Loading...
03.06 Santiago Creek Tree and Brush Clearance *���°���c* AGENDA ITEM � p��' ''� October 9 2018 2�.. �q � �'d'•".noanp.••4 7 Cb�;`;'CP�' Reviewed/Verified B • City Manager TO: Honorable Mayor and Finance Direc • Members of the City Council To Be Pcesented By:Bonnie Hagan THRU• Rick Otto X Cons Calendar City Mgr Rpts • Clty ManageT � Council Reports _ Legal Affairs Boards/Cmtes Public Hrgs FROM: Bonnie Hagan �� Admin Reports Plan/Environ Community Services Director 1. SUBJECT Agreement with Great Scott Tree Service, Inc. in the amount of $118,470 for tree and brush clearance along a portion of Santiago Creek. 2. SUMMARY This project consists of clearance pruning of trees and shrubs, and removal of trash and debris � along a portion of the Santiago Creek. The purpose is to provide better flood control and fire prevention, as well as increase visibility and creek access to law enforcement and City staff in their efforts to reduce the incidents of trespassing. 3. RECOMMENDED ACTION 1. Authorize the appropriation of $118,470 from unreserved Fund 100 balance (General Fund) to expenditure account 100.7022.51700.00000 (contractual services); 2. Approve the agreement with Great Scott Tree Service, Inc. for tree and brush clearance and Authorize the Mayor and the City Clerk to execute the agreement on behalf of the City; and 3. Authorize City Staff to file a Notice of Exemption to the County of Orange for the California Environmental Quality Act due to the minor nature of the project. 4. FISCAL IMPACT The total expenditure for this agreement is $118,470 and will be funded through General Fund balance (100). i ITEM 3 • �0 1 � 10/9/18 5. STRATEGIC PLAN GOAL(S) 3. Enhance and Promote Quality of Life in the Community. a. Refurbish, maintain, develop and/or expand public use places and spaces. 6. GENERAL PLAN IMPLEMENTATION Goal 4.0 Conserve and protect wildlife habitat, plant and animal species of concern, and general biodiversity. Policy 4.1 Preserve and protect native and habitat supporting plant resources throughout the City. 7. DISCU5SION and BACKGROUND Background Santiago Creek, specifically between the SR 55 freeway and Grijalva Park, has become overgrown with non-native plant material, is inaccessible to emergency services, and' has collected a large amount of debris. City staff is not able to devote the work force needed to perform initial clean-up of the creek bed, which is necessary to maintain fire prevention and access for law enforcement in order to reduce the incidents of trespassing and unlawful encampments, as well as allow City staff access for regular debris removal. This project is similar to the recent removal efforts along portions of Handy Creek. Discussion The agreement consists of removing low hanging tree limbs to allow for a 6-foot clearance from the ground; and pruning of shrubs to ensure a clear line of site. Dead or damaged branches will be removed regardless of height. Dead and non-native palm trees will be removed. All trash and debris will be removed. The project is exempt from provisions of the California Environmental Quality Act under Section 15304, Class 4 (Minor Alterations to Land). The proposed project consists of performing crown raising or clearance pruning to trees and shrubs and will not involve the removal of healthy, mature, scenic trees and will not disturb the creek bed and slope grade. A copy of the Notice of Exemption is attached for reference. The Community Services Department sent out a public/formal bid for this work based on approved plans, details and specifications (Bid #189-03 Santiago Creek Tree and Brush Clearance). Bids were received on August 9, 2018 from three qualified contractors. The bid abstract summary is attached for reference. The Community Services Department has selected ITEM 2 10/9/18 Great Scott Tree Service, Inc., as the lowest responsible bidder, to complete this work. The contractor will commence work upon final contract execution with a goal of completing all work prior to the rainy season. The three bids received are as follows: 1. Great Scott Tree Service Stanton, CA $107,700 2. Helix Environmental Construction La Mesa, CA $155,880 3. Brightview Tree Care Services Santa Ana, CA $1,617,000 The amount of the bid received from Great Scott Tree Service, Inc. is $107,700. The Agreement does provide an hourly crew rate for contingent work. A contingency for additional work based on unforeseen conditions, in the amount of$10,770 is included. The total not to exceed amount of the agreement is $118,470. An appropriation of unreserved General Fund balance (100) in the amount of $118,470 is requested to support the agreement. 8. ATTACHMENTS Attachment A-Notice of Exemption Attachment B -Bid Abstract Summary for Bid No. 189-03 Attachment C -Draft Agreement ITEM 3 10/9/18 NOTICE OF EXEMPTION Filing Fee Exempt Pcr Gov. Code § 6103 TO: County Clerk-Recorder FROM: City of Orange County of Orange Community Development Department 12 Civic Center Plaza, Room 106 300 E. Chapman Ave. Santa Ana, CA 92701 Orange, CA 92866 Project Title: Santiago Creek Tree and Brush Clearance Project Location: The area of Santiago Creek generally north of Chapman Avenue and south of Walnut Avenue and the area of Santiago Creek south of Chapman Avenue and north of the 55 Freeway in the City of Orange. Description, Nature, Purpose and Bene�ciaries of Project: The proposed project include site preparation and performing crown raising or clearance pruning to trees and shrubs along Santiago Creek. The purpose of the project is to provide better visibility and creek access to law enforcement and City staff, as well as the removal of trash and debris. Name of Public Agency Approving Project: City of Orange Applicant or Agency Carrying Out Project: City of Orange—Community Services Department, Parks Division Name,Address, and Phone Number of Applicant or Agency Carrying Out the Project: City of Orange Community Services Department, Park Division 230 E. Chapman Ave. Orange, CA 92866 (714) 532-6468 Exempt Status: ❑ Ministerial (Sec. 15268) ❑ Declared Emergency (Sec. 15269) ❑ Emergency Project(Sec. 15269) ❑ General Rule (Sec. 15061) ❑ Statutory Exemption: 0 Categorical Exemption: Section 15304, Class 4 (Minor Alterations to Land) Date of Decision: 07/25/2018 Attachment A-Page 1 of 2 Reasons why project is exempt: CEQA Guidelines Section 15303 categorically exempts projects "of minor public or private alterations in the condition of the land, water, and/or vegetation which do not involve removal of healthy, mature, scenic trees." The proposed project consists of performing crown raising or clearance pruning to trees and shrubs and would not involve the removal of healthy, mature, scenic trees and would not disturb the creek bed and slope grade. Therefore,the project is exempt from CEQA. Lead Agency Contact Person: Dana Robertson, Park and Facilities Manager Phone: (714) 744-7283 CEQA Contact Person: Ashley Brodkin, Associate Planner Phone: 714-744-723 8 Lead Agency Signature: Date: Name, Title Fish & Game Fees: Pursuant to Section 711.4(c)(2)(A) of the California Fish and Game Code and 14 CCR § 753.5, this project is exempt from the required fees, as it is exempt from CEQA. N:\CDD\PLNG\Applications\Environmental_C[Ps\City Projec[-Ca[egorical Exemptions�2018 CE Attachment A-Page 2 of 2 oF oie,9 U����oa���e��c� �', ;�� \�F��b.,�-�� CI T�' OF ORANGE ���°'� COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 + FAX:(714)744-7251 Project: Santiago Creek Tree and Brush Clearance BID ABSTRACT SUMMARY Bid No. 189-03 Date Advertised: 7/12/2018 Bid Due Date: 8/9/2018 Engineer's Original Cost Estimate: $200,000.00 ' - Helix Environmental 'Great Scott Brightview Tree Company/Contractor Construction Tree Service Group Care Services City(Location of Company) Stanton, Ga. La Mesa, Ca. Santa Ana, Ca. Tree Trimming Brush Clearance Area 1 ,$49,500;00 ` $50,000.00 $609,000.00 Area 2 $16,500.00 $27,700.00 $311,000.00 Area 3 $16,500.00 $24,400.00 $311,000.00 Area 4 $13,200.00 $27,700.00 $306,000.00 Total Bid Amount for Areas 1-4 Tree Trimming Brush Clearance $95,700.00 $129,800.00 , $1,537,000.00 Removal of Trash&Debris Area 1 $3;000.00" , $7,700.00 $20,000.00 Area 2 $3,000.00 � $5,300.00 $20,000.00 Area 3 $3,000,00 , $5,040.00 $20,000.00 Area 4 � $3,000.00 $5,040.00 $20,000.00 Total Bid Amount for Areas 1-4 Removal of Trash &Debris $12,000.00 $23,080.00 $80,000.00 Bid Amount Per Request for Bids $107,Z00:00. $155,880.00 $1,617,000.00 Comments Recommend Awa rd 230 E.CHAPMAN AVENUE • ORANGE,CA 92866-7506 Attachment B _ ATTACHMENT C (Behind this Page) DRAFT AGREEMENT CONTRACT [Santiago Creek Tree and Brush Clearance Project(Bid No. 189-03)] THIS CONTRACT (the "Agreement") is made at Orange, California, on this day of , 2018 by and between the CITY OF ORANGE, a municipal corporation , ("City") and GREAT SCOTT TREE SERVICE, INC., a California corporation, ("Contractor"), who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit "A", and under the conditions expressed in the two (2) bonds presented to the City with this Agreement, which are attached hereto and incorporated herein by this reference. As a material inducement to the City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is experienced in performing the work and will follow the highest professional standards in performance of the work. All services provided shall conform to al1 federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit"A" to the contrary. David Nobbs, Park Maintenance Supervisor (herein referred to as the "City's Project Manager"), shall be the person to whom the Contractor will report for the perfortnance of services hereunder. It is understood that Contractor's performance hereunder shall be under the direction and supervision of the City's Project Manager (or his/her designee), that Contractor shall coordinate its services hereunder with the City's Project Manager to the extent required by the City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of the City's Project Manager and the City Manager. 2. Total Compensation,Annual Compensation and Fee Schedule. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed ONE HUNDRED EIGHTEEN THOUSAND FOUR HUNDRED SEVENTY DOLLARS and 00/100 ($118,470.00)without the prior written authorization of the City, which includes a 10% contingency amount for any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the Work, b._ The not to exceed compensation for services performed under this Agreement shall be paid at a rate according to those scheduled in Exhibit"B". c. The above fee shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto and equipment rental, and all related expenses. 3. Pavment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed,the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within 35 days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Chan�e Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by the City Manager or his designee as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time for preparation and adjustment of the fee to be paid by City to Contractor. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Indeuendent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, fiunish all facilities, materials and equipment which may be required for fumishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City hannless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor aclrnowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances, be considered employees of the City, and that they shall not be enritled to any of the benefits or rights afforded employees of the City, including,but not limited to, sick leave, vacation leave,holiday pay, Public Employees Retirement System benefits, or health, life, dental,long-term disability or workers' compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied,to bind City to any obligation whatsoever. 2 8. Desi�nated Persons. Except as otherwise authorized by the City's Project Manager, only the employees of Contractor shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assienment or Subcontractine. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has had the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his designee. 10. Reserved. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays that are caused by the City, shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be lnnited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by the City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount absent a written amendxnent to this Agreement. 14. Reserved. 15. Equal Emnlovment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Coniractor shall not discriminate against any employee or applicant for employtnent because of race, color, religion, sex, national origin or mental or physical disability. Contractor shall ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, or mental or physical disability. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or temunation, rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and,applicants for employxnent, a notice setting forth provisions of this non-discrimination clause. 3 b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard for race, color, religion, sex, narional origin, or mental or physical disability. c. Contractor shall cause the foregoing paragraphs (a) and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a contractor to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnitv. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold the City, its City Council and each member thereof, and the officers, employees and representatives of the City (herein referred to collectively as the "Indemnitees") entirely harmless from all liability arising out of: (1) Any and all claims under worker's compensation acts and other employee benefit acts with respect to Contractor's employees arising out of Contractor's work under this Agreement; and (2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission other than a professional act or omission of the Contractor, or person, firtn or corporation employed by the Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct of City. The Contractor, at Contractor's own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, Contractor agrees to indexnnify and hold Indemnitees entirely harmless from all liability arising out of any clann, loss, injury to or death of persons or damage to property caused by the negligent professional act or omission in the performance of professional services pursuant to this Agreement. 4 c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. 18. Insurance. a. Contractor shall carry workers compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any worker's compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement, comprehensive general liability insurance or commercial general liability insurance written on an occurrence basis providing for a combined single limit of$1 million for bodily injury,death and property damage. c. Contractor shall maintain during the life of this Agreement, automotive liability insurance on a comprehensive form written on an occurrence basis covering all owned,non- owned and hired automobiles providing for a combined single lnnit of$1 million for bodily injury, death and property damage. d. Each policy of general liability and automotive liability shall provide that City, its officers, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to the City along with the certificate of insurance,which endorsement shall be on Insurance Services Office, Inc. Form CG 20 10 10 O1. In lieu of an endorsement, the City will accept a copy of the policy(ies) which evidences that the City is an additional insured as a contracting party. e. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will deternune its own needs in procurement of insurance to cover liabilities other than as stated above. _ f. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned general liability and automotive liability insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10)days prior written notice to City. g. All insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in the State of California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide. h. Contractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by the 5 City. In such a case, the City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. i. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to the City, on behalf of any insurer providing insurance to either the Contractor or to the City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer of said Contractor may acquire against the City by virhte of the payment of any loss under such insurance. j. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to the City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. The City may for any reason terminate this Agreement by giving the Contractor not less than five (5) days written notice of intent to terminate. Upon receipt of such notice, the Contractor shall immediately cease work, unless the notice from the City provides otherwise. Upon the termination of this Agreement, the City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by the City shall be for cause, in which event the City may withhold any disputed compensation. The City shall not be liable for any claim of lost profits. 20. Maintenance and Insuection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounring records, and other information (collectively, the "records") pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days notice from the City, and copies thereof shall be furnished if requested. 21. Comuliance with all Laws/Immieration Laws. a. Contractor shall be lrnowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. Contractor represents and warrants that Contractor: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and 6 orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and (2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and (3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Fortn I-9 for each of Contractor's employees; and (4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. c. Contractor shall require all subcontractors to make the same representations and warranties as set forth in Section b. d. Contractor shall, upon request of the City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of the City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by the Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to the City, accompanied by the verification required herein for such employees. e. Contractor shall require all subcontractors to make the same verification as set forth in Section d. f. Any Contractor or subcontractor who knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by the City. g. The Contractor agrees to indemnify and hold the City, its officials, and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures, the City may sustain by reason of the Contractor's failure to comply with said laws,rules and regulations in connection with the performance of this Agreement. 