION' DATE THE COMPANY WILL NOT CANCEL OR REDLCF TIIE TYPE OF POLICY CONTINuoas ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY F—Ci%of Rosemead C�C'rniTn.d m POLICY TERM ED lic Services Manager Elaine Ulan WORKERS COMPENSATION Salutary Limits 7/1/2017 WA7-66D-039499-076 COVERAGE AFFORDED LIUER WC LAW OF THE FOLLOWING STATES '. All steles C -V ED, OH, WA, WY EMPLOYERS LIAa1L1'1'1' Bodily lti uty byA«mans 10000001am Y tent moldy Eric, Be Disease 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 -,na.1,1. e..N.,_.— �, Well, L,a I w11a sa'.em a 6116,2116 9.ta._e Ars i_tr. a_ or i LDI COI 268896 02 11 $t000,000 7Udy E,c-S By Dizcmc $1,000,000 COMMERCIAL GENERAL LIABILITY 7/1/2017 TB2-661-039499-016 General Soon... $2,000,000 m occCERLNCE Prnduwe I Complcied Onmshea, Ayy¢yate $2,000,000 ❑ CLAIMS MADE EncE OcDs— $1 000 000 Personal & Adieniein6 Injury $1.000,000 Per Pere,tn, orsanaanan RETRO UATL u Dania eta remises rented to Medical Expense 85,000 AUTOMOBILE LIABILITY 7/1/2017 AS7-661-039499-036 Each A¢ide0—xtbi-d nd $2,000,000 B.L.And P.D. Comb�nm ON 1ED Farh Pcnon Bach Auldcni or Oonurtencc 21101 OWILD 0 HIRI D Laelt Accidem or Occertenec OTHER 7/112016 711/2017 TH7 661-039499-046 $5,000,000 Per Occurrence/Aggregate Umbrella Excess Liability ADDITIONAL COMMEiNTS See Addendum It R, crnirmau-,ru ui dee he co thier.s or exuoded rand, you will be notified if i—cm, is Icmmnated or reduced MPorc the Oiniticnte export -date NOTICE OF CANCELLATION (NOT APPLICABLE UNLESS A NUMBER OF HAYS IS ENTERED BELOW i Liberty Mutual BEFORE THE STATED EXPIRATION' DATE THE COMPANY WILL NOT CANCEL OR REDLCF TIIE INSURANCE AFFORDED UNDER THE ABOVE P011(lITS UNT11 AT LEAST 30 DAYS NO OCE lu9unnre Group DUST T'AN( ELLAHON HAS BEEN MAIL ED TO F—Ci%of Rosemead C�C'rniTn.d ED lic Services Manager Elaine Ulan - 8838 E Valley Blvd Los Angeles 10603 AUTHORIZED REPRESENTATIVE - Rosemead CA 9177081e w 711h Stood. Suite e50 0564408 e Los Angeles CA 90017 213-624-1171 611612016 L OFFICE 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 -,na.1,1. e..N.,_.— �, Well, L,a I w11a sa'.em a 6116,2116 9.ta._e Ars i_tr. a_ or i LDI COI 268896 02 11 AGENCY CUSTOMER ID: LM 2819 LOC 9: A UCC31i ADDITIONAL REMARKS SCHEDULE Page _of AGENCY Liberty Mutual Insurance Co. Nacional Insurance West NAMED INSURED 200ESTITS, INC 2AV A BURTON ANAHEIM CA 92806 PGUCY NUMBER BRIER MAID CODE EFFECTIVE DAR: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: NM FORM TITLE: OertiBcele of Casualty Insurance(07110) HOLDER: City of Rosemead Public Services Manager ADDRESS: 8836 E Valley Blvd Rosemead CA 91]]0 Per form CG 2010 on the General Liability and CA 2048 on the Auto Liability City of Rosemead, its officials, employees and agents are additional insured(s) under the General Liability and Auto Liability policies if required by a written contract with the Named Insured, but only for the coverages and limits provided by the policy and the additional insured endorsement. Waiver of Subrogation applies to any additional insured. This insurance shall be excess over any other coverage available to the additional insured, unless a written agreement obligates the named insured to provide insurance to the additional insured on another basis. In that event, this policy will apply on the basis required by the written agreement. The ACORD name and logo are registered marks of ACORD ADDENDUM nnnr 1 _ ,.c -11 r - e., x, _. nwz, ae.. u s I D.— S-1_ 1 6.16,206 -6 16 x ,_ I P.— 2 oc 2 POLICY NUMBER: TB2-061-03949!}016 COMAEROAL GENERAL LIABILITY CO 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endomemert modifies Insurance provided under to followha COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 1— Who In An Insured is amended to Include as an additional Insured the peraon(s) or organNaOor0) shown In the Schedule, but only MMI respect to gabily for 'bodiy, injury'. 'Pmpa* damage' or 'personal and advertising inpeY caused, in whole m in part, by: 1. You ape or am'nMnns; or 2. The ache or omissions of tom acting on yaw behaM it the perfamarm of your m9ft operations for ON additional inased(s) at the location(s) designated above. However. 1. The Insurance afforded to such additional inured only applies to the extent permitted by lar. and Z M coverage provided to the additional Insured Is mquked by a contract or agreement, to Insurance aBorded as such addiiond Insured will rat be broader man that which you am required ithe contract or adMurod agreement to provide for such B. %ft respect to the Imu mce afforded to these additional naveds, the following additional exclusions @ppb: This MUMm does not apply to 'bode njurt or 'property damage' occunngabr. 1. NI work, Mchdl0 mabrW; parte or equpmed hadalwd In connection with aitch wank, on the project (other than service, mtlaenance or mpoW to be performed by or on behalf of the additional Insured(s) at the location of the covered operations has been competed; or Z That portion of your wark' out of which tis Intended or damage asarktes has been put to b Y w0' parson or organization other man another contractor or sibcordractor engaged in perfom*M operations for a principal as a part of the same project C MIT respect to the Insurance afforded to meas additional Inwrods, the following in added to seam M— Limits Of ktwnnp; IF roquM� provided ntrato rthe additional inured b gmomert the most we will pay on behalf of the addtlonol insured Is the ameurtafnwrance: I. Required by the costo or agreement or Z Avalable under the applicable limb of imaance shown In the Declarations; whichever is leas. This endorsement slug not Inman the applicable Limb of ksuance shown In it* Declarations. SCHEDULE Name OfAddhlaml lroumd Pwmorr(s) Lowtan(s) Of Covered Operadws Or OrgmlzaI (a); Any owner, lame, or contractor for whom you have Any location listed in such agreement agreed In writing Prior to s low to provide liability nwrance bdormation required to compete this Schedule, IF not drown above, will be shown in the Declarolcru. CG 20 10 04 13 0 insurance Services Office, Inc, 2012 page 1 of i POLICY NUMBER:AS7-601-039499-036 COMMERCIAL AUTO CA 20161013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endoroement modifies Insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM Wrth respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement, This endorsement Identtlea person(s) or orgenizaflon(s) who are "Insureds' for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Forte. This endorsement does not after coverage provided In the Coverage Form. SCHEDULE Or r parson or organization whom you here agreed in writing to add as an additional enured, but only to erage and minimum limas of insurance required by the written agreement, and in no event to exceed either scope of coverage or the limits of Insurance provided In this policy. Information required to complete this Schedule, t not shown above, will be shown In the Declarations. Each person or organication shown in the Schedule Is an "Insured -for Covered Autos UabllltyCoverage, but only to the extent that person or organization qualities as an "insured" under the Who Is An Insured provision contained In Paragraph A.I. of Section II - Covered Autos Liability Coverage In the Business Auto and Motor Center Coverage Fortes and Paragraph D.2. of Section I - Covered Auooe Coverages of the Auto Dealers Coverage Form. CA 2016 1013 C Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT CALIFORNIA We have the right to recover our payments from anyone liable for an Injury coveted by this policy. We will not enforce our right against Me person or organUatlon named in the Schedule. (This agreement aPPlies only to the extent mat you perform work under a wmlen contract that requires you to obtain this agreement from us.) You must maintain payroll records ecwret fy segregating the remuneration of your employees while engaged in the work described M the Schedule. The additional Premium for this WdOM ant shall be 2% of the California workem, WMpensetion pramlum otheWw due on such remuneration. Schedule Additional preMum is a Permnt Of the California Manual Workers Compenaabon Premium. Subject to a minimum premium charge of $ 250. Person or Oma b ation Job Description Where required by contract or widen agreement prior to lose and allowed bylaw Issued by liberty Imuran CorPondon 21814 For atiammom m Policy No.WA7-0813-00949W,; EIIecM Date Premium$ Issued to West Coast Arboreta, Ire WC 04 93 06 Ed: 04/1984 Page 1 of i Certificate of Insurance TIIIS C[RTIFICATE IS ISAIEU AS A MATI'E0. OF IVFORM1IAFIOV OYLY ADD CONIFERS 90 RIGHTS UW6 YOU TIIE CLRMFI-ACE HOLDER TNU- CERPfICAI'E IS INC LYSUNAYCE POLICY ANU OOFS NOTAMENU,EXTEND. OR ALTGRl'HE COVERAOF. AF FO RDF;U Bl"FHE" ICIES LISTEUOELO\V. MJLICI'LIMITS ARE NO LE55 ANT e r m or lM 1111. ITS 40T LISTED HIi LOW This is to Certify that FEST COAST ARBORISTS, INC Liberty 10� NAME AND 2200 EAST VIA BURTON - ADDRESS OFINSURED Mutual® ANAHEIM CA 92806 J L aa—ur, azm orinsveT saredb,Ih.0ulnnnnymla xlbreYlmelneeanw 'To lmvm IT as byawln and :fVl 1,Irs"I WIII m<.am: e"wsum una eawnlnn:aaa I. memo nr any mnu,.c,rrerr,.,.rr,,,,,.,,rr..r.,.,......,._..._-.... LHIC, Mount NOTICE OF CANCHAATION'. (.NOT APPLICABLE ON LESS A NUMB FR OF DAYS IS EXP DATE Insurance Group TYPE OF POLICY EXTENDED ❑ EXTTENDED POLICY NUMBER LIMIT OF LIABILITY POLICY THBM F ity of Rosemead WORKERS COMPENSATION STATUTORY 7/1/2010 WA2-66D-039499-079 COVERAGfi AI'I'ORDCD UYDLR W'C LAW OF TIIfa'OLLOWING i1 PTE5'. CA E\1PLOYF.RS LIA61LIl Ballty In ury by Aedacm 1 0000 Nuaily Injury 8y Uueme Public Services Manager 1 000 000 - OodilY InNy BY Uiro¢ AUTHORIZED RF.YRFSIiN'rAll c z 5975 S Quebec St, Suite E091 Wood 100 CD 60111 303-708-6260 2/1/2011 8838 E Valle BIVtl LOsemead y CA 91770 I OFFICE CE 1 DOD 0 COMMERCIAL GENERAL LIABILITY 7/1/2010 T82-661-039499-019 Geoeml Anercyam 52,000,000 Prearmr / C.WkIea Openliaro A,aKate $2,000,000 OCCURRENCE Hahn'—, ❑ CLAMS MADE $1,000000 Perfonul 3 Aavcn'olntl lnlrrry 1 DDDD ers Irw Pon/Orycz DF,cD RI:IRO DKI'N �h DFI�tE DAMAGES $100,000 IM� AUTOMOBILE 7/1/2010 AS7-661-039499-039 brb AavDm $1000000 Adiml LIABILITY IIIA Person Q OWNED Q NON -OWNED Each Aooidenr or Uccu—e QHIRED Each Aleder, or Oacrmenco CHHER 41112009 7)1/2010 TH2-661-039699-069 $5,000.000 PER OCCURRIENCEIAGGREGATE UMBRELLAEXCESS LIABILITY AODITIOSAL CON.1IF.NTS See Addendum Attached. -Inhe«nireT cxrin.ron dam isenmrnaom orexm,dca corm, you w ne nonnN rl m,e.,I'erne—an or rcouaa rc:nrcrnv. ar.rrr..re a.v L. -1.r.. LHIC, Mount NOTICE OF CANCHAATION'. (.NOT APPLICABLE ON LESS A NUMB FR OF DAYS IS ENTERED BELOW Insurance Group BEFORE THE SI'A':ED EXPIRATION DATE (HE COMPANY WILT. NOT CANCEL OR REOUCE THE INSURANCE AFFORDED UNDER THLAHO`/E POLICIES UNTIL At LEAS'1 30 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED 10. F ity of Rosemead C� J ox Sandy Fox Public Services Manager - EOQCWOOtl/0972 AUTHORIZED RF.YRFSIiN'rAll c z 5975 S Quebec St, Suite E091 Wood 100 CD 60111 303-708-6260 2/1/2011 8838 E Valle BIVtl LOsemead y CA 91770 I OFFICE CE PHONE DPr, IssuEl 2� 1 CITY OF ROSEMEAD TREE MAINTENANCE SERVICES AGREEMENT (WEST COAST ARBORISTS, INC.) AMENDMENT2 The Agreement that was made and entered into on the 9" day of February, 2010 by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Boulevard, Rosemead, CA 91770 and West Coast Arborists, Inc. with its principal place of business at 2200 E. Via Burton Street, Anaheim, CA 92806, is hereby extended from the period of February 9, 2014 through February 8, 2015. All existing provisions of the original agreement, and previous extension of the period February 9, 2013 through February 8, 2014, shall remain intact Signed: CITY OF ROSEMEAD WEST COAST ARBORISTS, INC. I / ,yam By: By: > I A, JJ 6 I JeffIlre ate Victor M. Gonzalbf Iat City Manager Vice President Vn V1C Tree Care Yrojdsnonals Seremg Communilies Who Care_4bmt Trees W W W.wCAINC,.m February 24, 2014 City of Rosemead ATTN: John Scott Maintenance Superintendent 7933 Emerson Place Rosemead, CA 91770 RE: Tree Maintenance Agreement - Contract Year 2014 Dear Mr. Scott, Over the past year, we have had the pleasure of continuing our successful business relationship with the City's Public Works Department. Together our organizations have endured both good and bad times with the ever fluctuating economy of our state and country. Despite current economic trends; the integrity, health and preservation of Rosemead's urban forest remains our common goal. In the continued tradition of mutual benefit, we would like to propose holding the unit prices, terms and conditions for Contract Year 2014 and forego any request for a cost adjustment. By maintaining these rates, we can help to ease the current financial strain, promote contractor stability and guarantee the City with quality tree care & customer service. Should the City agree to this proposal, the current rates will continue effective immediately. We look forward to continuing the strong relationship built between us, and to maintaining quality urban tree care service. Should you have any questions or require additional information, please contact me at (800) 521-3714. Sincerely, Victor M. Gonzalez Vice -President, Director of Marketing CITY OF ROSEMEAD TREE MAINTENANCE SERVICES AGREEMENT (WEST COAST ARBORISTS, INC.) AMENDMENT1 The Agreement that was made and entered into on the 9`h day of February, 2010 by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Boulevard, Rosemead, CA 91770 and West Coast Arborists, Inc. with its principal place of business at 2200 E. Via Burton Street, Anaheim, CA 92806, is hereby extended from the period of February 9, 2013 through February 8, 2014. All existing provisions of the original agreement shall remain intact. Signed: CITY OF ROSEMEAD WEST COAST ARBORISTS, INC. By: l z By: 4at 3 Jeff Ilre ate Victor M. Gonza z Ci y Manager Vice President Tree Care Professionals Serving Communities tfko Care About Trees December 18, 2012 City of Rosemead ATTN: John Scott, Maintenance Superintendent 7933 Emerson Place Rosemead, CA 91770 RE: Tree Maintenance Agreement - Contract Year 2013 Dear Mr. Scott, www.WCAINC.com Over the past year, we have had the pleasure of continuing our successful business relationship with the City's Public Works Department. Together our organizations have endured both good and bad times with the ever fluctuating economy of our state and country. Despite current economic trends; the integrity, health and preservation of Rosemead's urban forest remains our common goal. As we approach this contract year, we propose to hold the unit prices the same and forego our request for a cost adjustment based on the Consumer Price Index. By maintaining these rates, we can help to ease the current financial strain, promote contractor stability and guarantee residents with quality tree care & customer service. We look forward to continuing the strong relationship built between us, and to maintaining quality urban tree care service. Should you have any questions or require additional information, please contact me at (800) 521-3714. Sincerely, I 4'G Victor M. Gonzale Vice -President, Dittorarketing L ee Care Professionals Serving Communities Who Care About Trees March 23, 2010 Mr, Bill Ornelas, Public Services Manager City of Rosemead 8838 E. Valley Blvd. Rosemead, CA 91770 RE: RENEWAL OF TREE MAINTENANCE AGREEMENT FOR FY 2010-2011 Dear Mr. Ornelas, www. W l..Alr We sincerely appreciate the work you and your staff has provided during this past year to help make this venture a success for the City of Rosemead. Since 2010, we have worked with the City of Rosemead to develop a "team effort" approach in the care of its urban forest. The purpose of this letter is to inform the City that we agree to perform tree maintenance services under the some conditions, and with no increase in price, for Fiscal Year 2010-2011. We recognize that municipalities remain challenged by substantial reductions in revenue and increased operating costs. By not increasing the price, we can help to ease the current financial strain, promote contractor stability and guarantee residents with quality tree care & customer service. We look forward to continuing the strong relationship built between us, and to maintaining quality urban tree care service. Should you have any questions or require additional information, please contact me at (800) 521-3714. Sincerely, {� U V�-u 1q 6� Victor M. Gonzalez Vice -President, Director of Marketing G.LT`Y cLeRK CITY OF ROSEMEAD TREE MAINTENANCE SERVICES AGREEMENT C 5 0 0 01 1. PARTIES AND DATE This Agreement is made and entered into this P�Orlprt/Lq I Zy1 O by and between the City of Rosemead, a municipal organization orgarkAd under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City') and West Coast Arborists, Inc. (WCA) with its principal place of business at: 2200 E. Via Burton Street, Anaheim, CA 92806 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain services required by the City on 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. 3. TERMS 3.1 Scope of Services and Term. 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 three (3) 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: 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). Exhibit D includes a copy of the Contractor's proposal and the Request For Proposal, and is hereby included as part of this Agreement. 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 entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For the purpose of this Agreement, the phrase "highest professional standards' shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 3.2 Responsibilities of Contractor. 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 .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 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 Services Superintendent, 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. Andrew R. Trotter, Project Manager, 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 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 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. 3.2.10 Insurance. 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. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement. The total compensation shall amount to approximately One Hundred Fifty Thousand Dollars ($150,000.00) 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 a on mutual agreement in case that the 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 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 work, but which the parties did not reasonably anticipate to 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., 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 Accounting Records. 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 General Provisions. 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 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 be 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: West Coast Arborists, Inc. 2200 E. Via Burton Street Anaheim, CA 92806 (714)991-1900 Attn: Mr. Andrew R. Trotter Proiect Manaoer CITY City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Public Services Manager 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 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 City. 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. 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. Contractors obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.7 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. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Contractors. City reserves right to employ other Contractors in connection with Tree Maintenance Services. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the 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 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. 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 may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 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. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. LIST OF EXHIBITS Exhibit A Scope of Work Exhibit B Bid Unit Prices Exhibit C Insurance Requirements Exhibit D Copies of Contractor's Proposal and Request For Proposal (RFP) CITY OF ROSEMEAD A Municipal Corporation Approved by: Jeff ,- .• - CITY MANAGER ATTEST: JCITYWR41g CLERK APPROVED AS TO FORM: relfrA 9 - Reviewed and Accepted by Contractor: WEST COAST ARBORISTS, Inc. Signature By:Patrick Mahoney, PRESIDENT Name of Officer of Company ;7aUVT-11 471 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 2. Master street tree plan 3. Citywide tree pruning and maintenance (including parkway and median trees, park trees, and City facilities trees) 4. Tree removal 5. Tree planting 6. Crew rental (as needed) 7. Emergency response (as needed) 8. Clearance pruning 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 16. Webpage development 17. Online maintenance access (i.e. Internet -based access to an Urban Forestry Management tool that include work order tracking, ability 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) 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 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 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 sattsfactory 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. 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, Z133-1-2006, 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 5:00 P.M. Limbs one inch (1") 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 ('/3) of the diameter. Make the second cut one -inch (1") to three inches (Y) 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 (3'/z") 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. 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. 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 i. 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 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 I. 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 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 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 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 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, 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 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 (just outside the branch bark ridge and collar) 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 G. 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: Palm Skinning - Dead fronds, and parts thereof, including stubs, 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 eighteen (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'/z') 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. 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 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 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. e. 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. 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 (11/2") 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 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 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 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. 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 ANSI Z60.1- 1996 Standards. Trees shall be free from pests, disease and structural defects. 6. Crew Rental 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. 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 performed on newly planted trees that are three (3) years old and younger 9. 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. 10. Arborist Services 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. C. 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. 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" signs shall be posted on individual trees scheduled for pruning twenty-four (24) hours prior to the work being performed. E. 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. Brush and debris generated by the Contractor shall be removed daily, sidewalks swept, lawns and parkways raked out and gutters cleaned. The City of Rosemead or his authorized representative, shall be the sole judge as to the adequacy of the clean up. F. 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 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. 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). I. Invoice 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. EXHIBIT B BID UNIT PRICES 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 will 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. FUNCTION COST/UNIT 1. Regular Tree Planting (Including Tree, Material and Planting) 2. Regular Tree Removal (including Stump Grinding and Clean Up) 3. Regular Tree Trimming 4. Regular Tree Maintenance Crew 5. Tree Reforestation (incl. removal and planting whenever applicable) 6. Tree Injection 7. Emergency Crew Rental Rate 8. Root Pruning/ Root Barrier Installation (12" or 18" & bio -barrier) 9. Sidewalk Removal/ Replacement $ / Tree $ / Tree $ / Tree $ / Hour $ / Tree $ _/ Tree $ / Hour $ _/ Tree $ _/ Sq.Ft EXHIBIT C INSURANCE REQUIREMENTS 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 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 Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way as part of this Agreement, Contractor 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. 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 VII. 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 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. 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 prior written consent. 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. 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 -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 contemplated by this agreement to self -insure its obligations to City. If Contractor'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 Contractor, which may include reduction or elimination of the deductible or self-insured 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 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. 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' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor 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. 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. EXHIBIT D Included as part of this contactor is the Request For Proposal (RFP) and the Contractor Proposal (hereby attached). Certificate of Insurance THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU TI IE CERrIFICAI'E IIOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND. OR ALTER THE COVERAGE AFFORDED BY'rHE POLICIES LISTED BELOW- POLICY LIMITS ARE NO LESS THAN THOSE LISTED. ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/LIMITS NOT LISTED BELOW. This is to Certify that EXP DATE FEST COAST ARBORISTS, INC NAME AND '�• Liberty TYPE OF POLICY 2200 EAST VIA BURTON ADDDRESS OFINSURED Mutual® ANAHEIM CA 92806 is, at tthe issue date of this cenifieate, insured by the Company under the policy0cs) listed below. The Insurance afforded by the listed policy(ies) is subject to all their terns, 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. • 11 -the cenifieate expiration date is continuous m extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. NO'T'ICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBI7R OF DAYS IS ENTERED BELOW.) BEFORE THE S'IA'1'171) EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCF THE INSURANCE APFOR6ED UNDER THEABOVE POLICIES UNTILAT LEAST' 30 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED'1'0: Liberty Mutual Insurance Group F —ality of Rosemead �y�n�% !