Loading...
CONTRACT 7065A AmendmentAgreement No. 7065A FIRST AMENDMENT TO AGREEMENT NO. 7065 BETWEEN THE CITY OF EL SEGUNDO AND WEST COAST ARBORISTS, INC. THIS FIRST AMENDMENT ("Amendment') to Agreement No. 7065 ("Agreement") is made and entered into this 1 ST day of October 2025, by and between the CITY OF EL SEGUNDO, a general law city and municipal corporation existing under the laws of California ("CITY"), and WEST COAST ARBORISTS, INC., a California Corporation ("CONTRACTOR"). The parties agree as follows: Pursuant to Section 19 of the Agreement, Section 2 is modified to extend the term of the Agreement until September 30, 2027. 2. Agreement Exhibit "A" is hereby replaced with Attachment B to this Amendment, which is incorporated by this reference. CITY agrees to pay CONTRACTOR pursuant to the rates set forth in the attachment, and CONTRACTOR agrees to perform the services listed in the attachment. 3. Section 1(c) of the Agreement is modified to add the following amounts for the extended term of the Agreement: $204,000 for October 1, 2025 through September 30, 2026 $204,000 for October 1, 2026 through September 30, 2027 Accordingly, the total, not -to -exceed amount of the Agreement, as amended, is $612,000. 4. This Amendment may be executed in any number or counterparts, each of which will be an original, but all of which together constitutes one instrument executed on the same date. In accordance with Government Code §16.5, the parties agree that this Amendment will be considered signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. CONTRACTOR warrants that its signatory (or signatories, as applicable) to this Amendment has the legal authority to enter this Amendment and bind CONTRACTOR accordingly. 5. Except as modified by this Amendment, all other terms and conditions of the Agreement remain the same. [SIGNATURES ON NEXT PAGE] Agreement No. 7065A IN WITNESS WHEREOF the parties hereto have executed this Amendment the day and year first hereinabove written. ITY F EL SEGUNDO Darrell George, City Manager ATTEST° Susan Truax, City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney —U3 David King, Assist n ity Attorney WEST MAST ARBORISTS, INC. Name Patrick Mahongr, President Title 95-3250682 Taxpayer ID No.. �111 n � ow 2 EXHIBIT "B" Agreement No. 7O65A CITY OF EL SEGUNDO Schedule of Compensation for Year 2025 - 2026 Tree Maintenance Services performed by WCA, Inc. 1 Grid Prune Each $86.00 2 Full Prune 0-6 DSH Each $65.00 3 Full Prune 7-16 DSH Each $135.00 4 Full Prune >16 DSH Each $295.00 5 Clearance Prune 0-6 DSH Each $25.00 6 Clearance Prune 7-16 DSH Each $35.00 7 Clearance Prune > 16 DSH Each $45.00 8 Palm Prune Each $120.00 9 Ficus Tree Pruning Man Hour $105.00 10 Crown Reduction Pruning Man Hour $105.00 11 Tree & Stump Removal Inch $45.00 12 Stump Only Removal Inch $20.00 13 Plant 15 Gal w/RB Each $200.00 14 Plant 15 Gal w/o RB Each $175.00 15 Plant 24" Box w/RB Each $400.00 16 Plant 24" Box w/o RB Each $375.00 17 Plant 36" Box Tree Each $1500.00 18 Plant 48" Box Tree Each $2,800.00 19 Plant Health Care Man Hour $105.00 20 ISA Arborist Services - 2 hr min Man Hour $175.00 21 Laboratory Testing (cost + 15%) Each $1.00 22 Specialty Equipment Rental Hour $145.00 23 Crew Rental - per man Man Hour $105.00 24 Emergency Response - per man Man Hour $120.00 The rates remain unchanged from the start of the Agreement on 10/1/24. These rates shall stay Fixed until 9/30/27. Any adjustments to the rates would begin in the contract year 2027-2028. Agreement No. 7065A SCOPE OF SERVICES Contractor will furnish all necessary equipment, materials and personnel for the completion of the work in a timely and organized manner. I. TREE MAINTENANCE REQUIREMENTS Contractor shall perform any and all services provisioned under the contract in a skillful and competent manner. It is understood that the selected Contractor will furnish all necessary equipment and personnel for the completion of work in a timely and organized manner, and ensure full compliance with applicable local, state and federal requirements. A. Work Quality and Standards All work performed under this contract shall be conducted in such a manner so as to provide safety to the public. The Contractor shall comply with safety requirements set forth by California Occupational Safety and Health Act (CAL OSHA) and all applicable American National Standards, published by The American National Standard Institute, Inc. (ANSI), 1430 Broadway, New York, New York 10018. All work performed by the Contractor shall comply with good arboreal practices within the industry for the particular species of trees being maintained. Work quality must be consistent with standards as specified in the International Society of Arboriculture's (ISA) "Best Management Practices" and ANSI A300. The Contractor shall be responsible for all damages to people and/or property that occur as a result of the fault or negligence of said contractor or his employees in connection with the performance of this work. The Contractor will provide all equipment and trained personnel to provide timely tree trimming services as requested by City. Daily, routine tree trimming operations shall not begin before 7:00 AM and finish no later than 5:00 PM on weekdays. The City's designated representative shall determine if the Contractor has met all trimming requirements, and payment shall not be made by City for trimming that is not in accordance with standards outlined in this contract. The City may deduct and/or withhold payment to protect the City from loss due to one or more of the following reasons: a. Defective or inadequate work not corrected; b. Claims filed, or reasonable evidence indicating probable filing claims; c. A reasonable doubt that the contract can be completed for the balance unpaid; and/or