22. Attornevs' Fees. If any action at law or in equity is necessary to enforce or interpret the terms of this Agreement, the prevailing pariy shall be entitled to reasonable attomeys' fees, costs, and necessary disbursements, in addition to any other relief to which it may be entitled. If the City is the prevailing party and uses in-house ,counsel in the litigation, it shall be entitled to recover 7 attorneys' fees at the hourly rate that Contractor is being charged by its attorney or at the in-house counsel's fully burdened rate,whichever is higher. 23. Governing Law. This Agreement shall be construed in accordance with and govemed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. 24. Inteeration. This Agreement constitutes the entire agreement of the parties. No other agreement, oral or written, pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 25. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally or by first class mail,postage prepaid,to each party at the address listed below. Either pariy may change the notice address by notifying the other party in writing. Notices may be sent by either e-mail or U.S. Mail. Notices shall be deemed received upon receipt of same or within 3 days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e-mail shall be deemed received on the date of the e-mail transmission. "CONTRACTOR" "CITY" Great Scott Tree Service,Inc. City of Orange 10761 Court Ave. 300 E. Chapman Avenue Stanton, CA 90680 Orange, CA 92866-1591 Attn.: Brenton Beller Attn.: David Nobbs Telephone No.: 714-826-1750 Telephone No.: 714-532-6468 E-Mail Address: bbeller@gtsinc.com E-Mail Address: dnobbs@cityoforange.org [Remainder of page intentionally left blank;signatures on next pageJ 8 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. "CONTRACTOR" ��CITY" GREAT SCOTT TREE SERVICE,INC., CITY OF ORANGE, a municipal corporation, a California corporation By: By: Printed Name: Teresa E. Smith, Mayor Title: *By: ATTEST: Printed Name: Title: Mary E.Murphy, City Clerk APPROVED AS TO FORM: Gary A. Sheatz Senior Assistant City Attorney *NOTE: The City requires the following signature(s) on behalf of the Contractor: — (I) the Chairman of the Board, the President or a Vice President, AND (2) the � Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer If only one corporate offccer exists or one corporate officer holds more than one corporate office,please so indicate. OR — The corporate officer named in a corporate resolution as authorized to enter into � this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. 9 EXHIBIT"A" [Contractor's Proposal] 1� ��a- TREE MAINTENANCE PROPOSAL TaeEcnRe � ' � . ' • � • � . • ' � ' 1 � .••••• � _..��\� f `� / � . ;,L I� .• w� i • � i � � • • • i � • I • „ _ �_ , . �,. _.:. . . . _.�, :--. F r. ,p .� a � � ., ,4� . , . . " � . �. ,.. a . . '� , r. . p 'a.. ,�,, ,�`. . d � � a t� T '� �' .. �-r� .�� µ�' ��, 1:_,.,� w�`Y.` r�'r"�:� � ..,�� < *€ ,``,� t s�} ...t �f � .,."e..—'�' .,5�9' . ,r .�. �,� +� .,J.; r � . ��i ,�,'!"T.'�� '. .M�,�, i; �'°,•� rR' � • �'��� ..���- ��.�,n, � ,.yi ' ' "ht�.�_ `�'.a?'i. ..�-� -^� -- __ �..._ �r.. _ .I � .r i 9 �J� � .�w["_� �-d_R" �`+3,- - '""'e".�,,,.�-.•.�..».,... ..� d v � �����lik . :� . �jf :-.... ._.- ,#... —�� ., � . r _ � �1 �''��• . . �w� �ry.♦: } •'�r r A'ID �'�".:f "1.-.,. "'a ="' . t� ��+a� � '" �' ( ��"� ' ` _'� �. y `: '� • 1 ��, �+p l w r" .:d .: ' _ '�+. ^ �.i wa�"�`�`� p�eEi�� ��� ����-{ ��� � - ._ j y'�t � :.��•. . ' ..." �. V � 4 1� ^ � 'T / ' 1 p 1� .�' 4 �� 1. y� Y F 1�I �`-.•�� �. / "=.�`r, . \� �i �, 1\\\\Un+n�k9 � _'� .� ( , f f � �;_ t� � � �/ ��„ — �a � t -�;s � - '- y _ �:. ��ra ar. �4 _ � � \1\�ii��l rJ'���� o �� u`--`�� � ;^�t�e"��� � �— �`�+�..,<y�l�, .. ��-7 � � � �4� � .,: �. t)' �t:t. � /'� (.� �� :�`\.. r:e�-�J t,'i�1 � A C� V' ,�,`� � �. �f� 3 ' � „�,�, r!!lt��l// r ✓� �/,i' }�,` ? e ,�. � � , , , � � .'�,'� �- �`,.. ��.- � ' �� ' � � � '�,r :w> `� ��"%�.. ^ � 1� � •, �� � � �`+�. - - . � , � � �� � � .,. -�� � � � � � � � � � � �. , . .� �� �.. � �� � � � �, ,� � � 1.. �<_�� � u'�.�� E �� • . � . Y;,���.y `�y. }�-� 't � l� ��r,, fi .j 10761 Court Avenue, Stanton, CA 90680 • Te1 714.826.1750 � Fax 714.826.1753 � www.gstsinc.com . ` : • • 1 PROPOSAL FORMS.................................................................................................................1 2 INTRODUCTION....................................................................................................................36 3 STAFF QUALIFICATIONS....................................................................................................37 4 REFERENCES..........................................................................................................................43 5 WORK PLAN............................................................................................................................47 6 QUALITY CONTROL.............................................................................................................49 7�QiJIPMENT LIST..................................................................................................................57 ��� ._..- - -- - -- —_ __..___--__ -- -- ---- _ . ..----Exhibit-A_—..._------ -----------_—___ ____-_—_------ -----_-- Page 2 of 65 _ _ . _._._ __._._. �__.. _ . _ t, _._ .. - -�_ ._. _ ------�_ _ . _-----� . __ ... ___ _.__ ._.-- --.._ _ __ ___ �� � , �C'�f'`"�°�`"+��'�, �` �,r� ��\�l• ��v� REQUEST FOR BIDS(RFB) . Bid No.189-03 Santiago Creek Tree and�rush Clearance CTfY OF ORANGE COMMUNITY SERVICES DEPARTNIENT PARKS DIVISION 230 E.Chapman Ave. Orange,CA 92866 Date: , Company Name: Address: Phone#: Fax#: E-mail Address: Contact Name: PROJECT NAME:Santiago Creek Tree and Brush Clearance Location Address:Santiago Creek(near intersection of Chapman Ave.and Yorba St.) Contacts: David Nobbs-City of Orange Pazk Maintenance Supervisor dnobbsCa�cityoforanee.org 714 532-6468 Exhibit A Page 3 of 65 PROJECT DESCRYPTiON: The City of Orange, CA, a Municipal CorporaHon, is requesting qualified contractors to provide bids in accordance with plans&specifications prepazed by City of Orange Staffing dated July 5,2018.All wotk shall conform to City of Orange codes,ordinances and standards.The work will generally include,but may not be limited to: Performing crown raising or clearance prune to bee or shrubs along the Santiago Creelc The purpose of this project is to pmvide better visibility and creek access to law enfarcement and City staff in their efforts to reduce the incidents of trespassing and unlawful encampments,as well as the removal of trash and debris. GENERAL PROVISIONS: - NOTE:All demolidon,coasOniction,and installation work shall be performed in adherence to the landscape specifications as described within this RFB,the City of Orange Landscope Standards and Specifrcations(available at the Public DJorks counter for NON-REF[TNDABLE charge of$I2.00($15.00 if mailed),the current edition of the CalTrans"Green Book,"and the City of Orange Pazk Development Standards and Specifications. - Contractor shall,at all times,cazry valid insurence wlrich meets all City of Orange insurance requiremeuts as outtined in Attachment No.l. - Contractor shall pay prevailing wages per the current Department of Industrial Relations wage rate(including all scheduled increases)and fvmish Certified Payroll Reports for al! work days. - If applies,the contractor shall be required to provide a$1,000.00 deposit for use of a City water meter on a City fire hydrant if required.Con�actor shaIl be charged$2.00/day for water meter rental and shall be responsible for all water charges associated with projecL SCOPE O�WORK.�IVD PROJECT SPECIFICATI�DNS: Special conaideration: Bidder aho�ald consider that tlee vegetatiom growth, as well as the accumulation of trash aad debris may vary from the time of bid submission to the t�e the notice to proceed is issued. SITE PREPARATION: 1. The contractor is responsible to become familiar with all existing site conditions at the work site within the creek boundazies including,but not limited to existing amenities, soil,terrain, urigation,and plant material to remain protected in place.See Exhibit A. 2. Supply all equipment and labor necessary for site cleanup. 3. Creek bed and slope giade shall not be dishubed.Any work causing disturbance of grades shall be only as necessary to conduct the stated scope of work and grade must be repaired and restored to its original condition prior to the commencement of work. 4. The contractor shall at all times during construction maintain the job site in a safe and clean condition.Contraotor shall remove all construction equipmendtools from the job site daily. If possible,the staging azea may be designated for construction equipment to be stored during the schedu(ed work period z Exhibit A Page 4 of 65 CROWN RAISING/CLEARANCE PRUNE 5. Crawn Raising/Clearance Prune:A crown raising or clearance prune is performed when conditions within a tree or sluub are such that a certain condition needs attention A crown raising or clearance prune does not involve the detail of work found in a full prune.Crown raising or cleazance pruning may consist of one or more of the following types: a Crown raising consists of removing the lower branches of a�ee or shrub to provide cleazance for visibility. b. Live crown ratio should be no less than 50%. c. Trees and shrubs to be raised to a maximum of 6'&om the ground to ensure a clear line of site under the canopy. d. Alternately,clumping native shrubs may be reduced in diameter to 4',from the ground up to a height of 3'offthe ground level. , e. Alternately,non-native plant material may be cut off at ground level. 6. Dead or Hanging Braaches a. Any dead or hanging branches are to be removed regardless of height b. Alternately,non-naiive plant material may be cut off at ground level. 7. IDead or Non-Native Palms a Any dead or non-native palm to be removed regardless of height. S. Manage Wildlife o Pnwiug activi6es may affect wildlife.Work procedures should be madified as appropriate to avoid disturbing,injuring or killing protected wildlife. o Work will be scheduled so as not to occur during nesting seeson. 9. Disposal a. All debris generated by the contractor in the performance of the work shall become the pmperty af the conhactor from and after the time of clean-up.'The contractor sl�all lawfully dispose of debris as is consistent with the requirements of AB 939. b. All gteen waste produced as a result of the conhactor's operatious under this Agreement shall be reduced,reused,recycled,and/or transformed by Contractor. Weight slips shall be required as pmof of final disposal and must be submitted by con�actor with each demand for payment All brush generated from trimming operations shall be recycled where piactical. 10.Trash and De6ris a As a seperate bid item,remove all manmede trash and debris from each Zone. b. Dispose of all manmade trash and debris in a legal manner. 11.Prevailing Wage Classification 3 Exhibit A Page 5 of 65 .__..�_._..._a.__..._._.______�_._._...._�._........_.�.__... ._.w..v. _.._______._..._..___.._ �_._._..��.__. ���.�.._.__j a. The u�tent of this Request for Bid is for the contractor to utilize a combination of "Tree Trimmer"classificarions as well as"Landscape Maintenance Laborer" clessifications as eliowed by the Califotnia Departrnent of I�ustrial Relations. 12.Locateon of Work a. The location of the work to be done is oudined in Attachment A iacluded in this bib package. b. Zone 1 is located in Santiago Creek generally north of Cbapman Avenue and south of Walnut Avenue in the City of Orange. c. Zones 2 through 4 aze located in Santiago Creek south of Chapman Avenue and north of the 55 Freeway in the City of Orange. a Exhibit A Page 6 of 65 E3�BIT'°A" [Behind this page.] s Exhibit A Page 7 of 65 .__�_.____._____ ._—___._______.__ , ------------_._�.. �._�_.____�___._ ____. . _ ____�_�,_�,��._._--- _ � - , � . � � SAIVTIAGO CREEK TREE & BRUSH CLEARANCE :i. . ��" ; " �;�. � }' � ' ,��;+�� w,�.- � ; -�_ � - 1� ,�� � �=v, „ � .�„� � $.. �! �� ��'" . , _ � -< - � � w , ; . a a � ��� a.va� �:�p �, x �{ � �a � � �� � . ' �� �r� ��y. � � ' �'a �r ��.. A 3 ,1 �.� K,a ,` � �e.'.��r,. � r ^f � . t � � �a "" � � , � s � � "`"'"`m � ��`�' � '�""'` ' �, E fi�'i � .� �� �� �� l'� �, �g. �� � .-� k, h rt�} 3 �" , �� ''u+� •�`� •f �� � ,,,� �+� '� � '� r a� ,�'�`* . �.';.:. - e � � � I'^�I ...�� +�s'�a $�'�.= �� • Yl k,�iPpa. : � � � µF '+�i.F � ��'�� ���� �`•'� :,t ne� 5"` � �'d ��� , e ���., :*, �, a . 4; ;z� ���� a� �`�� .k�'' � +..'�.• � , � � o- t *�� c+� � $� S ����s � ,�< �` a`, � �e � x :�+ `�� ''�'{ { ' �` «� g��� �. �Q,'���. �� �N � ., � "�'�. '�,** i, •# �': � �.� p . ��f�yi'�� ���,. : �� � � - � ;� ��i" J}�;( . , ' � �i 'i . ' . � "���� 1" , ,� � - � � ,9/. �, � � �:� �j � /, 'r .�, :..�.�^�] :� ��?�rvC �1' '�J � ' " ' �1 _ � '� �� � ' . , (. - , ' ,_ , : ... . g a ' �. � . � . . . .. .:� l.tG` .<��. .d�.- ,.*. ... .:.:,... Exhibit"A" Pege 1 of 2 6 ± Exhibit A Page S of 65 f --- - --__-. - ---- __ --__..__.._. __..----------- ---�_._______-_..-_ - --------� SANTIAGO CREEK TREE & BRUSH CLEARANCE _ .. _ _ �--_ � , � ;,�: , �;�y a , `C, �y,. �w- ' :�� � �' � � , r������ �. , � �.;: �,����"� f. � � . ���s+� �r-,�� � �; � �' � �x - s f �� .r .'� �'` { c r ��Y4,� �+, 6 �y.y���,,;:�t' ��. �m� �'Z , y `r5�,'. .� �� s 'Y � �� 0 ;;�: �� ':� a»ti �_ f""' � E' � > '�a}'� � .��' k�t � � ��� -'r�` .. F"',�� ��- "i+ ` , ...� v f*, a � a �bI� v 1 � �ni .. E�� ..���'. :�Q y�4 � ��' �'�'� �� t f,:� � � r���7'd�� � �'� �� � „� i +� (J. � . .,� �� .�� ,,� M1 : :'. /� . ; ��Y►' rir;. ' . ��t � q* �"�A• � ��, . � /' � .�, �..�,.�.,_, i'= ,►� , Exhibit"A" ' Page 2 of 2 � Exhibit A Page 9 of 65 — —-___ .._—___-- -------- --- - -- - - - — - - ---------__ _— - -- - - - ---- ----------- -- f SPECIAL INSTRUG�IONS: 1. A mandatary,pre-bid job walk is schedaled for Monday,Jnly 30 at 9:00 a.m.at Yorba Park (190 S. Yor6a St. Orange, CA 9286�. It is required that ell potential bidding wntracxors attend this job welk. 2. The successful bidder will be awazded the contract to complete the work in any one Zone or combination of Zones besed on available funding&om the City. 3. Existing site amenities (ex. building, sidewalks, walls, etc.) are to be protected from all construction work.Any damage to any existing site emenities including itrigation outside of the work erea and associated landscape that may be affected by this work will be repaired or replaced at the conhactor's expense to the satisfaction of the City of Orange. 4. Direct all questions to• David No6bs-City of Orange Pazk Maintenance Supervisor dnobbs(a�citvoforanae.or¢ 714 532-6468 REQUEST FOR BID SUBNIIS3IONS: Pmvide response to the above REQLTEST FOR BID oa attached Shcet and return alf paees ofthe Requestfor Bid includinp the scope and spec�calion secttons Please provide three copies of yoar proposal at time of submissian and merk on the sealed package-Bid No.189-03. Bids must be ieceived on or before Aa�ast 9.2018,at 2:00 o.m in the O�ce of the City Clerk,City of Orange, 300 East Chapman Avenue,Orange,CA 92866 AII queations regarding this project and/or this RFB are to 6e submitted by email to David No6be. , , 8 Exhibit A Page 10 of 65 ..:._ ._.:._._.._>;..��._____._�___._...r�_�_r._.�_---�._�__.� ' ._._.._.._.._._ _ 1 BID SHEET Bid No.189-03 3ANTIAGO CREEK TREE AND BRUSH CLEARA1�iCE Date: 8-7-2018 Bid Submitted by: Great Scott Tree 5ervice,Inc. Company Name:_Great Scott Tree Service,Inc. Address: 10761 Cotut Avenue Stanton.CA 90680 Phone#: 714-826-1750 Fax#: 714-826-1753 E-mailAddress:bbellerC�pstsinc.co Contact e: Brenton ller ' r Scott Griffiths Signature of Respon le cer or Employee Print Name The stated bid amount below constitutes the total dollar amount to perform the work described in the above scope of services to include all that is required to provide the work product and/or install all materials required ta complete the work to a professional worlm�anship standard,and to install and apply all materials per aIl manufactiuer's specifications and recommendadons. Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the di�culties and restrictions in performing the wotk. Conhactor represents that it is experienced in performing the work and will follow professional standards in performance of the work. All services provided shall conform to all federal,state and local laws,niles and regulations and to the best professional standards and practices. 9 Exhibit A Page 11 of 65 PItOPOSAL SCHEDULE Santiago Creek Tree and Brash Clearance Contractar will pravide tree end bnuh cleazance per Scope of Wark end SpeciScations for the amount listed helow. ITEM IlIVIT YRICE NQ OUANTITY TO BE WRITCEN IN WORDS UNIT PRICE TOT 1 Tree Tdmming Brush Clearance forty-nine thousand flve hundred dollars Zone 1. Lump Sum and zcra cents $49,500 $49,500 stxteen thovsand tive hundred dollars ZODe 2. L11iIIp S1lIII and zero cents $16,500 $16,500 sixleen thuusand five hunJreS dollars Zoue 3. Lump SuII1 and zero cents $16,500 $16,500 thirreen thousand two hundred dollars Zone 4. Lump Sum and zero cencs $13,200 $13,200 Hourlv crew rate(in the event that additional work is needed): $90.00(Per Man) List crew nositions aad equiomeut ntilized Iav crew to comolete work: Crew positions(number of each type of position):(1)Foreman/Tree Trimmer.