� Public Services Manager Sandy Fox Englewood/0972 AUTHORIZED REPRESENTATIVE 5975 S Quebec St, Suite 100 8838 E Valley Blvd Englewood CO 80111 303-708-8260 2/1/2010 Losemead CA 91770 OFFICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 EXP DATE ❑ CONTINUOUS TYPE OF POLICY ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY El POLICY TERM WA2-66D-039499-079 COOVERAGEAFFORDEDUUNDER EMPLOYERS LIABILITY WORKERS 7/1 /2010 LAW OF TE SC Bodily lnely by Accident COMPENSATION CA STATUTORY 1 0OO 000 Fach Accident Bodily Injury By Disease $1,000,0 0 Bodily Injury By Disease $1,000,000 COMMERCIAL TB2-661-039499-019 General Aggregate GENERAL LIABILITY 7/1/2010 $2,000,000 Products / Completed Operations Aggregate OCCURRENCE $2,000,000 ❑ CLAIMS MADE Each Occurrence $1,000,000 Pe¢onal & Advcnising Injury . RETRO DA'I'S $1,001000 000 Per Person / organization ��II DAMAGES $100,000 OIM`EDICAL PAYMENTS $5,000 AUTOMOBILE 7/1/2010 AS7-661-039499-039 Each AccidentCoSingle Limit $1,000 000 B.I. And P.D. Combined LIABILITY 0 Each Person OWNED Each Accident or Occurrence 0 NON -OWNED MHIRED Each Accident or Occurrence 0*1 HER 4/1/2009 711/2010 TH2-661-039499-049 $5,000,000 PER OCCURRENCE/AGGREGATE UMBRELLA EXCESS LIABILITY ADDITIONAL COMMENTS See Addendum Attached. • 11 -the cenifieate expiration date is continuous m extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. NO'T'ICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBI7R OF DAYS IS ENTERED BELOW.) BEFORE THE S'IA'1'171) EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCF THE INSURANCE APFOR6ED UNDER THEABOVE POLICIES UNTILAT LEAST' 30 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED'1'0: Liberty Mutual Insurance Group F —ality of Rosemead �y�n�% !� Public Services Manager Sandy Fox Englewood/0972 AUTHORIZED REPRESENTATIVE 5975 S Quebec St, Suite 100 8838 E Valley Blvd Englewood CO 80111 303-708-8260 2/1/2010 Losemead CA 91770 OFFICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 CERTIFICATE=-_ ADDENDUM NAMED INSURED CERTIFICATE HOLDER 2/1/2010 WEST COAST ARBORISTS, INC City of Rosemead 2200 EAST VIA BURTON Public Services Manager ANAHEIM CA 92806 8838 E Valley Blvd Rosemead CA 91770 Per form CG 2010 0704 on the General Liability and CA 2048 on the Auto Liability City of Rosemead, its officials, employees and agents are additional insured(s) under the General Liability and Auto Liability policies if required by a written contract with the Named Insured, but only for the coverages and limits provided by the policy and the additional insured endorsement. Waiver of Subrogation applies to any additional insured. This insurance shall be excess over any other coverage available to the additional insured, unless a written agreement obligates the named insured to provide insurance to the additional insured on another basis. In that event, this policy will apply on the basis required by the written agreement. Created at www eCertsONL`INE corn=" -- _ _ IV AD2 (2002) -. THIS ENDORSEMENT CHANGES THE POLICY: PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR. ORGANIZATION This; endorsement. modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Any owner, lessee, or contractor for whom you have agreed in writing prior to loss to provide liability inusrance. Information required to complete this Schedule; if not shown above, will be shown in.the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the 'Schedule, but only with respect to liability for "bodily injury", "property damage' or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts oromissions, or 2. The acts .or omissions; of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials; parts or equip- ment furnished in connection with such work,, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the, location of the covered operations has been completed, or CG 20 10 07 04 © ISO' Properties, Inc., -2004, Page 1 of 2 2: That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium $ Effective Date 04-01-2009 For attachment to.Policy No. Audit Basis Expiration Date 07-01-2010 TB2-661-039499-019 Issued To West Coast Arborists Inc. Issued 04/01/2009 MP R1 r.1R\II ' I PRES1UP.]'I Countersigned.by Authorized Representative Sales Office.andNo. '.End. Serial No. Englewood, CO/0972 Page 2 of 2 © ISO Properties, Inc.: 2004 CG:20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE' READ IT CAREFULLY. DESIGNATED INSURED This endorsement modified insurance provided under.the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORN TRUCKERS COVERAGE.FORM With respect to coverage provided by this endorsement, 'the provisionsof the Coverage Form apply unless modified by this, endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the -Coverage Form. This endorsement does not alter coverage provided in, the Coverage Form. SCHEDULE Name of Person(s) or :\,v person or orpnizgn..n whom you have agreed in writing ta, add -as an additional Organization(s): insured btu only w coveragcand minimum limits of, insurance required by the written agreumcm, and'in no event to exceed either the scups of. coverage -or the limiis of insurance provided in this policy: Each person or organization shown in the Schedule is an "insured" for' Liability Coverage, but only to the: extent that person or organization qualifiesas an "insured" under the Who Is An Insured Provision contained in. Section 11 of the Coverage Form. Policy No AS7-661-039499-039 Iswed.By: Lilxm' lnsumnce Corporation Effective Date: 04/01/2009 Expiration Date: 07/01/2010 Sales Office: Englewood, C00972 Endt Serial No: CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance, provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Premium: Name..of Person or Organization : Any person or organization for whom you perform work, under a written contract if the contract requires you to obatin this agreement from us; but only if the contract is executed prior to the injury or damage occurring'. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US condition is amended by the addition of the following_ We waive any right of recovery -we may have against the person or organization shown in the Schedule above because of payments we make for. injury, or damage arising out or your operations of a covered auto done under contract with that person or organization. This waiver applies only to the, person or organization shown in the Schedule above. Policy No:, AS7-661-039499-039 Effective Date: 04/01/2009 Expiration' Date: 07/01/2010 Sales Office: Englewood, CO 0972 Issued By; Liberty Insurance Corporation,. Endt Serial No: AX 12 10 02 05 Page 1 of 1 THIS •ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under -the -following:. COMMERCIAL GENERAL LIABILITY COVERAGE PART.' SCHEDULE Name of Person or Organization: Any person or organization with whom you have agreed, in writing to waive any right of recovery prior to a loss, (if no entry appears Iabove, informationrequired' to complete, this endorsement will be shown in the Declarations as applicable to this endorsement:)' The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Conditions (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the additiomof the following" We waive any right of`recovery we may'have against the person or organization shown in the Schedule above because of payments we>make,for injury or damage arising out of your ongoing, operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule,aoove: This endorsernenkls executedby'the LIBERTY. MUTUAL .FIRE'INSURANCE.COMPANY Pramlum S Effective Data 0410112009 Expiration bate. 07/01/2010 For attachment to Policy No. T82-6.61-039499.019 Audit Basis Issued: To West Coast Arborists Inc Countersigned by V�f.Afil iA) '� VAYtiIDRST Auf med Representative' Issued' Sales Office and No. _End. Serial, Na: 04101/2008.. Englewood, CO/0972 CG, 24 0410 93 Copyright, Insurance Services Office, Inc:, 1992 Page 1 of 1 CITY OF ROSEMEAD REQUEST FOR PROPOSAL RFP No. 2009-14 TREE MAINTENANCE PROGRAM December 2009 Submittal Deadline: January 12, 2010, Before 10:30 AM i. INTRODUCTION The City of Rosemead is soliciting Requests for Proposals from qualified contractors to provide annual services for maintenance, trimming, removal and replacement of trees, as needed, within the City limits. II. PROPOSAL SUBMITAL DATE AND REVIEW Contractors must submit three (3) complete copies of their proposals before Janurary 12, 2010, at 10:30 AM. All proposals must be delivered to the office of the City Clerk, City of Rosemead, or mail to: City of Rosemead Attn: City Clerk 8838 East Valley Boulevard Rosemead, CA 91770 The received proposals will become part of the official files of the City of Rosemead and will not be returned. Late proposals will not be accepted. The Request for Proposal (RFP) package needs to be sealed and labeled as follows: Proposal for Tree Maintenance Program — CONFIDENTIAL All proposals will be reviewed to determine conformance with the RFP requirements. Any proposal deemed incomplete, conditional, or non-responsive to the requirements of the RFP may be rejected. The City reserves the right to reject any and all proposals. As part of the review of the submitted proposals, the City will conduct a thorough evaluation, as detailed in this RFP. The evaluation will lead to the selection of a Contractor and an award of a tree maintenance service Contract. Subsequently, the successful Contractor must provide to the City four (4) additional copies of its proposal. III. CITY POINT OF CONTACT The sole source of contact regarding this RFP is Chris Marcarello, Deputy Director of Public Works, (626) 569-2118. Contractors interested in submitting a proposal are asked not to contact other staff members of the City of Rosemead in connection with this RFP prior to the announcement of the selected Contractor. IV. SCHEDULE The following are key dates for this tree maintenance service RFP: Mailing of RFP: Proposals Due to the City: Award of Contract by City Council Page 2 December 9, 2009 January 12, 2010 before 10:30 AM January 26, 2010 -_.._. V. GENERAL INFORMATION The City of Rosemead is soliciting proposals from qualified contractors to provide annual services for maintenance, trimming, removal and replacement of trees, as needed, within the City's. There are approximately 5,200 street and park trees within the City limits. The purpose of this maintenance contract is to develop a City urban tree inventory, develop a City master tree plan and provide the City with the best possible annual tree care, as detailed in attached Scope of work Exhibit A. The selected Contractor will work closely with the Public Services Superintendent, City arborist and other City staff to insure that the most appropriate care and maintenance of the City's trees are provided, . It is the intent of the City to award a Maintenance Agreement or a Contract, in a form approved by the City Attorney, to the selected Contractor. 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 does not guarantee a specific amount of work and the quantity of work may increase or decrease depending on the annual needs of the Urban Forest. The City, at its option and with Contractor concurrence, may renew a three-year term contract for an additional two (2) 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 three-year contract term. VI. GENERAL CONDITIONS A. AUTHORITY TO WITHDRAW RFP AND/OR NOT AWARD CONTRACT The City Rosemead reserves the right to withdraw this RFP at any time without prior notice. Furthermore, the City makes no representations that a contract will be awarded to any contractor responding to the RFP. The City expressly reserves the right to postpone the opening of proposals at its own convenience and to reject any and/or all proposals responding to this RFP without indicating any reasons for such rejection. B. PRICING APPROACH The City of Rosemead intends to award a fixed annual contract price for the first three-year term of this Contract, with an option to renew annually for up to two (2) more years, based on performance. Page 3 Subsequent to the initial three-year Contract term, and if the option for renewal is exercised at the third and fourth anniversary of the Contract effective date, the Contract amount shall be adjusted in proportion to the change of the Consumer Price Index for the Los Angeles Basin at the time, subject to a 2.5% maximum increase per year. A maintenance unit price list shall be included as part of the proposal (see Exhibit B). The primary purpose of this price list is to provide for guidance for any additional work or establish clear payment deductions for services not rendered during the course of the contract. VII. INSURANCE AND PERFORMANCE BOND The selected Contractor shall provide to the City the necessary insurances endorsements and performance bond in the amount of Contract, as specified in the enclosed Draft Contract. VIII. PROPOSAL EVALUATION CRITERIA The proposals will be evaluated on the basis of the response to all provisions of this RFP. The City of Rosemead may use some or all of the following criteria in its evaluation and comparison of the proposals submitted. The criteria listed below are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance: A. The Contractor's demonstrated awareness of safety in all operations B. A demonstrated understanding of the scope of work and other proposal tree maintenance services C. A logical, proven methodology for carrying out the work tasks described in the proposal D. The Contractor's recent experience in conducting contracts of similar scope, complexity, and magnitude, particularly for government agencies E. The quality and quantity of personnel to be assigned to the Contract, including its recent Tree maintenance experience F. The quality and quantity of equipment to be assigned to the Contract, wherever applicable G. A listing of the organizational structure of the proposed contract team H. The financial stability of the Contractor Page 4 Recent references from clients, with particular emphasis on local governments J. The proposed schedule K. The proposed costs IX. REQUIRED QUALIFICATIONS Award will be made to the contractor that best meet the City's requirements and offer the most advantageous combination of low price and highest qualifications for the criteria described in this document. All contractors submitting bid proposals must hold a valid State California C-27 and a C -61/D49 Contractor's License. The license must be in good standing with the State regulating body/ board. Contractor shall have OSHA certification of aerial equipment to be used throughout the term of this project. Both of these 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 of a manager who shall be an ISA Certified Arborist and fluent in the English language. At all times during contracted tree maintenance activities, the Contractor 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 shall demonstrate that it has substantial experience with tree maintenance program for municipalities, including urban tree inventory and municipal tree master plans. 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). Contractor shall 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. Page 5 X. SUBMITTALS Contractors wishing to have their bid proposals considered for this project shall submit a statement of the contractor's qualifications applicable to this project, including the following minimum: A. State of California Contractor's License number and expiration date, C-27 & C61/D-49 and any other applicable licenses. B. Names, staff qualifications and proposed duties of staff to be assigned to this project. The Contractor 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 Contractor. C. List of Staff Qualifications Including But Not Limited To: 1. All Certified Arborists employed by the Contractor 2. All Certified Utility Arborists employed by the Contractor 3. All Certified Treeworkers employed by the Contractor 4. All Certified Urban Foresters and/or Municipal Arborists employed by the Contractor 5. All Utility Line Clearance Treeworkers employed by the Contractor 6. California State Licensed Pest Control Advisor and Applicator employed by the Contractor 7. American Society of Consulting Arborists (ASCA) Registered Consulting Arborist employed by the Contractor to consult on tree health issues 8. Technicians providing technical support for inventory software 9. Traffic Control Design Specialist(s) and Traffic Control Technician(s) in accordance with the American Traffic Safety Services Association (ATSSA) D. References Page 6 E. Corporate Capability 1. Affirmative statement of compliance with indemnity and insurance 2. All licenses that are required to complete job F. Services to be Performed G. Equipment A complete list of machinery and equipment, including year, serial number and license number, to be used for this project and all available equipment in reserve to allow for breakdowns H. Information Management 1. written description of the proposed software program to be used to manage the City's Tree Inventory and Contractor's ability to provide accurate inventory updates for all trees serviced 2. A statement describing the Contractor's ability to provide data for the City's Geographic Information System (GIS) Quality Control Plan 1. A written description of the Contractor's plan to report greenwaste generated and the method to divert/ recycle at least 50% of the material collected. 2. A written description of methodology to be used for notifying residents prior to commencement of tree work. (Door hangers are permitted in the City) 3. The methodology in which the Contractor will handle complaints from the public and damage to public and private property 4. Effective means to correct problems 5. The means the Contractor will use for completing the project 6. The proposed contract costs J. Employee Training A written description of the Contractor's internal tree maintenance and arboricultural training program Page 7 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 2. Master street tree plan 3. Citywide tree pruning and maintenance (including parkway and median trees, park trees, and City facilities trees) 4. Tree removal 5. Tree planting 6. Crew rental (as needed) 7. Emergency response (as needed) 8. Clearance pruning 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 Page 8 16. Webpage development 17. Online maintenance access (i.e. Internet -based access to an Urban Forestry Management tool that include work order tracking, ability 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) 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 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 Page 9 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 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. Experience The Contractor shall have at a minimum five (5) years experience in collecting tree inventories 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 to address its specific needs. The user-friendly program should allow customers to generate a variety of reports quickly. C. 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 Page 10 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. 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, Z133-1-2006, 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, Page 1 I 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. Limbs one inch (1") 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 ('/3) 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 (3'/z") 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. 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 Page 12 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. 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 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. Page 13 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 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 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 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 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 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 Page 14 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, 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 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 (just outside the branch bark ridge and collar) 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 in a manner selected by the Contractor and approved by the City and in accordance with the following: Palm Skinning - Dead fronds, and parts thereof, including stubs, 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 Page 15 to a depth of at least eighteen (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'/z') 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. 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 Page 16 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 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 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. e. 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. 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'/z") inch diameter. Tree ties shall be placed at one-third ('/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. Page 17 1 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 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 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. 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 ANSI Z60.1- 1996 Standards. Trees shall be free from pests, disease and structural defects. 6. Crew Rental 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. 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. Page 18 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 performed on newly planted trees that are three (3) years old and younger 9. 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. 10. Arborist Services 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. C. 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. Illuminated arrow boards, sign stands, delineators and/or adequate cones shall be used to identify work site for vehicular and Page 19 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" signs shall be posted on individual trees scheduled for pruning twenty-four (24) hours prior to the work being performed. E. 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. Brush and debris generated by the Contractor shall be removed daily, sidewalks swept, lawns and parkways raked out and gutters cleaned. The City of Rosemead or his authorized representative, shall be the sole judge as to the adequacy of the clean up. F. 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 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. a Page 20 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: Y Annual Maintenance Schedule • Annual Maintenance Report Monthly Maintenance Report 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). I. Invoice 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 Page 21 facility for ascertaining full knowledge respecting the progress, workmanship, and character of materials and equipment used and employed in the work. Page 22 Ir EXHIBIT B BID UNIT PRICES 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 will 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. FUNCTION COST/UNIT 1. Regular Tree Planting (Including Tree, Material and Planting) $ _/ 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 7. Emergency Crew Rental Rate 8. Root Pruning/ Root Barrier Installation (12" or 18" bio -barrier) 9. Sidewalk Removal/ Replacement Page 23 Tree $ _/ Hour $ / Tree $ _I Sq. Ft. Ak VA .� Tree Care Professionals Serving Comrnurities DJho Case About Trees January 11, 2010 t !� City of Rosemead Attn: City Clerk 8838 East Valley Boulevard Rosemead, CA 917 70 RE: Proposal for Tree Maintenance Program DUE: Tuesday, January 12, 2010 To Whom It May Concern: '++ww.'wCf,Ir�C.com Thank you for allowing West Coast Arborists, Inc. the opportunity to submit a proposal for your Tree Maintenance Program for the City of Rosemead. The proposal shall remain valid for a period of 120 working days from the date of submittal. West Coast Arborists, Inc. has been in business since 1972. We are licensed by the California State Contractors License Board under license #366764. We have held this license in good standing since 1976. The license specializes in Class C61 (Tree Service) as well as Class C27 (Landscaping). Mr. Bartolo is the Area Manager for the North East Los Angeles Area. He is a Certified Arborist and will be dedicated in assisting the City of Rosemead. He is responsible for field operations and managing the crews. Mr. Hermino Padilla is the Site Supervisor responsible for overseeing the activities performed by the crews. Both Manager and Supervisor are fluent in English. Also, we have an A+ rating from the bonding board. Among our 550 employees, we currently employ over 50 ISA Certified Arborists and 100 Certified Treeworkers, as recognized by the Western Chapter of the International Society of Arboriculture. Should you have any questions or require further information, please call Victor M. Gonzalez, Vice -President -Director of Marketing or me at (800) 521-3714 during the proposal evaluation period. In addition, he may be contacted via email at vgonzalez@wcoinc.com or facsimile at (714) 991-1027. We look forward to establishing a successful business relationship with the City of Rosemead on this very important project. E President EXHIBIT B BID UNIT PRICES 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 will 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. FUNCTION COST/UNIT 1. Regular Tree Planting (Including Tree, Material and Planting) 15 -gallon tree $100.00/Tree 2. Regular Tree Removal (Including Stump Grinding $18.00/ dia. inch and Clean Up) 3. Regular Tree Trimming (Annual Tree Pruning) $47.00/Tree 4. Regular Tree Maintenance Crew $60.00/Man/Hour 5. Tree Reforestation (incl. removal and planting $60.00/Man/Hour whenever applicable) 6. Tree Injection $60.00/Tree 7. Emergency Crew Rental Rate $60.00/Man/Hour 8. Root Pruning/ Root Barrier Installation (12" or 1.8" bio -barrier) $10.00/1-inear Foot 9. Side 1�R Replacement FUNCTION COST/UNIT (Continued) 10. Regular Tree Planting (including Tree, Iviaieriai, and Planting) 24 ncl: box 0-245.00/Tree 36 -inch box $750.00/Tree 48 -inch box $1,900.00/Tree 11. Tree Only Removal (Including Clean Up) $12.00/ dia. inch 12. Stump Only Removal $9.00/dia. inch 13. Service Request Pruning 0-6" dbh $47.00/Tree 7-12" dbh $94.00/Tree 13-18" dbh $145.00/Tree 19-24" dbh $195.00/Tree 25-30" dbh $265.00/Tree 31"+ dbh $350.00/Tree 14. Palm Skinning $10.00/Foot 15. Tree Watering $60.00/Man/Hour 16. Arborist Services (Report writing) $120.00/Hour 17. Specialty Equipment $120.00/Hour (Crane and/or 95 -foot aerial tower) 18. GPS Tree Inventory $2.00/Tree Site Contractor agrees to extend contract terms, conditions and prices to all qualified agencies. The CITY, at its option and with CONTRACTOR concurrence, may renew this contract for additional five year periods, in one year increments, on the same terms and conditions as ` provided herein. -This option may be exe,��ised ota y i'f fhe CONTRACTOR demonstrates superior performance -in the provision of�ffee maintenance services during the prior five year contract term assuming all of the anndar renewal options were awarded. r Tree i.=Te YTofessi0iiiu ,,,vwA/dCAN'C.com State Of California CONTRACTORS STATE LICENSE BOARD comwmcr ACTIVE LICENSE Afficm lrmset.bmtxr 366764 Entity CORP BusineSsthm. WEST COAST ARBORISTS INC ckass&atim(s) C61 /D49 C27 Expiration Dade 12/31/2010 Cerrncate of Frsur-a::ce c rccl';clLc T_ ISSUED AS 4 MATTER OF in'rGRi+iATlOh. G1:LT ,`:D CC R$ 110 Rl�q-r ropy c ]C jHaES rro-rIC^ E�.t En. THIS Ccr.-: iC..-E 1$ 1J0T AN - -- ES T. E.