d. Damage that resulted from an incident involving property damage. B. Qualifications and Licenses The Contractor shall assign a competent and qualified supervisor, who shall be a current ISA-certified Arborist, to be on the job site at all times work is being performed, The Contractor ensures that they, their employees and subcontractors have all Agreement No. 7065A necessary licenses required for the adequate performance of the work outlined by this contract. C. Inspections The City's designated representative shall, at all times, have access to inspect work, facilities and equipment. The Contractor shall be required to provide the City with a written schedule of daily tree maintenance operations. Any work found to be unacceptable will be noted in writing to the Contractor. Defected work shall be fixed, as directed by the City's designated representative, even if the work was not pointed out during the initial inspection and the work was accepted for payment. D. Invoice The Contractor will provide invoices on a monthly basis. Invoices shall include but not be limited to: a. A list of all tree maintenance operations that took place; b. The address of each individual tree; c. Species; d. Height; and e. Trunk diameter of each individual tree. E. Fixed Fee and Pricing The Contractor shall provide a pricing proposal that is a fixed fee per tree per service. Contractor will also include a cost -per -inch of trunk diameter on complete tree and stump removals. The price given by the Contractor for tree and/or stump removals shall include all staff, materials, and equipment necessary and backfifling with good -quality topsoil. Contractor shall provide general pricings for plantings, grid pruning, complete removals and service hours (off -hours). F. Emergency Services 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 time. Emergency work shall begin within two (2) hours of initial call. Work performed under the emergency provision shall be paid for on an hourly basis. This will include all labor, tools/equipment, disposal fees and necessary materials. G. Annual Maintenance Program The Contractor will be required to submit a work schedule based on the City's annual tree pruning requirements, tree removal and replacement program, and planting projects. Depending on the City's current and future tree trimming and tree maintenance needs, the scheduled work may require multiple crews to perform concurrently within the same time constraints. H. Traffic Control The Contractor shall conform to all City traffic safety requirements and operating rules at all times while this contract is in effect. The Contractor will be responsible for Agreement No. 7065A supplying and using all safety equipment necessary to close or delineate traffic lanes. The City must approve all traffic safety equipment prior to use. Traffic control plans are required and must be approved by City before implementation. I. Public Notice of Tree Pruning Operations The 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. City -approved "No Parking" signs shall be posted on individual trees scheduled for pruning forty-eight (48) hours prior to the work being performed. J. Cleanup of Green Waste and Debris The Contractor shall insure that the work area shall be kept safe at all times during any procedure, be it pruning or removal. All tree material and debris will be cleared and the job site cleaned at the end of each work day before the work crew leaves. Cleaning shall include but not be limited to: a. Raking lawn areas; b. Sweeping all streets/sidewalks; and c. Removing all brush, branches, and other debris. Under no circumstances will any tree material be allowed to enter any storm drain. K. Disposal of Green Waste and Debris The Contractor shall recycle all tree material, of which the amount (in weight recycled) shall be reported to the City in compliance with AB 939. L. Tool Sanitation On all trees known or suspected to be diseased, pruning tools and cut surfaces shall be disinfected. Dumping used or old disinfecting solutions on the ground or down the storm drain will result in severe penalties for the Contractor. M. Tree Inventory Database The Contractor shall provide a complete citywide database of the City's public tree inventory and continue to be responsible for providing the City with information to keep the system current and accurate. The tree inventory data shall conform to the existing tree inventory database and will include but not be limited to: a. GPS Tree linvenIM A GPS tree inventory will be created using the City's standardized addressing system for all parks and open space areas. The address information in the inventory shall be linked to a GIS program (Arc GIS or ArcView). The inventory, when possible, will be capable of showing the location of every existing tree site and vacant tree site on the City's existing GIS base maps (streets, parcels, addresses, right of way and hardscape, etc.). The Contractor shall update the tree inventory on a daily basis, as conditions require (e.g. tree removed, tree planted, etc.). The City will have access to updated data at all times. The City reserves the right to contact the Contractor for immediate inventory changes on request. Agreement No. 7065A b, Inven„torvScoie of Work The Contractor will manage the entire inventory project. The project shall include field data collection, data entry, access to the computer software, and training of City employees on the use of the system and future technical maintenance. Attributes to be collected by field personnel may include, but are not limited to: 1. City District/Grid/LLDs/Parks/R-Areas/Residential; 2. Street; 3. Location by Address; 4. Location by GIS; 5. Species by botanical name & common name; 6. Tree diameter; 7. Tree height; 8. Recommended Maintenance Classification; 9. Existing overhead Utilities; 10. Parkway Size; 11. Parkway Type; and 12. Condition of surrounding hardscape. N. Pruning The Contractor shall provide both grid (4 year cycle) and service request pruning as requested by City. Full prune is classified as no more than 25% of foliage at one time. a. General Specifications 1. Contractor shall provide appropriate notification to property owners and signage per City specifications. 