(1)Aerial Lift OperatodTree Trimmer,(1)Groundsman,(1)Tractor/Roll-OffOperator Equipment: (1)Dump Truck/Chipper Combo,(1)Aerial Lift Truck,(1}Roll-Off/Tractor Combo Removal of All Manmede Trash and Debris ZoRe 1. I.11IDp SuIIl threa thousend dollnrs and zero cents $3,000 $3,000 Zone 2. Lump SUm three thousand doliars and zero cents $3,000 $3,000 „ Zone 3. Lump Sum ttuee thousand dollars and zero cenLc $3,000 $3,000 Zone 4. Lump Sum �hree thousand dollurs and zero cents $3,�00 $3,000 Hourlv crew rate(in the event that additional work is needed): $90.00(Per Man) List crew oositions amd eauipment utilized bv crew to comnlete work: Crew positioas(number of each type of position): (1)Foreman/Tree Trimmer,(I)Aerial Lift Operator/Tree Trimmer,(I)Groundsman,(1)Tractor/Roll-Off Operator Equipment: (1)Dump Truck/Chipper Combo,(1)Aerial Lift Truck,(1)Roll-Off/Tractor Combo �o Exhibit A Page 12 of 65 LEGtLi,NO'YTCE Formal sealed bids are being invited under our Bid No. 189-03. Santiseo Creek Tree and Brush Clearance in accordance with bid forms and specificatioas available at the office of the City Purchasing Officer, 300 East Chapman Avenue, Orange, Califomia,92866, at no cost. The publication, "City of Orange 5tandard Plans and Specifications",Iatest edition and addendum(a)sha(t govern the work under this con�act and a copy of the City publication is available at the office of the City Engineer at no cost. Mandatory Pre-Bid Proposal Si�e Meeting Scheduled for Monday, 3�nfy 30,2018 � 9:00 AM at Yorba Park located at 190 S.Yorba St.Orange,CA 92867. Bids wiil he received unti12:00 PNd.Thursday.Ausust 9.2018,in the office of the City Clerk,City of Orange, 300 E.Chapman Avenue, Orange, Califomia, 92866-1591,and will be publicly opened and read in Conference Room C, by the Purchasing Officer. All bids will be presented to the City Council on or before Tueeday.October 9.2018. T'he City reserves the right to reject any or all bids,to reject eny item in a bid unless an"all or none"basis is specified or to waive any informality or tecbnicality in the bids received. The bidder selected by the City for the award of a con�act for this Project must be properly licensed in accordance with the laws of the State of California es a General Engineering Contractor (Class A), Landscape Contractor(C-27),or Tree Service Contractor(D-49),at the time of submitting its bid. The City will reject the bid of a bidder as being non-responsive if the bidder does not hold the requisite contractor's license at the time of submitting its bid;such a bidder shall be subject to all legal penalties imposed by law,including,but not limited to,any appropriate disciplinary action by the Contractors'State License Boazd In addition,each subcontractor listed by the bidder shall possess,both at the time of the award of a contract to the bidder and at all times when work is performed,a valid coniractor's license for the appropriate classification necessary to pe�oim the work for wlrich that subcontractor is listed. Failure of the bidder to deliver evidence to the City prior to the award of a contract for tivs Project that each and every subcontractor listed by the bidder is properly licensed for the clessificatian necessary to perfotm the work for which that subcontractor is Gsted,shell constitute a failure to execute the contract and may subject the bidder to all legal penalties imposed by law,including,but not limited to,farfeiture of the security of the bidder. The Coatractor shall be registered with Department of Industriai Relations(DIR),the State of California per Labor Code Section 177.1(a) at the ti�e of 6id. This project is subject to compliance monitoring and enforcement 6y DIR CITY OF ORANGE � COMMUNITY SERVICES DEPARTMENT 230 E.CHAPMAN AVENUE ORANGE,CALIFORNIA 92866-1591 (714)744-7274 ii Exhibit A Page 13 of 65 Great Scott Tree Service,Inc. Company Name(Bidder) PROPOSAL TO TE�CITY COUNCIL OF Tf�CTI'Y OF ORANGE: In compliance with the notice inviting bids, plans, speeifrcations and other contract documents for the conshuction of Hid No.189-03:5antiaeo Creek Tree and Brash Clearance.tha undersigned has carefully examined: tha loeation of the proposed work, cheracter, quality and quantity of work to be performed, conditions to ba ancountered,meterials to be fiunished and as to the requirements oFthe plaas,specifications and other cootract documants;agrees that submission of a proposel shall ba considered prima facie evidence that the bidder has made such examinatian;and proposes to furnish all lebor,metarials,tools,aad equipmant necessary to complete the work in accordance with said plens,specificaNans end other contisct dacuments at tha following unit or lump sum prices set forth in tha schedule. ff awarded the cantract,the undersigned agrees m commence the work under the conhact within fifteen(15) days after the date of contract,end complete said wark within hveniv(ZOl c.�lendar devs Yor each aone from the first day of commencement of such work unless legal entensioa is ganted in accordence with the terms set forth in the specifications. If undersigned is awarded more than one zone, the work must be completed consecutively. The unde�signed egrees that the forcgoing esticnate of quanNties of work to be done and materials to be furnished era approximete anty,being given es besis for t6e comparison of bids. The undersigned agrees thet the Ciry will not be held responsble if eny of the approximate quantities shown in the fnregoing proposa]shall be found incoaect,and shall not make any claim for damages or for]oss of profits because of a difference hetween the quantities of the various classes of work as estimated and the work actually done. If eny eaar, omission ar mis-statement shall be discovered in the esdmated quantitias, it shall not invalidate this contract or releese the undersigned from the execution and compleflon of tha whole or part of the work herein specified,in accordanca widi the specificatioas and tha plans herein mentioned and the prices herain agreed upon and fixed therefore,or excuse him from any of the obligatioos or liabilities hareunder,or enritle him to any demages or compensation otherwise t6an as provided for in this conhact The undersigned agrees thet the City shall6ave the right to incteese or decrease the quandty of any bid item or portion of tha work or to omit portions of the work es may be deemed necessary or expedient,end the#the payment for incidental iteros of work not separately pmvided in the proposal shall be considered included in the price bid for ather various items of work. Accoropanying this proposal is Bidders Bond eaual to 10%of ($ [07.700 ) N07'[CE: Insert the words"Cash","Certified Check",or'Biddec's Bond",es the case may be,in an amount equal to at least�10 percent of the total bid price,payable to the City of Orange to guarantee that the bidder will, if awarded the contract,promptly execute such contract in accordance with the proposal and in ffie msnnar and farm required by the contract documents,and will fumish good and sufficient bonds far the faithful perfortnance of the seme. The undersigned deposits the above named securiry as a proposal guaranty and agrees that it shall be forfeited to the City of Orenge as liquidated damages in case this proposal is withd�awn by the undersigned and tha undersigned shall fail to execute a contract for doing said work and to fumish gaod and sufficiant bonds in the form set forth in the specifications and contract documeots ofthe City,with surety satisfactory to the City within is Exhibit A Page 14 of 65 15 days after tha bidder has received writien notice of the award of the contrac�otherwise,said secwity shall be retumed ta tha undersigned. Bidder hereby decleres in rvriting,under penalty oF perjury thet all employees who wil]ba perfortning labor, mainteaance,delivery,installation or repa'v,wi(1 be those who aze legally entitled to live and work in the United States. Further,the bidder as employer agrees to provida documentery proofof such eligibility(when�equested by the City of eny other authorized entity or agency). Bids ere to be submitted for the entire work. Tha bidder shall set forth for each unit basis item ofwork a unit price and atotal forthe item,and for each lump sum item atotal for the item,all in clearly leg�ble figures in the respective spaces pmvided for that purpose. In the cese of unit basis items,the amount set forth undei�tha"Ibem Totel" column shall be the product of the unit price bid end the estimated quanflty for the item. In cese of discrepaney between the unit price and the Wtal set forth for a unit basis item,the unit price shell prevail,excapt as provided in(a)or(b),es follows: (a) If the amount set forth es a unit price is unreadabla or othenvisa unclear,or is omitted,or is the same as the amount as the entry in the item Wtal columa,then t6e amount set forth in the item total column for tha item shall prevail and shall be divided by the estimated quentity for tha item and the price thus obffiined shall6e the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a fector of ten,one hundred,etc.,or one-tenth,or ona-hundredth,etc.from the entered total,the discrepancy will be resolved by using the entered unit price or item mtal,whichever most closely approximates percentaga wisa the unit price or item total in the City of Orange Finel Estimate of cost. If both the unit price and the item toffiI are unreadable or othenvise unclee,rn ere omitted,the bid may be deemed irregular. Likewise ifihe item total for a lump sum i6am is unreadahle or otherwise unclea,or is omitted,the bid may be deemed irregular unless the pmject being bid hes only a single item end a clear,readable total bid is provided. Symbols such as commas and dollar signs will be ignored end have no mathematical significence in establishing eny unit price or item total or tump sums. Written unit prices,item totals and lump sums will be interpreted aceording to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars ead/or decimal fracNons of a do(ler. Bids on lump swn items shall be item totals only;if any unit price for a lump sum item is included in a bid and it differs from the item total,tha items total shaq prevaiL The foregoing provisions for the resolution of specific icregularities cannot be so comprehansive as to cover every omission, inconsistency, ermr or other irregularity which may occur in a bid. Any situarion not specifically provided for will be detetmined in the discretion of the City of Orange,and that discretion will be exercised in the menner deemed by the City of Orange, to best protect the public mte[est in the prompt end economical completion of the work. The decision of the City of Orange respecting the amount of a bid,or the eacistence or treatrneot of en irregularity in a bid,shall be finel. ia Exhibit A Page 15 of 65 � � < < LIST OF SUBC(DNTRACTS i ` � � � A. Q The undersigned intends to subcontract a portion of this projeet to the followmg subcontrac�(Nate:Refer to j � Secdan 23 ofthe Standard Specifications end Section 410U thraugh 4113 ofthe Califomie Contract Code for � SLT9CONTRACT DISCLOSURE REQUIREI�NTS. f i i � wv.¢eawacotnx,�cran ucerise em��.) eexcv+rov areacff ro��awanxmm+ senwuxr � i .wn.+noxess rw, emrteM secwm �ssnuni�ovwwuc e�ssomu � sveem m sueeen am uaourrr i � k � �' I $ � � � 3 f ! I � j 1 � i i a N X f � � { 1 O� O' � 7 , . p � � � D i � � � i ; � t , � { iB. � Tha undersigoed DOES NOT INCEND to subcontract any portion of this project � � ' NOTE: The bi shall check Bo o as applicable. If the bidder does not check either bo7c,it will be deemed that he has checked Box B. � � 4 � i 3 Signature afthe B' d r � � , � ; � , j t 1 � �4 , ' i ` : , I _ ,__, _ ....� . . . . '. _ ' ,_- _ -! ..._... _._..�...r.�_.. �.._..._v�.W.� � ____._.�_�_-�..�_.__.�....__.,_._._...�.�._..�__.1 PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In wnformance with Public Conhact Coda Sectiou 10285.1(Chapter 376,Stets.1985),tha bidder hereby declares under penalty of perjury uuder the laws of the State of Califomie thet the bidder hav_„,has not V been convicted within the preceding ttuee years of any offenses referred to iu that secNon,including any cherge of fraud,bri6ery,collusion, conspicacy,or erry other act m violation of eny state or Federal antihvst law in conncetion with the bidding upon,awerd of,or performence of,eny pubGc wodcs cootract,as deCined in Public Contract Code Section 1101,with any public eutity,a5 defined in Public Conteact Code Section 1100,including tLe Regents of the University of Califomia or the Trustees of the California State University. Tha temt"bidder"is understood to include any permer,member,officer,d'uector,responsblo maztaging officor,or responsible managing employee thercof,es reFerred to in Secdon 10285.1. Note: The bidder must place a check mark after"hav"or"Las uat"m one of the bl�lc spaces provided.Tha a6ove Statement is pazt of the Praposal. Signing this Proposal on the signature poKion thereof shall also consNtute si�enue of this StatemenC Biddars aie cauHoned that making a false certificatian may subject the certifier to criminel prasecudon. Public Contract Cade SecNon 10162 Questionnaire [n conformence with Public Contract Code SecHon 10162,the Bidder ahell aomplete,under penalty of pequry,the foliotving questionnaire: Has tha btdder,any officer of the bidder,or eny employea of the bidder who hes a proprie�ry interest in the bidder,ever been disquelified,removed,or otherwise prevented from bidding on,or compleHng a fedetal,state,or locel gavemmeut project because of a vtolation of Iaw or a safety reguledon7 Yes_ No V lf the answer is yes,exptain the circumstences in the following epace. PubGc Contract Code 10232 Statement • in conformence with Public Contract Code SecNon 10232,the CouhacWr,hereby sfates under peualty of perjury,that no mare then one finat unappealeble finding of contempt of wurt by a federal court has 6een issued aa;"�*the Con7actor within the immediately preceding two year period because of the Contractor's failure to comply with en order of a federal cotut which orders the Cont:actor to comply with an order of the NeHonei Labor Reletions Boerd. Note: 1'6e ebove Statement end QuesHonnnue are part of the Propasal. Signing this Pcnposal on the sigoature portion t6eroof shall also caostitute si�neture of this Stetement and Questionnaira. Biddeis aze cauHaned that maldng a false certifica8on may subject the certi6er to criminel prosecution. I5 • Exhibit A Page 17 of 65 .—�-----__.____—_ �____ _-----------_ --- - -------� Noncollusion�davit (Title 23 United States Cade Section 112 and Public Contisct Code Section 710� To the CITY OF ORAN(iE—DEPARTMENT OF COMMIJNITY SERVICES In confoimance with Tifle 23 United States Code Secfion 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of,or on behalf of,any undisclosed person,partnership, company,association,organization,or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or soGoited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded,conspired,connived,or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,sought by agreement,communication,or conference with anyone to fix the bid price of the bidder or any other bidder,or to fvc any overhead,profit,or cost element of the bid price,or of that of eny other bidder,or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true;and,fiuther,that tfie bidder has not, direcUy or indirecfly, submitted his or her bid price or eny breakdown thereof, or the contents thereof,or divulged information or data relative thereto,or paid,and will not pay,any fee to any colparation,parinership,company association,organization,bid depository,or to any member or agent thereof to effectuate a wllusive or sham bid. Note: The above Nonco(lusion Affidavit is part of the Proposal. Signing tivs Proposal on the ' signature portion thereof shall also constitute si�ature of tlris Noncollusion AffidaviG Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. - . 16 Exhibit A Page 18 of 65 � ._._r_____._.�.�..�..�.____m.__ _._______ ..�...__y_ _._ � DEBA�NT E4rTD SUSPENSION CERTIFICATION TITLE 49,CODE OF FEDERAl.REGULATIONS,PART 29 The bidder,under penalty of perjury,certifies that,except as noted below,he/she or aay other person associated therewith in the capacity of owner,paztrter,director,off cer,manager: • is not currenfly under suspension,debarment,vol�mtary exclnsion,or determination of ineligibiliiy by any Federal agency; • hes not been suspended,debarred,voluntarily excluded or determined ineligible by any Federal agency within the past 3 yeazs; • does not have a pmposed debarment pending;and • has not been indicted,convicted,or had a civil judgemeat rendered against it by a court of competent jurisdiction in any matter involving fraud or off'icial misconduct within the past 3 years. If there are any exceptions tn tlus certification,insert the exceptions in the following space. Exceptions will not necessarily result in denial of award,but will be considered in deteimining bidder responsibility. For any exception noted above,indicate below to whom it applies,initiating agency,and dates of action. Notes: Providing false information may result in criminaI prosecution or administrative sanctions. The above certification is part of the Proposal. Signing tivs Proposal on the signature portion thereof shall also constitute signahue of this CertiScation. i� Exhibit A Page 19 of 65 The undersigned bidder hereby represents as follows: Tbat no Councilman,officer,agent,or employee of the City of Oisnge,is personelly interested,directly or indirecfly, in the Contract,or the compensation to be paid hereunder: That this bid is made without connection with any person,firm or corparation maldng a bid for the same work,and is in all respects fair,and without collusion or fraud. By my signature on this pmposal I certify,under penalty of pe�jury under the laws of the State of California,tt�at the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and cortect and that the bidder hss complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations(Chapter 5,Title 2 of the Califomia Adminishstive Code).By my signature on this proposal I further certify,under penalty of perjury under the laws of the State of Califomia and the United States of America, that the Noncollusion Affidavit required by Title 23 United States Code, Secfion 112 end Public Con�act Code 5ecdon 7]06;and the Title 49 Code of Federal Regulations,Pert 29 Debazment and Suspeasion Certification aze true and correct Date: 8-7-2018 _ C SIgCt it s, & etary � SteVe Guzo i reasurer Here Signature end Title ofBidder (if en individual,so smta If a firm or co-parmership,state the firm neme end give the names of ell individuel co-pe�ers composing the fum. If a cotporation,state legal nama of carporetioq also nemes of President,Secietery,Treasurer eud Manager theceo�. NAME OF BIDDER Great Scott Tree Service.Inc. BUSINESS P.O.BOX NA CTI'Y,STATE,ZIF BUSINESS STREET ADDRESS 10761 Court Avenue ` � (Pleese include even if P.O.Hox is used). C1TY,STATE,ZIf' Stanton,CA 90680 ' PLACE OF BUSINESS(Include Ciry&State) Stanton,CA PLACE OF RESIDENCE(Include City&State) Stanton,CA Telephone No.(714)826-1750 Fax No.