`:7, EYTe• n THE Crn"EP qi _-FGRDeD Bl' �HE PGL1CiE$ L;$TED B_ This is to Certifv that VV_ST COAST ARBORIS T S, INC v NAME AD '`• g. ibe 22010 -.AST ViA BURTON ADDRESS -OFENSURED abt 9 111 A4Lihf, CA 9200 is. al the issue date of this certificate, insured by the Company under the poiicy(ics) listed below. The insurance attended by the listed poiicy(ies) is subject to all their terms, exclusions and r e, --t to which this certificate max'oc issued. Cditions and n nor altered by any requirement, on term or condition of any contract or other decumcnt a vsp ENY DATE TYPE OF POLICY ❑ CONTINUOUS ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY ® POLICY TERM µrORKFRs COMPENSATION STATUTORY 7/1/2010 WA2-6601-039499-079 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: CA EMPLOYERS LIABILITY Bodily In? ' by Accident til ODO.ODO Eech Accidem Bodily Injury By Disease $1.000,000 Bodily Injury By Disease $1.000 000 - GENERAL LIABILITY 7/1/2010 TB2-661-039499-019 General Agueeam—Other than Products/ Completed Operations $2.000.000 Products / Completed Operations Aggregate $2.000,000 OCCURRENCE Bodily lnjury and Property Domaee Liability 1.000.000 Per Occurrence ❑ CLAIMS MADE Personal loin,$1.DOO.DDO Per Person/Organ anon RETRO DATE other FIRE DAMAGES 5100,000 Orere EDICAL PAYMENTS $5,000 Each Accidem—Single Limit AUTOMOBILE 7/1/2010 AS7-661-039499-039 S1,000,000 B.I. .And P.D. Combined Each Person LLABELITY �I LJ OWNED NON -OWNED Eacb Accident or OccurrenceD Each Accident or Occurrence 2 HIRED OTHER 41112009 7/112010 TH2-661-039499-049 55,000,000 PER OCCURRENCE/AGGREGATE UMBRELLA EXCESS LIABILITY .ADDITIONAL COMMENTS • ]fine certificate expiation date is continuous or extended term, you will be notified ifcovemge n terrumued or reduce. c1mo, me ce:uncare expua„o, SPECIAL NOTICE -OHIO: ANY PERSON WHO, WITH IN - D) DEFRAUD OR 1 O WMG THAT HE IS FACILITATING A FRAUD .AGAL`\'ST.AN D SURER, SUBMITS AN APPLICATION OR FILES A CLAIM CDNTAtNING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD, WPORTA.YT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS: SN THE EVENS YOU HAVE,07Y QUESTIONS OR NEED WFORMATION ABOUT . MIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER WHOSENAME AND TELEPHONE NnUMBER APPEARS IN THE LOWER RIGHT HAND CORNER OF THIS CERTIFICATE MIS APPROPRIATE LOCAL SALES OFFICE MAH.DIG ADDRESS MA:' ALSO BE OBTAINED BY CALLING THIS NUMBER, Liberty MUM21 NOTICE OF CANCELLATION(NOTAPPLICABLE UNLESS A NUMBER OF DAPS IS ENTERED BELOW.) - - Insurance Group BEFORE THE STATED EXPIRATION DATE THE COMPANY W4, AOT G_kjqCEL OR REDUCE THE DJSUR.ANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST :3U DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: �-,'�y EVIDENCE ONLY `D v /` Sandy Fox Englewood / 0972 AUTHORIZED REPRESENTATIVE - _ 5975 S Quebec St, Suite 100 R _ Englewood CO 80111 3D3-708-®260 6/23/2009 e e L OFFICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NTN4 772 January 11, 2010 City of Rosemead Attn: City Clerk 8838 East Valley Boulevard Rosemead, CA 91770 RE: Proposal for Tree Maintenance Program DUE: Tuesday, January 12, 2010 To Whom It May Concern: Thank you for allowing West Coast Arborists, Inc. the opportunity to submit a proposal for your Tree Maintenance Program for the City of Rosemead. The proposal shall remain valid for a period of 120 working days from the date of submittal. West Coast Arborists, Inc. has been in business since 1972. We are licensed by the California State Contractors License Board under license #366764. We have held this license in good standing since 1976. The license specializes in Class C61 (Tree Service) as well as Class C27 (Landscaping). Mr. Bartolo is the Area Manager for the North East Los Angeles Area. He is a Certified Arborist and will be dedicated in assisting the City of Rosemead. He is responsible for field operations and managing the crews. Mr. Hermino Padilla is the Site Supervisor responsible for overseeing the activities .performed by the crews. Both Manager and Supervisor are fluent in English. Also, we have an A+ rating from the bonding board. Among our 550 employees, we currently employ over 50 ISA Certified Arborists and 100 Certified Treeworkers, as recognized by the Western Chapter of the International. Society of Arboriculture. Should you have any questions or require further information, please call victor M. Gonzalez, Vice -President -Director of Marketing or me at (800) 521-3714 during the proposal evaluation period. In addition, he may be contacted via email at vaonzalez@wcoinc.com or facsimile at (714) 991-1027. We look forward to establishing a successful business relationship with the City of Rosemead on this very important project. Patrick Mahoney President -- F�ITKGGC3CTIGisi Mission Statement ---------- _-_------- 1 Our Vision 100% Cummer Satisfaction interactive Partnership in urban Tree Care ------------------------------------------------- ---------------------------------------- STAFF QUALIFICATIONS Applicable Licenses 3 Staff Introduction --- Key Personnel --------------------------------------- --------------------------------- ---------6 Certified Arborists Certified Utility Arborists------------------------------------------------ 9 Certified Treeworkers Certified Urban Forester Certified Treecare Safety Professional_-------- ---------__-_-_ ------ 10 -------------- ------------------ ---------------- Utility Line Clearance Treeworkers -1 Pest Control Advisor and Applicator ------------- --- ---------10 -------------------------------------------------------------------- ASCA 11 -- ---------------------------------------- Data Controller I 1 ATSSA Certified Traffic Control REFERENCES Current Contract Work Experience 12 Letters of Reference CORPORATE CAPABILITIES General Business Statement Affirmative Action of Compliance Certificate of Insurance Liability Limitations_ ..------__----__-- Financial Letters of Reference ------------ SERVICES TO BE PERFORMED Pruning Operations -------------------------------------- Removal Operations ---------------------------------------------------- Tree --_Tree Planting --- -- - --------------- =---------------------- ---------------- Crew Rental Emergency Response ....................................... Line Clearance Pruning___---_-------__ _----_-_-_____--- Clearance Pruning ------------------------------------------ Tree Watering --------------------------------------------------------- Small Tree Care --------------------------------- ----- Palm Trunk Skinning Root Pruning ----------------------------- -------------------------------- Specialty Equipment Rental Consulting ArborWinspection --- ----- DataEntry ........................ ----------------- --------------------- Webpage Development -_ Master Street Tree Plan --------------------------------------------- Benefits of a Grid Pruning Program .----- ------------'--- EQu 1 PMENT Introduction Equipment Maintenance Facility ---------------------- _ CHP Biennial Inspection of Terminals Certification Equipment List .......................... Equipment List Summary ...... ------------------------- Aerial Device Certification ---------------------------- ----------------------------------- 14 15 15 — — 15 16 ------------------------- --------'--- 17 17 -- — — —18 — — 18 — 18 19 19 — -- 19 — —19 -- — 20 20 20 -- 20 20 20 21 22 �. copynght © 2008 INFORMATION MANAGEMENT Introduction --------------- --------------------------- ------ -- ------- --- --- --- Tree Inventory References Completing the Tree Inventory ............ -................................. Updating the Tree Inventory ..... ........... ............................... S_!nple Irve-t., C.o!lection Form -- -- -------------------------------- ArborAccess Online Computer Software - . ------ ----------- Computer Software Specifications ... ----------------------- _. Software Training Billing –– -------------------------- List Tracking System.................................... -- ---- ------------- – ------ Sample Management Tools Detailed Reporting Opdons_---___------------ . QUALITY CONTROL PLAN Introduction Project Manager ---------------------------------------------------------------- Project Area Manager -------------------------------------------------------- Project Work Force --------------------------------------------------------- Hours or Work and Operation ------------------------------------ Scheduling of Work --------------------------------------- .------------ - The Workflow Process Public Notification – – ----------------------- Sample Notices Communication Systems --------------------------------------------------- Permits and Licensing ------------------------- ------------ Right-of-Way ----------- ----------- -----------_--------------------------------- Cooperation and Collateral Work ----------------- Project Site Maintenance Protection of Public and Private Property _--------------------_-_- Public Convenience and Safety ---------------------- .---------------- _----_- Traffic Control Customer Service Department ...... --------------------------- _--------__- Pruning Standards Pruning Types --------------------------------------------------------------- How Much to Prune Before at After Pruning Photographs ---------- ----------------- ---------- Recycling Program Assembly Bill 939(AB939)..... ------------------------- _-------------- .--. Sample Recycling Report---------------------------- ------------------------- Proposed Contract Costs EMPLOYEE TRAINING Employee Training Program Safety Program Safety Training------------------- -------------------------------------- .-- -- -- Quarterly Safety Sessions--------------------------------------------- Customer Service Training __----------_ --------- Arboriculture Training Programs .............................. Injury at Illness Safety Program__ --------------------------------- 39 – 39 –40 41 41 _... – 42 42 – – 43 -- -- 43 44 -- —45 45 – ------------------------- 47 -------------------------- 47 -- 47 -------------------- 46 ------------'46 – ----------------------- 48 49 ----------------- 50 50 ... – 51 -------------------- 51 51 – ------------- ' --------------- 51 51 51 -- – – 51 – 51 52 – – 53 ------- ------------------- 54 --------------------- -------- 56 ---------------------------- 57 – 59 60 – -----------...– 60----------' 61 63 63 63 64 66 67 --------------- 68 N � ��.yf� wpynghi©2008 VV6A 14EISSION STATEMENT "Tree care professionals seeing communities 11'%o care about ti ees. OUR VISION West Coast Arborist's (WCA) vision is to deliver the best Urban Forestry Management Program in California. We achieve our vision by making to- tal quality our way of doing business, by relentless pursuit of full customer satisfaction in every respect, by em- powering our trained people, by leading the industry in state-of-the-art urban tree care services, and by per- forming superior and safe operations on a seven day a week, twenty-four hour a day basis. Our corporate values include listen- ing to our customers and improving our services to meet their needs. We are committed to providing superior performance and are accountable for our actions and results. Our leader- ship sets clear goals and expectations for the organization, is supportive of our outstanding and diverse WCA team, and provides and seeks fre- quent feedback from our customers. As a corporate citizen, WCA's re- sponsibility and accountability are to the communities where we do busi- ness. We hold ourselves to the high- est standards of ethical conduct and environmental responsibility, commu- nicating openly with our customers and the communities in which we Work. WCA crews working in the City of Fullerton 100% CUSTOMER SATISFACTION Customer satisfaction is our top priority. We guarantee your complete satisfaction with all aspects of our ser- vices. Our dedication to customer service has earned WCA a reputation unequaled in the industry for de- pendability, integrity, quality and courtesy. We authorize our employees to do whatever is necessary to achieve the highest quality results. We know that high quality work saves our customers precious time and is far more cost effective if we do our work properly the first time. We are committed to courteous and prompt customer service to fully resolve any problem. cir ' copyright 02g0B INTERACTIVE PARTNERSHIP IN URBAN TREE CARE We believe in an Interactive Partnership where municipalities can confidently rely on 'WCA to assist them with any of their tree care needs. Our eoals in urban tree care are to extend the life of all trees, preserve public safety, and produce a reliable source of shade, beauty, and the many benefits that result from healthy trees in parks and City right-of-ways. CITY ADMINISTRATORS City Council Public Works Department Public Works Commission Street Maintenance Department Parks Commission Risk Management COMMUNITY Residents Business Owners Community Groups School Districts Chamber of Commerce . WCA RESOURCES Cost effectiveness Increased service levels Precise scheduling of work WCISA certified staff State-of-the-art technology Modern fleet of equipment Excellent public relations WCA is committed to a pro -active policy that reflects our sense of corporate and social responsibility. We have the qualifications, equipment, and corporate capabilities to meet the community's environmental and public safety needs. Our certified teams ensure the community that the work performed will be in accordance with industry standards. Our large fleet of equipment allows us to dedicate specific pieces to the City. Our support staff aids the Feld team with tailored information and database access which provides communities with a comprehensive urban tree care program. eopYnghl©2008 VERIFICATION OF CONTRACTOR`S LICENSE State Of California ti �COFTftACTORS STATE LICENSE BOARD clrr..ro.r ACTIVE LICENSE OF I na 2Ff_.76-4 CORP VVEST COAST ARBORISTS INC •.....I•, C61/D49 C27 IIZ u� ^--a• 12/31/2010 I, Patrick O. Mahoney, President of West Coast Arborists, Inc., do hereby swear under the penalty of perjury, that the Stale of California Contractor's License held by `Jest Coast Arborists, Inc. (Number 366764) is current and valid in the classification C61 /D49 (tree service specialty) as well as C27 (landscape). AA1__7 Patrick O. Mahoney President VERIFICATION OF CRANE OPERATOR'S LICENSE As of June 1, 2005, crane operators in California must be certified, as required by 8 California Code of Regu- lations §5006.1. The regulations require certification of fixed and mobile crane operators. West Coast Arbor- ists, Inc. currently has five certified crane operators and is currently training other WCA employees for the certification. Certification consists of a physical examination, a substance abuse test, and written and practical examinations. _!The written examination covers crane operational characteristics and controls, emergency control skills, basic arithmetic skills necessary for crane operation, and applicable chapters of standards from the American Society of Mechanical Engineers. Certification is available through an accredited certifying entity. The National Commission for the Certifica- tion of Crane Operators (NCCCO) is accredited by the National Commission for Certifying Agencies and of- fers certification to California crane operators. The NCCCO written examination consists of a 90 -question Core Exam and four 26 -question Specialty Exams. Certification is good for five years. After five years, the operator must beoPoF��, re -certified. The practical examination need not be repeated if the operator has at least 1,000 hours of experience operating the specific type of crane Stat g�&g for which re -certification is sought. The operator must, however, re take M12DIU I and pass the physical exam, substance abuse test and written examination G4 i to be re -certified. VERIFICATION OF LICENSE TO SELL NURSERY STOCK ez TIMBER OPERATOR'S LICENSE i ccpyrigN ©2008 3 oerplr .- -- LICENSL IRIMIIFR - RD600.001 LICENSE TO SELL NURSERY STOCK ips uc EESMiE4 Er5E FEF iIT G all, ` L CflC rIF RC 11 FST rx"'1 \Rnnu11n l4c VVV .t ^ n6Al11JE1 f� I F LJ'\" � 3 i ccpyrigN ©2008 3 '1140CRTU1CMT011 A I I IA IYI} RTC \IN u1. [411]}111 "' �� - � LICI\CL �� F r Nom. u.t. r 11 FST rx"'1 \Rnnu11n l4c Iwr In uuuroa, f '" n6Al11JE1 f� I F LJ'\" � N ul i ccpyrigN ©2008 3 INTRODUCTION West Coast Arborists, Inc. (WCA) is a family-owned and operated company employing nearly 500 full-time employees providing various tasks to achieve one goal: serving communities who care about trees. Our em- ployees operate from one of our four California offices: Anaheim, Ventura, Fresno and Stockton serving over 150 municipalities. The company is comprised of a top management team, a management committee and a safety committee. Staff members have diverse educational backgrounds including accounting, business admini- suadon, engineering and forestry. WCA Work Force 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 supervi- sion; this includes both basic and extended skills. WCA makes every attempt to ensure that this is undertaken before career advancement, leading a crew, or performing work. Certificatlon WCA prides itself in working to get its employees certified through The International Society of Arboriculture, raising the standard of professional tree care companies. This standard exemplifies our 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, they are shown on the following page. Evaluation WCA employees are evaluated through an internal mechanism supervised by the Management Team. Each employee performs his duties according to a criteria -based job description that reflects safety, quality work- manship, productivity, appropriateness of care, problem solving and customer service. A performance ap- praisal 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 im- provement are identified. Customee' .Service y' _ Acc1, , Billing " Payro6 Qalms Resources— sources Front . Inventory a :1 Master Plan Marketing-, Community.; Outreach`_' insdrance- Flee[ Area Managers Hardware . Mgmt' siSupervtsors'. ,S,Software Field ;s^: Tatiitng " ClewsitzSopport .aa(eLy Team Nursery: Operadorts :Itecycnng`- Internet N � �.�-yy�. copyright®2008 YV�/� 4 PATRICK 0e MAHONEY President Professional Registration California State Contractors License #313843, Class C61 81 C27 International Society of Arboriculture Certified Arborist #WE -1172 Mr. Mahoney founded West Coast Arborisu, Inc. in 1972. As President and Chief Executive Officer, Mr. Mahoney oversees the complete operation of the company. Under his direction the company has grown from 3 employees and 2 trucks to over 400 employees with a 400 plus unit fleet. Life Member in good standing of Western Chapter ISA, Society of Commercial Arborists, Municipal Arborisu Association, Street Tree Seminar, Tree Care Industry Association, Maintenance Superintendents Association, Utility Arborisu Association, Califor- nia Oak Foundation, the Palm Society and associated with many other environ- mentally concerned organizations. Professional Affiliation Past President 1996-97- Western Chapter I.S.A. founder- So. California Tree Trimmers Jamboree A Hard ofAchievement- I.S.A., 1998 ROSE M. EPPERSON Vice President Served 1989-97- I.S.A. Certification Committee Award of Merit- Western Chapter I.S.A., 1997 Professional Registration California State Contractors License #654265, Class C61 St D49 International Society of Arboriculture Certified Arborist #WE -1045 Bachelor of Business Administration, Argosy University Mrs. Epperson has been with West Coast Arborists, Inc. since August 1979, and she has been a director at WCA since 1992. Her experience lies in accounting and administration. She is responsible for all administrative and accounting func- tions on a corporate level. She has been involved in the implementation and management of our computerized accounting, estimating and job costing pro- grams. Member in good standing of Tree Care Industry Association, Street Tree Seminar, Western Chapter International Society of Arboriculture and various other civic organizations. Professional Affiliation Past President 8r Honorary Life Member - W.C. I.S.A. Past President - Street Tree Seminar, 1994 Award of Merit- Western Chapter I.S.A., 2005 President's Award- Western Chapter I.S.A., 1997 NNW?^syr copynghl © 2008 RICHARD MAHONEY, Vice President Professional Registration International Society of Arboriculture Certified Arborist #WE -1171 Bachelor of Business Administration, University of Houston, Texas Mr. Mahoney has been associated West Coast Arborists, Inc. since 1972, he has over thirty years in the arboriculture field. He is responsible for internal operations, manage- ment of Fleet maintenance, repairs and purchasing. Prior to his present position with West Coast, he spent two years as Vice President of Operations for Golden Coast Envi- ronmental Services, a computer oriented urban forestry consulting firm in Irvine, CA. With extensive background in information systems management, Mr. Mahoney oversees the computer operations of West Coast Arborists, Inc. He receives a minimum of 25 hours credit annually in arboriculture continuing education credits. RANDY THOMPSON Vice President/Area Manager ymmmmucmme2nnrvwm ernniro 2rbonn Professional Registration International Society of Arboriculture Certified Arborist #WE -1043 Mr. Thompson has been with West Coast Arborists, Inc. since September of 1978. He has over twenty-five years experience in the arboriculture field. Responsibilities within the company are broad. He is responsible for estimating, scheduling, personnel and daily operations. As an Area Manager, he is responsible for field operations and management of crews throughout Orange County. Through his employment he has gained valuable experience in computer estimating and costing programs which are essential in the efficient operation of tree care crews. He receives a minimum of 25 hours credit annually in arboriculture continuing education credits. r ANDREW R. TROTTER _� { Vice President, Field Operations Manager Professional Registration 1`,vrr�` International Society of Arboriculture Certified Utility Arborist #WE-642AU Certified Urban Forester #103, California Urban Forests Council Certified Treecare Safety Professional, CTSP-142 Mr. Trotter has been with West Coast Arborists, Inc. since August of 1982. Prior to that, he had eight years experience in the tree care industry. After working as a Foreman for eight years, Mr. Trotter was promoted to Field Operations Manager in March of 1990. As Field Operations Manager, he supervises all of the field operations as well as managing our wood recycling facility in Irvine. He receives a minimum of 25 hours credit annually in arboriculture continuing education credits and has over thirty years experience. Professional Affiliation Past President- Street Tree Seminar President- California Urban Forest Council Past Board Member- MSA Award ofAchievement- Western Chapter ISA, 2006 copyright ® 200B �/�.�e 6 DEBORAH DEPASQUALE Vice President. Contract Services Professional Registration :. emati^nal Society of Arboriculture Certified Arborist #WE -3812 B.A., Entrepreneurial Management minor in Political Science California State University, Fullerton Employee of the Year, WCA 1995 _ r Ms. DePasquale has been with West Coast Arborists, Inc. since November of 1993. Before that time, she worked as a consultant for WCA and was a Senior Account Ex- ecutive for a finance company for five years. Her responsibilities include managing the Customer Service Department, Billing, Inventory and Master Plans and Special Projects. Ms. DePasquale has over sixteen years computer experience and thirteen years in the tree care industry. She receives a minimum of 25 hours credit annually in arboricul- ture continuing education credits. CHRISTOPHER CRIPPEN Vice President, MIS Professional Registration Microsoft Certified Professional Mr. Crippen has been with West Coast Arborists, Inc. since October of 1995. At that time, he had four years experience as a computer programmer for an insurance com- pany. As a computer programmer, he supports the tree inventory software created by West Coast, as well as customizes each software package for each City and provides technical support to customers, as needed. In addition, he maintains the inventory da- tabases compiled by the Inventory Specialists. He has over thirteen years computer programming experience and nine years experience in the tree care industry. VICTOR GONZALEZ Vice President, Marketing Professional Registration ` International Society of Arboriculture Certified Arborist #WE-7175A�Q.,.".. m ATSSA Certified Traffic Control Design Specialist #00236B11 Bachelor of Science, Engineering Technology California State University, Lon., Beach Mr. Gonzalez has been with West Coast Arborists, Inc. since June of 1999. During the previous two years, he worked as a Public Works Inspector for a private engineer- ing firm in Orange and Los Angeles counties. Before that time, he served the City of Bellflower for four years as an Executive Assistant to the Director of Public Services. His responsibilities included contract administration, project management, and cus- tomer service within the Public Works Department. He has over seven years of city government and public works experience. Currently, Mr. Gonzalez is involved in cre- ating a comprehensive sales and marketing plan for WCA. � ��f.