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.