(714�826-1753 Licensed in accordaace with an Act providing for iha cegistredon of Conhactars. LICENSE NUMBER 556832 LICENSE CLASS C61/D49 Tree Service,C27 LandscapinR 18 Exhibit A Page 20 of 65 Houd Na N!A CALIFORNLI PUBLTC WORKS PROPOSAL OR BID BOND IINOR'ALL MEN HY TfIFSE PRESENTS, Thet we, G�eat Scott Tree Gervice In�. (BIDDER)�Principal,end Developers Surety and Indemnity Campany (9URE7'1�a Carpu�atian o�ganbed end existlng under the laws afthe Steh of Cel'tfORtla end wdhoe'usd to treavec[bminnv in the Smte af CNiforniq ea S�aety,ero hold end fumly bouud untn fhe C11Y OF ORANGE,heremeftu celled the Ohligeq in the penal svm oF Ten oereent of amount bid • Dollazs(S 10% )for the paymoat whecenf well md tuly ro 6o mede aad wa eech oPuv bind ou�elvm,aur hehs,aavmrs,edministraW�,sucassow aad aysi�s,joLdly md severelly,&mly 6y thesa prevrnts. W�REAS,ffie said priacipel is hercwilh submitbng pmposel(6i�for Bid No 189-03 Saotie¢o Creek Tree and Broeh Clearance. T'HE CONDITlON OF TE�ABOVE OBI.IGATION IS SUCB,ihet ff the afaeseid pmtcipel shell 6e mverded the canhact,the seld priaeipal wll witltin the palod apeci6ed lhaefo,o,ifao pe�iad hc spxi5ed,withiu ten(10)days efta the notice ofeuch ewmd rnter inW a cantrect�d give 6ond or 6onds es speci5ed in the bidding or conhect doatmm�wilfi goad end suH'iaent surety af adeqoeta finenciel8iu cetegory�ating acapm6le to the abltgee for 16e feithi6l perFormmco of the cantract end far the prompt peyment of lebor ead mefaiN 5unlnhed la qte proseau8on the�eo$then this abligation ahell be nuq eud vaid,olhervvise ihe prineipe!end fhe amety wi11 pey unto We a6ligee Ne diffemux m monry betwcen the muaunt of the b[d of the seld princiyal end the emaunt for whicd the obltga mey logally wntrect with m�olher pa�ty m perfotm t�e work ifthe letter emount be in excev of tho fomta;in no aent edall Ihc liab0ity 6enwdv occad Ihe prne!�um hereoE �• SIGNED��ANU6EALEDthls 6�1 �yop August Zp 18 , , �, �;Grsat�Scott Tree Servlc , Inc _ Develoaers Surety and Indemnitv Companv ? —, CO R NAME OF SUAETY' HY;_•�.. HY:�L1S�: ���� ' Laurie B.Druck,ATioRxEY-uv-[+ACC. ,•' � HYi�." , ' ,�, , •,r . � ,,. , SfATE OF CALQ+ORMA On this day of .in tlte yrar20 .hefom me,tLe tmdasi�ied,a COUNTY OF Notery Publlc in end for tLe aetd Stur,pecwnelly appeetM pecsonelly Imown ta me(or pmvcd ro me oa tha baiis of ae�factory evldma)to be the person(s)wha arcuted the wlthin iasWmeat aa behalFaf Ihe thcein nmud,ead ' aclmowfedged me thet such �p���, _ WIINESS my hend and o6'iciel seal. .. No Public m md for t6e said Slete. Sl'ATE OF CAI.[FORNIA . On this day of .in fhe year20 _6efoie the un me, dasigned,a COGN'I'Y OF Notsry Public in end for Ute ssid Slete,pecsanell e " ' " ' Y DP� pawnally Imown to me(or pioved to me on the basis aFsetisfaclory evidenm)ro he the pasan(s)who exccuted the wiUtin in5trumwt an hehelf oFthe W����,�d aclmowledged me that such e:ecut�d the smaa Wfl'NESS my hmd eud o�ciel seal. Na Poblic m m�d for tl�e said S�te. 19 Exhibit A Page 21 of 65 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • - - - - - - - - - - - - - - - - �; _ - _ - - -- _ _- - - - - =�� STATE OF CALIFORNIA County oi Orange } On Auqust 9.2018 before me, Brenton Beller.Notary Public Dale Here Insert Name and Tille ol lhe Otticer � personally appeared Scotl Griffiths 8 Steve Guzowski Name�s)of Signe�(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)+s/are subscribed to the within instrument and acknowledged to me that�elsk�e/they executed the same in�is/#�ef/therr authorized capacity(ies), and that by�isR�er/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) SRENTON�SAMI BELLEH acted,executed the instrument. j Nohry PubliC•CalNornU < I certtfy under PENALTY OF PERJURY under the laws of = Onnpe Counly the State of California that the foregofng paragraph is true Comndwian#2161081 and correct. M Comm, 2 202D �� Witness my hand and official seal. Signature� Plece Nolary Seel Abwe Signalure nl Notary Puhlic OPTIONAL Though the information below is not requi�ed by law,it may prove valuable to persons relying on the document and coufd prevent Iraudulent removal and reattachment of this form to another documenf. Description of Attached Document Title orType af Document:Bid Bond Document Date: Number of Pages: 1 } .; Signer(s)OtherThan lVamed Above: Capacity(ies)Claimed by Signer(s) Signer's Name:Scott Gri(fiths Signer's Name:Steve Guzowksi ❑ Individual ❑ Individual C�Corpora[e Officer—Title(s):P�sident [�Corporate OKcer—Title(s):CFO/Treasurer ❑ Partner—❑Limited❑General ❑ Partner—❑Limited❑General ❑ Attomey in Fact ❑ Attorney In Fact ❑ Trustee � ❑ Trustee • ❑ Guardian or Canservator Top of thumb here ❑ Guardian or Conservator Tap of thumb here ❑ Other: ❑ Other: S(gner Is Representing: Sfgner Is Representing: •- = - - - - - - - - - - - - - - - - -�- _ _ _�_'= - -' " ' . .-.=._._-._. . _ -"'�'�,c Exhibit A Page 22 of 65 CALIFORN�A AE�L-PURPOSE ACKNOWLEDGEMENT 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 � ss. County of San Bernardino On Auqust 6.2018 before me,_ Cvnthia J Young Notary Public Neme end Title ol 011icer(e.g.,'Jane Ooe,Notary Publlc') personally appeared Laurie B. Druck Name(s)af 5igner(s) who proved to me on the basis of satisfactory evidence - to be the person whose name is subscribed to the CYNTNIA J.YOUNG within instrument and acknowiedged to me that she Notary Puhlic•Calilarnia .. � i san Bernardino County z executed the same in her authorized capacity, Commiasion�i 2157044 � and that by her signature on the instrument the M Comm.Expirea Jul 15,202o person,or the entiry upon behalf of which the person � acted, executed the instrument. I certiFy under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITN S my hand and official seal. 1 �� � 51- ure of Public OPT/ONAL Though the Infartnatlon below Is nat requlred by law,it may prove valuahle to persons relying on the dacument end could prevent fraudulent _ removal and reattachment of this form to another document. Description of Attached Document Title or Type of Dooument: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual � Top o,,,m,,,b here O Corporate Officer Title O Partner -- O Limited O General O Attorney-in-Fact O Trustee O Guardian or Conservator Other: Signer is Representing: Exhibit A Page 23 of 65 i POWER OFATTORNEY FOR DEVELOPEI2S SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Boz 19725,IRVINE,CA82823 (848)28�3300 KNOW ALL BY THESE PRESENT5 that except av ezpressly Ilmited,DEVELOPERS SURETYAND INDEMNfTY COMPANY end INDEMNfTY COMPANY OF CALIFORNIA,do each hereby meke,mnstlmte end eppoint "'Cynthia J.Yaung,Jay P.Freeman,Laurie B.Druck,Christina Mountz,Cynthia J.Russell,jointiy or severally"'• es C�er W e and lawful Attamey(s}io-Fect,to make,execute,deGuer and arknowledge,fa end an behelf of eaid carparah'ons,a5 sureBes,bonds,undertaltinge end mnhads at sureryahlp 8Ivn8 end 8�anfing unto sald Atlomey(s}lo-Fectfu�pawer end euthority ta do and to pedorm every ect necessary,�equisile or proper W he done im m�neceon thercwilh as each o1 seid m�po�ations miAd do,bu1 resenring W earh of seid coipore6ona fu0 power of suhstihNon end revoce0'on,and e0 of tlre ecb af saidAltomey{s)-ui-fad,pwsusnt tn thesa presents,ere here6y re6fled end canfirtned. This Pawer otAtlomey fs granted end is signed by fac9llniie�mder and 6y eutlwriry of tl�e Idlowing resolW'ons edopted by 1he respectiva Boerds oi Uiredas alOEYELOPERS SURE7Y AN�INDEMNRY COMPANY end INDEMNIlY COMPANY OF CALIFORNIA,eRed(ve es of Jenuary 1st,2008. RESOLVm,thet e combinetion of eiry twa oi lhe Cheirman af ihe BoeN,the Presfdent,Ezecuh've Vce-Presdent,Seniw Vice-Preadent ar eny Ym Pr�sident of Iha mrporatlore 6e,end thet eech of them here6y Is,euUarized m exewte thfs Power afAnomey,quetifyfnp Ihe ettamey(s)nemed fn the Power o(Atlamey�exeaite,an behelf af tlte mrporefions,6onda,underfek§�gs and mntrsps otsuretysMp;end Ihet the Seiretary or eny Nsfetent Secetery of eflher of the roipo�aBotu be,end eech of Ihem here6y is,euthanzed ta etlast the exeaCon uf eny such Paver of Attomey, RESOWm,FURTHER,Ihet the slgneNres o1�ufi o(ficen may 6e effaed ro airy such Power a(Attamey or W any cert�Ticale relatitg thereta by fecsimJe,end any such Pawer olAttaney ar�Nfiwte besruig surh facsimie algretures ahell be velid end bindng�an the mrpora6ans when so eifixed arM(n the Mure wiTh respect to eny 6ond,undertelahg or contract oT siaelyship m vAd�it is etlefied. IN WIiNE55 WHEREOF,DEVELOPFRS SURETYAND IN�FMNfTY COMPANY and IN�EMNffY COMPANY OF CALIFORNIA have sevaialy ceused fhese presenb tohe signed hy Iheh respeclive aficers and ette�led by the'v respective SeQelery orAgsielent Serretery thie Bih dey af Fehruery,2017. puuup�. 9y, I � O7 � �"YAND/ry0 p,A4ANYp.e Denlel Yow9,SenbrVice•PresideM :���peadiy��: ��+ORPOI�r� G�,e� i� °' 1936 ��s 2�'�0�.6 `��o � ,e�r BY- %a��''.�L�os�'�: O MarkLensdon.Uce-President •,�a,o•„*•••t�t+� yi C�<lFOP�r ••nnuronn•�• �F A notery publlc or other offlcercomplaling this certHicate veriflea only the identity of the Individual who slgned the document to whleh thte certlficate is etteched,and not Ihe trulhfulneae,accurac,nr valldl af that document. Stete oi Califamie Caunty of 0�ange On Febmery 6 2017 6efn�a me, Lurille Ravmond Nntary Pu6iic n•m w�i�ri,ms ma�ras au,�ae� pe�sone0y eppeeied paniel Yauna aM Mark l.ensdon Nme(e)dSiener(s) who proved to me on fie besis af sa6sfectory evidence to ba ihe person(s)whose r�eme(s)is/are subscri6ed to Ihe witltin insW ment end edmowledped to me Ihat hdsheAhey executed the same in hislhefiheir autharized �peary(es),and Ihat by hisfiedNeir signatura(s)on fhe insWment the pe�son�s),or tl�e entity upon behalf of LUCILLE RAYd10ND whirh tlte persan(s)eqed,exeated Ihe instrumenc CommUNan�2001815 � NOhfr PUbIfC-CNHOfllli I certi(y under PENALTY OF PERJURY under the laws of Ihe Slate af CaGfamia that the foregoing paregmph is z - OfMp�CoUt11y We end cartect M Comm.E� Itw Oct 13 2018+ WIiNESS my hand and o�icial seel. Place No1ary Seal Above Signetae LudII ond,Notary PubOc CERTIFlCATE The unde�signed,as Sec�etary arAssistent Seuetary of�EVELOPERS SURE�YAND INDEMNITY COMPANY or INOEMNITY COMPANY OF CAIJFORNIA,does hereby cerVty Ihat Ihe faregdng Power atAtlomey remeire in fuB face and hes nol6een rewked enA;furthemrore,that the pmvisions at the resdutions of the iespecbve 6oerds ot Diredors of said mrporeUars set forth in the Pawer a1Att�mey ara in force as of the dete oi tliis Ca-hficale. IJ,`_ n�'' �/ .unn., ThisCer6firatefsexecutedlntheCityoflrvme,Celifom(e,6�is �07'f� '.dayat lMA9� ,a,��0 '.i•lt�pW� ��hPANYp� l� • i' ' a`J�+' �"•.°'yt .�4 pRPOq9j�p `y'y� °b�.�' /. G q a =�� 1936 S�' � = Ojg67b �� Y 1� "�Cassie J. (ord,Assismnt Se lery �o i �o° o 'r� .:.. � � :���ii��brS� y c�<tFpA���S ATS-1 0 02 102117)'` , �� � * �' �,, * nmom�a•. Exhibit A Page 24 of 65 ___�.__ �- ---------- -- ._— __-____.___-_ ..�'-___...__.�,._.-__... . _..__.J sP�ciat,rRovrsaorrs C7TY OF ORANGE STANDARD PLANS AND SPECIFICATIOWS uv�onucriorr All the improvementa within the public rightsrof-way and easements within the Ciry of Oranga shall conform to the standerd plens presented herein. T'he user shall keep fully informed of eny latest revisions to the standerd plens by cautacting the office of tl�e Perks Division,Community Services,Departmeat,City of Oraoge. The standard plens s6all be used along with ihe provisions of the latest edition of the�c)erd Sp�jficaHons for Pubiic Wori6 Coustruetion("Green Book"),and all amendments thereto,edopted by the Joint Cooperative Committee of Southem Califomia Chapter,American Public Works AssocieHon eud Southem Califomia Diatrict,Associated General Coahactors of Califomia;hereinafter referred to es the"Standard SpeciScaHons". Scedon 16.04.040 of tha Orange Municipal Code esmblishes the le�islative authoriry of these Standard Plans and Specificarioas. COMM[iJiVITY SERVICES CONTRACTS The following additions,as revised,to the provisions of the"Standerd Specifieations"shall be used for sll Community Services contraccv awarded by the City of Oranga. If thete is a wut]ict bahveen the"Stendard SpecificaNaos"and t6ese provisions,these provisions shall have precedence. Tha numbering of secHons for the purpose of these provisions refecs to corresponding aumbering of sectioos oF the "Standard SpacificaHoos". These provisions inciuda modifications and additions to the"Standerd Specificatioos". If these provistoos specify the use of"Sfandard Specificedans end Standard Plaas for the ConsGuction of Local Streets and Roads,of the State of Califomia,Depaztmeat of T�ansportation,"herein referred m as"Calhans",for a certain portion of the work,the latest edition of ffie publicaHon shell 6e used. The City of Oranga has adopted a Loea]implementatian Plan(LIP)as pert of a compliance program ta tha Califomia Regiona!Water Quality Control Hoerd.All improvemenfs s6e11 comply with the latest LIP in thc prosecuHon of tha work. The LQ�is available and on file at tha Public Works Deparhaent The conhactor 56a11 comply with the L1P in ffie pmsecutioo of the work.Payment far complience with the LIP requiremenb s6ell ba included in respecdve items of wark and no addlHonel compaosation shall be allowed. PRECEDELVCE OF CONTRACT DOCUriIENTS: 1) Bidder's Proposal 2) Cootract Agreemeot 3) Speeial Pravisions (Sectian SP) 4) City of Orenge Stenderd Plana and Specificallous(Orange Baok) � Stendard Speciticetlons for Pu61ic Works CopstrucNoo(Greeo Book) � Coostruction Plaos � All Ot6er pocuments � SP-1 ----------�-------- -- -------- Exhibit A Page 25 of 65 .�.___.._____-.�______�___ _� ^-- _____._-_.__ � ADDTTIONS TO THE"STANDARD SPECIFICATIONS" PART I GEIV�RAL PROVISdONS SECTION 1-TERMS,DEFINITIONS,A,BBREVIATIONS&SYMBOLS 1-2 Detinitiou� (a) AGENCY: The Ciry of Orange,Califomia,also hereinafter celled"City". (b) B A�: The City Cauncil of the Clty of Orange,California. (c) CONTRACT DOCIIMENTS: Documents including, but not limited to, tl�e proposal, Steudard Specifications, Stendard Plaas,addiHons to the Standard Specificallons,Special Provisions,plens,bonds,msuraaca,contract agreement and ell addenda setting forth any madificallons of the dacuments. (d) DATE OF CONTRACT: The date of notifica6on&om the City Attnmey's office infarming the Conhactor that the contract is epproved end fully executed by the City end the Contractor. (e) ENGINEfiR OR CITY ENGINEER: Tl�e Ciry Eagineer of tlie City of Orange or his duly authorized representeeve(s). (� 9IDDER: Any individual,co-parhiership,essociaHon or corporadon submitting a propasal For the wark coutemplated acting d'vectly ar tivougb a du[y authorized iepresentetive. (g) I.EGAL ADDRESS OF CONTRACTOR: The legal address of the Contracror s6all be the eddress given on the Contractors bid end is hereby designeted as the place to which all notices,letters or other cownunications to the Coatractor shall be mailed or delivered. (h) LABORATORY: An established Iaborarory approved end aut6orized by the Engineer for testing maberials end work involved la the contract (i) 3TA1'6 CONTRACT ACT: The provisions of this act and other appIicebla laws form end wnstitute a part of the pravisions af this contact to the same extent as lf set forth herein in full. SEC1qON 2-SCOPE&C�N'A'ROII.OF THE WORK 2-I.1 AwardofContract The award of conhact,if ewarded,will be to tha lowest responsible bidder whase proposal complies with al(requirements of the noHce inviting bids and Section 2-12 end 2-13 of these SpeciScafions. The City,however,rrserves the right to teject eny ar all bids,md to waive any infocmality in the bids received. The Awerd of Conhact,if made,shell be mede within SIX7'Y �days aEter the openi�w ofthe bids. 2-1.2 Oualificatiaos oFBidders Any bidder who can prove to be a"Responsble Bidder"based on,but not limited to,the following iequirements may submit a bid for consideration. The City Engiueer may waive any or all of the following criteria in the best interests of the City. SP-2 ____--------------------.__..._--_---- z� Exhibit A Page 26 of 65 l. A valid]icense in eppropriate classification with which ha can perform the spectfied work.'the Contractor must be properly licensed when the Contractor su6mits its bid. 2. Record ofsatlsfactory past performance of work with various agenci�s end'mdustry. 3. Record of satisfactory compiiance with all Stete, Faderel and local laws regarding, but not limited to, fair employmant ptactice,safety regulaHons,prevailing wage regtilations,labor coda,and subcontcacts. 4. AbiIity to camply with delivery schedules of materials,equipment and labor. 5. Adequate 5uancial resources ta complete the work. 6. Abiltty to secure b!d bonds,eontract bonds and insuranccs from compenies 6aving adequate rating. 7. Minimum Sve years experieoce in completiag contracts of nature,type and siu similar to that for which he is submitting bids end such experience has been acquired not more than seven yeers prior to submit6ng a bid. 2-13 Procedure for Pr000sal Submittal Proposal shall be mede and submitted on proposai forms provided by the Ciry in accardaace wit6 the nodce inviting bids. Sealed proposals shall bear the tide of the work end no other distinguishing merks. Any bid received after the scheduled closing time for the receipt of bids shall be retumed ta the bidder unopeoed. It shall be the sole respons(bility of the bidder ta see that his bid is received in proper time. Each bid shaq be mede on blenk praposel forms provided by the Ciry of Orange and shall be aceompanied with a certified or cashier's check or a bid hond for not less than 10%of tha emount of bid,made paye6le to the City of Orauge. [nsurers issaing bid bonds shell be admltted la the Sfate of California,and have e Best's Financisl Streogth RaBng of Good (B+,B++)or better. No proposa]shell ba considered unless tbis requiremeat is met. Eech bidder must be Iicensed end also prequalified as required ia Sec6on 2-12 of these Specifications. • No pe�son,Srm or cocporadon shall ba ellowed to meke,file ar ba internstad in mote tt�en one bid for the seme work,unless altemete bids ete celled far. A person,firm ar corporation who hes submiGed a sub-proposal to e bidder,ar who has quated pricaa on materials to a bidder,is not thaeby disqualified from submitting a sub�pmposal or quoting prices to the other biddais. 1£on the opening of bids,more then one bid eppeers in which the seme person,6rm,or corporadon Is interested as a principel, ell such bids shell be rejected. ProposFils with interlineallons,niteretions or ar�uures shel]be initialed by the bidde�s authorized agent Alternative proposals, special canditions or other limitations of provisions effecting the bids,except av such called for by the cootreot docutnents, will cender ihe bid informel end may cause its rejection. All proposals must give the imit prices bid for the various items of work both in writing and Sgures and must 6a sigaed by the bidde,who s6a11 give his address. Each bid item shall be bid as it appears on the proposals end s6a11 not be alteced or h�ped tagetber with otlter bid items. F�ch bid shall have thereon the affidavit ofthe bidder Wat such bid is gemune and not shem or collusive or made in the interest or an behalf ofeny other person not themin nemed anci tliet the bidder 6as not directly or ind'uectly induced or soGcited any other bidder to put in a sham bid, or any persoq fitm or wrporatian to cchain from bidding end that the biddcr has not in any manner sought by collusiao to secure himself m advanlage over any other bidder. 