� copyright 0 2008 VNCA 7 JOSEPH BAR OLO Area Manager, North East Los Angeles Professional Registration International Society of Arboriculture Utility Certified Arborist #WE-2034AU Mr. Bartolo has been with West Coast Arborists, Inc. since March of 1994. Before that time, he worked for a residential tree service for six years. As an Area Manager, he is responsible for field operations and management of crews in North East Los Angeles county. He is also involved in scheduling, evaluation and production of street tree main- tenance. Mr. Bartolo has over sixteen years experience in the tree care industry. He receives a minimum of 25 hours credit annually in arboriculture continuing education credits. KRIS BURBIDGE Customer Service Representative, North East Los Angeles M.B.A., Business Administration, California State University Fullerton B.A., Business Administration, California State University Fullerton As the CSR (Customer Service Representative), Kris is responsible for providing support to the Area Manager, Site Supervisor and crew. The CSR is to act as a liaison between the company and it's clients as well as the general public. The CSR 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, public relations, errands, etc. HERMIN® PADILLA Site Supervisor, North East Los Angeles Professional Registration International Society of Arboriculture Utility Certified Arborist #WE -7552A Certified Tree Care Safety Professional #139 Traffic Control Technician #00228618 As Site Supervisor, Hermino is a full-time employee and speaks fluent English. He is re- sponsible for reviewing the day's activities, assisting the Area Manager in scheduling, and insuring proper safety procedures are being followed. As Supervisor, Hermino is to communicate with city officials and other interested parties on a daily basis. Report and resolve malfunctions, damage, or industrial injury. He assists in employee training pro- grams, maintains records, and files daily reports and receipts. VkOw"TB mpynghl E 2008 CERTIFIED ARBORISTS International Society of Arboriculture Arborist Certification provides an edu- cationally challenging program designed to upgrade the knowledge and profi- ciency levels in the tree care profession. Having an I.S.A. Certified Arborist oversee the project is vital for the quality and craftsmanship of proper urban tree care. Our Arborists accumulate 10 Continuing Education Units (CEUS) annually, which help to ensure that they are keeping up with the latest re- search and techniques. Below is a list of our I.S.A. Certified Arborists: J. Nick Alago * WE-4396AU Steve Hunt WE -1044A Michael Palat * WE-6541AU Robert Barr WE -1401A Brian Koch WE -0341A Lorenzo Perez WE -7443A Joseph Bartolo * WE-2034AU Lita Lira WE -1906A Jason Pinegar * WE-2039AU David Cooper WE -0497A Ignacio Lopez WE -7329A Rene Portillo * WE-2038AU Jason Davlin WE -7628A Jorge Magana WE -3460A Frank Quinn WE -1085A Deborah DePasquale WE -3812A Patrick Mahoney WE -1172A Adan Reynaga WE-77B6A Al Epperson * WE-0719AU Richard Mahoney WE -1171A Rene Rosales WE -7941A Rose Epperson WE -1045A Gail Manzanedo WE -3858A Randy Thompson WE -1043A James Goss WE -1042A Rebecca Melia WE -2355A Robert Thompson * WE -0915A Victor Gonzalez WE -7175A Filandro Menlivar " WE-7014AU Shawn Tosh WE -6824A Shawn A. Guzik * WE-3182AU Hector Montes WE -8079A Andrew Trotter * WE-0642AU Calvin Haupt WE -7634A Michael Morris WE -1095A Jeffery Williams WE -1100A Felix Hernandez WE -2037A Herminio Padilla * WE -7552A ). Charles Working WE -1592A CERTIFIED TREEWORKERS denotes Utility Specialist designation The purpose of the ISA Treeworker Certification is to establish a meaningful standard of skill and work quality, to establish and pleasure a level of training and knowledge, to encourage con- tinuing education, and to promote safe work practices. In an effort to provide the best possible urban tree care, WCA hires, trains and assigns Certified Tree Workers for our projects. This insures that a minimum level of training and knowledge for arboriculture has been obtained and that safe work practices and overall safety will be performed. We ensure continuing education and training for those Tree Workers who may wish to gain knowledge in arboriculture or who may want to become Certified Arborists. Below is a list of our Western Chapter I.S.A. Certified Tree Workers: Jose Luis Abalos 1472 Jesus Abila 1094 Jose Aguayo 1050 Nelson Aguirre 1460 Ariel Alonso 0489 Jose A. Alvarez 1497 Salvador Avelar 1276 Eduardo Avila 0420 Saul G. Avila 0421 Manuel Barragan 1461 Martin Barrera 1136 Eugene Barrientos 1712 Juan Becerra 0637 Manuel Briano 1606 Jose Abel Cancino 1663 Manuel Candelarlo 0577 Agustin Carrillo 1097 Antonio Castellanos 0491 Ruben Comelo 1110 Camerino Coronel 1297 Jose Luis Coronel 0851 Leonel Cortez 1188 Pedro Cuevas 1001 Jorge Duenas 1002 J. Refugio Escamlila 1268 Faustino Espinosa 1510 Pedro B. Fuentes 1547 Gabriel Gamino 1051 Felix Garcia 1003 Gabriel Ortiz Garcia 1426 Ventura Gomez 1190 Antonio Gradilla 0971 Jose Guardado 1665 Raymundo Gutierrez 1074 Fausto Guzman 1 1 16 Felix Hernandez 0424 Pedro A. Hernandez 1503 Rafael Hernandez 1192 Steve Hunt 0426 Elijio Ibarra-Cardoso 1070 Carlos Ixta 1052 Jorge Jiminez 0990 Jose Jiminez 1076 Celso Lepe 1 118 Liu Lira 0426 Alfredo A. Lopez 0925 Armando Lopez 1255 Francisco Lopez 0992 Juan Lopez 1431 Sergio Lopez Rivera 1103 Miguel Macias 1024 Jose 1. Mancilla 1299 Juan Marquez 0430 Eduardo Martinez 1087 Joel Martinez 1447 Marcos R. Martinez 1661 Varaquiel Martinez 0431 Filandro Menlivar 1075 Santos Meniivar 1007 Fernando Miller 1053 Alberto J. Monterosa 1400 Hector Montes 1296 Jesus A. Montes 0583 Michael Morris 0240 Rene Nunez 1 141 Jorge Orozco 1026 Joel Ortiz 0993 Juan Ortiz 1 505 Demetrio Oseguro 1008 Marco A. Padilla 1603 Aurelio Paz -Guzman 1 191 Celestino Perez 1120 Eustorgio Perez 0643 Lorenzo Perez 0781 Rene Portillo 0579 Martin Quintero 0644 Francisco Ramirez 1009 Ramon Ramirez 1069 Rogelio Ramirez 0377 Adan Reynaga 0435 Hugo Angel Rincon 0614 Daniel Rivas 1609 Joel M. Rivera 1206 Adam Rodriguez 0493 Jose Rodriguez 0594 Teodoro Rodriguez 1207 Valentin Roman 1402 Rene Rosales 1259 Isaias Sanchez 1073 Salustlo Sanchez 1508 Enrique Sandoval 1272 Salomon Silva 0858 Ruben Soriano 1286 Miguel Angel Soto 1432 Juan Tellez 1656 Robert Thompson 0219 Jose Irene Vega 1174 Jose Trinidad Vega 1164 Marco A. Vergara 1465 Francisco Villanueva 1552 Cesario Wenceslao 1011 Jeffery Williams 0437 J. Charles Working 0647 Walter E. Zaldana 1529 copyngh102008 �/�`Z 9 CERTIFIED URBAN FORESTER The California Urban Forests Council's Certified Urban Forester program recog nizes, encourages, and enhances the education, experience and professional status of urban forestry professionals, while providing agencies, organizations, and com- panies that utilize their services a benchmark for identifying qualified professionals. The Certified Urban Forester Program grants certification to individuals who meet both educational and professional prerequisites and have compiled with the re- quirements, including passing a required certification examination. The require- ments correspond to knowledge, abilities, skills and experience commensurate with the professional practice of urban forestry. URBALN FORESTER A'.-. i Andrew R. Trotter, Certified Urban Forester #103, Califomia Urban Forests Council CERTIFIED TREECARE SAFETY PROFESSIONAL The Tree Care Industry Association (TCIA) accredits tree companies, devel- ops safety and education programs, establishes standards of tree care practice c nir d, s• c \dcu' 1'ruiusional and provides management information for arboricultural firms around the _ world. Our purpose for having Certified Treecare Safety Professionals (CTSP) is to improve worker safety by empowering and encouraging the development of a culture of safety. Currently, WCA has the greatest number of Certified Treecare Safety Professionals in the state of California and they are listed as follows: Andrew R. Trotter, Certified Treecare Safety Professional #142 Gabriel Ortiz Garcia, Certified Treecare Safety Professional # 138 Herminio Padilla, Certified Treecare Safety Professional #139 James Charles Working, Certified Treecare Safety Professional #141 Juan Marquez, Certified Treecare Safety Professional #143 Rene Portillo, Certified Treecare Safety Professional #137 Veronica King, Certified Treecare Safety Professional #140 UTILITY LINE CLEARANCE TREEWORICERS The State's Occupational Safety and Health Administration (Cal/OSHA) requires that employers of line clear- ance tree trimmers and aerial lift operators to certify that their workers have received specific training in accor- dance with the American National Standard's Institute Z133.2 guidelines. We have an extensive training pro- gram that aids in the development of the Utility Line Clearance Treeworkers. We currently have sixty Utility Line Clearance Treeworkers on staff. A detailed listing of names can be provided if requested. PEST CONTROL ADVISOR AND APPLICATOR Califomia Agriculture Production Consultants Association (CAPCA) is a professional ?� association that promotes and educates the licensed Pest Control Advisor (PCA), thereby fostering the highest quality pest management standards while recognizing our L� wz responsibility to the public, our employees, and the environment. Shawn A. Guzik, Pest Control Applicator #QL39125 Paul Webb, Pest Control Advisor #QL02023 _ copyright 02009 \AXA& 10 MICHAEL MAHONEY Consa ting Arborist Professional eeistm-Jon American Society of Consulting Arborists, Member #353 Bachelor of Fine Art, California State University, Fullerton ISA Certified Arborist #WC -0216 ASCA Consulting Academy, Graduate #0022 Mr. Mahoney has over thirty-six years in practical and management experience in arboriculture and urban for- estry; 10 years full-time as an arboriculture practitioner; 5 years full-time as manager of a large arboricultural contracting firm; 5 years full-time as CEO of an arboricultural and urban forestry consulting firm; 16 years full -time as an independent arboricultural and urban forestry consultant. Approximately 45 hours credit, annu- ally, arboricultural continuing education. As an independent consultant, current and recent projects include development of management plans, personal injury, encroachment and casualty loss evaluations; evaluations of adverse assessment reports, management plans and feasibility studies; and other projects for government agen- cies, corporate clients, and private individuals. STEVE BROWN Data Controller Professional Registration Bachelor of Science, Ornamental Horticulture, Cal Poly Pomona Mr. Brown has been with West Coast Arborists, Inc. since November of 2000. Before that time, he worked for Davey Tree as a Production Manager. His responsibilities as a Data Controller include performing quality control checks on tree inventory collected by inventory collectors, maintaining tree site inventories and incor- porating planting plan programs into existing inventories. He also, assists Mr. Crippen, Vice -President, MIS, with our inventory software program, ArborAccess and provides technical support for customers. Mr. Brown has over thirteen years experience in the tree care industry. RENE PORTILLO _-�•• Safety Trainer Professional Registration & International Society of Arboriculture Certified Utility Arborist #WE- 203BAU ATSSA Certified Traffic Control Supervisor #00227843 Certified Treecare Safety Professional, CTSP-137 Mr. Portillo has been with West Coast Arborists, Inc. since December of 1992. Before that time, he worked with Petersen's Tree Service for three years. As the Safety Trainer, he is responsible for in-house training programs for new hire and existing employees. These programs include administering certification training, crew leader training and assist- ing management in developing training programs. Mr. Portillo has over fifteen years ex- perience in the tree care industry. He receives a minimum of 25 hours credit annually in cop ght Q 2005 LETTERS OF REFERENCE City of La Canada Flintridge "West Coast Arborisu, as contractors for the City of La Canada Flintridge, provides pruning, removal, planting, emergency service, computer data information, site survey information and any other duties necessary for a successful Tree Maintenance Program. The City has been re- cently awarded the 5 Year Tree City USA plaque which certainly testifies to the quality of tree EL,\ ��, maintenance West Coast Arborisu has and is providing to our City. The City of La Canada viE Flintridge would certainly like to offer it's recommendation to any agency that may be consid- ering contracting for Professional Tree Maintenance Services which will provide a high level of quality and effecitve operations". Fullmer Chapman, former Director of Public Works City of Mission Vieio Our current contract is of broad scope, in which West Coast Arborists, Inc. has demon- �'v`'p$� O strated exceptional ability to comply with all demands and specifications. The City's scope includes tree trimming, removals, stump grinding, root pruning, emergency response, traffic a control and more. All of which are performed at a high professional level. It is always a pleas- Cql/FOQs'�P ure to work with professionals, since they are rarely able to compete with non-professional in today's economical climate". - Tom Levene, Urban Forest Inspector City of Buena Park On behalf of the City of Buena Park, I would like to acknowledge West Coast Arborisu, Inc. for the professional work performed in our City. Our present contract services have been completed in a timely and orderly fashion with little or no complaints from the public. The t City of Buena Park is privileged and proud to have such a contractor on board. I would rec- ommend your firm to other municipalities for contracting tree maintenance work". Rudy Cisneros, Street Superintendent City of Tustin a I would like to commend you for the fine job West Coast Arborists has done and continues to do for the City of Tustin. As I am in continual communication with residents and busi- nesses throughout the city, I have had the opportunity to hear your praises sung often. I thank you, West Coast Arborisu, in making Tustin an attractive community. Your profession- alism and outstanding customer service is noticed and appreciated". - ] i m Potts, former Counchmember City of Beverly Hills "On behalf of the City of Beverly Hills I would like to thank you and your wonderful and very talented staff for the development of the new Guide Map to City Street Trees. The support of West Coast Arborisu to the City of Beverly Hills in so many different areas in the management of the City's urban forest has been terrific. It has added to the overall quality and beauty of Grr w'llCviun., Il n.i.a this world class City." - Steve Miller, Director of Recreation andfarks vkvc� 12 p� canahl ® 200B CURRENT CONTRACT WORK EXPERIE14CE City of Newport Beach Since December 1993 West Coast Arborisu provides complete tree maintenance services. After an in depth study of the City's General Services Department, the City reviewed and agreed to seek out cost saving measures while maintaining an expected level of service to the community. Under this contract, we prune approximately 8,000 trees annually and perform other various ser- vices including but not limited to removals, planting and emergency urban forestry services. City of Riverside Annual Budget: $1,000,000 Contact: Dan Sereno Total to date: $7,900,000 Phone: 949/644-3069 Since July 1997 This contract is unique in that WCA provides complete tree maintenance services for the City's Park and Recreation Department, and utility line clearance tree trimming for their Pub- lic Utilities Department. The combined tree population is approximately 200,000 trees. Both departments entered into a joint management agreement relating to a line clearance program for utility lines. Tree inventory updates are provided along with the billing. Annual Budget: $1,950,000 Contact: Robert Filiar Total to date: $1 5,400,000 Phone: 951/351-61 12 City of Santa Ana Since July 1997 We currently maintain the City's entire urban forest consisting of nearly 45,500 street trees and the trees located at local parks. We perform tree maintenance on a grid basis developed by West Coast Arborisu and approved by the City. Based on the positive letters the City has received, we have gained a reputation as a conscientious tree maintenance firm capable of performing high quality service. Annual Budget: $815,000 Contact: Bill Hayes Total to date: $7,200,000 Phone: 714/647-3301 City of Santa Monica Since July 1994 WCA provides complete pruning services based on tree species. We take pride in our re- sponsibility for the City's tree population of nearly 35,000 street trees. In addition, as part of the City's comprehensive tree planting program, we acquire and plant trees for the City. Approximately 2,000 trees are scheduled for this year alone. Annual Budget: $750,000 Total to date: $6,000,000 Contact: Walt Warriner Phone: 310/458-8974 City of Fullerton Since July 1998 _�. _ ____ - -_- --_e__ I11 -A .....,t— rr.o (-inrlc num tray inj1pntn" AC narr of GENERAL BUSINESS STATEMENT West Coast Arborists, Inc., is committed to successfully completing each pro- ject in accordance with the specifications, budget, schedule and with the high- est 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 ca- pabilities, 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 du- ties of managing their urban forest. • In business continuously and actively since 1972 • Contractor's License C61 8t C27 • Dunn 81 Bradstreet rating 1A2 • Over $2,000,000 line of credit available • Bonded by CBIC, an A+ rated company • Over 500 employees • Over 30 Certified Arborists • Over 100 Certified Treeworkers • In house fleet maintenance with 14 full-time mechanics • Equal Opportunity Employer • Drug-free workplace • Award winning staff Outstanding reputation in quality tree care, community, and customer service • 14,000 sq. ft. Headquarters located in Anaheim, company-owned • Nursery license through the Department of Agriculture • Satellite facilities located in Fresno, Stockton, Ventura, Riverside and Irvine • Fully insured with insurance up to $5 million • Federal Tax ID #95-3250682, current on all taxes and filings with state and federal government • Pioneered a well developed system of information management, human resource supervision 8T job tracking • Sales volume over $40 million annually • Retained earnings of over $4 million • Fleet of over 500 modern vehicles - over 1 10 aerial towers - over 75 dump/chipper trucks - over 20 roll off trucks • Active member - International Society of Arboriculture (ISA) - Maintenance Superintendents Association (MSA) - California Landscape Contractors Association (CLCA) - Tree Care Industry Association (TCIA) - Street Tree Seminar (STS) - California Urban Forest Council (CaUFC) - California Agricultural Pest Control Association (CAPCA) - California Park at Recreation Society (CPRS) - Risk and Insurance Management Society (RIMS) Y- �._�p.� 14 copyngm®zoos KI�; AFFIRMATIVE STATEMENT OF COMPLIANCE If awarded a contract to manage the City's Urban Forest, West Coast Arborisu, Inc., agrees to indemnify, hold harmless and defend the City, City Council and each member thereof, and every officer, employee and agent of the City, from any liability or financial loss (including but without limitation, attorney's fees and costs) arising from any intentional, reckless, negligent, or otherwise wrongful acts, errors or omissions of the Contractor or any person employed by West Coast Arborisu, Inc. in the performance of this agreement. West Coast Arbor- isu, Inc. will for the entire term of this contract carry, maintain, and keep in full force and effect, a policy or policies of Comprehensive General Liability Insurance, Comprehensive Vehicle Liability Insurance, and Workers' Compensation Insurance with the minimum limits set forth by the City. CERTIFICATE OF INSURANCE LIABILITY LIMITATIONS West Coast Arborisu, Inc. insures the quality of work performed, however, we do not insure the City's en- tire tree population from failure. Arborisu are tree specialists who use their education, knowledge, training and experience to examine trees, recommend measures to enhance the beauty and health of trees, and at- tempt to reduce the risk of living near trees. Customers may choose to accept or disregard the recommen- dations of the arborist, or to seek additional advice. Arborists cannot detect every condition that could possibly lead to the structural failure of a tree. Trees are living organisms that fail in ways we do not fully understand. Conditions are often hidden within trees and below ground. Arborisu cannot guarantee that a tree will be healthy or safe under all circumstances, or for a specified period of time. Likewise, remedial treatments, like any medicine, cannot be guaranteed. An arborist should then be expected to reasonably rely upon the completeness and accuracy of the information provided. Trees can be managed, but they cannot be controlled. To live near trees is to accept some degree of risk. The only way to eliminate all risk associated with trees is to eliminate all trees. copyright 0 2008 Muttual- --- LIABILITY LIMITATIONS West Coast Arborisu, Inc. insures the quality of work performed, however, we do not insure the City's en- tire tree population from failure. Arborisu are tree specialists who use their education, knowledge, training and experience to examine trees, recommend measures to enhance the beauty and health of trees, and at- tempt to reduce the risk of living near trees. Customers may choose to accept or disregard the recommen- dations of the arborist, or to seek additional advice. Arborists cannot detect every condition that could possibly lead to the structural failure of a tree. Trees are living organisms that fail in ways we do not fully understand. Conditions are often hidden within trees and below ground. Arborisu cannot guarantee that a tree will be healthy or safe under all circumstances, or for a specified period of time. Likewise, remedial treatments, like any medicine, cannot be guaranteed. An arborist should then be expected to reasonably rely upon the completeness and accuracy of the information provided. Trees can be managed, but they cannot be controlled. To live near trees is to accept some degree of risk. The only way to eliminate all risk associated with trees is to eliminate all trees. copyright 0 2008 FINANCIAL (LETTERS OF REFERENCE "West Coast Arhoristq, inc. has an existing revotving!ine of cfe& with our bank in the amount of five hundred thousand dollars. The fine has been managed in a very satisfactory manner and cur- rently has a zero balance. If you have any questions, piease con tact the undersimed': - Roy T. Logsden, Senior Vice Pres., Bank of Orange County "It is s pleasure to have the West Coast Arborlsts account at Or- ange National Bank. We have reviewed their financial history and have provided them with loans in the mid -six flyure range. Their outstanding performance with these loans has proven their Integ- rity and dependability. We hold the principals in the highest re- gard and are confident that all of their business transactions would be conducted with the same professionalism"- - Raymond Sikes, Senior Vice Pres., Orange Nationa/Bank "We wanted you to know you are among our very best and most loyal customers- We are pleased, therefore, to present you with the enclosed Productive Finance Platinum Customer Award. We hope you show it with pride! We intend to ensure that you re- ceive our very best senlice and lowest interest rates. Thank you. You make our work for you a pleasure "- Ron Ritchie, Executive Vice President, Productive Finance "West Coast Arborists, Inc, was awarded special recognition by the State Compensation Insurance Fund for their outstanding safety efforts toward their employees. State Compensation Insur- ance Fund is recognizing West Coast Arborlsts for having worked for over two years without a lost time accident. This is an industry that normally carries a high level ofrisk for accidents and injuries. WCA is a model of success in this area. An employer who is com- mitted to maintaining an effective in%ury and Illness Prevention Safety Program. This has resulted in their outstanding safety re- cord. They are a valued policy holder to us at State Compensa- tion Insurance Fund. Randall Suttle, Loss Control, State Comp. Ins. Fund a o CUSTOMER.' . _ WEST COAST ARBOflISTS, INC. PRIMAL .. ....._. ELEMENTS .— NLCO/etles �1 WEST CUASI - - ARBORISTS Pmlileof ....... .'J :.'.' SECOND QUARTER FINANCIAL �y REPORT w JACK'S CORNER — Povl Snrvhor' Enlenalnmenl O .,,._... CAROL _ TGRSNEY ,slA,Le. servin0 0ownel r 1 " " '" CREATIVE THINKING LEADS TO INCREASED REVENUE WHY CHOOSE BANK OF ORANGE COUNTY Y r X 4 TO my T",-.lvrcAi, LxlPn, u. ni.,.ncu.-... TLmi,. I / I 'Nationwide Insurance has had a business relationship with West Coast Arborists, inc. since April of this year During this period of time, we have come to know the professional and concerned attitude of WCA and its em- ployees. While we were starting their insurance policy we made some recommendations for safery purposes, without hesitation the programs were implemented. l would attribute their record of no losses to their concern for safety and the fact they stand behind their work 10096': - Steven Hartman, Associate Agent, Nationwide Insurance wDynght © 2008 VvC`" 16 PRUNING OPERATIONS The results of using this pro -active tree maintenance strategy are long term reduced costs, increased public safety, content resi- dents, and an increased value of an essential City asset. "Prior to commencement of work, WCA will post door hangers inform- ing residents of the work that is to be per- formed. These notices will be delivered within the time specified by the City. The objectives of tree pruning are: • reduce the risk of failure • provide clearance • reduce shade and wind resistance • maintain health • influence Flower or fruit production • improve a view • improve aesthetics WCA crews working in the City of Fullerton In addition to providing complete pruning operations, our highly trained and qualified staff will also perform clearance pruning services, which consist of removing branches to provide a specified clearance from the top of the curb and walkway when practical, typically nine (9) feet. This operation also involves clearing limbs or branches away from electrical wires, lights, buildings, and/or traffic signal devices. Also, we will remove all trunk sprouts and suckers and clear limbs to provide for pedestrian travel. All work will be performed in accor- dance with the Best Management Practices developed by the I.S.A., ANSI A300 Standards and ANSI Z133.1 Safety Standards. The debris will be removed from the job site and taken to a designated facility for recycling. All resulting debris will be removed from the job site daily and properly disposed of at the end of each workday. We will clean all job sites when work is completed, including the raking of leaves, twigs, etc. from the lawn and parkway and the sweeping of streets. REMOVAL OPERATIONS Removals will be completed per monthly lists compiled and submitted by the City or on an "as needed" basis after the trees have been marked. With a minimum of forty-eight hours advanced notice, WCA will inform Underground Service Alert (USA) of the location of work for the pur- pose of identifying any and all utility lines. The removal process consists of lowering limbs delicately onto the ground to prevent any hard- scape damage. We will also remove large trunks and debris from the job site. The debris will be removed from the job site and taken to a desig- Large tree removal for the City of Beverly Hills nated recycling facility.. Immediately following the removal, the stump will be ground down in accordance with I.S.A. Standards and ANSI A300 Standards. job sites will be cleaned daily, including raking of leaves and removal of all debris. \AVIC4& 17 copyright B 2008 TREE PLANTING We can replace trees that have been removed and plant new trees in accordance with City specifications. Trees will be planted by lists compiled and submitted monthly or on an "as - needed" basis. We are prepared financially and logistically to acquire and purchase seiected tree species for tree planting in the City. We have the capability to send notices via U.S. Mail informing residents of the work that is to be performed if requested by the City. These notices can include a photo of the new tree that is to, be planted or the residents may view the specie at www.WCAINC.com. At a minimum of forty-eight hours in ad- vance we will inform Underground Service Alert (USA) of the location of work for the purpose of identifying any and all utility lines. Once the City approves the trees to be planted, we will plant in accordance with ISA Standards, ANSI A300 Standards and City specifications. A well-trained planting team will perform the soil preparation and installation of the tree. CREW RENTAL There are many services that we provide to agencies that don't necessarily involve tree maintenance. Because of our commitment to customer satisfaction and our vast amount of resources, which includes specialty equipment, and qualified personnel, WCA responds to various miscellaneous requests. Some examples of these services are flag hanging, holiday light installation, changing ballpark lights, and miscellaneous use of our aerial towers and cranes. These types of services are performed on a crew rental basis, which consists of any number of men with necessary equipment. Special tree trim- ming projects are also performed under an hourly crew rental. EMERGENCY RESPONSE West Coast Arborists has an Area Manager on call 24 hours a day, 7 days a week, including holidays. The toll free number is 866 -LIMB -DOWN (866-546-2369). This number will be provided to the City, Police Department and Fire Department. We will be prepared for emergency calls on a 7 -day, 24-hour basis. Our emergency response team will do what is necessary to render the hazardous tree or tree -related condition safe until the following workday. Should the emergency call out occur during normal busi- ness hours, contact your Area Manager or Customer Ser- vice Representative and one of our teams will respond to the scene and perform the necessary work. WCA crews planting in the City of Beverly Hills Holiday lighting project in the City of Mission Viejo Emergency tree removal operation copynghl ® 2000 18 LINE CLEARANCE PRUNING An on-going trimming program provides safety when it come to tree and utility lines. Trees that interfere or have the prob- ability of interfering with utility lines will be trimmed in a manner to achieve the required clearances as specified by the City in acco d-ance scan the Cahfornla 'Public Utilities Com- mission. In addition to abiding by the clearance specifications set forth in General Order 95, utility line clearance pruning will be performed to protect the current health and condition of the tree and to maintain its symmetry. Limbs overhanging primary conductors will be removed, and natural pruning techniques that utilize the least number of cuts will be made to direct growth away from the utility lines. Courtesy of Glendale Water & Power News CLEARANCE PRUNING In addition to providing complete pruning operations, our highly trained staff will also perform clearance prun- ing services, which consist of removing branches to provide a fourteen (1 4) foot clearance from the top of the curb when practical, or as specified by the City. This operation also involves clearing limbs or branches away from wires, lights, building, and/or traffic signal devices. Also, we will remove all trunk sprouts and suckers and clear limbs to provide for pedestrian travel. All work will be performed in accordance with I.S.A. Stan- dards, ANSA A300 Standards and City specifications. TREE WATERING Tree watering.will be performed by a full-time, WCA team member on various routes, including landscape medians, and young trees when requested by the City. 