2. The Contractor shall consult with the City's designated representative before making any cuts that could result in permanent disfigurement of tree structure. 3. Trees will be pruned so as to prevent branch and foliage interference with safe public passage. Young trees are exempted. 4. All dead and dying branches/stubs shall be removed. 5. All broken or loose branches shall be removed. 6. Contractor will selectively prune branches that create sight line conflicts with control signs and devices. 7. Trees shall be cleared of sprout and sucker growth. Young trees are exempted. 8. All major pest problems shall be promptly reported to the City. 9. Trees will be pruned to maintain a natural and balanced appearance unless otherwise directed. 10. Tree limbs shall be controlled in such a manner so as to cause no damage Jo other parts of the tree, other plants or property. 11. Excess debris, trimmings, branches and wood shall be removed from the work site following as closely as possible the pruning operation. b. {grad argnin Contractor shall prune all trees in pre -designated trimming grids (attached to this RFP as "Exhibit A"), regardless of size, on a set schedule, unless otherwise directed by the City. The City currently maintains a four (4)-year trim cycle. Agreement No. 7065A The trimming shall provide a "natural" and aesthetically pleasing appearance that is typical of the species. Trees shall be trimmed to provide a minimum clearance over roadways and walkways and adhere to the General Specifications mentioned above. c. Service Re uest Tree Pruniin The City will periodically submit a list of work orders to the Contractor. Contractor shall follow above specifications during service request pruning operations. O. Tree and Stump Removals Removal shall consist of the 100% removal of any tree or stump, its root system and backfilling of the hole with good -quality topsoil, a. General S fiq tion 1. Tree removals shall be conducted in accordance with the standards of the arboricultural profession, 2. Tree removals shall follow the City's basic criteria as outlined within the City's Municipal Code § 3-4D-9A1 to §3-4D-9A11. 3. The Contractor shall consult with the City's designated representative before any removal operation. 4. The Contractor shall identify the location of all utilities and private property landscape irrigation components prior to any removal operation. Contractor shall take all necessary precautions to ensure all utilities (e.g. water, gas, electric, telephone, etc.) are not damaged. 5. All tree removals shall include removal of the stump and grinding chips, as well as the backfilling of the hole created by the removal with good -quality topsoil suitable for the replanting of a replacement tree. 6. Contractor shall ensure that, with use of proper techniques and equipment, at no time shall branches, limbs or tree trunks be allowed to freefall. 7. Excess debris, trimmings, branches, and wood shall be removed from the work site, following as closely as possible the removal operation. P. Planting Planting shall include the tree, stakes, ties and weed -eater guards along with complete installation, watering and care. Planting lists will be compiled by the City's designated representative and submitted to Contractor monthly or as needed. Contractor will guarantee the quality of the tree stock and workmanship. General S ecifications 1. The Contractor shall identify the location of all utilities and private property landscape irrigation components prior to any planting operation. Contractor shall take all necessary precautions to ensure all utilities (water, gas, electric, telephone, etc.) are not damaged. 2. All trees shall be a minimum fifteen (15)-gallon container or as specified by the City. City has right to reject any tree planted by Contractor and Contractor shall replace at his expense. 3. The Contractor shall consult with the City's designated representative before any planting operation. 4. The Contractor will be responsible for the stability of planted trees, including the stakes, ties and weed -eater guards as appropriate. Agreement No. 7065A 5. Using hoses, equipment or water from private properties is prohibited. b, New Tree Care While watering, the Contractor shall maintain the tree watering basin by removing weeds and debris, and retaining the basin to appropriate size and grade standards. The Contractor will care for and guarantee the life of the tree for ninety (90) calendar days. After ninety (90) day period the tree is determined to be healthy and the Contractor is no longer required to provide specific new tree care. Q. Additional Work The City may add to these specifications with the joint approval of the Contractor and the City. All modifications shall be in writing. a. In the event that the City requires additional work outside of these specifications, the Contractor shall perform all work at a competitive industry price. b. Additional work may be added to the contract as the need arises. The Contractor shall perform all specified and approved additional work. c. The Contractor must be willing to provide a competitive price for additional work that may be added to the contract. Contractor will be required to demonstrate the ability to properly execute the expanded workload with the necessary increase in labor, materials and equipment.