2-1.4 Reauest for Intemretation If any person contempleting submitting a bid is in daubt av to the uue meaning oF�y pert of the plans,speci5cadons or other proposed contract documeots,or 5uds discrapancies iq or omissions from,the dcawing or specificedons,or discovers substan8e!difference behveen the appcnadmate quan6des shatw ou the bid proposal end his quantiiy estimate&om the plans for any of the major bid items in the proposal,6e sLell requ�st the Engmeer,m writutg,for an interpremtion or cortection thereof. The person submitting such a ceyuest shall do so no leter then sevea(�calendaz days prior to bid opening date. The meaning of substanNal diffetence eud the mejor bid items,for this purpose,sha11 be m accordence SP-3 2z Exhibit A Page 27 of 65 _.____._. __.._� ______` ---___.y....___�_._�___�___ ____..._._ �_� with Section 1-2 end SecHon 3-2.2.1 of the Stendard Plens and SpaciScetions. All such interpremtions of the canhact documents will be mede only by Addenda duly issued eud a copy of eech such Addendum will be malled or dalivered to each person receiving a se[of conUact documenfs at his last address of record 7'he City will not 6e responsible far eny other explanations or interpretations of tho contract doc�ents. 2-1.5 Retum of Bid SecuritX Any bidder may withdcaw his bid,eit6ar pe�sonelly or by telegtapLic or written request,at any time prior to the scheduled closing time for tLe roceipt of bids. It is the sole respans�biliry of tha bidder m see that�y sucfi tele�aphic or written mquest is delivered to the City Clerlc's O�a prior to seid closing time. The bid securiry of the uasuccessful bidders will be re�ined undl the conhact is awerded to the lowest,responsble successful bidder. � The hid sec�uity of t�e successfiil bidder of eccepted bid will be held by tt�e Ciry unlil the conCact has 6een eotered into and tha bonds eccompenyipg the same are appraved and filed. Tf a bidder faiLs or refuses m eater inro a contract to do work,the bid security shall be forfaited to the City and shalt be paid into the Genelal FLnd of the City. Sid securities caasisting of caShier's checks will 6e refunded to the respective bidders when no langer required by the Ciry. All other bid secvrides no longer required by ffie City,will be considered void. These will be returned to the'v respecdve bidders only if requested with self-addressed siamped envelope end sufficient postage. 2-1.6 Execution of Coutract The wnuect s6a11 be signed by the successfu!bidder and rehuned to the City,toget6er with We contract bonds es speci5ed in Section 2.4 of the Standard SpeciBcalions,and as amended below and eny changes or additions made theieto in these speci5cadons within fifteen(LS)days afterthe date ofwritten notice ofaward ofcontract 7'ha form ofthe co�act agreement to be acecuted by tha Condactor will be mailed by the City Attomey's offiee e]ong with the written noHce of awerd of cantract No pmposal shall be coasidered bmd'mg upon tLe City imtil the execution of the wntract by the City. In case of canflict,tha contract ageement shell have pRcedence over all other written speciSsations. 2-(.7 Bid Protest Procedure Any bid protast must be submitted in wriring to Community Services Dlrector,Z30 E.Chapman Aveuue,Orenge,CA 92B66 befora 5 p.m.of the l Oth City business day followmg bid opening. (a) T'he initial protest dacumeat shall eontein a complete statemept of tlta basis for the protest with accompanying doc�entation In support thereo£ (b) The protest shell refer m the specific portion of the dacument wldch focros the basis for the protest (c) The protest shall include the nazne,ad�ess end telephone nwnber of the persou representing the protestiag pazty. (d) The party filing tha protest shall concurrently transmit a copy of the inifiel pratest document and any attached doc�entation to all other pazties with a direct Snancial intarest which may be adversely affected by the outcame of the protest. Sueh parties shall include all ot6er bidders o�proposors who appear to 6ave a reasooable prospect ofreceiving an award depending upon the outcome ofthe protest (e) The Community Services Director will issua a decision on tIte pmtest. If the Community Services Diractar determines thet u protest is frivolous,the perty origivating tha protest may bo determined to he irresponsble and that pazty may be determined to be ineligible for future contract awards by the City of Oranga. (� The pcncedure and time limits set forth in this pazagcaph are mendatary and ara the biddets sole and exclusive remedy in the event of 6id protest and feilure to comply with these prvicedures shall constitute a waiver af any right SP-4 - --- --_-- -- ------------____�,._ 23-------`--__. Exhibit A Page 28 of 65 to further pucsue ffie bid protest iuciuding filing of a claim against tha City under tLe Califomia Govemment Code or legal prooeedings. ' 2-4 (.'OqhflCt$00f�5 Suretles providing performance or la6ar&materials bonds for ContiacWrs to the Ciry of Oranga must be licensed or egcee to employ a licensed Contracto,with a Clags A Generel Eagineeriag Contractar(Class A),Landscape Coniracwrs liceose(C- 27),or Tree Service Contractors license(D-09)from the State of California,in the event tha Contractor ro whom such suraty is provided feils to perform the work�mder tho canhact. Whenever any siuety or sure6es on any such bond,ar on eay bonds required by law for ffia protecdon ofthe cleims of labarers end material men,become insu�cient,or ihe City Attomey 6as cause to beGeve that suoh si¢ety or siaetieties have become insufficient,a demend in writmg may be mada of the Contractor for such fwther bond a additional siaety,not exceeding that originaliy nquired,es is considered necessary considermg tLe exteot of tha wak remaining ta be done.1'hereefter,no payment shall be mada upon sueh contract to tha Contracmr or eny assignee of the Comraccor undl such t�uther bond or bonds or addidonel surety hav been furnished. AU bonds shall ba on the focros provided by the Ciry of Orange,with all signahues not�ized and with the followiug notarized endorsemeot T[ie undersigned hereby certifies that the named surery issuing the bond for. SeaHaea Creek Trce and Brus6 Clearaace �id Na.189-03 is issued by en"edmitted surety"queGfied to conduct business in the State of Califomia in accordence with CCP§995-670. Name of Surery Attomey in Fact 2-5.1 Pteas sad Specifications T6e Contractor shall,at his own expense,obtaincopies ofthe Standarci SpeciScadons("Green Book"),City ofOrange Stenderd Plans and SpeciScations,Standard Plans and Speci6cetions ofthe Stete of Califomia,Work Area T�c Canhrol Handbook, and Manual on Uniform Traffic Conhol Devices for lus general use. If,after award of tlte cantract,s6ould it appear that tbe work to be done,or any matter rele6ve thereto,is not su�ciendy detailed or explaiaed in the speci5sabons and plans,the Conhactor shall apply to the Engineer for such fiuther explenations es may be necessery and shall wnfortn to sueh explenaHon or intecpretation as part ofthe conhact All scaled dimeasions shall be wnsidered approximete. Before praceeding with any work,the Contractor s6a11 cerefully cheek and verify all dimensions end quantifies and shall immediefely mfozm the Engineer or his repmsenmNve af any discnspaucies. 2-6.1 �'renera!DescripNon of Work: The work to ba done descn'bes in Appendix A including traffic cantrol,all labor,equipment and incidentels necessary for campieNan of work 2-10 Authffity of Boerd end Lisoecdon: Authority ofBoard and Inspection shall conforw to Section 2-10 of Standard Specificetions and the following. SP-5 __---____ ---- ----..-.——._. _____-------�__. Exhibit A Page 29 of 65 .. _.. .. _ .._ _. . . _� _. . ._ _. . . ___. . __ _ _. _ ____,_ , _ - - __.._.. . _ _, �-. _____------ --- � ----- -�J Ocange Municipal Cade Sectio¢2.14,03D,2.15.020 C,aad 234.10 hes desigiiated En�eer es their desigoee for all declsions tegerdingthe couhacL The Coutractar shall give at Ieast 24 hours advance nodce of the�e when he or his subcontractor will start or resume the vatious imits ofoperations ofthe work es per the conhact,orresume the said units oropecadons when thay have been suspended es per the contract 2-I1 e ' n Due to tha City of Orange 9/80 flex work schedule the City is c]osed every other Friday. No City Communiry Services inspecNon services are aveilable on closed Fridays, althoup� Speciel Inspecfion services aze availeble when the City Cocnm�mity Services inspecdoos occur ou the Th�usday bafom the closed Friday. The Contractorshell keep the City's ProjecdCansWcHon Menager or designee'v�farmed two weeks in edvence ofschedWed work ro aysiue tLat Ciry Inspecrors and 5pecial Inspectors are ava7able. All mspection processes for those inspections requiring the Ciry of Oranga Parks Division approvels shall ba worked out in detail with the City of Orange Perks Official. 2-11.2b Undersround Conduit ConsirucNon Videotaoins See Secfion 306-1.4.1 SBCTION 3-CI3ANGES IN WORK 3-1.1 Chanees in Work: dene�al: Project Manager shall be the duly authorized officer who may gzaat the changes prescnbed in this section. 3-2 �h�tQes Inidazed by the Agency: The Project Manager shal!have the right to make changes in the work,plans and/ar specificabons and the C�ntractor shall perFarm the work as chenged end as directed by the Project Menager. 3-2.2] CoatractUnitPrices:Nono. 3-3.1 Extra Wortc: Genetal:Nane. 33.2.2(e) BasisforEstablishineLebarCosb: Tha cost of lebar shall he the actvel wst Far wages of warkers performing the exha work based on hasic hourly rate plus fringe beneSts paid in acenrdence with tha certified payroll statements,plus e lebor succharge base on the actual cost but in no cese shall exceed twenty(20%)percent This labor surcherge s6all be coasidered to include employer payment of payrall terzes, workers compenseNon insurance,liebility insurance,saciel security,Medi�e,Federal and Stete unemployment eqd the State training taxes. All other compensation W the Contractor for lehor on e�cha work shall be considered included in tlie Sfteen (IS%)percent merkup for ovefiead and profifs as emanded in SecHon 3-3.2.3 of the City of Oronge Stendard Plans and SpeciBcadoas. 3-323(a) Work bv Contractar. A combined smgte merk up of 15%shell be allowed for labor,material,bonding,equipment renta!and other items end expenditums and shall coastftute for all merhead and pro5[ 3-3.2.3(b) Work bv Subcontrector. When eny ofthe exhx wark is performed by a subcontractor,the merkup established in 3-323(a)shall be applied to the subeontractor's costs es determined under 3-3.2.2.Contractor is allowed W merkup 5%to the sum of the cantractor's casts end merkup for all overhead and profit for the conhactar on work by the existing subconhactor.Contraotor can markup 10%to the sum ofthe contrector's costs end markup far ell band'mg overhead,and pro5t far the conhactor on work by a naw su6contractor. SP-6 25 Exhibit A Page 30 of 65 .. _.�-_.._---------------���__--__._-_---- ----- - -- � 33.23(c) TQoI end Eauipment Re�tel: When the rental rate of equipment includes en opetator,the wark performed by such reoted equipment shall bo considered subcantracted work and compensadon shall be made to the prime eantractor piasuent to Section 3-3.2.3(b). 3-5 Disputed VJork: .Any claims,potentiel claims based on an act or 1�ilure to act by the City Represwtative,any protests agamst tha ruliags and decisions of tbe City Representazive,s6a11 be mede m wridng, Such ciaims,potendal claims or protests shall 6e addrossed to t6e City Repcssentative end shell be submitted within fifteen(LS)days after the happeniag of t6e avent,thing,occimence,ar offier wuse,giving rise to such acdon by We contractar. T6e written determina8on:endered by the C(ty Raprosentative on such ections by the conhactor shall be conside�ed es a finel ruling of the City of Ocange. Any monefazy claims against t6e City:egarding the Ciry's decision shall be 51ed wit6 the Ciry Clark of the City of Orange in accordenca with the provisions af chepter 3.16 af Ocange Municipal Code, Califomia Government Code secNons 810,9D1,905,9I 1,915,935 md 945. SECTION 5-UTIIITIES 5-1 Loc 'on: Loeetion of uti]ides shown an plaas shap be eonsidered eppro�timate only. Contraetor shall cazefWly excavate in the vicinity and shall locete all u6lities shown on the plan. The Coohactor shall be responsbie for any demage to existing utilibes shown on tha plan,regardless of exact Iacation. Locadons of sewer IatecaLs if shown on the piaas aze from the available rewrds of tbe Ciry af Qrange. All the sewer laterals from the sawar main to We property may not be shown on the plens. Howevr.r,the Conhactar is required to assume that each property will 6e served by a sewer leM,�sl. T6e sower latetale are not the property ofthe City of Ocauge and these]aterals fram sewer metn to lhe pmpeity belong to each individual praperty owner. The Conhactor shalt contact each property owner to determine the locetion and depths of such lataals and s6a11 protect these in place. Full compeasatian for pmtecting such late�als in place sbell he caosidered inciuded in the prices bid for items of wark,which may affect suc6]atecals. • Revise fifth patagiaph ofthe Standerd SpeciScadoas to ceed: The Contractor shall nodfy each owner of the subs�sCace instelladoas,includ'mg the service caonecdons,and shall determine tLe exact tocaHon and depth of subsurface installadon as appro�dmately marked by the�espective owners,whic6 may affect or be effected by the Contracto�s ope�atians.'[he City of Orange shall not be responsible for eny wmpensatioa to the Conhactor for my immarked ar mcorrectly medced approximete locatioas by tha iespective owners. If na pey item is pmvided'm the coohact for tLis work,fiill compensation far suc6 work shali be considaed as included in tha prices bid far ather items of work "Subsmfaoe Iustaltetion"in this section means any underground pipeline,conduit,duct,wire,or other struchue,except non-press�aized sewer lines,nan-pmssurized starm dtains,or other non-pressut'v.ed drain pipes,operated or mein�med in or acrass public streets ar public right-of-way. ' Prior to eny construction activiNes,it is the respansibiGty of the Cooaactor to detecmine and pothole e¢y underground uti7ides whicb potentially conflict with the work to be done by the Cootractor as s6oxv an the plan.Tha Contractorshall be respoasible for eny damege to the matked or uomarked e�dsting utilities,regardless of exect]ocarion.The Contractor shall he entitled to extension oftime without eny edditianal campensallon for the delays atlnbuted to eny rnnflicts ofmaziced or unmarked existing uh7ities. SECTION 6-PROSECUTION,PROGRESS&ACCEPTANCE OF WORK 6-I Cpnshuction Schedule end Commencement of Work: Prior to tha commencement of construcdon,aziangemeuts will be made for a meeting behveen the Coahactor and the City Representative. The pwposa of this meeting is to coordinete the activides of the Contracmr within the limits of this contract, review scheduling, discuss construction methods end clarify inspection procedures. 'It�e Cootractor shall suhmit at this meeting,for approval by the City RepresentaHve,the schedule required'm the Standard Specificadans showing the number of calendar days requ'ved to complete the project SP-7 -- -------�-------------- .T.___—.___ -------—--— Exhibit A Page 31 of 65 - ----- ---- �_. __� _ _._� The Constructian Schedulc must be submiped to ihe City for review and approval at the Pre-CansWction Meeting. The Contactor caonot start eny work�mtil the construction schedule has beeo eccepted by the City. 1'he construction schedule must be pcepered�uing Gtitical Path Method(CPNQ and shall be revised aad resubmitted if the schedula fails to reflect the acwal pragress. 6-2 Prosecution ofWork: To mi�;�,,;�E public inconvenienca ead possble 6aTacds,the Contrector s6all ba required to testore the streets,sidewelks, and other work ereas to the'v original condition as soon as p�acticable,and to allow for caaperaHve work by the City,and ot6er egencies or firms completing concurtent work ac6vibes during the construction periad The Canhactor shall prosecute the work to compleHon without break or interruptioq achiaving at least 50%of tha average daily production except for condiHans do5ned in Subsection 6-6.1. If es dete�mined by the Project Mmagar,the Contracror fiails to prosecute his work to the exteot thet the above purposes aze not haing accomplished,the Conhactor s6a11,upon arders from the Praject Manager,immedietely take steps necessery to fully accomptish said purposes, All costs of prosecuting the work as descnbed herein shall be included in the Canlractors bid. Should the Contractor fail m take the necessary steps ta fully accomplish said purposes,after arders&om the Project Manager W do so,the Project Manager may suspend the work in whole,or in pert,unNl the Conhsctor takes said steps,or may pursue alternate means of seeldng complience. 6-7.1 Woddng Haurs: Nocmal worlang hours ece from 7:OD AM to 4:00 PM for residendal steetv end from 9:OD A.M.tn 3:30 P.M.for arterial sheets. Working days shall he limited to Monday through Fridey,excluding all City observed hoGdays, end no wark wili be pecmitted outsida normal working hours e�ccept ander exRaordinery circumstances and with prior approvat of the City Engipeer. SECTION 7-RESPONSIBILITIES OF CONTRACTOR 7 2.3 Prevailing We,ge Retes: The Cantractor s6a11 comply with the provisions af 1770 to 1780,181D to I615,]860 and 1861 inclusive,ofthe Califomia LaborCade,the latast prevailing rate and scale ofwages esteblished perthe detrnnination ofthe Director ofthe Depertment of Industria!Re]ations,State of Califomia,end eny letest chenges theceto,on file with the Depar�ent of Public Warks of tha City of Orange,prior W tha date on which noHce inviting bids is last published ia a local newspaper. The Cantractor s6a11 comply with tha requirement of the payment of travel and subsistence payments to each worker on the wark;he s6ap forfeit penalHes prescribed therein for non-compitance of the said coda. The Co�actor shall post end keep posted,for the duradan of the conhact,a copy of said prevailing rates at the job site. Canttactor's ettandon is directed to tha expiraHon dates of the wege decisions of each ciaft. Conhactors bid shall includa any increese in]abor cost enticipated after thesa expirazion dates and no eddidonal compensation will be allowed for such increases. Copies af the State general preveiling wage rates ere not sold at the City of Orenge,but the prevailing wage rates erc available for review at the Depar�ant of Public Worl�. Cantractor can pune6ase tha Stata gene�al prevailing wage rates from the Departrnent of Industrial Relatious,Division ofLahor Statistics mid Research,Preveiling Wage Unit,455 Goldeu Gate Avenue,Sth Floor,Room 5184,P.O.Box 420603,Sa¢Francisco,CA 94142-0603,telephone number(415)703- 4774. In order to verify the compliance to the said code,the Contractor shall keep an accurete weekly record,for the duiadon of ffie conhsct period,of his end his sub-conttactor's payroll statements showing wages paid each employee during each week end the employee work classiScation. T6e Contracto�shall pceserve such tecord for ninety(90)days after the date or ruordation of the nofica afcompleHon of the contract and upon written nodficadon by tha Engineer these shall ba submitted within ten(10)days to the Engineer for checking. Using State Form DH-C-347,Payroll Stetement of CompUanca,is an acceptable method af fiilfilling the above requicement. Certified Payrall Reporn,Statement of Complience and Fringe BeneSt Statament must be signed by President or Owner of tbe Company inc(uding all subconhactars. Contractor may submit a letter of authorizatlon far authoriziag an mdividual suoh as,payroll afficer,office meneger,and secretary to sigo all ceriified payroll�eports. This letter must be submitted with the fust certified payroll rcport SP-8 .