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 settled, and/or staking and tying needs. SMALL TREE CARE We support the City's belief that 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 • Tree watering (up to one time per week depending on weather conditions) As the trees we plant mature, it is apparent that the trees and adjacent parkways will require certain mainte- nance needs. Therefore WCA will work with City staff to establish a Small Tree Care Maintenance Program to address the tree and parkway maintenance requirements on an individual basis. Each tree is inspected to deter- mine specific needs and maintenance activkies are then performed accordingly. 19 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 you want to proceed, we recommend that it should not be done any 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 dam- age to the tree. The excavated area will be backfilled and debris will be hauled away. SPECIALTY EQUIPMENT RENTAL Should the City encounter projects that may require specialty equipment, we have the ability to dispatch one of our Hi -Ranger aerial towers with a reach of 95 feet and/or one of our high-capacity cranes with a reach of more than 100 feet. We also have a number of roll -off boxes, trucks and loaders for special projects requiring hauling of debris. CONSULTING ARBORISTANSPECTION The need for special reporting is increasing. We have a full-time Consulting Arborist on staff that can prepare detailed arborist reports, tree evaluations and site inspections based on your specific needs. 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. DATA ENTRY Due to the large amount of information we process, we have a full-time Data Entry department that is capable of taking on extra projects. Projects of this nature include inputting of work history performed by City crews or conversion of data to assimilate into ArborAccess. WEBPAGE DEVELOPMENT Webpage development is a new feature to our Information Management services. Understanding the City's strive to expand and automate its service to the citizens by use of the City's website, WCA can establish and maintain informational pages on our website relative to the City's tree division 8t operation. A link on the City's website would interface with our website and the information displayed can include the following: • Photos of tree species found within the Citv and rurrpntly lictpd on the City's tree palette • Species Frequency D.S.H., and Height Reports including reports from the inventory Maps of the City, and zones Tree trimming specifications • Tree planting specifications • Tree Ordinance • Contact information with e-mail ad- dresses We can complete the Webpage development component at an hourly rate. Annual mainte- nance of the website will be included in the an- nual software maintenance agreement. o_ -_r copyngh102008 20 MASTER STREET TREE PLAN The trees in each City are a valuable aesthetica) and economical resource. The goal of the Master Street Tree Plan is to develop an effective tree care program consistent with the City's objectives and to provide options to minimize costs. These are intended to protect the value of existing trees and provide a method of enhance- ment for the future. Preservation of urban trees is improved with the assistance of modern data management. Accurate analysis of the present tree population permits forecasting for ruture maintena-ce 3aivities. This element of the project considers the intent for the community development, the physical condition of the for- est, and the existing tree site environment. Survey results and discussion in this report focus on physical and environmental conditions with additional maintenance considerations. WCA's custom method of collecting tree data results in a wealth of information. In your City, as in most communities, there is no shortage of spe- cial considerations for applying collected data to recommendations. The fundamental basis for tree manage- ment in your City is the preservation of the urban forest and maintaining the desired character of the commu- nity. The Master Street Tree Plan also entails incorporating the existing species and recommending new ones based on the conditions exclusive to that site. This is beneficial for future development, tree planting opportu- nities and tree grant requirements. 12m+Tzzd;�.ei3a� STEP 1 - SET GOALS 8t ESTABLISH GUIDELINES • Increase tree canopy • Fill vacant sites • Minimize maintenance • Added tree benefits • Foster community pride • Reduce hazards STEP 2 - CREATE A SPECIE PALETTE • Based on City goals, growspace requirement, specie characteristics, etc. • Make a specie palette draft with City representatives • Create and print the Specie Palette chosen by the City STEP 3 - COLLECT DATA e Record existing tree site inventory • Create a block by block listing; identify primary specie by block • Breakdown streets into units based on similar site conditions • Determine planting conditions • identify existing vacant sites and recommend removals STEP 4 - SPECIE RECOMMENDATION 8t SELECTION ; • Recommend 1-3 species for each unit based on similar site conditions • Select a primary specie for each unit based on species recommendations STEP 5 - COMPILE MASTER PLAN DRAFT • Introduction to the Master Street Tree Plan process • Species palette and full color photo of each species chosen r. e Planting plan spreadsheet f • Community outreach letter • District maps • Presentations may be given to the. community STEP 6 - CITY COUNCIL APPROVAL _ • Compile final document based on community/City revisions _ '-'— • Present to City Council for approval -- STEP 7 - COMMUNITY OUTREACH at PLANTING -- • Mail letter, photo and postcard to resident Track resident feedback • Compile planting list, order nursery stock 81 plant trees XPi • Distribute educational tree planting door hanger CITY OF FULLERTON hfaster Street Tree Plan copyngN © zone 21 M9T49PTC. OF A f R;D PRU14INC PROGRAM Regardless of the amount of a community,c tree management budget, systematic tree maintenance reduces costs in the long term. Systematic tree maintenance programs reduce the need for "emergency" or "service re- quest" pruning, help prevent liability problems (such as dead or weak branches), reduce tree mortality and improve the urban forest's health and real value over the long term. A systematic tree maintenance program is composed of pre -designated trimming grids which are pruned in their entirety on a set schedule. By trimming every tree on the street regardless of size, every resident in that community feels that they have received a service for their tax dollars. At the same time, the safety and welfare of the community will be.enhanced. The following are a few of the benefits of a grid trimming system: Sample pruning cycle schedule Scheduling• We can assist the City with updating or establishing grids for a long-term pruning program. Maintenance should be performed throughout the entire fiscal year on a consistent basis. ImprovedPubl/cReladons: Citizens can be informed in advance when their trees are scheduled for service. This is a pro -active approach to manage the community's urban forest. Equal service. Every citizen receives service whether requested or not. Maintenance is not de- pendent on a formal request or individual. Preventive Maintenance: All city trees receive routine maintenance; problems are corrected before they reach crisis levels. /mprovedHea/th: Grid/arpruning ea pruning he ee rutinely or infested bras the lof nchestandrdevelopi'ng'so sound through and weakened pest growing crowns. Maintain a Caplta/Asset: The urban forest is one of the Cities most valuable and overlooked capital assets. By investing in the systematic maintenance concept, the City is maintaining its overall and real financial value to the community. ReducedLlabl//ty: Due to the efficiency of grid trimming, all trees are serviced in a timely manner reducing liability exposure. mcient Record Keeping: The Foreman is able to update tree characteristic information on trees that our crew maintains in the City over the trim cycle period. Records are maintained for current status and returned to the City for their files. copy. 22 INTRODUCTION Our modem fleet consists of over 500 vehicles that undergo daily inspection by each driver. All equipment is kept serviced and free of graffiti at all times and is painted and detailed on a regular basis. We have a credit line of $2 million dollars for the acquisition of new equipmel:t. WCA's policy is that all employees hold a valid, insurable Driver's License. We are enrolled in the DMV's Employee Pull Notice Pro- gram which provides us with a means of promoting driver safety through ongoing review of the driving records of commercial driv- ers. Our company has been assigned CHP Carrier Number CA68562 in the California Highway Patrol's Management Informa- tion System of Terminal Evaluation Records (MISTER), which is an automated file pertaining to the motor carriers operating in the State of California. MISTER gives the CHP immediate access to emer- gency information about our company and enhances the CHP's ca- pability to monitor the overall safety operations of our company. EQUIPMENT MAINTENANCE FACILITY We have a state-of-the-art full service Maintenance Department at our corporate headquarters WCA has 14 full-time mechanics on staff and a full-time Pre- ventive Maintenance Manager • 90 -day detailed inspections are performed by the WCA Maint- enance Department Aerial lift safety inspections occur annually CHP BIENNIAL INSPECTION OF TERMINALS CERTIFICATION We have successfully been awarded the CHP Bien- nial Inspection Award of Recognition for the fourth inspection in a row. This inspection has assisted our company in instituting several safety programs, as well as our Preventative Maintenance Program utilized by our in-house fleet 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. CA I.I POENIA I DC. I -I P90'PAI IZOI Certificate of Achievement WESTCOAST ARBORISTS.]Nc. n A xCATr XAlIr.11l.CAY?.. Cw;�mb. Snul.v,.011ixu - .a�x1AMN 19.lYYJ� u.l .rr,�I�.�M-!��IrnlYul� in:lm r.. �ti<Y�^ml•n.re �.n copyngni ® 2006 V�CJ�e'R� 23 EQUIPMENT LAST # Year/Make Model _ License 101 2004 LANDROVER RANGE ROVER 5JKJ9D5 107 2006 MERCEDES 8500 5SSR376 121 1990 FORD F250 WATER TRUCK 3X"c7.37 130 1992 FORD F250 WATER TRUCK 4N14605 131 1993 FORD F250 WATER TRUCK 4211465 _ 132 1992 FORD F250 PICKUP 4Si 1463 136 1993 FDRD F350 FLATBED 4P99742==' 141 1994 FORD F250 PICKUP 4T91 DB2 142 1994 FORD F150 PICKUP 4WB4896 144 1994 FORD F150 PICKUP 7C40079 148 1995 FORD F150 PICKUP SA95366 ' _ - 149 1995 FORD F350 FLATBED 5A16667 150 1995 FORD F150 PICKUP 5B49828 151 1995 FORD F250 PICKUP 5849829 152 1995 FORD F250 PICKUP 5856164 155 1995 FORD F150 PICKUP 5C6B613 156 1995 FORD F150 PICKUP 7C40077 159 1995 FORD `250 PICKUP 5E72B95 160 1996 DODGE RAM 2500 PICKUP 5F61700 163 1996 DODGE RAM 3500 PICKUP 8C22771 164 1996 DODGE RAM 1500 PICKUP 5E73607 165 1996 DODGE RAM 2500 PICKUP 5F71113 - 167 1996 DODGE RAM 2500 PICKUP 5G971 B8 16B 1996 DODGE RAM 2500 WATER TRUCK 5J03502 170 1995 FORD F250 PICKUP 5H39553 172 1990 FORD F250 PICKUP 4AB6791 173 1997 DODGE 1500 PICKUP 6X78824 174 1997 DODGE 1500 PICKUP 7L79481- 175 1997 CHEVROLET 3500 CHASSIS CAB 7MBB683""""'°-"` 176 1998 DODGE RAM 1500 PICKUP 7R91119 �^ 177 1998 DODGE RAM 1500 PICKUP 5R47647 176 1998 DODGE RAM 1500 PICKUP BD26440 179 1998 DODGE RAM 2500 PICKUP 5R56347 180 1998 DODGE RAM 1500 PICKUP 5RG3338 181 1998 DODGE RAM 1500 PICKUP SR65534 182 1998 DODGE RAM 1500 PICKUP SD25B46 183 1998 DODGE RAM 2500 PICKUP SS71211 - ..=s 184 1998 DODGE RAM 2500 PICKUP 5571212 185 1998 DODGE RAM 2500 PICKUP 5U12891 166 1998 DODGE RAM 2500 PICKUP 5018285 187 1998 FORD F250 PICKUP SV12485 188 1998 DODGE - RAM 1500 PICKUP BD26441 189 1998 DODGE RAM 1500 PICKUP 5V25270 190 1999 FORD F250 PICKUP SW29558 191 !999 FORD F450 FLATBED 5X26748 192 1999 FORD F450 FLATBED 5X26747 193 1999 DODGE RAM 2500 PICKUP 5X31875 194 1999 DODGE RAM 2500 PICKUP 5X32353�,.y 196 1999 DODGE RAM 2500 PICKUP 5X99557 197 1999 DODGE RAM 250D PICKUP 5X67736 - copyngM ©2W8 24 EQUIPMENT LIST _. Eq # Year/Make Model License 198 1999 DODGE RAM 2500 PICKUP 7E00000 199 1999 DODGE RAM 2500 PICKUP 5Y30688 r _ 200 i 999 DODGE RAM 2500 PICKUP 7891488 201 1999 DODGE RAM 2500 PICKUP 5Z22764 1 2D2 1999 DODGE RAM 2500 PICKUP BB15567 203 1999 DODGE RAM 2500 PICKUP 6A52649 (� r"`aal•r.^�*rp 204 1999 DODGE RAM 2500 PICKUP 7JO2758 2D5 1999 DODGE RAM 2500 PICKUP 6B55891 206 1999 DODGE RAM 2500 PICKUP 6U03612 207 1999 DODGE RAM 250D PICKUP 6087220 209 2000 DODGE RAM 2500 PICKUP BB92256 21 D 20DD DODGE RAM 2500 PICKUP 6D46235 -_ -- --- 211 2000 DODGE DAKOTA SPORT SD46236 212 2000 DODGE RAM 2500 PICKUP 6E29503 213 2000 DODGE RAM 2500 PICKUP 6E29084 215 2000 DODGE RAM 2500 PICKUP 6L99627 216 2000 DODGE RAM 2500 PICKUP 71-79480 217 2000 DODGE RAM 2500 PICKUP 6E79747 - 218 2000 DODGE RAM 2500 PICKUP 7H37811 + 6 219 2000 DODGE RAM 2500 PICKUP _ � BL99628 r.11 220 2001 DODGE RAM 2500 PICKUP 6K78702 221 2001 DODGE RAM 2500 PICKUP 6K78701 - - 222 2001 DODGE RAM 2500 PICKUP 6KB2087 223 2001 DODGE RAM 2500 PICKUP 6KB2089 224 2001 DODGE RATA 2500 PICKUP BL31931 225 2001 DODGE RAM 2500 PICKUP 61-49027 .�. 226 2001 DODGE RAM 2500 PICKUP I�r 6L54340 F' � ]� 227 2001 DODGE RAM 250D PICKUP 6N'59836 � - 228 2001 DODGE RAM 2500 PICKUP 6P56709 - _�• 229 2001 DODGE RAM 2500 PICKUP 6P63627 230 2001 DODGE RAM 2500 PICKUP 6UG4374 231 2001 DODGE RAM 2500 PICKUP SR39194 232 2001 DODGE RAM 250D PICKUP 6R45204 233 2001 DODGE RAM 2500 PICKUP 6547744 234 2001 DODGE RAM 2500 PICKUP 8E71004 235 2002 DODGE RAM 2500 PICKUP 6U22925 236 2002 DODGE RAM 2500 PICKUP 7547086 - 237 2001 DODGE RAM 2500 PICKUP 6VO3277 238 2001 DODGE RAM 2500 PICKUP 7241391 239 2002 DODGE RAM 2500 PICKUP 6V62377 240 2002 DODGE RAM 2500 PICKUP 8F91543 241 2D02 DODGE RAM 2500 PICKUP 6W79687 242 2002 DODGE DAKOTA SXT 6W56334 243 2002 DODGE RAM 2500 PICKUP 7120198 R 244 2002 DODGE RAM 2500 PICKUP 6Y26300 _ 245 2002 DODGE RAM 2500 PICKUP 6YB4156 R 246 2002 DODGE RAM 2500 PICKUP 6202584 _ 247 2002 DODGE RAM 2500 PICKUP 6206982 - 248 2DD3 FORD F250 SUPER DUTY 6291783 249 2003 DODGE DAKOTA SXT 7A94073 wpyrighl 02008 N&CA- & 25 EQUIPMENT LIST # Year/Make Model Lice se 250 2003 DODGE RAM 2500 PICKUP 7U19345 251 2003 DODGE RAM 25D0 PICKUP 7843356 ' 252 2003 DODGE RAM 2500 PICKUP - 253 20D3 DODGE RAM 2500 PICKUP 7643363 254 2003 DODGE RAM 2500 PICKUP 7843360 255 2003 DODGE RAM 2500 PICKUP 7864238 - 256 2003 DODGE RAM 2500 PICKUP BD25443 257 2003 DODGE RAM 2500 PICKUP 7843369 258 2003 DODGE RAM 2500 PICKUP 7B43365 259 2003 DODGE RAM 2500 PICKUP 7F72142 260 2003 DODGE RAM 2500 PICKUP 7F72136 261 2003 DODGE RAM 2500 PICKUP 7F72138 262 2003 DODGE RAM 2500 PICKUP 7F72137 263 2004 FORD F250 SUPER DUTY 7H52854 264 2004 DODGE RAM 2500 PICKUP 7K03518 266 2003 DODGE RAM 2500 PICKUP 7K03519 267 2004 DODGE RAM 2500 PICKUP 7L7B674 268 2004 DODGE RAM 2500 PICKUP 7M13362 1 nII�i1�El W.� 269 2004 DODGE RAM 2500 PICKUP 7M13361 I 270 2004 DODGE RAM 2500 PICKUP 7N94341 - 271 2004 DODGE RAM 2500 PICKUP 7N94343 272 2004 DODGE RAM 250D PICKUP 7N94342 _ 273 2004 DODGE RAM 2500 PICKUP 7PB1047 274 2004 DODGE RAM 2500 PICKUP 7PB0964 275 2005 DODGE RATA 2500 PICKUP 7526398 276 2005 DODGE RAM 2500 PICKUP BD26439 277 2005 DODGE RAM 2500 SLT 7T52922 278 20D5 DODGE RAM 2500 SLT 7U55885 279 2005 DODGE RAM 2500 SLT 7VOB557 280 2005 DODGE RAM 2500 SLT 7VV79662 261 2005 DODGE RAM 2500 SLT 7Y78799 282 2005 DODGE RAM 2500 SLT 7Z42151 283 2005 DODGE RAM 2500 SLT 7Z81956 284 20D2 CHEVY HD2500 6' UNTILITY EE70829 285 2008 DODGE RAM 2500 SLT SA74407 286 20D6 DODGE RAM 2500 SLT Bb588793 287 2006 DODGE RAM 2500 SLT BC35917 !�if-!! 288 2006 DODGE RAM 2500 SLT 8C53173 _ 269 2006 DODGE RAM 2500 SLT 8D03731 290 2006 DODGE RAM 2500 SLT 8D77257 291 205 DODGE RAM 1500 SLT 7R57233 292 20D5 DODGE RAM 1500 SLT 7R25578 293 2005 DODGE RAM 1500 SLT 7R01679 294 2005 DODGE RAM 1500 SLT 7R51942 295 2005 DODGE RAM 150D SLT 7P75200 296 2004 DODGE RAM 1500 SLT 7K07601297 2005 DODGE RAM 1500 SLT 7U4420729B Wn 2005 DODGE RAM 1500 SLT BD25848 299 2005 DODGE RAM 1500 SLT 7R35204 300 2005 DODGE RAM 1500 SLT 7561481 copynghiC2DD2 -iP 26 EQUIPMENT LIST Eg # ieadi-lake Model =E=="=e 301 2004 DODGE RAM 1500 SLT 7K24052 302 2006 DODGE RAM 2500 SLT BE44353 303 2DCSDODGE RAM 15DDSL7 7pTo61B _ " 304 2005 DODGE RAM 1500 SLT 7PS8098 z 305 2004 DODGE RAM 1500 SLT BD25647 306 2005 DODGE RAM 1500 SLT 742934r - 307 2005 DODGE RAM 1500 SLT 7R31661 3D8 2005 DODGE RAM 15DO SLT 7R10562 309 2005 DODGE RAM 1500 SLT 7GS5174 310 2005 DODGE RAM 15DD SLT 7561501 311 2005 DODGE RAM 1500 SLT 7P56392 a. 312 2D06 DODGE RAM 2500 XLT SF19390 313 2006 DODGE RAM 2500 8F41544 314 2007 DODGE RAM 2500 8G07898° 315 2007 DODGE RAM 2500 NEW A17 1990 FORD F700 W/52' HI -RANGER 4A48637 A18 1990 FORD F700 W/52' HI -RANGER 7L79478 - A23 1992 FORD F700 W/65' HI -RANGER 4P15714 A24 1993 FORD F600 W/52' HI -RANGER 4R5913B 'r.. .A25 1993 FORD F600 W/52' HI -RANGER 6U04375 -. A27 1993 FORD F700 W/E2' HI -RANGER 4R59682'+�SKsm""> A28 1993 FORD F700 W/52'HI-RANGER 4R59681 A32 1994 FORD F700 W/55' HI -RANGER 4T688B0 A33 1994 FORD F7DD W/55' HI -RANGER 4T68879 A34 1994 FORD F700 VV/SS' HI -RANGER 4V65533 A35 1994 FORD F700 W/55' HI -RANGER 4V65790 A38 1995 FORD F700 W/55' HI -RANGER 7547891 A39 1995 FORD F700 W/55' HI -RANGER 4Z12736 . •�1r v A40 1995 FORD F700 W/55' HI -RANGER 4Z12820 a. -- A41 1995 FORD F700 W455' HI -RANGER 4Z67378 = _'�-N A42 1995 FORD F700 W/55' HI -RANGER 8841185 A43 1995 FORD F700 W/55' HI -RANGER 5896794 A44 1995 FORD F700 W/55' HI -RANGER 5896793 - A45 1995 FORD F7DO W/55' HI -RANGER 5896891 A46 1995 FORD F700 W/55' HI -RANGER 7MB9380 A47 1996 FORD F700 W/55' HI -RANGER 5E73265 E. . A48 1996 FORD F700 W/55' HI -RANGER 5E73264 _ A50 1996 FORD F700 W/55' HI -RANGER SE73426 A51 1997 FORD F700 W/55' HI -RANGER 5J 12699 A52 1997 FORD F700 W/55' HI -RANGER 5J12751 _ A53 1997 FORD F700 W/55' HI -RANGER 5J12750 A54 1996 FORD F700 W/SS HI -RANGER SH97567 A55 1998 FORD F700 W/55' HI -RANGER 6M30454 A56 1998 FORD F700 W/55' HI -RANGER 5N54737 A57 1998 FORD F700 W/55' HI -RANGER 7R91937 A58 1998 FORD F700 W/55' HI -RANGER 5NS4736 A59 1998 FORD F700 W/55' HI -RANGER 7545657 - �— A60 1998 FORD F700 W/55' HI -RANGER 5M98962 _ A61 1998 FORD F700 W/55' HI -RANGER SM98960 A62 1998 FORD F700 W/55' HI -RANGER 5M98961 copyright 02008 ���w 0: ` 27 EQUIPMENT LIST Ea # Year/Make Model License A64 1987 FORD F80 W190' HI -RANGER 5513925 A65 1998 FORD F700 W/55' HI -RANGER SS77933 A66 X995 FORD F700 W!SFHI-RANGER 557793; A67 1996 FORD F700 W/55' HI -RANGER SS77934 A68 1998 FORD F700 W/55' HI -RANGER 5577932 A69 1999 GMC C6500 SFB 55' HI -RANGER 5Z211&4 _ A70 1999 GMC C6500 SFB 55' HI -RANGER 5Z21163 A71 1999 GMC C6500 SFB 55' HI -RANGER 5Z21165 A72 1998 GMC C6500 SFB 55 HI -RANGER 5Y43394 A73 1999 GMC C6500 SFB 55'HI-RANGER 5220711A74 Nil 1999 GMC C6500 SFB 55'HI-RANGER 5Z20710 A75 1999 GMC C6500 SFB 55'HI-RANGER 6A3B379 A76 1999 GMC C6500 SFB 55' HI -RANGER 6A38378 A77 1999 GMC C6500 SFB 55' HI -RANGER 6B30732 - A78 1999GMC C6500 SFB 55' HI -RANGER 5Z86359 - A79 1999 GMC C6500 SFB 55' HI -RANGER 6830730 ABO 1999 GMC C6500 SFB 55 HI -RANGER 6630733 A81 1999 GMC C6500 SFB 55' HI -RANGER 6830731 g A82 1999 GMC C6500 SFB 55' HI -RANGER 6830735 A83 1999 G114C C6500 SFB 55' HI -RANGER 6630737 A84 1999 GMC C6500 SFB 55' HI -RANGER 6A13717 l,�s- ,. A85 1999 GMC C6500 SFB 55' HI -RANGER @ 6630734 = A86 1999 GMC C6500 SFB 55' HI -RANGER 6612287 A87 1999 GMC C6500 SFB 55' HI -RANGER 6A67031 A88 2000 GMC C6500 SFB 55' HI -RANGER 6D81804 ABS 20D0 GMC C6500 SFE 55' HI -RANGER 6AB6238 A90 2000 GMC C6500 SFB 55' HI -RANGER 6H13611 A91 19921NTERNATIONAL W/90'HI-RANGER 6H31390 _ A92 1999 GMC C6500 SFB 55' HI -RANGER 6DB3116 A93 1999 GMC C6500 SFB 55' HI -RANGER 7L79479 A94 2000 GMC C6500 SFB 55' HI -RANGER 6H13610 A95 2000 GMC C6500 SFB 55' HI -RANGER BB15566 A96 2000 GMC C6500 SFB 55' HI -RANGER 7L20196 A97 2000 GMC C6500 SFB 55' HI -RANGER 6612355 A99 2000 GMC C6500 SFB 55' HI -RANGER 6012768 A100 2000 GMC C6500 SFB 55' HI -RANGER 6531652 A101 2000 GMC C650D SFB 55' HI -RANGER 6G12789 A102 2000 GMC C6500 SFB 55' HI -RANGER 6612786 A103 2000 GMC C6500 SFB 55' HI -RANGER 6012787 ' A104 2000 GMC C65D0 SFB 55HI-RANGER BG12790 A105 2000 GMC C7500 XT W/55' HI -RANGER 7R90863 A106 2000 GMC C7500 XT W/55' HI -RANGER 6K06028 A107 2000 GMC C7500 XT W/55' HI -RANGER 6KO5648 A108 2000 GMC C7500 XT W/55' HI -RANGER 6KO5647 -� A109 2000 GMC C7500 XT W/55' HI -RANGER 6KO6032 @. �- A110 20DO GMC C7500 XT W/55' HI -RANGER 6K06029 PPP A111 2000 GMC C7500 XT W/55' HI -RANGER 6KO5646 _ . A112 20DO GMC C7500 XT W/55' HI -RANGER 6KO6030 A113 2001 GMC C6500 W/60' HI -RANGER 6N44911 A114 2001 GMC C6500 W/60' HI -RANGER 6N44916 C, 20A NNcxfcopprighl it 28 EQUIPMENT DIST # Year/Make Model . License A.115 2001 GMC C6500 W/60' HI -RANGER 6N44914 - A116 2001 GMC C6500 W/60' HI -RANGER 6N44915 .^.^—.117 2001 GMC C65DO W/60'HI-RANGER SIJ4a9t2 A118 2001 2001 GMC C6500 W/60' HI -RANGER 6N44913 Al 19 2001 GMC C6500 W/60' HI -RANGER 6P24975 Al2 1988 CHEVROLET C60 W/52' HI -RANGER 7O4C435 - F A120 2001 GMC C6500 W/60' HI -RANGER 6P24976�` A121 20D1 GMC C6500 W/60' HI -RANGER 6P24967 A122 2001 GMC C6500 W/60' HI -RANGER 6P24971 A123 - 2001 GMC C6500 W/60' HI -RANGER 6P24970 A125 2002 GMC C6500 W/60' HI -RANGER 6U44361 A126 2002 GIv1C C6500 W/60' HI -RANGER 61144362 r.w A127 2002 GMC C6500 W/60' HI -RANGER 6U44383 Al2B 2002 GMC C6500 W/60' HI -RANGER 6U44379 A129 2002 GMC C6500 W/60' HI -RANGER 6XB2935 A130 2002 GMC C6500 W/60' HI -RANGER 7A66862 A131 1995 IHC W/90' HI -RANGER 7DD0020 A132 2004 GMC C7500 COMBO W/55' 7L76B59 A133 2004 GMC C7500 COMBO W/55' .q 7R39375 ~ A134 1997 GMC C7500 TECO W/65' 7R39378'; A135 1997 GMC C7500 TECO W/65' 7R39376 A136 1997 GMC C7500 TECO W/65' BB41183 A137 1997 GMC 07500 TECO W/65' 7839379 _ A138 2005 GMC C7500 W/60FT HIRANGER 7545592 A139 2005 GMC C7500 /W60FT HIRANGER 7X93124 A140 19961NTNL WI90FT 4900 DT466 7VB7097 A141 2001 INTERNATIONAL W/69 HIRANGER BC69242 A142 1992 FORD F900 W/90 FT HIRANGER 7Z19008 A143 1987 INTRNTNL 1954 W/90 FT HIRANGER 9051435 - A144 2006 GMC C7500 W160Ff HIRANGER BC69377 A145 2006 GMC C7500 W160FT HIRANGER BC69376 A146 2006 GMC C7500 HI RANGER 55' BD44494 A147 1998 GMC C7500 HIRANGER NEW A148 1998 GMC C7500 NEIN A149 1998 GMC C7500 COMBO NEW A150 1989 INTERNATIONAL 1954 AERIAL W752FT NEW A151 1989 INTERNATIONAL 1447 AERIAL W/52FT SE71026 _ A152 1989 INTERNATIONAL 1954 AERIAL W/52 FT BF92506 AB03 1994 STARLITE SOLAR PRO ARROWBOARD SE4413917 A605 1994 STARLITE SOLAR PRO ARROWBOARD SE4413978 AB066 1994 STARLITE SOLAR PRO ARROW66ARD BE446979 AB07 1995 STARLITE SOLAR PRO ARROWBOARD SE44B981 AB08 1995 STARLITE SOLAR PRO ARROWBOARD SE535341 AB09 1996 STARLITE SOLAR PRO ARROWBOARD SE480084 71 AB11 1996 STARLITE SOLAR PRO ARROWBOARD SE480085 �. co T AB13 1998 STARLITE SOLAR PRO ARROWBOARD SE480083 AB14 1998 STARLITE SOLAR PRO ARROWBOARD SE481156 AB15 1998 STAR LITE SOLAR PRO ARROWBOARD SE480159 AB16 1998 STARLITE SOLAR PRO ARROWBOARD SE48115B AB17 1996 STARLITE SOLAR PRO ARROWBOARD SE489566 copyngh,020OB f 29 EQUIPMENT LIST Year/Make Model License AB18 1999 STARLITE SOLAR PRO ARROWBOARD SE480104 AB19 1999 STARLITE SOLAR PRO ARROWBOARD SE4801 D3 r� AB20 1999 STARLITE SOLAR PRO ARROVd BDARD SE480'51 AB21 1999 STARLITE SOLAR PRO ARROWBOARD SE4BO150 .AB22 1999 STARLITE SOLAR PRO ARROWBOARD SE480167 _ AB23 1999 STARLITE SOLAR PRO ARROWBOARD SE480166- AB24 1999 STARLITE SOLAR PRO ARROWBOARD SE481423 AE25 1999 STARLITE SOLAR PRO ARROWBOARD SE481424 AB26 2000 STARLITE SOLAR PRO ARROWBOAR SE51860D A827 2000 STARLITE SOLAR PRO ARROWBOAR SE519599 .w AB28 2002 SOLARTECH ARROWBOARD NEW _ AB29 2002 SOLARTECH ARROWBOARD NEW AB30 20D2 WANCO ARROWBOARD WTSP55 SE518598 AB31 2002 WANCO ARROWBOARD WTSP55 SE518597 ATV1 1989 HONDA TRX3DO FOURTRAX F21J16 ATV2 1998 HONDA TRX30D FOURTRAX F21J15 BH01 CATERPILLAR 416 BACKHOE SE4B0082 aox 2004 Box I BOX C17 1990 VERMEER 1500A BRUSH CHIPPER SF413141 q,.. C1 B 1990 VERMEER 16DOA BRUSH CHIPPER - SE414673 C21 1993 VERMEER 1600A BRUSH CHIPPER SE421835 - - C28 1994 VERMEER 1600A BRUSH CHIPPER SE436833 C30 1994 VERMEER 1600A BRUSH CHIPPER - SE435660 C32 1994 VERMEER 1600A BRUSH CHIPPER SE444B97 C34 1994 VERMEER 1 600 BRUSH CHIPPER SE440414 C35 1995 VERMEER 1600A BRUSH CHIPPER SE518507 C36 1995 VERMEER 1600A BRUSH CHIPPER SE448224 C37 1995 VERMEER 16DOA BRUSH CHIPPER SE448202 C38 1995 VERMEER 16DOA BRUSH CHIPPER SE448942 ' C40 1997 VERMEER 1600A BRUSH CHIPPER .T SE469062 C41 1957 VERMEER 1600A BRUSH CHIPPER SE546759 C42 1957 VERMEER 1600A BRUSH CHIPPER SE471073 C43 1997 VERMEER 15DOA BRUSH CHIPPER SE482664 C44 1997 VERMEER 16DOA BRUSH CHIPPER SE469983 C45 1998 VERMEER 1800A BRUSH CHIPPER SE482663- C46 1998 VERMEER 160DA BRUSH CHIPPER SE486813 C47 1998 VERMEER 1600A BRUSH CHIPPER SE486829 _ C48 1998 VERMEER 1800A BRUSH CHIPPER SE516596 C49 1998 VERMEER 1BDOA BRUSH CHIPPER SE546BB5 C51 1998 VERMEER 180DA BRUSH CHIPPER SE535170 C52 1998 VERMEER 1600A BRUSH CHIPPER SE488520 - 053 1998 VERMEER 1600A BRUSH CHIPPER SE488521 C54 1999 VERMEER 1600A BRUSH CHIPPER SE546631 _ C55 1999 VERMEER 1800A BRUSH CHIPPER SE432840 "`= - 056 1999 VERMEER 1800A BRUSH CHIPPER SE546B79 C57 2000 VERMEER BC1000 BRUSH CHIPPER SE488642 C58 2000 VERMEER BC1000 BRUSH CHIPPER SE546686 - C59 2000 VERMEER BC10DO BRUSH CHIPPER SE530959 C60 2000 VERMEER BC1000 BRUSH CHIPPER SES46BBO - C62 2000 VERMEER BC1000 BRUSH CHIPPER SE503089 =yngh1 E 2D09 VvCA& 30 EQUIPMENT LIST Year/Make Model License C63 2000 VERMEER BC1000 BRUSH CHIPPER SE503D90 C64 2000 VERMEER BC1000 BRUSH CHIPPER SE503091 6 - CPS 2000 VERMEER BCl ODO BRUSH CHIPPER 6-503037 C66 2DOO VERMEER BCI ODD BRUSH CHIPPER SE481621-"y C67 2000 VERMEER BC10DO BRUSH CHIPPER SE503551 _ C68 2000 VERMEER BC10DD BRUSH CHIPPER SE50355D C69 2000 VERMEER BCI ODD BRUSH CHIPPER SE481622 - C70 2000 VERMEER BCIDDD BRUSH CHIPPER SE495031 C72 2000 VERMEER BC1000 BRUSH CHIPPER SE495028 - C73 2000 VERMEER BC1000 BRUSH CHIPPER SE495025 _ C74 2000 VERMEER BC1000 BRUSH CHIPPER SE495026 C76 2000 VERMEER BC1000 BRUSH CHIPPER SE495033 C77 20DO VERMEER BC1000 BRUSH CHIPPER SE495034 C78 2000 VERMEER BC1000 BRUSH CHIPPER SE495032 - C79 2000 VERMEER BCIODO BRUSH CHIPPER SE495029 C80 2001 VERMEER BC10DO BRUSH CHIPPER SE499056 C81 2001 VERMEER BC1000 BRUSH CHIPPER SE499056 C82 2001 VERMEER BC1000 BRUSH CHIPPER SE499D55 C33 2001 VERMEER BC1000 BRUSH CHIPPER SE499894 C84 2001 VERMEER BC1000 BRUSH CHIPPER SE499057 CB5 2001 VERMEER BC100D BRUSH CHIPPER SE499D53 CB6 2001 VERMEER BC1000 BRUSH CHIPPER SE499D67 C67 2001 VERMEER BC1 DOD BRUSH CHIPPER SE499054 C88 2001 VERMEER BC1000 BRUSH CHIPPER SE499063 CB9 2001 VERMEER BCIDDD BRUSH CHIPPER SE499D64 C90 2001 VERMEER BC1000 BRUSH CHIPPER SE499159 ' C91 2001 VERMEER BCIDDD BRUSH CHIPPER SE499195 C92 2001 VERMEER BC100D BRUSH CHIPPER BE499194 C93 2001 VERMEER BC1000 BRUSH CHIPPER BE499195 C94 2002 VERMEER BC1000 BRUSH CHIPPER SE517942 C95 2002 VERMEER BCIDOO BRUSH CHIPPER SE517947 C96 2002 VERMEER BC10DO BRUSH CHIPPER SE517948 C97 20D2 VERMEER BC1000 BRUSH CHIPPER SES 7949 C93 2003 VERMEER BC1000 BRUSH CHIPPER SE531611 C99 2003 VERMEER BC1000 BRUSH CHIPPER SE525443,.