__ __ ,-- -------- ---------- ------ _ 2� Exhibit A Page 32 of 65 Conuacror shall indemnify,protect,defeod end hold herntless the City and its officers,emplayees,contractars end agents, with wunsel reesonably ecceptable to Ciry, from end agains[eny and all loss, liability, damage, claim,cost,expense (including reasonable ettomeys fees,court and l�dgetion costs,end fres of expert wifiesses)which resulta or erises iw azry way finm the noncompliance by Contracror of any applicable laoal,steto and/or federal law,including,without limitation, eay applicable federal aad/or state labor laws(including,without limiterion,the�equirement to pay state pravailing weges). It is egieed by tha parties that ConRsctor shall bear all risks of peymant or non-payment of state prevailing wages. The focagoing indemuity shall survive teiminallon of the contract and s6all continue after completion end aeceptance of the work 7-2.4 Apereadces and Fa'u Emolovment Practices: Attention is directed to the provisioas in SecBon 1777.5 aad 1777.6,end Ilivision 3,C6apter 4 of the California Labor Code conceming fair employatent practices and the employment aF apprenGces by the Contractor or any suh-contractor under him. T6a Conhactor and eny sub-cont:actor�mder him s6a11 comply with the requiremenGs ofsaid secbons in the employment of eppreudces,end fa'v employmeut practices. Infocmatioa reletive to apprendceship smndards,wage schedules end oWer requirements may 6e obtained&om the Di�ector af lndustriel RelaHoos, Exofficio the Adnunistrator of Apprenticaship, San Fcancisco, Celifomia, or from the Division of Apprenticeship Smndards or its branch of5ces. 7-3 Liability Insurance: C�ntractor shall procure end maintain for the duration ofthis Agreement ins�uauce against cisims for injurias to persons or demeges ro property which may erise from ar ia connecdon with tha performance of the work here�mder and the results of that work by t6e Contractor,his agenfs,representatives,employees or subcontractors. Coverage shell6e at leest as 6roed as: l. Insucance Services Office Commerciel Gene[al Liability coverege(occiurence Form CG 00 Dl). 2. Insucance Services Offce Form Number CA 00 Ol covering Automobile Liebility,code 1(any suto). 3. Workecs'Coropensatlon insurance as required by the State of Califo�ia and Employer's Liability 7nsusance. Contracror shap maintai¢limits no less than: 1. General Liability: 52,000,000 per occurrence for bodtly injury,personal inJury and property damege. If Commerciel Ganecal Lia6ility ' insurance or other form with e general aggregate limit is used,either the genecal aggegate limit shall apply separately to this prajecUlocation or the geaeral agg�egate limit s6ell be twice the required accimence limit 2. Automobile Liebility: �1,000,000 per awident for 6odily injury and properly demage. 3. Workers'Compensaoon: As required by the State of California 4. Employer's Liability: SI,OU0,000 per eccident for bodily injury or disease. My deduch'bles or self-insured retendons must be declered to and appmved by the City. At the option of the City,either: the insurer shall reduce or eliminete such deductibles or self-insured retenNons es respocts tha City,it ofGcers,officials and employees;or the Contrector shall provide a finencia]guatantee satisfacmry to t6e City guaranteeing payment of losses and releted invesNgadons,claim administcation,end defense expeoses. Each po(icy of general liability and automoHve liability insurance shell contain,or be eodorsed to contain,the following provisions: SP-9 2a Exhibit A Page 33 of 65 ---- -- � 1. The City,its officers,officials,ageuts and employeas era to he covered as addidonal insureds with respect w liability erising aut of automobiles owned,leased,h'ued or bocrowed by or an behalf of the Contracror,and with respect m liability erising out of work ar operedoas performed by ar on be6alf of the Conhactor,including materials,parts or equipment fumished in coanecdon witL sueh work or oporatlons. Geueral Liability coverage shall ba provided'm the form of an Addirional Insured Endocsement(Insuranca Services Of�tce,Tnc.Form CG 20 10 11 85 or such other farm as may be ecceptable to the City)to the Conhactor's insurance policy,or as a seperate owner's policy. 2. For eny cleims mlated to this project,the Conhactor's insurence coverage s6atl be primary insutance as respects the City,its afficecs,ofticiels end employees. Any insurance or self-insurance roainteined by tha City,its o�cers,officials end employees shall be excess of the Contractor's insurance and s6a11 not confi'hute with it 3. Each insurance policy required by tbis ciause shall 6e endorsed m state that coverage ahaq not 6e cancaled by either party,except atter tirirty(30)days'prior written noHce hes been provided to the City The Contracror shall furnish the City with original certi5cates of insurance and endorsements effecting covarage required by this clause. The endorsements shauld be on forms ecceptable to City. All cerHficates and endarsementa are ro be received end approved by the Ciry before work commences. However,failure to do sv shall aot operate as a waiver oftbese insivance requ'vements. The Ciry�eserves the right to require complete,certified wpies of el]required insivance policies, including endarsements effecting the coverage required by these specifrcations at any time. All iasurance pracured and maintained by the Contrsctor shall be issued by iasure�s admitted to conduct the partinent line of iasurence business in the State of Califomie end heving a tating of Grade A or better and Class VII or 6etter by the fatest ediHon of BesPs Kay Reting Guida. Conuactor shall immediately notitj�the Ciry if eny required insurance lapses or is otherwise modified and cease performence of fltis Agceement ualess otherwise d'uected by the Ctty. In auch a caae,ihe City may procure insuranca or self ins�ue tbe risk and charga Conlractor For such casts end any md all damages resulting the[efrom,by way of set-off Crom any sums owed Contractor. Coutractor hereby egrees to wa{ve subrogadon which eny msurer of tha Conuactor may acquira from the Contrector by virtue of the payment of eny loss. The Contrector egrees to obtain eny endorsement ihat may 6e necessary to effect this waiver of subrogaHan. The Workers' Compensadan policy shall be endorsed with a waiver of subragetion in favor of the City for all work performed by the Contractor,its employees,agents and auhcontractors. 'The Conhaetor shall requ¢e and verify that all subcontractocs maintain insurance meeting all of the requirements stated herein. 7-5 Permits and Liceases: Except as othenvise speci5ed in the Special Provisioas,the Contractor s6all procure all pmnits and business Gceoses,pay all cbarges and fees,aad give all norices necessary end incident tn the due and lawful prosecuNon of the work. Thwe permits and licenses sha116e ohtained in sufficient time to prevent delays to the wark In the event that ttse City hes obtained permits,licenses or other authori�Hons applicable to the work Gom other agencies,the Cantractor shall comply with the provisioos of said permits,licenses and other authori�atioas. Any charges such as inspection fecs,bonds,insutance ihaz may inc�due to the Conhacrols performance in accordance with such permits shall be considered included in the bid items for the various items of work involved Full compensadon for permits and liceoses will be considered es included in the prices paid For the verious items of wark involved,no edditional campeasation will be ellowed therefaie. 7-6 The Cantrsctars Rernesentative: T'he Conhactar shall file with the Engineer 16e addresses and telephone numbers whece he or his designeted cepresentadve may be reached during houcs when the work is nat in pragress,so that 24-6our,7�ays a week wntact can be maintained. SP-10 ---- -- -- — - - �-- - -- ---- ------- -----__.___ __�---•----- ____----------29- - -- - _ Exhibit A Page 34 of 65 inswctions and infotmsHon given by tho Enginear w the Contractars aWhorized mpissentativa ar at the eddress or telephone numbers filed ia accordence with tbis section s6a116a considered es haviag been given W fha Conhactor. 7-7 Cooceratioa and Col]ateral Work: Conhactor she116e cespons�ble for ascecmining the uenue and extent of eny simultaneous,calletecal,end essen8al work by othecs. The City,its workers end canhactors end athers,shall have the right tn operata withia or adjacent to the work sita during the perfortnance of such work The City,the Conhactor,end each of such worke�s,contraciors,end otheis,shal]coordinate thca apera6ons and cooperata to minimize interFeteace. The Co�acWr shall include in$Bids all wst involved as a result of cooidinetmg its work with others. 'Ihe CanRaetor w71 not be inHtled to additioaal compeasaGon from the City for dema�es resulting finm such simulteneous,colleteral,and essenda] work. If necassary to avoid ar minimize auch demage or delays,the Conhactm shall redeploy ib work force W othe�parts of the work Should the Contracmr be delayed hy the City,end such delay could have not been reasonably foreseen or pmvented by the Contractor,the Engineer will dete�mine the extent of deley,the effect an the projec;end eny exteusion of time. 7-8.! Cleenu�end Dust ControL• Unless otherwise authorized by the Engineer,ell swplus mffierials shall be nmoved finm dte site of the work immediamly after wmpletion of the work causing the sucplus materiels. Unless the wnstruction dlctatrs otherwise,aud wless otherwise epproved by the Engiaee,the Conhactar sLell fiunish and operate a self-load'mg motar sweeper with sp�ay naui�s et least ance each working day m kcep paved areas eccepfably clean whonaver coastructian,meiud'mg restotaHon,is mwmpiete. Feilure of the Couhactor to comply with the Enginem's dust canhol ordcrs may result in eo order to suspend wark unfil the condition is cociected;efter filing natice to t6e Conhacm,tha Engioeer may ocder ttiis accomplished by others. Al!costs thus mc�arcd shall be deducted from the emount to be peid W the Conhacmr.No additional wmpensation will be allowed as a�esult ofsuch suspenaion. No sepaeate payment wiil be made for any work performed,or materiel used,to control dust resulting fiom the Cantracto�'s � perForn�anaonthewotk,or6ypubGchafliqeitherinsideoroutsidetharight-0f-way.Fullcompeavationforsuchdustcontrol will 6a consideted as included in the prias paid for ihe various items of wotk involved 7-8.5 Tempocary�ght Power and Weter 7'he ConOactorshall pmvide forhis employees en adequate supply ofpotable drinldng water,which shell he dispensed ttu�oagh ePPmved sanitary facilifias. The Conhactor shall be required ta deposit with the City Watv Depa�ent a meter servica c6enge of$800.00 for each conshuctian meta used on a City Fire Hydrant The Contractor will not be charged cental ao each wnstruction weter meter and Wa Conhactor shell not pay for the weter used on the project 7-8.7 �e Cootral: It is enticipated that smrm,s�uf'ace or athea weters will be encountered at various times and locations diaing tha work Lerein contempleted. Suc6 waters may interfere wifh Contractor's opecarions ead may cause damege W adjecent or down-streem private and/or public praperty by�ooding,leteral erosian,sedimentatioo,or pnllutian if oot praperly con�olled by the Contrscmr. The Contractor,by submitting e bid,assumes ell of seid risk and the Conhactor aclmowledges that its bid was pcepared acwrdingly. The Conuactor will he required W control all water enwuntered during conshuction end shal]use eppropriate methods of sediment coutrol end debris bazriers W prevent any conteminated water&om enteriug the storin drain piping. These methods shaU include tha plaeement of sand begs,51ter febric end fencing,berms,end other temporery berriers es needed to comply with the City's nquiroments for construction acfivities. Diaing the coutse of water control the Contractor shall conduct coosVuction operalian to protect waters finm being polluted with fuels,oils,bitamens or other LermCul meteriels,and shall be responsible for removing said meterials in the event pmtective measures ere not effective. SP-11 _�_.-..._.____�._..- ---._-._-�---�..�..�- --- 30 Exhibit A Page 35 of 65 , . - _ �._ _ ._ ._ .. _ .�.. . ... _._ _ ..___ _ _-- - --- - �-- - . _ . _�_.____ _`..______.___ _____._______..u_..__ .__._._..�.�, The Conhacmr shall conduct his apeTation in such a manner that storm or other waters may praceed immtemipted along the's existing street or drainege cmuses W provcnt pond'mg of water d�aing all phases of construcdoa. Divecsion of waur for short reaches to prokct canstruc6on in pm8ress will be permitted,if public or pdvate properties in the opmion ofthe Engineer aze not subJect to the probeb�7ity of demage. The Contractor shall maintain diainage within and through the work ateay.The Conuactor shall pmvide and maintain,at conshucfion site,emple meaus end devices with wLich to block,remove,and properly dispose of all weter entering the excavetion.Temporary dems afsmd6ags,aspheltic conc�ete,or otheracceptable matedal will be permitted when necessary. Such dams sLall be mmoved from the site es soon as theQ use is no loager necessary. Contractor s6a11 wntact adjacent resideats and businesses to tum off the irrigetion systems ffiaz ere impacting the construcHon zone.Divecsion of surface waur inciuding nuisence water from t6e axcavetion site end work area shall be the responsibility of tha wntraetor,end no separete compensation will ba allowed for the removal of surfece water from ffie excavation site. 7-9 Prot�ctian a�d Restoretion ofExstie Faciities: The Conhactor shall be responsi6la for the protection of publle end pdvate property adjacent W the work end shall exercise due caudon to avoid demege to such property. Conhactor ahall pratect ell exiating impmvements within the right-of-way,which are not deeippated for removal. Existing improvements demeged by tLe coatractor as a tesult of his operaRaaa shall be ropaired or replaced lry the Contractor et no cost to the property owner ar City. Sprinkler systems demeged by the Conhactor she116e iepaired ta warldng operation within 48 6ours tn ffie sadsfection of �e Engineer. Repaics shall be mede with selvaged equipmeat or new irrigation rise�s end heads ag required to match existing migetion improvements adjacent to work erea. Priar to backfilling area adjecant to ciub repeics,the excevadon shall be compacted�d graded level or et a slope not to axceed 1(vert)to 4(horiz). Gress parkways sLell be ovcseeded with lawn seed end topper to the setisfacNon of the � Engineer. Full wmpensatlon for PROTECTION AND RESTORATION OF EXISTING FACILTTIES ahall be included in the contract pricea bid for other items of work end no addirional compeosallon will he allowed therafo�e. 7-10 Public CanvenIence and W@�r. � No meterial or ather obshucdons sha116e pieced withia Sfteen(15)feet of eny 5re hydcant which shall at ell times 6e readily accessble to the F've Depar�ent Contractor sha11 not store canstructian equipment within public right-0f-way. Const[uction site must 6e swept end washed clean at tha end of each work day. The Ciry is not ohGgated to pmvide stoca�e yard for materials, equipment, end conshuction sibe debris. Payment for the requiremeofs of PUBLIC CONVEDTIENCE AND WATER,including all labor equipmmt,toaLs,meterials end'mciden�ls�uired W complete the wark shell be included in the cantractprices 6id for the vazious items of work involved. No addidonel compea9ation will be allowed therefore. 7-10.1 Tra�c and Access: Should tha Canhactar appear to be neglectful or negligant in fiunishing werning and protective measures,fhe Engineer may d'uect attention m the e�dstence of a he�ard,and the necessary weming and pratective meas�ues s6aU be fiunished and installed immediately by the Cootraetor et his expense.If attention is directed to thc existence ofahazard and the Contractor feils to prnvide such devices,said devices wiU be placed or caused to be placed by the City. The wst ofplacement of these devices s6all be the sole responsbility of the Contractor and shall be paid for at the rate of 550.00 per caU-out plus$25.00 per 4affic control device for wch 24 ho�us,ar fracNon ffiereof tHat the device is requued. Said costs sha(16e deducted from tha total of conhact price far the work. SP-12 -------— -----------_-------- Exhibit A Page 36 of 65 Eech haffic control,wazning,end guidence device csquued far the work shatl 6e continuously monitorod by tha ConCactor for its edequacy,includiag,but nat limited to: 1) type 2} IocaHon end plecement 3) size 4) retlecdvity(if to be in place dtuing dadmess) 5) conditionof�epeir The overall wark site tra�'ic contro;waming,ead guidm�ce effort shell be contnuously manitnred by the ConhacWr for ita edequacy in derouring haffic eround,or circuleting haffic through the work azea Any de&ciencies by the Contiactor in such monimring,or cocrecting inadequete wark-site signing,shall be considered just cause for the Engineer or his�epmseutative to auspend the work. The decisions made by the Engineer m this regazd shell be finaL 7-103 Strcet Closu�es.Detoius.Hazricades: ln addition to the"Standerd SpeciBcadons",the Contractor shall confotm m the followin� TreQic Control and Lane Closure pncriotlon:TLisworkshallinclude,butnot6etimitadta,provid'mgdeliaestiaqlightedheiricades,fleshmgartowhoards, sigaing for datours,traffic channelization,"No Pazldng"signs for public safety. The Contrnetor shali confarm to the "Work Arm Trefflc Caotrol Haudbaok"(WATCfn. ConstrucNoo: T�c co�ol shell confaim to epplicable provisions of the contract plens,Stsndard Specifie�rions end thesa speciai provisians. a Any changes in pmvided T�c Contrnl Plans shall be piep�ed by the Contiactor end shall be epproved by the City Enginea prior tn work. o Tho Conhactor shall provide safe end wntinuous passege far pedestrian aud veiricular tratHc et all times. o The Coahsctor shell provida�mporary asphalt concrete:amps et grind e�eas again.at axisting a5phe]t conciete pavement o All werning lights,sigps,benicades,deliaeators,deto�as,and otLer facHities far the convenience end dircction of public trai5c shell ba fiaoished end mainmmed by the Contraowr. o All traffic control ahall waform to aud ba placed in eccordence with cu�rent"State of California",Manuel of Tra�c Conirols"far coashuc8on aad maintenence work wues end the lat�st updebed ve�sion af the"Work Area Traffic Cantrol Hendbook"(WATCE�. a Flastiing arrow sigos shall be fiunished eud mainfained es directed by the Engineer. a 'Ifie Contractor shall follow and implement tLe City appmved traffic s�ging plms included in the plan set 1'he staging plans shall be used by tbe Conhactor to constntct the necessary sheet improvements while maintain'vig the minimum lane configure6ons end 4un movements as esteblished by tLe City Traffic Engineer. The Contractor hes the oprion to revise and submit new traf5c contrnl plens prepared by a Gcensed TratHc Engineer w the City should the Contractor request a chsnge in the construction staging opeia8ons. o Copies of my revised traffic plans s6a11 be submitted 10 days'prior to the precanstruction meeting for reviaw by the City Tcaffic Engineer. o During worldng ho�s es described in Section 6-7.1,resident and business aceess s6all he meintained et a(1 time. No lane clasures or cons6vction will be permitted an any street on Fridays and Saturdays,or legal halidays unless authoriud by the City T�c Engineer. SP-13 ..-..__.._------......---..- --... .. ---'-32--- ------. Exhibit A Page 37 of 65 L-- .+_.__ .._..�_�_._,._._..� _... . .. _ _ J 5) All advanca weming sigo installatioas shall he equipped wit6 flags or daydme clasures. � All delineatars shall be 36"minimum portablq roflectorized ruhber guide posts,orange in color,with donble weigf►ted base rings and shall 6e kept in their proper position at all times and shall be npaired,repleced or cleaned as necessary to preserva their appearence eud wntintiry. 7) Ali sigos shall be reflectorized and standerd size. � 8) Type II bemcades with flavhers may be used,in lieu of or in additio¢to the rubber guida posis,at the discretlon of the contractor,when they ere intended to provide edditianal emphesis in areas where worke�s are present 9) ConsWcNon operedons shal(be conducted in such a manner av to cause as little mconvenience as possible to abutting property owners. 10) T6e Contractor shall mainffiin on a 24hour basis,ell signs,delineetors,6eiricades,etc.to ensure proper flow aud safery ofttaffic. 11) Pressure seasitive uaffic marking tepe aod/or striping paint may be used to supplement tha ch�nelizing devices, delineaWrs,roflectariud sigos,end barricades. 12) All conflicHng stripes,pavement meridngv,and legends s6a116e wmpletely removed by wet seadblasting,or other method approved by the enginecr prior W airy chenge in the traffic pettern. 13) The Conhactor eheA cover all e�tisting speed limit signs during work ho�us end ins�ll C17 sigas. 14) Where work is being petformed et sigpalized intersectloos ar detection ereas are damaged,the sigaal shell be placed on ve6icle recell by the Traf6c Eogineec Notify TratTic Engineer(714)532�427,saventyfivo(72)hoius prior to , work. IS) At signalized Intersections twa signel 6eads shall be visible tn approaching Laft1c at all times. The Cantractor shelt be respoosible for all signel modificadons during dewur constructina.Si�al work ahall be perFormed by a liceused haffic signal conhactor. 16) T'he haffic staging plans shall indioate ve6iouler Ixaffic control in work area during conshvcdon activiry. AddiGonal h�a�c conhvis,haffic signs,ar bacricades may be required in tbe field. The Contractar shall be responsble for ffie placement of any additianal devices necessary to essure safety to Ute public at etl Nmes during construcHon 17) The City fingineet reserves the right to meke eny changes nec�ssary av field eonditions wazrmt Any chenges shell supersede the plans and ba doae solely at the wnhactor's expense. 18) T'he Coohactor shaU notify tha City Engineer orhis represeutetive at least Sve(5)woddng days in advance of initieting any consiruction detour. T6e Conhactor sLall provide eddi6onal trafl9c deto�a pleas for work at si�alized intersecHons for epprovaL of the City Engineer. ]9) The Conhactor shal!pmvide pedesh�ian walk ways and ccosswalk access at al]times wheu crosswalk or sidewalks ere to be closed,R96 signs end barricades shell be instelled. 20) The Coatractor s6ell natify aI1 local businesses 14 days prior to demur construction for ell night time construction. For daytima consWction,t6e Conhactor sbell notify the Iacal businesses 7 deys in advence of work to be done. 7-]032 m�g� Payment for TRAFFIC CON1'ROL shall ba included in respecliva items of work and shall include all costs,to pcepare the supplemental traffic canhol plans,if iequired, mcluding all labor,materials,toals and equipment required by the City Engineer ro camplete the work. No additlonal compensatian wi(1 be allowed therefore. 7-10.4 Public Safety:, The Contractor shell have at the worksite eopies of suitable extracts of the most cutrent edition oF the Californie SP-15 �-- --- ._.-------- ----_ --- ---- -- ---------------_--.___---_____ Exhibit A Page 38 of 65 Occupetiona]Safety end Health Act es supeBeded by Fede�al Occupationel Safety end Health Act The Canhactor s6all comply wIth provisians af these end aII other applicabla laws,ord'mmces and ragulations. 7-13 I,aws to be Ob�erved: The Conhactor shall p�o�ect end iademnify the City,the City Council,the Engineer,end ell of its officers,egeob and servants against eny ciaim or liability erising from ar based o¢the violatioa of any exisdag or iUmre State,Federal ar Local ]aws,ordinences,rogulations,orders or decrees,whetfier by himself or hia employees. If et�y discrepency or incansistency is discovared in the plans,drawmgs,specificaeons or conhact forthe work in ralation W any such law,ordinence,regu]ation, order or deccee,the Contractor shall fanhwith�eport the same to the Eagineer in wriHng. The contractor or suhcontractor shell not d(scriminate an the basis of race,calor,natlonal arigin,or sex in the perfortnance of this contract The cronVactor shall carty out applicable requirements of 49 CFR Part 26 in the award and administrabon of DOT-assisted contracfs. Failura by the Contractor ta carry aut these requirements (s a material breach of this conVact,which mey result in the terminatian of this contract or such other remedy as recipient deems epproprlate. SECTION 8-FACII,IT�S FOR AGENCY PERSONN6L Provisions of this secdon do not apply imless otherwisa provided in Spacial Pravisions. SECTION 9-MEASUREMENT&PAYMENT 9-3.2 Perdal end Final Pay.g�� i'artiel payments,qccept the 5ne1 payment,shall not 6e made'for paiods af less thaa one month To claim a pa�tiel payment on the amount due or the 5ne1 payment ibel$the Contracfnr shall abtain epproval of ineavurement of quentity of work wmpleted&om the City inspecror end shell prepaz�e en invoica s6ow(ngbid 8ems,imit bid price,quantity oompleted,quantity previouslYpaid,to�lquenHty es ofthe deteofinvoice,emauntclaimeil iu the invoice,pmvious paymenR emount W beretaineil, end the wntract emount unless setisfecoory substitution sa permitled by the provisions of this section ere provided by the Co�tnr. The invoice shall be suhmitted W the Engiaear two weeks prior to tha secoad or fourth TS�esdey of the month,the days on which paymenb aze pleced'm the svarinnt lists for CotmcII appmval. Such paymauts aze mede by tha Finence Deparhnent d�ain�the week in wluch these aze epproved by the City Co�c1. After completlon of the conQact,the City Cauncil shell,upon recommwdedoa of tha Fagincer,accept the work as aompleted and authori�e tha finel pay[neat The fimal payment shell be the entue sum found to 6e due the Conhactor eft�deducdng therefrom all previous paymants end ell amounb tn he l�pt and all emounts to be retamed imder the provisions of tha wnhacL All prior pertial asHmatas end payments shall 6e subject W comection in the finel estimece end payment It is mutually egreed among the parties to tha caatract tfiet no certificabe given orpayment mede imder the conhact,axcept the 6na1 certificate of fmal payment sha116e conclusive evidence af full or subs�nHal partormence of this eontrac�no payment shell he oonstrued to be en accepiance of arry defecdva wark or improper meteriel. Unless a written notice of protest diseg�eeing with tha appmved Snel payment end a notice of wtenrions of edditionel claims is filed with the Engineer priar W ecceplance of the approved fina]payment,the accepfance of the Snal payment by ffie Contractor shall release the Cily,the City Co�mc�7,end the Engineer from any snd all cleims or lia6ilides on accaunt of work performed by the Contracta under the contract or soy a(terations thereo£ A prime contractor or su6contractar shell pay eny subrnnhactor nat later then 10 deys of receipt of each progress payment in eccordana with the provisian in Section 7108.5 of the Califomia Busi¢ess end Protessions Code oonaming prompt payment W subconhactors. The 10 days is eppiicable unless a longer period is egreed to in writing. My delay or postponemeut of payment over 30 days may teke place only for good ceuse end with the egency's prior written approval. Any violation of Section 71085 shall subject the violating conhactor or subconhactar to fl�e penaities,sanction and other SP-16 . �.,�__ �-----^---_�..._..._-___._:__.��-. -�_.._..��__..__�._ 35 _T_..__.__.� Exhibit A Page 39 of 65 1 __,__ _ _ .� _ _..�. __.___ _ _. , -- - _ ._ . .. � _. _ _ . __ _.._ _.. .- - remedies of that sectian. This zequirament ahell not be consirued to limit or impair any contractual,admiaishative,or judiciel remedies otherwise availeble to the contractor or subcanhactor in dia event of a dispute involving We payment or nanpayment by the pc{me canhseto,defieient subcontraet perFormenee,or noacompliance by a subcantractoc. 9 3.2.1 Substidrtion of Sce�aides for Retendon 9-3.3 17eUvercd Materiels: Materials delivered,but not in place,will nat be classed es work done,except as othenvise provided'm the specificadons. 9-3.4 Mobiliaation: Mobllizatian shall mclude the cosfs incu�ed hy the Conuactor for provid'mgbonds,insuraoao,permits end licenses es requued; initial move-9n costs of lebor,equipment tools,materisls and iacideatals;al]subsequent move-in ead movo-out costs for conshvction of the different items of wark nquiied by either the Contractor's opecations oz due to the cootd'madon required by the CantracWr with subcontrectors,utility agency wark,ar�mfo�eseen delays descnbed in Secdon 6-6.1 beyond the control of both the ContracWr and the City;end ali the piepecatory work and oparations for wlucb no sepazate bid item is provided in ffie p�vPosal. Peyment for MOBIIdZATION inciudiag ell lehor,taols,meteriels end equipment requirsd ta complete tha work shell be iacluded in ffie contract pr(ces bid for various items of work and no additional compensation will be ellowed therefore. SP-17 ___.�---.--------.__�__,_._ _._-.-------—__,_,_______-..--�.___.__..._._---_.__._.__�..__ae. _._�.__.._,., Exhibit A Page 40 of 65 `�{D��R�_�O . "'N t•'� • r �� � C'IT'�' O�' :01�T�� �o ero:,.,�;��" � COMMUNITY SERVICES�EPARTMENT WYVW.ciryoforange.org PWONE: (714)744•7274 • FAX:(714)744-7251 ADDEIVDUM #1 For Request £or Sid 1Voo 189-03 , --�amtiago Creek Tree and Brush Clearance August 2, 20�� '�his uddendum serves as written notice of the following corrections, clari6cations, additions and/or deletions to any.and all copies of the Request for Bid No. I89-03: l. Regarding a Bid Bond or Bid Svrety required to be provided to the City of Orange .,when submitting a bid for this project. o A bid bond of 10%'is required. The contractor awarded Ih'e'work will be required to post a ]00%performance bond. 2. Regarding whether the project has an automatic percentage of retention held back from the submitted invoice payments. � The City requires a 5% automatic retention, held in an escrow account and released 30 days after notice of completion is recorded by the County Recorder. 3. Regarding equipment use. • The City's intent is that dump trucks no larger than 3-yard capacity and loaders only be used on maintenance paths. Utility cart may be used to access and remove debris where terrain allows. o Creek bed and slope grade shall not be disturbed. Any wark causing disturbance of creek bed grades shall only be as necessary to conduct the stated scope of work and grade must be repaired and restored to its original condition prior to completion of work. COMMUNITY SERVICES DEPARTMENT•230 E.CHAPMAN AVENUE .ORANGE,CA 928fi6 Exhibit A Page 41 of 65 Page� 4. Regarding cutting of non-native plant materia(. o Non-native plant material, except large trees, may be cut off at ground level and removed. The City's Project Manager will determinc what non-native plant material may be cut to the ground and treuted. a If non-native plant material is cut off at ground level, the stump must be treated with Glyphosate or approved herbicide within 30 seconds per label instructions. � Dead plant material may be removed to facilitute access to work area. Respectfuliy Submitted, ���� � � . . � . , . . ' r . .. � Dave Nobbs ` � � Parks Maintenance,Supervisor , dngbbs@citvoForan�e:o� �. . � , 714 532-6468 ' , Exhibit A Page 42 of 65 � � � � OUR VISION "The Grea�Scolt Tree Service vision is caring for trees that enhance the beautiful landscapes of Soulhern Californra communities for today and future generations." ABOUT US --:-;�, �,,.,,..., _�.� Great Scott Tree Service was started in 1976 with a pickup truck, a chain saw and a mission to provide high quality tree maintenance at a competitive cost. Over the years we have �_. �� � _ developed into a key member of the Southern California tree �— = -� � ' ' 1 maintenance industry. Our business is focused on Municipal and. � Commercial .accounts in Orange County. We provide our f1 customers with on-line computerized inventory. with mapping; � multi-year maintenance plans; scheduled tree maintenance; tree "'��-"� `"�` - �"- "' removal and planting; and full electronic t�acking from Proposal thru Invoicing. We stand on our reputation for excellent customer service and high quality tree care in the tree service industry. Our Corporate offices are located at ]0761 Court Ave, Stanton, CA since 1987. We currently employ over 125 qualifted professionals including Arborists and Tree Workers certified by the Intemational Society of Arborists (ISA). They are fully trained and knowledgeable of the latest pruning standards and techniques. We have over,�i70 pieces of state of the art equipment located at our yard in Stanton and also a co-located gteen-waste recycling facility. �::;. ' FINANCIAL STABILITY ' Great Scott Tree Service Inc. is operating at a current run rate of 14M+per year and'is seeing a consistent year over year growth rate of over 20% for the,last 4 years. We currently have.an operating line of credit of$ 750K and an approved available additional Equipment financing of $I.SM+. Reviewed Confidential Financial Statements are available for your evaluation associated with this proposal. CUSTOMER SERVICE In today's customer service oriented society,timely, friendly, and proactive service is paramount in enhancing client experiences and creating long term business relationships. At the core of Great Scott's business model is our dedication to customer care and many of our intemal processes have been engineered to serve your best interests. When partnering with GSTS you will always be provided: • An Erecutive Projec!Manager who wil!be dedicated lo the success of your project. Your projecl manager will be responsible for underslnnding, oa�lining, and implemenling all of your expeclations under lhis contract. This person will always have the outhority 10 do all�hat is necessary to create the bes�possible resulls for your vision of this contrac�. • A dedicated cuslomer service represenlative wi11 provide you with timely, courteous, and accurale support throughout the dura[ron of your conlracl • An English-speaking ISA Cert�ed Arborisl wi!! oversee all ongoing aperations and wrll be your direc[poin(of communica�ion to afl onsite crews at the ground level. Everyone at Great Scott knows that our customers are our#1 Priority and have been trained to exhibit dependability, integrity, quality and courtesy at all times. We believe that you, the customer,are our greatest asset and we are dedicated to creating positive experiences for you. ��1 Exhibit A Page 43 of 65 . � . . � INTRODUCTION-Great Scott Tree Service, Inc. is a family-owned and operated company located at 10761 Court Ave, Stanton, CA since 1987. We currently employ over 125 qualified professionals out of our Orange County based Headquarters; including Arborists and Tree Workers certified by the International Society of Arborists (ISA). They are fully trained and knowledgeable of the latest pruning standards and techniques. DEDICATED STAFF Upon awarding of contract,Great . ,— -- _ ._�,� Scott Tree Services Inc. will GreatscottTreeservice, Inc. assign a Dedicated Project Manager as well as a Full-Time Area Supervisor. These - individuals have a long history in f �,� �'f ���.ma 1 �,��„ the tree maintenance field and � �°°°�`�°"; � " aze ISA certified arborists: They - �'�`! will solely oversee the crews �� 'l �� �q,,, working within the County. �, t '"°"'� l Along with the supervision of �--''� crews, he will cooperatively f r^'� work with the.. County on all p�;,;g ��„�� y,m ongoing work, scheduling of �,• `M� Q future work, work requests, emergencies,and attend meetings ''-� ����R, with County officials when � ,P��b'�' �� . � requested. In the event of absence or illness, County Staff �..,� � will notified of his replacement and credentials for review and r1,� �'��° "`�°°°"' approval. It is imperative that our customers are able to contact a �-•-�- Great Scott Tree Service, Inc. (;���� � employee at any time. The \�,� Project Supervisor is in the field continuously supporting his Crew Leaders and will be attending, in addition to the Project Manager, scheduled meetings with City Officials. �,�__`1 Exhibit A Page 44 of 65 . � . . � KEY PERSONNEL Scott P.Griffiths, Prestdenf/Founder Professional Re�istration ISA,Certified Arborist#WE-0901AM ISA,Certified Municipal Arborist Mr. Griffrths founded Great Scott Tree Service, Inc, in 1976. As President, Scott oversees the complete operation of the company. He is a Certified Arborist and long-standing member of the Intemational Society of Arboriculture. Over the past 40 years, • Scott has developed a successful company on the foundation of customer satisfaction,safe operations,and quality tree care. Kirk Hinshaw • Vice Presiden(ojOpera�lons Professional Reeistration ISA,Certified Arborist#WG1475 Kirk Has worked in the tree care industry for over 30 years.He is a graduate from Southern Illinois University where he received his degree in Forest Resource Management.Kirk plays a key role '� in making sure our operations are providing the finest quality � tree care in the most efficient way. �"� _�. Jeanie Roulson, Direc(or oJ/n�erna!Operalions Jeanie Roulson is our Director of Intemal Operations. Her responsibilities include, but are not limited to ensure that process and communication flow from customers to GSTS remain open and efficient and to ensure work is getting processed in a rimely manner. She has been with GSTS for seven years and her friendly, attentive, and timely manner make her a great asset to :� both us,and the clients that she serves. f , ��:.1_ W- .