- 0100 2003 VERMEER 13CI000 BRUSH CHIPPER SE525448 C101 2003 VERMEER 3C1000 BRUSH CHIPPER SE525446 C102 2003 VERMEER BCIDDD BRUSH CHIPPER ti 6-529694 C103 2003 VERMEER BC1000 BRUSH CHIPPER SE529698 _ C1D4 2004 VERMEER BC1400 BRUSH CHIPPER SE543459 C105 2004 VERMEER BC1400 BRUSH CHIPPER SE543460 C106 2004 VERMEER DC1400 BRUSH CHIPPER SE543461 C107 2006 VERMEER BCI4DOXL BRUSH CHIPPER NEW - C108 2004 VERMEER BC1400 BRUSH CHIPPER SE543475 " C109 2004 VERMEER BC1400 BRUSH CHIPPER SE543474 C110 2004 VERMEER BC1400 BRUSH CHIPPER 6-543462 L -- C111 2005 VERMEER BC 1400XL SE548586 C112 2005 VERMEER BC 1400XL SE548587 - C113 2005 VERMEER BC1400 SE555989 C114 2005 VERMEER 1400XL BRUSH CHIPPER SE556030 copynghl b 2008 Vii' 31 EQUIPMENT LIST Ea # Year/Make Model License C115 2005 VERMEER 1400XL BRUSH CHIPPER SE555029 - - - C116 2005 VERMEER 1400XL BRUSH CHIPPER SE556032 Ci17 2005 VERiAER 140D:L BRUSH CHIPPER SE556001 - C716 2006 VERMEER BC 1400XL CHIPPER NEW 0119 2006 VERMEER BC 1400XL SE558696 C120 2006 VERMEER BC 1400XL SE558695 C121 2006 VERMEER BC 1800XL SE558742 C122 2007 VERMEER BC 1BDOXL NEW F CRO7 1986 FORD FBOO W/60' CRANE 2579739 CR02 1994 FORD -8000 W/90' CRANE 7R90396 `• CR03 1999 STERLING 32Z W/120' CRANE 6AB6742 CR04 1999 STERLING DIGGER DEERICK 9DB6012 j' D20 1992 FORD F450 CHIPPER TRUCK 4P91)141 D21 1992 FORD F450 CHIPPER TRUCK 4J93135 D22 1992 CHEVROLET 3500 STUMP TRUCK 7A66091 D23 1992 GMC KODIAK C70 CHIPPER TRUCK 4557854 D24 1992 GMC KODIAK 070 CHIPPER TRUCK ., 4557853 D25 1992 GMC KODIAK C70 CHIPPER TRUCK 4595646 D26 1993 FORD F350 STUMP TRUCK 4T90688 D30 1993 FORD F700 CHIPPER TRUCK 4R59812 D31 1994 FORD F700 CHIPPER TRUCK 5BD7193 - D32 1995 FORD F700 CHIPPER TRUCK 4X96631 D33 1995 FORD F700 CHIPPER TRUCK 8641184 D34 1995 FORD F700 CHIPPER TRUCK 4X96632 D35 1995 FORD F700 CHIPPER TRUCK 4X9-636 D36 1995 FORD F700 CHIPPER TRUCK 5608808 _- D37 1995 FORD F700 CHIPPER TRUCK 7S459D3 D38 1995 FORD F700 CHIPPER TRUCK 5BOBS09 D39 1995 FORD F700 CHIPPER TRUCK 5BO3806 - D40 1996 FORD F700 CHIPPER TRUCK SF21722 - D41 1996 FORD F700 CHIPPER TRUCK 5F36040 D42 1995 FORD F700 CHIPPER TRUCK 5F36042 D43 1995 FORD F70D CHIPPER TRUCK 5F36041 D44 1996 FORD F70D CHIPPER TRUCK SH58179 D45 1996 FORD F700 CHIPPER TRUCK 5J61760 D46 1996 FORD F700 CHIPPER TRUCK 5JS1759 D47 1996 FORD F700 CHIPPER TRUCK 5J61758 D48 1998 FORD F700 CHIPPER TRUCK 8A16D90 D49 1998 FORD F700 CHIPPER TRUCK 5R17609 D50 1998 1998 FORD F700 CHIPPER TRUCK 7R90541 D51 1998 FORD F700 CHIPPER TRUCK 5R17612 D52 1987 FORD F700 CHIPPER TRUCK 7040078 D53 1987 FORD F700 CHIPPER TRUCK 5X99626 D54 1987 FORD F700 CHIPPER TRUCK 2U19388 D55 1987 FORD F700 CHIPPER TRUCK 3G91395 D55 1997 FORD - F700 CHIPPER TRUCK 5X99585 D57 1997 FORD F450 STUMP TRUCK 5592449 - D58 1999 GMC C6500 CHIPPER TRUCK 5221166 D59 1999 GMC C6500 CHIPPER TRUCK 5221160 D60 1999 GMC C6500 CHIPPER TRUCK 5421162 wpyrighl D 2008 32 EQUIPMENT LEST Ea # Year/Make Model License D61 1999 GMC CF500 CHIPPER TRUCK 5209113 u- - D62 1999 GMC C6500 CHIPPER TRUCK 5Z811 D4 D63 1993 GMI-C C6^500 CHIPPER TRUCK �7e11V[ D64 1999 GMC C65DO CHIPPER TRUCK 5ZB1111 D65 1999 GMC C6500 CHIPPER TRUCK 7R91118 _ D66 1999 FORD F550 CHIPPER TRUCK 6E46801 D67 1999 FORD F550 STUMP TRUCK 6E61096 D68 1999 FORD F550 STUMP TRUCK 6E53827 D69 2000 GMC C6500 CHIPPER TRUCK 7K97311 hAA D70 2000 GMC C6500 CHIPPER TRUCK 6AB6777 D71 2000 GMC C65DD CHIPPER TRUCK 7S47088 D72 2000 GMC C6500 CHIPPER TRUCK 6C382B3 oft D73 2000 GMC C6500 CHIPPER TRUCK 7120197 D74 2000 GMC C65DD CHIPPER TRUCK 6081601 D75 2000 GMC C6500 CHIPPER TRUCK -t 6C67054 D76 20DO GMC C6500 CHIPPER TRUCK 6DB3106 D77 2000 GMC C6500 CHIPPER TRUCK 6082367 - D78 2000 GMC C6500 CHIPPER TRUCK 8D26442 D79 2000 GMC C6500 CHIPPER TRUCK 6D63529 D80 20DO GMC C6500 CHIPPER TRUCK 6083530 --- D81 2001 GMC C6500 CHIPPER TRUCK 6M56817 D82 2001 GMC C6500 CHIPPER TRUCK 7R90540 D83 2001 GMC C6500 CHIPPER TRUCK 6N449D9 DB4 2001 GMC C6500 CHIPPER TRUCK 6N44910 DB5 2001 GMC C6500 CHIPPER TRUCK 6P24969 D86 2001 GMC C6500 CHIPPER TRUCK 6P24972 D87 2D01 GMC C6500 CHIPPER TRUCK 6P24973 D86 2001 GMC C6500 CHIPPER TRUCK 6P24974 - •� _ D89 2002 GMC C6500 CHIPPER TRUCK 6U443B0 D90 2002 GMC C650D CHIPPER TRUCK 6U44377 D91 2002 GMC C6500 CHIPPER TRUCK 6U44376 D92 2002 GMC C6500 CHIPPER DUMP 6U44378 D93 2005 GMC C75DO DUMP TRUCK 7V37339 D94 2005 GMC C7500 DUMP TRUCK 7U20735 D95 1999 GMC C6500 8E710034 D96 2002 GMC C6500 7Z52091 D97 2002 GMC C6500 7Z52093 D98 1999 GMC C6500 6C65040 • - C D99 1992 FORD F700 BE32870- D100 2007 GMC C7500 NEW 0101 2007 GMC 07500 NEW --- �'-�- FB04 1995 FORD F700 STAKEBED 5BOBS05 FBO5 1990" FORD "4 F450 STAKEBED 7D43913 FBO6 1997 GMC C6500 STAKEBED 7L78005 FB07 1997 GMC C6500 STAKEBED 7178006 FB08 1999 FORD F550 STAKEBED 5Y28433 o - - FB09 1999 FORD F550 STAKEBED 5Y26369 FB10 200D GMC C6500 STAKEBED 6036297 F511 200D GMC C6500 STAKEBED 7CD4935 FB12 2001 GMC C6500 STAKEBED 6N44989 - copyright 0 2DOB 33 EQUIPMENT LIST Ea # Year/Make Model License FB13 2004 FORD F450 STAKEBED NEV' - FS14 2000 GMC 350DHD SF66372 , FL02 1999 NISSAN FORKLIFT NIA - - ' FL03 2001 CATERPILLAR GP25K FORKLIFT N/A "`�. G14 1995 VERMEER 1102 STUMP GRINDER SE535575 G15 1997 VERMEER 1102 STUMP GRINDER SE518506 G18 1998 VERMEER 1102 STUMP GRINDER SES35576 G19 1998 VERMEER 1102 STUMP GRINDER SE568758 G20 1995 VERMEER 752 STUMP GRINDER SE488500 G22 1999 VERMEER 752 STUMP GRINDER SE518503 = _ •, C23 2000 VERMEER 1102 STUMP GRINDER SE530984 & G24 2DOO VERMEER 752 STUMP GRINDER SE499994 _ G25 2001 VERMEER 752 GRINDER SE499089 - G26 2002 VERMEER 752 STUMP GRINDER SE517946 G27 2002 DOSKO 691 STUMP GRINDER NIA G28 2002 VERMEER 752 STUMP GRINDER SE517944 G29 2002 VERMEER 1102 STUMP GRINDERSE525454 - G30 2002 VERMEER 752 STUMP GRINDER SE527767 G31 2002 VERMEER 130 STUMP CUTTER N/A G32 2004 VERMEER 752 STUMP GRINDER SE54856 G33 2005 VERMEER SC752 SE552802 G35 2005 VERMEER SC1102 SE558509 G36 2005 VERMEER SC1102A SE556120 ` yt _ G37 2005 VERMEER SC 802 SE556137 G38 2005 VERMEER SC 802 SE556133 G39 2D05 VERMEER SC1102A SE558633 G40 2D07 VERMEER SCS02 NEIN H01 KYLE L500 HUMIDIFIER (LUMBER DRYER) NIA L04 1993 CATERPILLAR 910 SKIP LOADER SE450186 - L05 19B4 CATERPILLAR 910 SKIP LOADER SE535577 L06 19BO CATERPILLAR 910 SKIP LOADER SE444899 L09 1979 CATERPILLAR 910 SKIP LOADER SE464671 L10 1980 CATERPILLAR 910 SKIP LOADER SE464670 L11 1981 CATERPILLAR 910 SKIP LOADER SE464672 L12 1981 CATERPILLAR 910 SKIP LOADER SE46467 113 1991 CATERPILLAR 910 SKIP LOADER SE48007: 119 1991 CATERPILLAR 910 SKIP LOADER SE480081 L20 1997 JCB 530 LOAD ALL SE480089 - q I21 1994 CATERPILLAR 910 SKIP LOADER SE531040 L22 1997 CATERPILLAR 910 SKIP LOADER SE480107 L23 1994 CATERPILLAR 910 SKIP LOADER SE546645 L24 1994 CATERPILLAR 910 SKIP LOADER SE518502 L25 1988 CATERPILLAR 910 SKIP LOADER SE535173 L26 1994 CATERPILLAR 910 SKIP LOADER SE535174 , L27 1993 CATERPILLAR 910 SKIP LOADER SE535175 L28 1994 CATERPILLAR 910 SKIP LOADER SE535176 L29 2002 BOBCAT- 753T LOADER SE535177 _ . L30 1994 CATERPILLAR 910 SKIP LOADER SES35178 _ L31 1996 CATERPILLAR 910 SKIP LOADER SES35179 L32 1994 CATERPILLAR 910 SKIP LOADER SE500035 copyright 0 2006 vkvci 34 EQUIPMENT LEST Eq # Year/Make Model License L33 200; BOBCAT LOADER S175 NEW L34 1976 JOHN DEERE 440A SKIDDER TSABR NEW L35 2005 BOB CAS Si 35 TURBO NEW L36 2005 CATERPILLAR 287 SKID STEER LOADER N/A L37 1994 CAT 910E WHEEL LOADER - L38 1991 CAT 910 WHEEL LOADER - L39 1980 CATERPLILLAR 910 SKIP LOADER NEW L40 2D06 BOBCAT S1B5 NEW LS02 - LOG SPLITTER NONE R04 1985 PETERBILT ROLL OFF 3Y47750 R07 19941NHITEGMC ROLL OFF 7545904 ROB 1994 WHITEGMC ROLL OFF 6H14148 R09 1995 WHITEGMC ROLL OFF 5C24968 Rio 1989 WHITEVOLVO ROLL OFF 5092493 R11 19BB IHC ROLL OFF 5F50001 R12 1988 IHC ROLL OFF 5F500D2 R13 1988 IHC ROLL OFF 5M30285 R14 1998 VOLVO ROLL OFF 5PB5958 R15 1998 VOLVO ROLL OFF 5R63451 R16 1999 VOLVO ROLL OFF 5V54456 R17 1998 VOLVO ROLL OFF 5X827B2 R18 1999 VOLVO ROLL OFF 5Z30490 R19 1991 VOLVO ROLL OFF 6J32232 R20 1994 VOLVO ROLL OFF 7H37810 R21 1992 VOLVO ROLL OFF 6582913 R22 1992 VOLVO ROLL OFF 6X07085 R23 1993 VOLVO ROLL OFF 7E16019 R24 1999 FREIGHTLINER ROLLOFF 8816160 R25 1999 FREIGHTLINER ROLLOFF FLD12054ST BA16317 R26 1999 FREIGHTLINER ROLLOFF 9DB7960 RP01 2000 VERMEER ROOT PRUNER N/A RP02 2004 VERMEER ROOT PRUNER NEW SM01 1999 WOODM17ER SAW MILL SE48015B T01 1990 TRAILER UTILITY 1CW1160 T02 1989 TRAILER CARRIER 4BR7739 T03 1990 VERMEER TRAILER 4CH9142 T04 1989 TRAILER ZIEMAN (ATV1) 4BW1331 T05 1997 TRAILER ZIEMAN (ATV2) 4BW 1791 T05 2000 TRAILER BUTLER 4BR7739 T07 1966 DICO CAR TRAILOR 2FK3138 TOB 20D5 VERMER TLR30 TRAILER 4FW9802 T09 20D4 BUTLER RP02 TRAILER 4FH6872 T10 2003 CARSON FRESNO BOBCAT TRAILOR 4FR1289 T71 2005 CARSON 16 TRAILER 4GU5073 T12 20D6 CARSON FLATBED TRAILER 7X16 4HP9546 T13 2006 BIGTEX BIGTEX TRAILER 4HV4927 copynghl®2008 i� 35 7 \� �� %\�52 &��y.� , » �.� %». f� 6 2>f® » . 2 0. ,�� � \ . < � . * }��� � � \�. (: � �-: � . )� � �; ` � \ \K� y :« «Tf±� 2 &� . < � . � � \��«> � ��f��<��/ :�� m *� � � r � s�� � 2 - � 1 ��\ / � � �::�\ AERIAL DEVICE CERTIFICATION Tilley Crane Inspection Service Co., Inc.�za*� Tilley Crane Inspection Service Co., Inc. xo^�:nvACGROLIT"""xo,a.e wE6 "o +,n u�.pem. so'' o€. TO W111 Cln.,11 C.,11A lv -.. [.I A TO: W.1 C A _. I—, nR 1-. ve II n1 IIIL.%h"lSll , A,hc'm.C:11 ni L906122l 1101 _A I r A nhu,m. Calf a 929116-1221 .41 I�,m.ChFI'IT, 92HIIS-1221 BE IT HEREBY KNOWN THAT: ,+ An Calif Tm 91906 1221 BE R HEREBY KNOWN THAT: Do Se .b.r13,2006 TILLEY CRANE INSPECTION SERVICE CO., INC. onn'wo.. D.W.nc To. .1 69 KVDC on the ldloMnp -11 '!"+ On Augus12, 2006 TILLEY CRANE INSPECTION SERVICE CO.. INC, mmpleNd a Dleloclnc T e51 o169 KVDC on the ldlowng unll'. Hi Ranger Aenel On— re Hi Rangel Aenal Device M-1 No. F.. On ooe126, 2006 TILLEY CRANE INSPECTION SERVICE CO.,INC'ala' MNNI No. 10901 Seo—[No 2931DE16 On O.'. NO5. 2006 TILLEY CRANEINSPECTIONSERVICECO.,INC. con.picludn Dialetlrn7elI 9KVDConlI Lllov..;unllt 'S.I.1 No. "36176 Equipmenl No, A A ,. comploimJn Dioleclncleslol69KVDConllmldlovnngunll: Equipment N., A3T TN, unit pazsod x:050 MICROAMPERES 7�.-'� f The un,l r..VJ e1.0550 MICROAMPERES Mono, N.. FTOn iTllley.lnspeclol 3.r.al No In9<1e2T3�".T��1 Damn S Tlnoy, logxmlo— 1 CA CA 39 ` nre E9mpnl No A40 1 Cb33 J •J.^'.� I'll x."I'l. I'll0e11 c' "I" ... r..n.emne.pn.e....,. r Tilley Crane Inspection Service Co., Inc. "' Tilley Crane Inspection Service Co., Inc. o. CA FOPRM 00,1 ou css t{ r+ DmnisEmcs A w x9.cA. Ii.S*s TO' W- C"AM I:.I c. TO; W C'9 Al -Ls.I IIIL.%h"lSll , _ 1101 _A I r A nhu,m. Calf a 929116-1221 "� '� ' > An Calif Tm 91906 1221 BE IT HEREBY KNOWN THAT. BE IT HEREBY KNOWN THAT On ooe126, 2006 TILLEY CRANE INSPECTION SERVICE CO.,INC'ala' i F On O.'. NO5. 2006 TILLEY CRANEINSPECTIONSERVICECO.,INC. con.picludn Dialetlrn7elI 9KVDConlI Lllov..;unllt 4 ,. comploimJn Dioleclncleslol69KVDConllmldlovnngunll: H. Dango. AonM Dowse \ Hi Range. 1,OId Device Mono, N.. FTOn Motel Nn C EtI. 3.r.al No In9<1e2T3�".T��1 Sunal Nu 503136 nre E9mpnl No A40 1 -, E,,Orn.n. IJo. A71 TI Ipissu0 al 050 MICROAMPERES '4 j %+YF '. The uni.l d,I C50101GBOAMPERCS D" as. nney-eiP ..m.r 4'. onvms nll xI gecm+ J CA 33 ¢ne x.6.um. e.m.L.anu..v..+n.oNlm;oe�o F<. a,al mrn]o A YE .e o ry I'll xwm nos on-- . ..n ¢mln'"l "I I'll 19911 ese.R.r.� fAnmal o7+no Additional Aerial Device Certificates nay be provided upon request vlvcw� 37 copynghl © 2006 AERIAL. DEVICE CERTIFICATION Tilley Crane Inspection Service Co., Inc. D: CHANESC 6 GIDE Oy AIIW A`AIAL IOI-E: D D.IS TO: WuSCtOl AMnr kIe, —0011. Via Runnn Aruhcim.C.IirshIN 91_8116-1311 BE R HEREBY KNOWN THAT On Sapvrber 22.OX6 TILLEY CRANE INSPECTION SERVICE CO.. WC wmONS. a OIeICG= T.I. .1 59 KVDC on IM JNAYP9 uNL If Ranged Aerial D-- MD]d He Clew Sarel He. 51MMA EDwP .h' All. A105 The uM PHI al OSD MICROAMPERES Davle s.1Rnv. lrlspnclo: 1 , C43r J nae..... N.6 ^,Fl sn's"'Alt ....... sn Fmn a.YYgv .fm uprinp.nm Tilley Crane Inspection Service Co., Inc. E5 GAH....le OEPmAxS AERIAL ND 6A 11 N HOISTS Evl..ES TO: Wad Cmal Arl.rti.11, In,. Z1!. Vie Bull", hcim. Celil'nnlia 928II6-1221 BE IT HEREBY KNOWN THAT On November 15.200E TILLEY CRANE INSPECTION SERVICE CO., INC camnlmne a Nlvloclnc 1n9 al nn KVOc uli lnel HeMin9 rm4 HI Renge, Aolinl D-0. N..11 Na C6500 Serial No, 50405] E9ugmdll N. All. The unit ..... d al o50 MCROAMPERES 3 s T01nv. Pen -H, �. LX 33 J m.I,.-He EyLaumo.rn emMal:Vngl...ISS anl..1. sYS Tilley Crane Inspection Service Co., Inc. .ORBOTAIIW =PIAL DFviQS H,, G.D H:aGrS 22%1 IL Vb Runnn AIIHH1 Ssh. CSlirnrniI 928C&1221 BE R HEREBY KNOWN THAT Du Dismember 13.2WE TILLEY CRANE INSPECTION SERVICE CO., INC cou,sanK a ptic.Llc 161 U09 KVDC Dn IM ICOMrg unS Hl Re IM As -'Devoe M.:1 In. C750'J Sxrml No 505095 EMPn.. Na. A,12 Tlxruni ,lumaaN 050MICROAMPEReS Dedd S. imrt lrcpeOS. TYIe','. IrcpeOor DA'33 pxpeI eaurle N6 11.1 n,hh. EA.nnl 01SIlD ..SHS n,NIeK....heePbp..mn Tilley Crane Inspection Service Co., Inc. 61,lORN pEE RCv3 ACREOITIA AL DEVCES CPE9T/.TDN .D. LA]] .O16i6 TO I Wcxl DHHl Alllon.YIn.Inc. 02011 H. Vln Ifunnn AniJkuH, Cnlifnrni:I 925116.1231 BE R HEREBY KNOWN THAT On Janwry 13, 2N7 TILLEY CHANE INSPECTION SERVICE CD., INC cunll9dnd P Oldncln6761 a169 KVDC Dn the 100o1Nng unlL Hl Ree,., ADIInI D—Ol Madel N. Cl. Sell, Nn 6HISHI T 1,H,h1unl He A136 Inn n HI nail l!rl al Hln MICROAAPER'c5 Covld s llncy. Inspunol J cna3 :at. xsn.wAS —, nN1'S'ne... n,.. nl.na. 6.ANc m,m.r. fwmwnAp.nm Additional Aerial Device CerdBcates may he provided upon request �..-._� mpyrigN B 2008 ` A0Cx'= 38 i INTRODUCTION s -----. Many industries have quickly become technology -intensive; the need to com- bine technology with typical functions of a firm has become increasingly pre- dominant. West Coast Arborisrs, Inc. has implemented technology across the organization and combined it with the full range of tree care services. As a ' result, icchriviugy iias criabl2d us to reduce Cos u, increase services vide municipalities with essential, decision-making information on past, pre- If sent and future urban forest health and environmental issues. Our technologl— `� r cal innovation has allowed us to plan, project, and implement programs that;,; address the multi -faceted needs of the urban forest. We have achieved a sig- 1=' nificant advantage through effective management of information, including our experience in tree inventories, tree reports , maintenance recommenda- tions, and software development. As we enter the next millennium the suc- cess of any urban forest management program will depend on the comprehen- sive and timely management of information. We have more than fifteen years experience in collecting tree inventories and developing inventory databases, — including a powerful information management program that standardizes and enables dynamic management of the City's Urban Forest. In addition to providing complete tree care, WCA assists cities with the development of tree inventories, tree master plans and tree management plans. STEP 1 - SET GOALS AT PRE -1015 MEETING Increase Tree Canopy Fill Vacant Sites Minimize Maintenance Added Tree Benefits Foster Community Pride Reduce Hazards STEP 2 - COLLECT TREE SITE INVENTORY As Maintenance is Performed Prior to Commencement of Work Along with GPS Coordinates STEP 3 - ARBORACCESS ONLINE Tree Inventory Instant Reports Create Work Order Lists Project Future Maintenance STEP 4 - PERFORM WORK Grid Trimming Planting Removals Update List Tracking and Inventory Paperwork STEP 5 - UPDATE TREE SITE INVENTORY Database is updated automatically Data is compatible with City's software program Eliminates dual -Inputting of data by WCA and the City STEP 6 - PREPARE MASTER PLAN Based on Tree Inventory Create a Planting Pian Make Specie Recommendations Compile Master Plan Draft • Approve 8t Implement Master Plan Reforestation TREE INVENTORY REFERENCES The following is a representative list of many of the cities and agencies throughout California with whom we have been contracted to perform a GPS tree inventory. AGENCY CONTACT PHONE # OF TREES City of Santa Monica Walt Warriner (310) 458-8974 34,000 City of Azusa Ross Montes (626) 812-5260 13,000 City of Beverly Hills Ken Pfalzgraf (310) 550-4638 27,000 City of Anaheim Larry Pasco (714) 765-5228 112,O00 City of Redondo Beach Lauren Mahakian (310) 318-0686 14,000 City of Pleasanton Lisa Hagopian (925) 931-5566 25,000 City of Huntington Beach Randy Menzel (714) 596-4316 68,000 NNCAelr 39 copyngN ® 2008 COMPLETING THE TREE INVENTORY Prior to conducting an inventory, WCA will schedule a scope refinemeni meeting with City staff to identify the criteria for evaluating the City's urban forest as well as deter- mine which tree inventory collection method will be pursued. We will also provide iden- tification of dying and/or diseased trees and recommended planting sites. The success of any urban forest management program will depend on the manager -tent of information; such information allows the City to make significant decisions on tree related issues. Should the City's staff, Commissioners, and/or Council request further, in-depth reports on specific trees, we are staffed with qualified and Certified personnel to provide a thor- ough analysis. Inventory Specialist in action We can perform a complete tree inventory through one of three methods: - Tree inventory collected prior to commencement of work - Tree inventoryand Global Positioning System (GPS) information collected prior to work - Tree inventory collected as work progresses Prior to Commencement of Work The first option is to conduct an inventory prior to performing any tree maintenance. A professional Inventory Specialist, who is a certified arborist as recognized by the Western Chapter International Society of Arboricul- ture (WCISA), will walk each City street to collect tree site information and to assess the tree condition. The information will be provided to the City in a database format, which can be downloaded into several current, computer software programs. Global Positioning System (GPS) The second option that is completed prior to the commencement of work is to collect the tree inventory using Global Positioning System (GPS) co- ordinates. The tree inventory and GPS coordinates can be linked directly to a Geographical Information System (GIS) program, such as ArcView, for geo-coding purposes. Using a handheld computer and a backpack GPS receiver, the inventory collector will identify the trees by their global coordinates of longitude and latitude, within one meter. By collecting the data using the GPS system, the City can overlay the tree data with GIS layers or other infrastructure assets. At the end of the project, the City will receive a complete listing of all sites inventoried, both in hard copy and on a computer diskette, which will enable connecting the inventory to the City's GIS program, along with various frequency reports generated from the data contained in the inventory. As Work Progresses The final option is to conduct an inventory as tree maintenance is performed. Through a grid trimming system, the Foreman will record the tree site data and submit the information for processing along with the bi-weekly billing. The completion of the inventory coincides with the trim cycle set forth by the City. Condition of City's Urban forest The success of any urban forest management program will depend on the management of information; WCA believes this information will allow the City to make essential decisions on tree related issues. Should the City's staff, Commissioners, and/or Council request further, in-depth reports on specific trees, we are staffed with qualified Certified personnel to provide a thorough analysis. Prior to the commencement of work, we will pro- vide a complete inventory of the City's Urban Forest. In addition to the tree inventory, we will provide identi- fication of dying and/or diseased trees and recommended planting sites. coppghl 02008 z 40 UPDATING THE TREE INVENTORY Daily record keeping, maintenance scheduling and reporting are required to operate an effective urban forest tree care program. As the work is being performed, each tree site and maintenance performed on it is ,-e- corded and submitted on a hi-weeidy basis. A hardcopy of this data will accompany each invoice and the work records will be accessible via ArborAccess Online immediately. SAMPLE INVENTORY COLLECTION FORM L Sample Inventory MAIN STREET! MAIN STREET MAIN STREET AVM�_siGot SOMa MWn ITR Fmn,t MAIN STREET 5000 1 5016 1 5032 1 504N 1 50M 1 sono City o! YOUR CITY U S A -Tree Maintenance Program Joe a 6054 Work Type: GRID TRIMMING 29 8 e u12 u B e M Mut Coes, Ar oasts, Inc FOREMAN NAME: ioit+v Cm,i.�. L4ee'T�sO pe sloe.+A plzl Adtlress Exl Street Side Tree 4tld On 5tnel Species Grcwn pBH Holphf pale pn,um Amt 11 5033 R Ma:rvSt/E 3 :Z) II 8 28 ]/.' $39 3049 Mwa+rSt/E 3 29 25 13 32 ]/2 5065 Mw.+.$t/E 1 127 25 10 40 7/2 Y 5063 HcacnBt/E 2 29 30 6 20 7/2 Y 5081 Ha:.,vSt/E i 29 30 33 30 )/1 342 Sero,+d.Av /N 5 ] 5097 Na:wSt/E iD 30 3 11 ]/1 34Z S und•Av /N 1 30 10 40 I/3 5000 Ma:+vStr 5 I 303 gu-st5t/N ID] 30 6 20 )/3 500) Ha:.wSt/E l I 25 ID I SZ 30 ]/3 500J Ma:wS[/E 29 30 3 12 ]/3 3015 Ma;.eSt/E 1 SD 30 ]0 90 ]/3 Y _ 5032 MciwStr 1 '29 ' _' 38 33 7/3 3086 M�-wStC 1 ZI � 12 12 31 I/3 SORB Mw:uS[r 2 29 — 18 40 7/3 5064 MraLvS[/E 1 il) 12 24 45 7/3 5064 Ma«e8t/E 2 29 ±2 15 45 7/3 5080 Ma«v5t/E l 137 12 38 45 7/3 306 Secm+dav/n� 1 11 12 12 45 7/3 306 Boco.+d.AvM 5 1 5095 MwivS[/E 29 12 15 50 7/3 306 5 m+d.AvM S l 5096 Mrul.u5t� 127 12 18 33 7 m 5049 5065 50R1 soul son ❑ ^°O D oo O oo vv MAIN STREET! MAIN STREET MAIN STREET AVM�_siGot SOMa MWn ITR Fmn,t MAIN STREET 5000 1 5016 1 5032 1 504N 1 50M 1 sono City o! YOUR CITY U S A -Tree Maintenance Program Joe a 6054 Work Type: GRID TRIMMING 29 8 e u12 u B e M Mut Coes, Ar oasts, Inc FOREMAN NAME: ioit+v Cm,i.�. L4ee'T�sO pe sloe.+A plzl Adtlress Exl Street Side Tree 4tld On 5tnel Species Grcwn pBH Holphf pale pn,um Amt 11 5033 R Ma:rvSt/E 3 :Z) II 8 28 ]/.' $39 3049 Mwa+rSt/E 3 29 25 13 32 ]/2 5065 Mw.+.$t/E 1 127 25 10 40 7/2 Y 5063 HcacnBt/E 2 29 30 6 20 7/2 Y 5081 Ha:.,vSt/E i 29 30 33 30 )/1 342 Sero,+d.Av /N 5 ] 5097 Na:wSt/E iD 30 3 11 ]/1 34Z S und•Av /N 1 30 10 40 I/3 5000 Ma:+vStr 5 I 303 gu-st5t/N ID] 30 6 20 )/3 500) Ha:.wSt/E l I 25 ID I SZ 30 ]/3 500J Ma:wS[/E 29 30 3 12 ]/3 3015 Ma;.eSt/E 1 SD 30 ]0 90 ]/3 Y _ 5032 MciwStr 1 '29 ' _' 38 33 7/3 3086 M�-wStC 1 ZI � 12 12 31 I/3 SORB Mw:uS[r 2 29 — 18 40 7/3 5064 MraLvS[/E 1 il) 12 24 45 7/3 5064 Ma«e8t/E 2 29 ±2 15 45 7/3 5080 Ma«v5t/E l 137 12 38 45 7/3 306 Secm+dav/n� 1 11 12 12 45 7/3 306 Boco.+d.AvM 5 1 5095 MwivS[/E 29 12 15 50 7/3 306 5 m+d.AvM S l 5096 Mrul.u5t� 127 12 18 33 7 m /3 pyngM ®2008 �` 41 :is'4�kQ';CDr ARBORACCESS ONLINE COMPUTER SOFTWARE WCA has developed a modern, complete, and com- prehensive computer program, called ArborAccessao0.9 __ - ne p sign i Online, with input from many California cities. This i Internet driven program was developed based on the needs or our customeis and is only accessible by Our - customers. Since it is a sole -proprietary program, we have the capability to customize the program to our customers' specific needs. The user-friendly program =- allows customers to store, retrieve, update, delete - and add tree records and work histories. Over the past year, we have made significant upgrades to our software program, we are certain that this new devel- opment will better serve our customers and provide information more quickly and accurately. ArborAc- cess Online also features customizable options that allow for additional information to be compiled within the database such as infrastructure assets or ArborAccess Main Menu sidewalk damage. The information contained in Ar- borAccess Online is live data that can also be linked directly to a GIS. program, such as ArcView, for geo- coding purposes. By collecting the data using the GPS system, cities can consolidate tree data with other vari- ous GPS coded programs. The information management possibilities for data integration are endless for urban forestry management programs that use similar management methods and resources. COMPUTER SOFTWARE SPECIFICATIONS ArborAccess Online is a computer software program designed by the tree care professionals at West Coast Arborists. In conjunction with several California cities, WCA designed the program in a user-friendly environ- ment to assist professionals in the management of the urban forest. The software organizes your tree inventory and provides an interface that is easy to use and understand. In addition to tree inventory management, Ar- borAccess Online can also be linked directly to a Geographical Information System (GIS) and can assist your agency in meeting GASB34 requirements. By utilizing ArborAccess Online and incorporating tree mainte- nance, the tree inventory is automatically updated with each billing cycle. This process eliminates the hassle of dual inputting by the City and WCA. There are several features that can be generated to assist you with or- dering and tracking work, resident requests, maintenance scheduling, and budget projections. In addition, Ar- borAccess Online provides an unlimited resource of information on your City's urban forest. The program is offered to all of our customers and has the following benefits: Same color scheme as found on your City's official website Easy access to the program via the Internet Basic Internet functions and commands operate the system Because the program is stored on WCA's server, it does not require additional hardware, software or memory • Faster response to different queries, reporting capabilities, etc. • Online customer support site is easy to use and catered to the needs of the end-user who is looking for basic support information Automatic updating of work history and software and up-to-date job balances and tracking of invoices copyngh1 B 2008 s 42 SOFTWARE TRAINING Each Area Manager has the ability to train our Customers on an as -needed basis. We also of- fer periodic Customer Workshops for larger groups that earn International Society of Ar- noriculinre conzinuinsu education credits (CEUs) for Certified Arborisu and Treeworkers. During the training we walk through all major components of the ArborAccess menu and have a question and answer session that allows our Customers to give us feedback in order to improve our software program on a regular ba- sis. One of the major advantages of having the software online is that one change can affect all users and everyone works on the same version of the program at the same time. Customer Workshop at our corporate office in Anaheim We also have a featured "What's New" that is updated as we make changes to the program. When we make major program additions or modifications we post the changes to What's New and we also invite Customers to our Workshops to discover the new functionality and receive feedback. BILLING West Coast Arborisu has a state-of-the-art invoicing sys- tem that is updated on a daily basis. Progress billings will be submitted to the City 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 per- formed and appropriate data acceptable to the City. This information will be supplied in hardcopy and im- mediately accessible on ArborAccess Online. )ob bal- ances reflecting the percent of completion for each job can be viewed on ArborAccess Online. At the end of each day, every crew is responsible for reporting the quantities of work they perform for that day. Internally, we call this process the Call In. This information is radioed into the Customer Service Repre- sentative who inputs it into the computer. This infor- mation is accessible through job balances immediately in ArborAccess. Once the billing period is complete, the Billing Coordinator runs a Call In report for that date range and compares what was called in to actual hard - West Coast Arborists. Inc RT\ Of rl11L\ MA1 IK\'OI LI:On'fL: .VINLL A�iN: AI'A ffnlJJ:Mnf RI5'Ip1.1FP, ��: :1PiNLT 1., CA rml nc11Y.11,1.r mlas.cn y fov.: om copy of the work record inventory. Before the billing is Sample Invoice completed, all discrepancies must be resolved and investi- gated. Once the records balance the invoice is generated and the work history back up is printed to accom- pany the invoice. The information is immediately stored in the computer and available in ArborAccess. copynahi ®2008 43 LIST TIUCKING SYSTEM The List Tracking Report is a useful tool in the management of incoming work. This report allows us to track specific jobs as they are ordered by the City. Proper use of this system enables the City and WCA to track the completion of work that is ordered. Also, projected work schedules and trim cycles may be calculated on real time by reviewing how long the project took in the past. A sample of the customer list tracking module is shown below: homemethodology.... --- help sign off . .. ... ............................ View Lists C1,6: ph the IIs! nernka In update'delete the seltaI,d Ilst. C1.0, on the v)add trta: hnk tp cew the mventu k ellpneted with the Selected II:. Cliek on the create new 69 butter. IP create a new lh, I t; ^eaN.n"IisIL';l i. "view vrUilve lis; T. i'I LIST TRACKPNG REPORT BY JOB \-01-BER List Name U6erName 3.b£ Sent Complete It of Sltes List R -gleed work Type 11nr Le -Imo 1105105 plant LLD pat madsen : ecmPler 2 07/I1,/O45EP.VIGREQUET PRUNING 5302ND9 2 _ sita 1/05/05 replant GF at madsen- _ - JOEL ORTIZ 0]720/04 8 v'e, OW20/04 209045e' Due GF at madsen 735 32628 08!30/94 COMPLIED 17 03101/04 sites '.n hall Spet& remm,al and pat madsen 7353 12 2V 20D4 8 09/07/04 SERVICE REQUEST PRUNING 3>Sl LIrvO^ LN 2 09'0]/04 COMPLIcO sites replant 9 DVI 0/04 SERICE REQUEST PRUNINC 530 w 1 `_T STP.EET 33266 09'25104 JOEL ORTIZ t2J17/D9 10 09/15/04 SERVICE REQUEST PRUNING 1362 E 157 STREET 33316 1'_2304 removal U�D pet madsen --35- -1'2312004 _15/2005 10,1091&4 COMPLIED JOEL ORTIZ 10!29109 2101/04 Se, Tec GF at madsa 31 1 Z'7"200-1 11103/04 7 v. -I sites 210L04 Rem val Cr Dat tnI ds,n TL i 1"—!200,' L5I2005 3 _ 2101104 mlent OF pat madsen :353 12%23.12004 13 211604 Replant GF pat madse-. 7353 F!/29'200. 26 =7135 111 504 vol G= pat madsen 7-3 L920043'2004 -el 11 to LSC, p pat madsen 7351 11,'29:2034 9 _ 110404rootp o pat modse 7353 11/4/2000. 11./5.'20D4 - s4es 101801,5'Of %351 11/42004 L2/620p< 4 N'sites =ices 1UD104 Rem. GF 7353 11/4/2OD411.'15/2004 empval GF 92004 7353 9 ../2004 1''512004 10 vie, site, 92004 planpn. GF 7333 1011.'2004 10(5,'2004 - View 5;LO, 92004 Ser ROst-GF 7391 10/1/2004 10129/2D04V _sites GF tdm ASAP 9/!4/0= 7351 9114/200: -/2004 E sites Tnmmina Ser G5: 1SLD-49411 -352 9/141200/, 9/1712004 5435 pr V 90604 rpa n -353 :0'1!201141 _'2004 2 _ 908()1 replantGF - 3 9.19.12004 101e120D1 e 9080, ,n, ,r ap GF 9/912004 1"` 7;2004 109_ loco prune 9/04n 735, 9/3/2004 "20D< _ices 91D4 ramwalOF 73_x3 92/2004J 7 9104 plart GF 7Z53 9132004 10.'12:2004 10 view sites 9104 per ep GF 725': 9/3/20D4 1011;2004 36 J 6/04 roptOrune-pf 73S2 6126,'2001, /11192004 3 Sitet -104 per rep Gr -ASAP 7351 6/Al2D04 5/2W2004 vie' sites 60304 ser rep G 7351 6.25,'2004 9/24:2004 60304replant GF - - fi/</IDN 61!2/2004 603041nm LLD 1 nl— r..1 r. ]35"_ 7'e3 613/2004 7/278004 1i/1612001 1/31200a 13 .. vim 571_5 A sample of the WCA internal list tracking report is shown below: copyright 0 2009 Vii' 44 LIST TRACKPNG REPORT BY JOB \-01-BER CITY OF TUSTD� Job 9 7351 04-05 P.ivg List R -gleed work Type 11nr Le -Imo wo= Sr.rI St.., Fore ecmPler 2 07/I1,/O45EP.VIGREQUET PRUNING 5302ND9 32353 W,'15/09 JOELORTIZ 03/05104 —4N/IS/.l GRID PRUNING VUUOUE SITES - :7241 17TH T 32406 07/20/09 COMPLIED JOEL ORTIZ 0]720/04 5 08/06/045ERVICEREQUET PRUNING 2455 P..ACIRCT 32771 OW20/04 JOEL ORTIZ 00.120104 6 OBAO/D1, SERVICEREQUESTVRUMN66701'IE7.IREI 32628 08!30/94 COMPLIED JOELORTIZ 03101/04 7 OB731/D4 SERVICEREQUEST PRUNING 515 5 3 FT. REI 3312: 091:7/05 30EL ORTIZ 09/28/04 8 09/07/04 SERVICE REQUEST PRUNING 3>Sl LIrvO^ LN 33215 09'0]/04 COMPLIcO J05L DRTI2 10101/04 9 DVI 0/04 SERICE REQUEST PRUNINC 530 w 1 `_T STP.EET 33266 09'25104 JOEL ORTIZ t2J17/D9 10 09/15/04 SERVICE REQUEST PRUNING 1362 E 157 STREET 33316 09':]!01, JOEL ORTIZ 09!17!&4 11 10!D4/04 SERVICE REQUEST PRUNING CcTTENNIAL PSRR 33651 10,1091&4 COMPLIED JOEL ORTIZ 10!29109 1206111/D4 GRID PRUNING DIST3 31354 07103iO4 COMPLE7. ED JOELORTIZ 11103/04 13 11/05/D1, SERVICE REQUEST PRUNING 13391 CRO11.ELL O5 34255 12/06,104 JOEL ORTIZ 12/06104 14 11/29/04 SERVICE REQU= PRUNING CEN T EN614 P5111: 34609 :51210]/045ERVICE P.EQUE6T PRUNING 3181 CSP -R TRES DR 3x133 copyright 0 2009 Vii' 44 SAMPLE MANAGEMENT TOOLS DETAILED TREE SITE CHARACTERISTICS The state-of-the-art technology provides a valuable tool to ur- ban iDresii vressionais displa gng tree site specifics along )` pi �'1' displaying c with a representative photograph of the species type and a rec- ommended maintenance field. By clicking on the Search Work History link and locating the address the work history for that particular tree site appears. Information can be added, edited or deleted from this location as well. ArborAccess' built-in quality control features assist in data accuracy. As maintenance is performed, the work history is automatically updated via downloads that accompany bi-weekly invoices. This process assists the City in elimination of dual -inputting and helps keep the tree inventory current. ACCURATE MAINTENANCE RECORDS Accurate maintenance records for each location can assist the City with liability claims. Providing a detailed history of the maintenance performed at each location can display the effort the City puts forth in maintaining its urban forest. By linking the tree maintenance to the tree inventory it eliminates the task of having to go through the data entry process because the re- cords are updated concurrently with each billing cycle. In order to maintain accurate maintenance records, it is imperative that work requests are pulled from the system prior to the work be- ing performed, otherwise inventory accuracy is not guaranteed. LINKS TO MASTER STREET TREE PLAN ArborAccess can be linked directly to the City's Master Street Tree Plan. The Master Plan should build upon the legacy of work that has been done in the past as well as create a concept that builds on the goals of the City that can be implemented into the future. The specie shown has been recommended as replacement species to the existing trees should they happen to fail or to fill vacant sites. WORK TRACKING WITH LISTS List tracking is a successful tool in urban forestry management. By utilizing the tree inventory system to create lists, this ensures that the data being uploaded into the system is accurate. The lists can be created and submitted by work type and once the nialatenance is performed the tree inventory will be updated upon the completion of the billing cycle. With accurate track- ing of maintenance, several types of reports can be generated to estimate future budgeting expenses and projected trim cycles. n.... n,wn.em.oy nein •ionon m. x.1..nr t opynght ®2008 \AVCAe'i? 45 DETAILED REPORTING OPTIONS REPORTING FEATURES Several types of reports can be generated within ArborAccess, depending on the type information needed. Some report samples are: • Inventory • Work Summary • View Invoices • Job Balance • Greenwaste • Work History • DBH Frequency • Height Frequency • District Frequency • Specie Frequency (shown st right) • Work Type by District Frequency • All Trees at an Address • Estimated Tree Value 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 fu- ture maintenance costs. In addition, an analysis can be performed to evaluate the history of the performance of a particular species within your City. PRINTING A LIST Tree maintenance lists can be printed in a few different ways. The inventory methodology used by WCA allows the lists to be printed by mailing address or by on ad- dress. The difference between these addresses is that the trees may belong to a certain mailing address, but in the case of block trimming, it may fall on another street which we call "On Address". Differentiating these ad- dresses assists in managing the street tree inventory and maintenance scheduling. This option also allows WCA or the City to update the list as work is completed. In addi- tion, modifications to the actual tree may be noted and updated when the hard copy is returned. This procedure is one of the most crucial tasks in keeping the tree inventory updated and current. This process is one of the many things that sets WCA apart from other tree care providers. SENDING AN ARBORACCESS LIST TO WCA To submit a list to WCA from the home page click on the View/Update/Create List link. Click on the View Sites link of the list you would like to submit. Verify that all the records are accurate and add any comments as necessary. Click on the "Send List to WCA" button at the top of the page, then click the "Yes" button. A copy of the work list is sent to the Area Manager and the Customer Service Representative responsible for that territory and customer. N^Ocdl `Y' 46 ' vt U-. INTRODUCTION Yrest Coast Arborists includes w'itii its con,preheruii4 tree maintenance program a well defined quality control plan that incorporates certified personnel assigned to this project, safety, pruning specifications and guidelines, equipment, hours of operation, public relations, traffic control, work descriptions and communication 'systems. We believe in following this plan to help ensure the quality of work and the level of service expected. PROJECT MANAGER Andrew R. Trotter will act as the Project Manager for this project. Mr. Trotter holds ISA Certified Arborist Number 642. With over thirty years experience in the tree care industry, Mr. Trotter will provide overall supervision and coordina- tion of the Area Manager and Field Operations. He has full authority to act on behalf of West Coast Arborisu, Inc. on all contract matters. PROJECT AREA MANAGER The Project Area Manager for this contract will hold an ISA Certified Arborist certificate. With several years of experience in the tree care industry, the Project Area Manager will provide exclusive field supervision and crew management to the City for the length of the contract. They will be the central point of contact with the City and will work cooperatively with City staff, local residents and business owners. During the past thirty years, our Project Area Managers have successfully worked with several cities and established a familiarity with the community and logistics of each City respectively. ; �l;i/vFit�hTy'YYl.YiS7a�a�]f'i� 9.... ...... ....... .Li.....a,... Daily Supervision Daily supervision will consist of, but is not limited to: • Report to the City Inspector with location of crew and maintain an open line of communication • Supervise crew personnel to insure proper pruning standards are followed in a safe manner • Traffic control setup and maintenance of coned area Insure City streets are left free of any debris at end of each work day • Maintain record of work completed each day • Maintain good public relations at all times • Immediate notification to City Inspector upon damage of personal property including a plan for corrective measures to take place within 48 hours Weekly Supervision Weekly supervision will consist of, but is not limited to: • Weekly inspection of work completed • Meeting with the City to review work schedule and progress • Insure standards of pruning are performed in accordance with specifications provided by the City Maintain open communication with City Inspector and field crew ' copynohl ®2008 47 PROJECT WORK FORCE . WCA is a professional organization and em- ploy.only the highest standard of tree care pro- fessionals All employees will comply with any applicable laws of the State, County, City and/or political subdivision of such state without limitations while under contract • WCA does not discriminate against employ- ees or applicants because of race, color, religion, sex, pregnancy, national origin, ancestry, age, marital status, or physical handicap • Equal opportunity will be extended to all per- sons in all aspects of the employer-employee relationship, including but not limited to hiring, transfer, promotion, training, compensation, layoff, recall or termination • Employment decisions comply with all appli- cable laws prohibiting discrimination and comply with Title VII of the Civil Rights Act of 1992 and all federal, state and municipal laws pertain- ing thereto Any employee who is found to be incompetent, troublesome, disorderly or otherwise objectionable, or who fails or refuse to perform work properly and acceptable, will immediately be removed from working on this project HOURS OF WORK AND OPERATION All regular tree care will be performed between the hours of 7:00 a.m. and S:00 p.m., Monday through Fri- day. In accordance with the City's specifications, we are prepared to perform work during the weekend and evenings. With our large number of employees, we are able to create special weekend teams and night teams that are accustomed to performing during those shifts. Oftentimes these special shifts help to alleviate traffic and pedestrian congestion that may otherwise occur during normal business hours. SCHEDULING OF WORK The -project shall conform to the City's schedule of performance. We recommend equal distribution of work throughout the course of the fiscal year. West Coast Arborists, Inc. will notify the City of any changes in the start date of each tree maintenance operation at least 24 hours in advance, weather permitting. Our company tracks lists according to work type and prioritizes accordingly. West Coast Arborists, Inc. will provide door hangers that explain the tree maintenance process (acceptable to the City) and distribute the notifications to citizens prior to the start of pruning operations in said area. Work shall be conducted in a cooperative manner as to cause the least amount of possible interference with or annoyance to others. Service request pruning is done on an "as needed" basis and is performed to rectify and immediate problem, a full trim will be com- pleted during the grid pruning cycle. The Area Manager is responsible for scheduling the work, a detailed workflow process is shown on the following page, outlining how work is processed and scheduled. py gh102DD8 48 Customer, Foreman posti residential notices Customer ks .."frees for USA '& :& notifies resident . Area Manager' - schedules work &, informs the�City; gives -work order. reman. . iest'= �rcCSR creates a�, ,�workmrder.&—_- -gives to, Area Mdnagep' Crew,peiiforms,, work request, -:,-received from:.. Custi)mer '� -rew performs work . - Area Manager =schiadules work & informs .,the City, Foreman com- pleth.�'s'%vdrk ordei & inventory. and turns in ,Rcieatei work rideir,& contacts cts ISA'48 hours in'. dva_nce of work, Foreman com-_,",- . - . I . Olet 6pw(irk orderr & iiiVentory and,� t6rns'm' Work order is - Foeeman CSR closes work o.rd0r,& Billing. Dept*prepares ., invoice Work order is, given to the Area, Manager CSR closes work :z,order 8i Billing,'-' .Dept prepare . sl'� ....invoice. V Work _6irder is, ,given tci4he Foreman, .n­�:mvojce­ PUBLIC NOTIFICATION Prior to commencement of grid pruning, WCA will prepare a sample door hanger notice and present it to City staff for approval. Upon approval, we will have the pruning door hangers printed and post them within twenty-four (24) hours prior to the commencement of work, or as directed by the City. Tree planting door hangers will be hung after the tree has been planted. When re- quiring a response pertaining to tree planting, we will send a letter along with a return postcard to the resident and respectfully request their input. The City should notify WCA if they would like a mailer sent. We will print all notices (and photos for tree planting operations) and distribute them to the residents utilizing a mail addressing software program. Each notice will be sent utilizing City letterhead and envelopes. For special projects and/or routine maintenance, we can also submit a press release to the community newspaper for a more comprehensive outreach. We understand the City may modify the procedure to which to notify residents. SAMPLE NOTICES Pruning operations in Garden Grove FU( OF �F h 'O U •I• z C,a� F —0V1jtP TREE PLANTING NOTICE In an etfod to beautify the CM and help the en Wo:mrenl, o nee has been plamea In yom pat,w - The Into, selected was bases an nee portortnance UaracleroM1 such m hnb am mel shnictu chat genera IehlpanC to coat" and abeose. The planing wa cor plolea by West Coost ArDOdSlh, the tree tate Canna. for the Uy. The oty zoo a TSponsale fpr OR mojar plunng ana any free forge(, that Is needed anb the conitol and Iraolmanl of lmecl pests and tlheoses. Hawevef. we ask $hot yao take the responstbony of . aledng ,aur tree ah needea.:lere are a few 0 mid lines to falb- tPbt ? .. and mOellenanoedya.R new nee: If Do npl cbmpe the slating: Ilgnt sltkllq apes not lel the nee grow s"tng. 21 Keep the nee weY hoe at weects and other plontr they w fake noMenn away eom me tree. 3) All the see .1 blah Wale) Mice a WoM deep&mah, andh 1p Promotedpwn urea and sidewalk and go,. p) Kee Wifieen curbs and dtlee, at damage, tit n to tedT�r mm wept.. 5 al lathe fly" to s r test Away eom lap nee. : II a IIB" n9edr r 1J7141 , please caf Wal Coast AM1smsls.lnca11714)991-19nD. TW coapen flan Is greatry DWIXbtec in Ile egad so mote your oty a beaulim Clxe to r" copynghl © 2008 so COMMUNICATION SYSTEMS • WCA uses a technoiogically modern and reliable communications system • NEXTEL' Digital Radio/Blackberry© email and Internet issued to Area Managers and management team • NEXTEL® Digital Radio issued to Foremen for maintaining communication with the City and WCA office • Unlimited access to voicemail message boxes that immediately page the NEXTEL° Digital Phone Systems PERMITS AND LICENSING - _ --- West Coast Arborisu, Inc. will procure a City Business License and any "no- 1 •... _ • •__•,•• fee" permits prior to commencement of work. Permits (i.e., encroachment, . •- traffic control, etc.) requiring fees will be charged back to the agency. s.=° RIGHT-OF-WAY All work will be performed in the public right-of-way. West Coast Arborisu, Inc. employees will not utilize private property for eating, coffee breaks or any other reason or use water or electricity from such property without prior written permission of owner. COOPERATION AND COLLATERAL WORK West Coast Arborisu, Inc. will give right to operate within the project area to the City workers and contrac- tors, utility companies, street sweepers, and others as needed in a cooperative effort to minimize interference in daily operations. PROJECT SITE MAINTENANCE Work site will be left free of debris at the end of each workday. We will not discharge smoke, dust, or any other air contaminants in quantities that violate the regulations of any legally constituted authority. PROTECTION OF PUBLIC AND PRIVATE PROPERTY West Coast Arborisu, Inc. 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 possible interference or annoyance to the public. PUBLIC CONVENIENCE AND SAFETY West Coast Arborists, Inc. will comply with any and all local sound control and noise level rules, regulations, and ordinances which apply to any work performed in the City. All work will cease by 5:00 pm or as directed by the City. Emergency services will be excluded from these time restraints. TRAFFIC CONTROL West Coast Arborisu, Inc. will set up all traffic control procedures in accordance with the Work Area Traffic Control Handbook (W.A.T.C.H.) and State of Califor- nia Manual of Traffic Controls as well as the City Traffic and Safety Operating Rules. During the progression of work, WCA will make adequate provisions to insure the normal Flow of traffic over the public streets and park roads. Every effort will be made to keep commercial driveways and passageways open to the public during busi- ness hours. High visibility arrowboard(s) will be used when needed. Prior to use, the City will approve traffic safety equipment and devices. Pedestrian and vehicular traffic shall be allowed to pass through the work areas only under conditions of safety and with as little inconvenience and delay as possible. Unless the work area is totally barricaded or otherwise kept safe, at least one worker will serve to coordinate safe operations on the ground at all times when work operations are in progress. oopyngm ©zona \AOCAe 51 CUSTOMER SERVICE DEPARTMENT As we work with or near the public, WCA is mindful that we will most likely be the first person the public contacts. We have seven (7) full-time Customer Service Representatives throughout our operation. Each is trained in the best approach in addressing concerned residents. When speaking with a resident it is important not to disrupt them, be honest, re- spectful and calm. Always smile and keep the tone of your voice level. Empathizing with the residents (placing yourself in their shoes) helps to resolve the matter more quickly. 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. West Coast Arborists' Claims Coordinator Complaints and Damage Resolution If the resident is not at home, then we will leave a WCA 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. West Coast Arborists, Inc. will notify the City 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. West Coast Arborists' Accident Kit that is in each company vehicle Any activities found by the City to be unacceptable will be recti- fied immediately. All other complaints will be abated or re- solved within twenty-four (24) hours of the occurrence. We have teams specifically assigned for handling damage to proper- ties, both private and public. Through our communication system, we have the ability to dispatch either of these teams and have them respond immedi- ately to the site for proper re- pair. 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. coppghi ® 2008 52 PRUNING STANDARDS West Coast Arborists, Inc. will perform all tree maintenance in accordance with the Standards adopted by the American National Standard for Tree Care Operations (ANSI A300) and the Best 11anagement Practices, a supplenient from the International Society of Arboriculture Pruning Standards. Final pruning cut will be made without leaving stubs. Cuts will be made in a manner to promote fast callous growth. Representative photographs depicting "before and after" trimming are included in this pro- posal. West Coast Arborists, Inc. will clean all job sites when work is completed, including the WCA crews in action at our state's Capitol building raking of leaves, twigs, etc. from the lawn and parkway and the sweeping of streets. All resulting debris will be removed from the work site daily and prop- erly disposed of at the end of each work day. Benefits of proper tree pruning include reduced risk of branch and stem breakage, better clearance for vehicles and pedestrians, improved health and appearance, enhanced view, increased Flowering. When improperly per- formed, pruning can harm the tree's health, stability, and appearance. Several consequences occur when pruning is not performed at all. These consequences include development of low limbs; weak, co -dominant stems; defects such as included bark; and accumulation of dead branches. Formation of co -dominant stems and defects such as included bark.can lead to increased risk of breakage. No tree should be pruned without first establishing clearly defined objectives. Seven main objectives are de- scribed, along with pruning types that help meet those objectives. These objectives serve as examples and can be expanded or shortened to meet site conditions and customer expectations. Even with proper pruning cuts, if the wrong branches -or too many branches -are removed, nothing of merit has been accomplished. Objectives of pruning: • Reduce risk of failure Provide clearance Reduce shade and wind resistance • Maintain health Influence Flower or fruit production Improve a view • Improve aesthetics Best Management Pi2ctices Nine pruning types are used in arboriculture to achieve the ob- jective of the tree's owner or manager. Pruning types include structural, cleaning, thinning, raising, reducing, restoring, and pollarding. Pruning palms and conifers and pruning for utility line clearance are other types of pruning. cpY ghIC 2006 \/411:4 53 PRUNING TYPES Pruning for Structure Structural pruning is the removal of live branches and stems to influence the orientation, spacing, growth rate, strength of attachment and ultimate size of branches and stems. Struc- tural pruning is used on young and medium -aged trees to help engineer a sustainable trunk and branch arrangement. If young trees are pruned to promote good structure, they likely will remain serviceable in the landscape for more years than trees that have not been structurally pruned. Waiting until the tree grows larger make structural pruning much more dif- ficult. Four procedures should be considered when structural prun- ing young to medium -aged, large -maturing trees. The first procedure is to clean the canopy by removing dead, broken, diseased, and dying branches. The second procedure is to choose and develop a dominant leader. Multiple prunings over time usually are required to develop a dominant leader. Competing stems and branches are subordinated (reduced in length) or removed. Subordination usually is preferred over removal, especially if the problem stem or stems are larger than half the trunk diameter. Subordination may cause less trunk decay than removal. The offending stem(s) can always be removed later, if necessary. The third procedure is to se- lect and establish the lowest permanent scaffold limb if the tree is old enough. Establish the lowest permanent limb by shortening vigorous branches below it and any lower branches that grow up into the crown. The fourth procedure is to select and establish scaffold limbs by subordinating or removing competing stems or branches. Scaffold limbs are located above the lowest permanent limb and provide the base on which to build the permanent crown. Scaffold limbs should be free of serious defects such as included bark and cracks, should be among the largest on the tree, and should be appropriately spaced apart. Vertical spacing should be at least 18 inches for large -maturing trees and about 12 inches for smaller trees. Pruning to Clean Cleaning is the selective removal of dead, diseased, de- tached, and broken branches.. This type of pruning is done to reduce the risk of branches falling from the tree and to reduce the movement of decay, insects, and dis- eases from dead or dying branches into the rest of the tree. Cleaning is the preferred pruning type for mature trees because it does not remove live branches unneces- sarily. Cleaning removes branches with cracks that may fail when the interior wood dries. The location of branches to remove should be specified if the entire crown is not going to be cleaned. The diameter of branches to be removed also should be specified. This usually is done by specifying the smallest branch to re- move (for example, "clean branches 1 inch in diameter and larger"). 6 copyn9h102009 V W./�r'� 54 Pruning to Thin Thinning is the selective removal of small live branches to reduce crown density. Because the majority of small branches are at the outside edge of the crown, thinning is focused in that area. Proper thinning retains crown shape and should provide an even distribution of foliage through- out the crown. Increased light and air stimulate and main- tain interior foliage, which can encourage taper on scaffold branches. Thinning a limb should be considered if cabling will be performed. Thinning also can remove suckers from the base of the tree and some watersprouu on the interior. Excessive branch removal on the lower two-thirds of a branch or (lion tailing) can have adverse effects on the tree and therefore is not an acceptable pruning practice. Lion tailing transfers weight to the ends of branches and may result in sunburned bark tissue, watersprouu, cracks in branches, reduced branch taper, increased load on branch unions, and weakened branch structure. Lion tail- ing also changes the dynamics of the limb and often results in excessive branch breakage. If the entire crown will not be thinned, the areas to be thinned must be specified. The size range and percentage of foliage to be removed also must be specified -usually in the 10 to 15 percent range -but not exceed 25 percent of the crown, especially on mature trees. Most thinning re- moves branches '/4 to 1 inch in diameter. If larger branches are removed, large gaps may be created in the crown, or water sprouts can result. Pruning to Raise (Elevate, Lift) Raising is the selective removal of branches to provide verti- cal clearance. Crown raising shortens or removes lower branches of a tree to provide clearance for buildings, signs, vehicles, pedestrians, and equipment. Excessive removal of lower limbs can slow development of trunk taper, which can cause cracks or decay in the trunk, and transfers too much weight to the top of the tree. Mature trees could become stressed if large -diameter lower branches are removed. Clear- ance sometimes can be achieved by shortening some of the low branches rather than removing them to prevent these problems. Live crown ratio should be no less than 66 per- cent when raising is completed. Structural pruning should be considered along with raising. When raising, the desired clearance should be specified. To differentiate between complete branch removal and shorten- ing, specify the size range of the limbs to remove and their location (for example: raise 12 feet above the road by re- moving downward -growing braches 2 inches in diameter and smaller). copyrignl ® 2008 � s5 Pruning to Reduce (Shape, Drop Crotch) Reduction is the selective removal of branches and stems to decrease the height and/or spread of a tree. This type of pruning is done to minimize risk of failure, to reduce height or spread, for utility line clearance, to clear vegetation from buildings or other structures, or to improve the ap- pearance of the tree. Portions of the crown, such as indi- vidual limbs, can be reduced to balance the canopy, pro- vide clearance, or reduce likelihood of breakage on limbs with defects. Occasionally, the entire crown is reduced. Crown reduction should be accomplished with reduction cuts, not heading cuts. Not all tree species can be reduced. Therefore, .the specie and health should be considered before starting work. Old, stressed, or mature trees could decline or become more stressed as a result of this treatment. When a limb on a mature tree is cut back to a lateral, no more than one-fourth (25%) of its foliage should be removed. More can be removed on a young tree to accomplish particular objectives. More decay can enter the tree following reduction than following other pruning types. The clearance distance or percentage size reduction should be specified. Because making many small cuts or just a few larger -diameter cuts can reduce a tree, it is important also to specify the size range of cuts. Reduc- tion usually should be done on smaller -diameter branches. Pruning Palms Palm pruning is the removal of fronds, Flowers, fruit, stems, or loose petioles that may create a hazardous condition. Palms also may be pruned for aes- thetic reasons to eliminate sprouts and stems or dead fronds and seedpods. Live, healthy fronds should not be removed. If they must be removed, how- ever, avoid removing those that initiate at an angle of 45 degrees or greater above horizontal. Fronds removed should be severed close to the petiole base without damaging living trunk tissue. Climbing spikes should not be used to climb palms for pruning. HOW MUCH TO PRUNE Excessive branch removal depletes the tree's energy reserves stored in branches, stems, trunk and roots, and reduces the ability of the tree to photosynthesize more energy. There should be a good reason to re- move more than twenty-five percent of the live crown in a single year. According to ANSI A300, not more than one-fourth of the foliage on a mature tree should be removed within one growing season. In addi- tion, upon completion of pruning a mature tree, one-half of the foliage should remain evenly distributed in the lower two-thirds of the crown and individual limbs. Many trees generate adventitious sprouts in re- sponse to overpruning as they attempt to replace the stored energy. Live branch pruning is an essential ingredient to forming good structure, so it is a necessary procedure in an urban tree care program. V�Ocw4° 56 copyright © 2008 r '%' .4`. � S: Y y'- i } . ryy a .:yn, ., � �' � � - � 3 � � u :,_� a _.�: Y r ._'`� '. +' �N, ,'+tet' .. pi- [_- �'�A Y +� `t l� }IY. .�' ��f1f� •rb l�l� f. 51 V.ii '-� C y '�L. J n :iia t+�� � W ��+t '.� w II' � qlt•� ' .. 2, 2 r177, �cr l if r177, �cr l if RECYCLING PROGRAM WCA's commitment to be a socially responsible corporate partner to our customers and communities is exem- plified in our Recycling Program. With the steadily -increasing concern for the ecological health of our commu- nities, West Coast Arborists, Inc. has embarked on a landfill diversion process where all materiai is taken to recycling facilities where it is used in the production of soil amendments. We are committed to taking all recy- clable materials removed from the trees trimmed for the duration of this project to a recycling center for proc- essing. Verification of amounts recycled will be obtained and reported by West Coast Arborists, Inc. via Ar- borAccess for the purpose of meeting the goals of the State for reducing landfill usage. RECYCLED PRODUCTS: M U L C H Mulch is made from coarse ground branches and leaves. It should be spread on the ground at a rate of six to twelve inches for best effect. Fresh mulch will deplete nitrogen from the surface of the soil which will reduce unwanted weeds. Once the mulch has decayed, it returns nitrogen which helps build the quality of soil for plants. A large amount of tree debris is processed by West Coast Arborists and used in large scale mulching projects for establish- ing native plants in open space areas. COMPOST Compost is made from fine ground branches, leaves or other organic material. When mixed with oxygen and water, the organic material will decay or "compost." A finished compost is excellent for turning into the top layer of soil and will add nitrogen and increase the water holding capacity of soil. You can make compost at home in a pile in your yard or in a bin that you make or purchase. Large scale composting is done at regional recycling facilities. FIREWOOD Firewood is traditionally the most common use of large branches and logs. Firewood is used to heat homes during winter months. West Coast Arborists takes logs to a yard in Imine where a firewood retailer splits and resells the fire- wood to local residents. LOGS TO LUMBER Currently West Coast Arborists is looking for new and better ideas for the use of nee logs. An old idea with a new approach is converting city trees into us- able lumber. WCA worked on a twelve month trial program with the Califor- nia Department of"Forestry and Fire Protection to create an environmentally sound and socially responsible alternative to importing lumber from other ar- eas, reducing our demand on trees from natural forests. WCA has demon- strated its wood, hand -crafting ability by offering sturdy and beautiful wooden benches for city use, exemplifying our commitment to the environment. Y � 59 copy O®2008 ASSEMBLY BILL 939 (AB939) The nianagenieni of solid waste has become a major issue in California and thro!gheLlt the rnuntry. Not only are we producing an increasing amount of solid waste each year, but we are running out of places to put it. Because of the concern about water and air pollution associated with landfills, the opportunities to develop additional disposal capacity are limited. To address these issues, the Governor of California signed into law on September 29, 19B9, Assembly Bill 939 (AB 939). The law fundamentally restructured the state's approach to solid waste management. AB 939 established an integrated waste management hierarchy in the following order of importance: • Source reduction • Recycling and composting • Environmentally safe transformation and land disposal of solid wastes AB 939 requires that each California county and incorporated city prepare a Source Reduction and Recycling Elements (SRRE) report which shows how they will meet solid waste diversion goals of 50 percent by the year 2000 and beyond. West Coast Arborists, Inc., offers a multitude of waste diversion opportunities to cities including mulch, com- post, firewood and logs to lumber. In an effort to provide cities with valued information pursuant to AB 939 requirements, we provide immediate reporting capabilities through ArborAccess at no additional cost. SAMPLE RECYCLING REPORT CITY OF TUSTIN Green waste Recycling Report From 1/1/06 to 1/31/06 By Individual Customer - All Job # Date Job # Truck Recycling Site Material Weight 01/03/06 B499 R17 TIERRA VERDE RECYCLING BRUSH 8.33 01/D4/06 8498 D40 CVT RECYCLING PALM 6.21 O1/D4/D6 8499 RD9 TIERRA VERDE RECYCLING BRUSH 13.73 01/06/D6 9499 D40 TIERRA VERDE RECYCLING CHIP 4.86 01/10/D6 6497 D40 TIERRA VERDE RECYCLING PALM 4.54 01/11/05 8497 D40 TIERRA VERDE RECYCLING CHIP 5.17 01/12/06 8499 D40 CVT RECYCLING CHIP 5.92 01/12/06 6499 D40 TIERRA VERDE RECYCLING CHIP 5.85 01/12/06 8499 D40 TIERRA VERDE RECYCLING CHIP 5.80 01/13/05 8499 D40 TIERRA VERDE RECYCLING CHIP 7.43 01/16/06 8497 D40 TIERRA VERDE RECYCLING CHIP 3.53 01/17/06 6791 R17 TIERRA VERDE RECYCLING BRUSH 5.20 01/17/06 8497 D40 CVT RECYCLING CHIP 5.49 01/18/D6 8497 D40 TIERRA VERDE RECYCLING CHIP 5.79 01/19/D6 8497 D40 TIERRA VERDE RECYCLING CHIP 6.51 01/19/05 8499 R09 CVT RECYCLING PALM 10.61 01/19/06 6499 R09 TIERRA VERDE RECYCLING BRUSH 7.12 01/20/06 6497 D40 TIERRA VERDE RECYCLING CHIP 5.73 01/24/05 8497 D62 CVT RECYCLING CHIP 5.00 01/24/06 8497 D40 TIERRA VERDE RECYCLING CHIP 6.09 01/25/D6 8497 D62 TIERRA VERDE RECYCLING CHIP 7.44 01/26/D6 8497 D62 CVT RECYCLING CHIP 6.25 01/27/D6 8497 D40 TIERRA VERDE RECYCLING PALM 5.98 TOTAL 150.58 py ghl®2008 ' 60 EMPLOYEE TRAINING PROGRAM West Coast Arborists, Inc. provides an extensive in-house training curriculum for all enr ployees to broaden their knowledge of the arboriculture field of study. Included in this training are the ISA standards, both Treeworker and Arborist study programs, and a vari- ety of Tree Care Industry Association home study programs. We also offer training courses to our staff in areas of customer service satisfaction, maintaining professional con- duct, and Qualified Line Clearance Trimmer Training. U. y*WA7_X1h111'1ZJ J Safety standards are to priority at West Coast Arborists, Inc. Our line of work demands that all work is performed in a manner that provides the maximum safety to the general public as well as our employees. Our crews are instructed to follow the safety standards of ANSI Z133.1 as well as Cal -OSHA requirements. We have one of the most extensive safety training programs in the industry. We provide our employees with state-of-the-art training tools and instructional sessions company wide. Our insurance car- riers and Cal -OSHA have recognized us repeatedly for outstanding safety training efforts. We have a full time Safety Trainer that is professionally trained in the field of horticulture. He brings several years experience to the company as well as expertise in training new and existing employees. He administers I.S.A. certification training, in-house crew leader training programs, and new hire orientation training. SAFETY TRAINING • Bi -weekly Tailgate Safety Meetings - for each crew. • Safety Team - a ten person committee that reviews and dis- cusses safety procedures, problems and incentives. • Injury St Illness Prevention Program - integral to overall safety program. • On the ]ob Training Programs - New employees are assigned a "buddy" with experience to assist them. • Training with Video - 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 Indus- try Association. • Leadership Training Programs - Continued training and study, utilizing the Crew Leader Home Study Program, available through Tree Care Industry Association. • Certification Training - Continued study sessions are held in preparation for the International Society of Arbori- culture Certification Programs. • Safety Incentive Programs - - Safety Bonus Program rewards employees on a company -wide, quarterly basis for time without accidents. - Christmas Bonus Program enables employees to earn credit for safe operations throughout the year. - Crew lunches are provided for work -groups with outstanding safety practices and records. - Safety Lottery is held monthly which recognizes individuals with outstanding safety records. NNCAZ'�f 63 copynghl t 2000 QUARTERLY SAFETY SESSIONS Our safety sessions are designed to incorporate ANSI 2133.1 safety standards, Cal -OSHA safety standards, and common safe work procedures within our industry. Each session is presented in English and Spanish to ensure a clear technical understanding of the material being covered. Upon completion of the safety session our employees undergo an examination of the topic covered in order to gauge their comprehension and reten- tion of the material. Each session includes a roundtable discussion on current safety issues and program con- tent. Some of our existing programs are as follows: SAFE az EFFICIENT CHAINSAW OPERATION • How to select a chain saw • Personal Protective Equipment • Chain Saw Safety Features Transporting the chain saw • Starting Techniques • How to Properly Hold a chain saw • Cutting Techniques • Reactive Forces • How to Avoid Kickback DECISION DRIVING • Critical Types of Accidents • Seeing • Hearing • Feeling • Decision -Making Process • 5 Step Sequence • Following Distance Look Ahead Capacity Size Up the Whole Scene • Stopping Distance • Decision Space • Following Distance ELECTRICAL HAZARD AWARENESS PROGRAM • Safety Standards for Line Clearance Trimming • Electrical Hardwire Recognition • Recognizing Electrical Hazards • Aerial Rescue Techniques • Work Practices Around Electrical Conductors d �n afe and Efficient,Chamsawi4eretionr Operation segura y eticle{rletle,una; inotasieris^': - QUARTERLY SAFETY MEE'rING Junin Trimestral de Seguridad copyn9hl C 2009 VIVcAtfs? 64 a QUARTERLY SAFETY SESSIONS (continued) PREVENTATIVE MAINTE%iAhiCE • Daily Vehicle Inspection Acriai Lifts • Roll Offs. • Dump Trucks • Loaders • Chippers • Stump Grinders SIX STAR SERVICE - REMOVALS • Planning • Protecting • Proper Cuts • Action • Clean Up Final Inspection CPR 8t FIRST AID • Emergency Action Steps • Cuts 81 Bruises • Choking 8z Abdominal Thrust • Rescue Breathing • Cardio -Pulmonary Resuscitation Transportation Guidelines TRAFFIC CONTROL • General Information • Planning Working in Residential areas, Schools at Parks Lane Closures Vehicle Parking 8z Pedestrian Safety • Special Conditions, Median & Flagger Control -- 1,var!crh f^'r 1Ic^.ting .lurtur 7rimr.clrr;l:ir Sr,�uridrul P.rerentatire Maintenance ,. . 4fanlcnirrricnln Prcrentiro LzMal.} CPR & FIRST AID copynght 0 2008 NAOCAOr 65 CUSTOMER SERVICE TRAINING At West Coast Arborists, "Inc., we pride ourselves on Quality Cus- tomer Service and community outreach. This training session is the fundamental building block of our success. We train our em- ployees on how to handle themselves with professionalism and respect toward residents. The outiine is as follows: ADDRESSING CONCERNED CUSTOMERS Customer Contact: Courtesy is shown to customers at all times and under all cir- Quality Customer Service Servicio de Calidad at Cliente NA, Quarterly Safety Meeting cumstances. • Understand the reason(s) for customer dissatisfaction. • Remain calm during stressful situations. • Exhibit genuine concern for quality and customer satisfaction at all times. Keys to Dealing with a Concerned Customer: • First impressions are key, the resident will remember the first person they contact. • Stay calm at all times. • Have confident eye contact. • Know when to retrieve your foreman. While Speaking with a Concerned Customer: • Do not interrupt the customer. • Focus on his/her concem, do not get distracted. • Respond to accusations without being defensive. • Use a smile, always look interested and concerned. • Keep the tone of your voice level, do not get excited. • Always offer to help the customer (i.e. get the foreman). • Never blame WCA or fellow employees for the problem. • Empathize with residents - put yourself in their shoes. •wberee��elYrn mmwaaruRmv Mame Nlmn. W.,.PmP.. ]W]MmPm lb (avm UAlq Major Reasons for Customer Complaints: • They feel victimized - we are encroaching on their property. • We schedule a time to meet with them and do not follow through. We do not pay attention to their request (i.e. one resident asked an employee to stay off his newly planted lawn, the resident turned around and the employee strutted directly across the lawn). • Brush is left in the yard (Quality Control is one of our greatest concerns). • They perceive you as disrespectful. -Discourtesy is often unintentional. -Treat every customer as if he/she is your relative. L i Incidental Damage: If at anytime property is damaged adhere to the following procedure: • Retrieve foreman to show them the damage. • Foreman will notify the resident if he/she is home. • If the resident is not home the foreman must leave a WCA card with instructions to call the office. • Notify the Claims Coordinator immediately after notifying the resident. • Always be courteous and apologetic. • Property is to be left in the same condition as before you entered it. copyright ® zooe � 66 ARBORICULTURE TRAINING PROGRAMS At West Coast Arborists, Inc. we pride ourselves on professional knowledge within our industry. We have over one hundred thirty International Society of Arboricuiture certified personnel. We offer several training programs to ensure continuing education of our staff. Our full time Safety Trainer, Fir. Rene Portillo, is also a Certified Ar- borist. He brings several years experience to his position and is an integral part of our training program. He administers ISA certifica- tion training (arborist and treeworker), in-house crew leader training, and bi-weekly foreman's meeting training. This training session has been pivotal in the success of our arboricultural training. We believe if our crew per- forms these six steps then they have been successful in proper pruning. These guidelines incorporate ANSI A300, Western Chapter International Society of Arboriculture, and specifications set forth by the City. The stations are as follows: Six Star Service Guar Servlcio de Seis Esvellas Ga Tree Pruning Poba de Arboles vvc�� Quarterly Safety Meeting Station #1 - Proper Cuts Station #2 - Shape All Trees Station #3 - Don't Top Trees Station #4 - Raising Station #5 - Thinning Station #6 - Final Inspection We hold monthly Foreman's meetings to communicate important company information as well as educate the Foremen on consistent safety procedures in the following areas: • Best Management Practices • Know the Work Zone • Tree Hazard Evaluation • Communication • Employee Management • job Briefing • job Management • Jobsite Evaluation • Interoffice Communication • Pruning Young Trees • Recycling • Safety • Traffic Control • Tree Inventory Vehicle Maintenance Chipper Safety and Maintenance Bi - Weekly FOREMAN'S MEETING Training Session Oil PRUNING YOUNG TREES oopynym ® zooe 67 INJURY u ILLNESS SAFETY PROGRAM SAFETY MANAGEME14T RESPONSIBILITY West Coast Arborists, Inc. is committed to maintaining an effective Injury and Illness Prevention Safety Program. While safety has been a longstanding - part of our company operations, our formal Safety Program is revised as necessary and fully implemented. All major elements of our Safety Pro gram are updated as needed for refinements and improvements. As a mini- -. mum, the Safety Program is reviewed annually. Primary responsibility for: implementation, management and administration of the Safety Program is vested with the Field Operations Manager. Policy administration and tech- nical oversight is delegated to the Safety Trainer. V%40 V Injury & Illness Prevention Safety Program wv. tea. �.��.•. ,�<. HAZARD IDENTIFICATION PROCESS Facility and process reviews are excellent management tools for keeping informed on overall work conditions. Our system for identifying and evaluation workplace hazards, including scheduled periodic inspections to iden- tify unsafe conditions and work priorities is as follows: WCA's Insurance Carrier conduct safety program audits annually in January to ensure consistent and effec- tive program maintenance. • WCA Supervisors conduct monthly location safety audits (self -inspections). A standard checklist is used to facilitate these inspections. • Employees are encouraged to bring hazardous conditions to the attention of their supervisors/managers or top management through the use of a safety suggestion box. These suggestions are reviewed and re- sponded to by our Safety Committee. • Facility inspections are reported to and evaluated by the Safety Committee. Serious hazards are reported and acted upon immediately; minor conditions are addressed through our standard facility maintenance process. Results of finding and corrective actions are shared with employees at safety meetings, through bulletin boards, or at safety talks. EMPLOYEE SAFETY TRAINING It is in our Company's best interest to make every reasonable effort and available means to keep our personnel trained and informed in safe work practices. Safety training is provided initially as part of the employees' per- sonnel orientation process and subsequently by the employee's supervisor. Key elements of our company's safety training program include: • Review of the company's safety policy dur- ing initial employee orientation. • Review of the company's safety rules and safe work practices with the employee by their Supervisor prior to the commencement of work. • Supervisory and management training as part of the Safety Committee meetings and/or through special sessions and seminars. • Documentation of formal safety education and training as part of our Company's Em- ployee Training Program. NNGW4� 68 wpynghl ® 2DOB y � M SAFETY COMMUMCATIONS Safety communications are critical to providing employees with instructional updates =boot our company safety program. It also provides an avenue by which employees can provide feedback and input which is use- ful in developing new safety programs. Our system for communication with employees on Occupational Health and Safety matters includes: • Periodic memos or other correspondence to employees from the company President, Safety Team and/or Safety Trainer. • Safety slogan announcements which are posted on the employee's bulletin board and reiterated at Safety Meetings. • Safety Suggestion Box which allows employees to offer anonymous comments and suggestions related to health or safety matters without the fear of reprisals. • Injury free work days are posted in production areas acknowledges the safety performance of the general employee team. • Safety materials are posted on bulletin boards and/or in employee lunchrooms. • WCA Supervisors conduct periodic safety meetings (bi-weekly), providing employees with on-going oppor- tunities for discussing safety issues. • Formal safety reviews are conducted monthly, as part of our Safety Committee Meetings. • The company's Injury and Illness Prevention Safety Program addresses regulated safety issues and promotes employee involvement and input. • Safety incentives are maintained to encourage positive behavior of employees. These include: • Emp/oyee of the Month Program - which incorporates safety criteria in the selection process. • Safety Lottery - which a//owl eligible employees from each shift to participate in a monthly drawing based upon their accident free experience. • Quarterly Drawings - for all employees achieving accident free performance for a three (3) month period. • Safety Suggestion Award - to recognize employee suggestions which are selected for impro ving safety or health in the workplace. copynghI C 2006 SAFETY PROGRAM CONFORMANCE Pro -active management includes Supervisory leadership and control to change unproductive activities. Confor- mance with safety policies, rules and regulations is a necessary component of our Safety Program which is monitored by all Superdscrs. Oursysien-, for ensuring that al! employees comply with safe and healthful work practices includes the following activities: • Employee safety responsibilities are communicated during initial orienta- tion by use of our Company Safety Rules and Safe Work Practices. • Safety rules and regulations are re- viewed with employees by Supervisors and part of the documented Employee Safety Training Process. • Safety and Health Committee members review all safety matters pertaining to policy, administration or program de- veiopment. • Documented verbal warnings and repri- mands are issued and carried out by Supervisors. • Supervisors understand and enforce safety rules as a part of their job, and handle these no differently than any other work rule enforcement. This process may involve coaching, counseling, verbal or written repri- mands and discipline in the form of suspension and/or termination. SAFETY COMMITTEE Safety Committees are the core of most effective and viable Safety Programs. These are crucial to providing policy oversight, reviewing program effectiveness and initiating program changes or corrections. Our Com- pany's Safety Committee serves as the leadership group for evaluating and addressing all safety and health mat- ters. In conforming to Cal -OSHA requirements, the Safety and Health Committee carries out various safety. management duties, including, but limited to: • Scheduling and conducting periodic worksite inspections. Results of such inspections are submitted to the Safety Committee members and discussed through resolution by the Chairperson. • Reviewing causes of incidents resulting in injury, illness or adverse exposure. • Investigating any alleged hazardous conditions brought to the attention of any Safety Committee member by Supervisors or employees. • Evaluating suggestions for achieving improvements in safety or health matters. Sponsoring special safety campaigns and other informational program activities. The above activities are undertaken by our Company to ensure that a safe and healthful working environment is provided for all employees. The safety and health of our employees continues to be the first consideration in the operation of our business. ` - �.,-� Mpyrigh102008 70