�i ; Exhibit A Page 45 of 65 � � � � � KEY PERSONNEL-continued Stephen Darden Me�nicipa!Operalions Mana er Professional Re�istration ISA,Certified Arborist#WE-7654A ;�`�� _.. Qualified Tree Risk Assessar „�+�' Stephen has worked in the green industry 25 years after receiving his degree in Omamental Horticulture. He has managed both �' ' � arbor and landscape operations for commercial and municipal entities. His drive to build relationships while providing quality work has produced many successful arbor maintenance programs. This experience and comprehensive approach to tree - care provides clients assurance their assets and public are protected. Moises Salinas, 5enior Area Manager �IIII�I Professional Reeistration ISA,Certitied Arborist#WE-8682A ISA,Certified Tree Worker#1792C Moises Salrnos has been with our firm for 15 years,and is an ISA Certified Arborist and Certified Tree Worker.Moises will oversee all of your dedicated foremen as well as all operations on-site. Jeff Melin, Municipal Arborisl Professional ReQistra6on ISA,Certified Arborist#WE-5281AM ISA,Certified Municipa(Arborist Qualitied Tree Risk Assessor Jeff Melin has been in the tree servicing industry in excess of �. twenty years and has been a certified arborist for fifteen years. Jeff has worked with over fifty GP5 based, city-wide tree inventory contracts across the USA. This experience paired with his breadth of knowledge allows him to understand the tree care in both municipal and commercia]sectors. ' w�.� Exhibit A Page 46 of 65 ,► � � • � KEY PERSONNEL-continued Moises Badillo, . Direclor ojSajety Ij �r Professional Reeistration ISA,Certified Arborist#WE-10529A ISA,Certified Tree Worker#2190C Jaime Meza has been with Great Scott Tree 5ervice, Inc. for thirteen years starting off as the Operations Manager and working his way to become the Safety Director. Jaime is responsible for the.training of _ safe practices for all GSTS employees to enswe their health and safety. He also oversees the continued education for all of our ISA Certified Staff. Victaria Farias, Muntctpa!Production Supervisor '° ;`�� ', Victoria Farias has been with Great Scott Tree Service, Inc. for 'aw four years. She is responsible for coordinating all work scheduled within our municipal division. She and her team are '�'; responsible to field all service calls and will be the internal point '�'' ��� , , of contact for City of Orange. 5he will ensure that the '3���=,`, , communication between City Staff and Great Scott Tree Service �:� &': will be second to none. ;�.. ,:�:> �� Exhibit A Page 47 of 65 � � � � � . EMPLOYEE CERTIFICATION - Great Scott Tree Service, Inc. goes one step beyond just hiring qualified employees, it also works with employees to obtain arborist certification, tree worker certification, as well as wildlife certifications. The breadth of knowledge within our staff is important as in the event of absence or illness another qualified and certified employee would be able to fill in seamlessly.A list of certified employees is listed below: CERTIF'IED ARBORISTS - The [nternational Society of Arboriculture (ISA) through research, technology, and education, promote the professional practice of arboriculture and fosters a greater worldwide awareness of the benefits of trees.The [SA offers a � rigorous program which our certified azborists have partaken in. It is vital to. � the health and wellness of urban forests to ensure that a certified arborist oversee The County of Orange Contract. Our arborists are required to `.- .}. �� accumulate a minimum of ten Continuing Education Units per year, which . most of.our.azborist,exceed..Below is a current list of our Certified ArborisYs. }� _._._ � � M_. �.__._ ..�._,.., �.___._. ._} , �Andrade,�Salvador WE 1074�A Meltn,7eff' .. R!�-5281�AM`. lAr,v�zu;Ennque W�10530A� `. . Meza,Jazme " W�10529`t1,$ Darden,Stephen `W�7654A y Ozun�Jsaac . 1N�9;1�I9A� t �,� GrtffitIis;Scott�. -`WE-0901�AIvI,. • -' Rueles,,Dameli ��_U,�7068$A�,' Guherrez,Raudell WE 1058A" , Salmas;ll%Io�sas. V1&8682A � `�;`I ; Ketl;Parkerl �µ `. Vl� ]0642A� Tran Ba� . ^`MVW�Wfi'�6543P�'+. � �� 'A1I denolcs Ccrtificd�timicipal Sperialist 'AUdcnotes Cenificd tipGtySpecialist CE.RTIFIED TREE WORKERS - The ISA also provides certification for tree workers to; ensure strict standards and guidelines are set in place to ensure health and produ'ctive growth in: trees across the country. Great Scott Tree Service, Inc. strictly trains and assigns certified tree workeis to do all tree cutting for all our customers to ensure work is done to th�highest standards.All of our Certified Tree Workers � are required to have a minimum of six Continuous Education Units.in order to t ,� , ' �1`, educate themselves on any new requirements or changes. Below is,the list of ' �-; our Certified Tree Workers: �,.�� � ' "� s , _-- - ---__ _.. ._ _ ��_.. _,.._._ ... .... .... . .__ _d _ , \�' rAmzu,'Ennque� 2+103C . ,�. `Otti�.Ale�andro�� 21�53C ;,'�, �' �Castro ,Femand'o; 1n12�39T � O�Jose�L;; ' 2049C ` � „ ,Cruz,�To"se�L.; ' ]�1'4814T .< ° Ozuna;Isaao�;. W�9]�19T' ; �� �Fscobed_'o,�,Jesus; 859C; Padilla;;Tuani�., , 2396C; fGon�alez,Rubenl 240�C' • lRenderos,dEdwui� 2335C. --���::�1 fiGuherre�Ser,vando� 2262C' • ' ' ; Vergara,Pablq,� Vl?E'8279T J � ��P,��_'Paul►no: � 2265C, �� � � � . � w ' . � j_�i.���..._ �._._�.__�._ _.._..___�� ,����_ ._�,___�_w_�� __��. .._- --. y_� __..�1 , ��1' , Exhibit A � Page 48 of 65 � � . . � CA CONSULTING ARBORISTS CA PEST CONTROL ADVISOR Applegate,Greg #365 RPW AA 02023 Kevin Holman QL 30247 QUALIFIED TREE RISK ASSESSOR CA PEST CONTROL APPLICATOR Darden,Stephen Parker Keil #139423 Grifftths,Scott Keil,Parker BOARD CERTIFIED MASTERARBOWST Melin,Jeff Kerry Norman WE-3643B CONTRAGTORS LICENSE • • • �•• •-�• CON7RACTORS State of Certification:California d�e� STATE LICENSE BOARD License Number:556832 �^•��- ACTIVE LICENSE Entity:Corporation. . � . , „�,,;,,,,,,,�36832 - :�coRP Business Name:Great Scott Tree Service �� Classifications:C61/D49 B C27 �-� GREAT SCOTT TREE SERVICE INC Expiration Date:OZ'/28/19 REGISTERED PUBLIC WORKS ��+� C61/D49 B d27 CONTRACTOR DIR Registration Number: 1000004820 �1ii0iei 02/28/2019 www.csib,ca.gov Expiration Date:June 30,2018 U"-- .�i . Exhibit A Page 49 of 65 � � INTRODUCTION Over the past 15 years we have placed focus ; ` on the expansion of our Municipal division n h;� and are successfully continuing to do so. , - - ' ����,��,��:f�` ; 7'he Company currently employs more than n:s�- ,;�;; - •'"'�" ' '' ` -�-�..��._.._. 125 qualified professionals including ISA -.1� �-�-r��'�� - _ certified arborists and tree workers. We aze , fully bonded and licensed under the State of Califomia and we are a Registered Public f ' Works Contractor, registered with the �-��� � *.r„�,� Department of Industrial Relations (DIR).. The Company's services include tree ��'� `x,.y � -. °"" rnaintenance and management services �=^''r including�but not limited to complete tree trimming, safety trimming, tree removals, planting, watering, emergency response and GPS Inventory services. "fhe Company's flagship online inventory program —TrimIT, provides the tree manager with tools to view past work history, ttack current budget and scheduling plans, and project future maintenance costs. Below is a sample listing of some of our larger contracts we have,perfornted. HOA PROPERTY MANAGEMENT � • City of Carmel Valley . City of Rosemead� . Irvine Ranch Water District . City of Carson . City of San Diego-.. - . 'LA�Metropolitan.Transport . City of Chula Vista . City of Seal Beach " " Authority(MTA) . City of Compton . City of Stanton . OC Water District � . Coty of Cypress . City of Westminster . OC Transportation . City of El Monte . City of West Hollywood Authority . City of El Segundo . County of Orange . Laguna Heights Recycled . City of Hawthorne . County of San Diego : Water Reservoir . City of Irvine . City of San Diego . Moulton Niguel Water • City of Lake Forest Metropolitan Water District . City of Lake Arrowhead Division . Los Angeles Convention . City of Long Beach . CaItrans Center . City of Newport Beach . Golden State Water EDUCATION COMMERCIAL PRIVATE . Bellflower USD . BRE Properties : Crystal Cathedral . CSU Long Beach . CBRE . District at Tustin . Golden West College . ESSEX . Irvine Spectrum . Long Beach USD . First Service PM . Pelican Hill Golf&Resort . Mount Saint Mary's . Irvine Company Retail . Shady Canyon Golf College . Kaiser Permanente Course . UCI . Opdmum PM . Newport Crest HOA . USC . PCM . Santa Lucia HOA ��_`l , Exhibit A Page 50 of 65 � � CLIENT REFERENCES DATE VALUATION CLIENT/PROJECT DESCRIPTION CONTACT 2017-Present $554,795 City of Cerritos Todd Kuh Annually • Provide grid trimming of 2,590 hees for Parks Superintendent Districts 14, 19,&20 and remave 398 arterial 18125 Bloomfield Ave. and residential trees throughout the City. Cerritos,CA 90703 Provide as needed annual services for (562)916-1224 maintenance,Vimming, removal,replacement tkuh(alcerritos.us and GPS invento u dates. 2013-Present $223,500 City af Cyprevs Greg Woods Annually • Provide annual services for maintenance, Maintenence Supervisor trimming, remaval, replacement and GPS 5285 Cypress Street inventory updates / menagement of over Cypress,CA 90630 14,000 sites within the City's Community (714)229-6760 Forest. oods ci.c ress.ca.us 2013-Present $2,055,245 City of Irvine Casey Gnadt Annually • Annual services for maintenance,removal and Landscape Supervisor replacement of trees as needed, as well as 1 Civic Center PIa7a maintain GPS inventary of the 57,500 trees Irvine,CA 92606 within the City's urban forest (949)724762] CGnadt ci.irvine.ca.us 2017-Present $419,799 City of Lake Forest Oscar Garcia Annually • Annual services far maintenance of trees Urban Forester within facilities, medians, roadsides, parks, 25550 Commercentre Dr. pazkways, and trail areas in verious locations Lake Forest,CA 92630 throughout the City.Maintain and update the (949)461-3576 Cities GPS inventory of—13,525 trees within oaarcie(allakeforestca�ov, the Ci . 2015-Present $885,000 City of Long Beach Jeff King Annually Annual services far maintenance,removal,end Contract Monitor replacement of trees within Parks(163 Sites), 2760 Studebaker Road Beach Areas(7 Sites),Mazinas(9 Sites),and Lang Beach,CA 90815 MTA Right-of-Way(Vazious 5ites).Maintain (562)570-1542 end update the Cities GPS inventory of—36,000 ,Teff.kina(a�lon�beach.eov trees within the Ci Parks. 2013-Present $1,300,000 City of Newport Beach Dan Sereno Annually • Annual services for maintenance,removal end 592 Superiar Avenue replecement of trees es needed, as well as Newport Beach,CA 92663 ' maintain GPS inventory of the esdmated (949)644-3069 35,000 trees within the City's urban fores[. dsereno([�newportbeachca. ov 2009—Present $132,680 CityofSealBeach JosephTalarico Annually Provide services for the annual maintenance of City Arborist 6,500 Trees,Palms,and anticipated removal 211 Eighth Strcet within the City's Urban Forest Seal Beach,CA 90740 (562)431-2527 'talarico sealbeachca ov �� � Exhibit A Page 51 of 65 � � �.� aP�9b � www atyofirvine.orp V Cityof7rv�v,OperaiiomSupportFaa1ty.89270ahCanyon.Irvfne,CA�826/88202 048�72�-7000 � June 15,2015 To Whom It Muy Conccrn: RE:Letter of Reference for Great Scott 1'rec Service,Inc. Great Scott Tree Service,tna(GS'PS)is the current Iree ronlmcror For the City of Irvine.We nre in a multi-year agrecment,where lhey mnintein our ur6an foresl cansisting of over 70,000 vee.s The snnual agrecment emount is over 51.7 million for Irimming,pinnting,rcmoval and other tcees related services pmvided. As our contrnctor,they proucdvely scheduled nnd completed citywide trimmins in¢timely msnner.1 em very salisfied with thair work efTiciency. 1 recommend GSTS,and vnluc thcir quality of work,profcssianalism,and timeliness.They offer oulstanding castamer service wilh lheir innovaUve trce mnnagcment epproech,which blends modern technology end axperience. Should you huve any questions,please feel free to canwct ma at(714)724-7621 Sincere� Keith Byers�� Landscnpe Muintenunce Supervisar City aF Irvine�Public Works kbvcrs^a.cih�ofirvi nc.ore P:949.724-7621�T:949.724-76D7 b427 Oak Cnnyon�Irvinc,CA.92618 V'�, . `i Exhibit A Page 52 of 65 � � cm ov nEvuaoar eeacH �Ia�WP�Rj �. 59YsuqAor�venue O ,' NwVon Bc+dt QRkrMa 92663 � @� 9d960436i5�9Q9650QJt7FAfI �" � �. � D . neivpw�aa�hn�v/m�mhlpaiopvabns 3 � i a.� �tJFowN�� . June 18.2015 To whom it may concern: Great Scofl Tree Services (GSTS) has been ihe Tree Maintenance Services confracfor for the�fy oF Newport Beach Tree since December of 2013. The lQ year canfract is not to exceed �1.3 milLon/year. During the first year of thefr seMce,Cfty Councl authorized an addiHonal$500,000 to calch up on delayed pruning. planting and removals. GSTS has performed (n an above-average manner completin8 approximatety 27.00D service requests and grid prunes. planiing of 500 of 36"box irees,and removal oF 360 trees. The City maintains nearly 34,000 frees bcaled on parkwoys,slopes,and medfans in parla, and at Clty faci0tles. GSTS customer service fs excellent. They are a proFessionai organizatian and provide timely customer service to the City staff,as well as the residenh oP Newport Beach. If you hove any questio�s concerning G5f5 and ihe service ihey provide 10 fhe City of Newport Beach,please contact me at your earliesf convenience. . e �Y a��—. n Sereno,Manager Landscape Division Office: (949)644-3069 dserenoqnew�ortbeachca vov DS/ml � ��� Exhibit A Page 53 of 65 . � � � PROJECT SCHEDULE - Great Scott Tree Service, Inc. has in place a very thorough implementation process in the event that the City of Ocange were to awazd us with the Tree Maintenance Services contract. Below are the phases that would occur: PHASE 1 •— CONTRACT ADMINISTRATION • Review and execute the Tree Maintenance Agreement. • Provide all required Certificates of Insurance and Bonds. • Acquire all Licensing and Permits required for operations. • Arrange a Pre-Operational meeting between GSTS personnel and City Staffto align expectations and processes. • Schedule introductory meeting af key personnel from Great Scott Tree Service, Inc. and CityStaff. • Obtain Notice to Proceed Letter and Purchase Order. PHASE 2 — OPERATIONAL PREPERATIONS • Dedicated vehicles and equipment will be selected and made available for pre- inspection by Ciry Staff. • Assigned field crews will be familiarized with City specifications and standards • GSTS Inventory Specialist / Certified Arborist will begin collecting all required GIS inventory data in the order that our crews will be working through the City. The City- wide GIS inventory will be completed and operational within the timeframe specified and will be compatible to the City's inventory software. • Cost proposals will always be provided in advance to give City Staff visibility of progress and budget management on the front-end. PHASE 3 — COMMENCMENT OF OPERATIONS • Scheduling confirmations including work start date, location, scope, and crews configuration will be sent to City Staff for approval. • Public Notices will be mailed in a timefiame and format approved by the City. • English-Speaking ISA Certified crew will arrive on site,on time,and well equipped for the work at hand. • All precautions will be made at the Work Site to ensure positive Public Relations and Protection. • Traffic Delineation will be staged as necessary, and will always be in compliance with the Work Area Traffic Control Handbook(Watch). • Certified Wildlife Personnel will always perform a visual inspecrion of the trees for Bird Nesting,prior to commencing work. • Crews will verify inventory attributes,record services completed, and report hazardous conditions of each tree on a Daily Basis. • All work performed will conform to ISA,ANSI,and City Standards. • All debris will be removed from the work site each day. V"- .�_ ': Exhibit A Page 54 of 65 • ' ' � PHASE 3:COMMENCMENT OF OPERATIONS (Cont.) • City Staff will receive prior-day progress reports to track progress and coordinate visual inspections. • Staff access to our web-based GIS Inventory program will give you a transparent overview of all areas of operation. • Reserve Staff and Equipment will provide immediate response to tree related emergency situations twenty-four hours per day,seven days per week. • Onsite incidents, damages, or complaints will be immediately communicated to City Staff;all measures will be taken to resolve such issues in the timeliest manner possible. PHASE 4.•CONTINUED IMPROVEMENT • • GSTS will host live training studios to educate City Staff on our web-b"ased Inventory System, "TrimIT." We will also provide you with our detailed user guide which offers step-by-step instruction for utilizing all the services that TrimIT has to offer. • Intemal bi-weekly Safety Meetings and quarterly Training Seminars are provided to all field staff by our OSHA Certified ISA Safety Supervisor. Agendas include review of our Injury and Illness Prevention Program (IIPP), Cal-Osha policies, ISA, and ANSI safety requirements. • Certified Arborists and Certified Tree Workers practice continuous improvement principles eaming Continuing Education Units(CEUs)to maintain their certifications. • Maintain excellent Public Relations through participation in Chamber of Commerce, local Fundraisers,educational demonstcations at Schools,and Ar6or Day events. . . , .- . � � - � - � - - - - � � ��� Exhibit A Page 55 of 65 . • ` • ' • IN'I'RODUCTION - Great Scott Tree Service, Inc. is a full-service operation equipped and qualified to provide you with the best solutions for all of your tree maintenance needs. GSTS will deliver a level of quality that meets or exceeds the International Society of Arboriculture (ISA) standards. We are dedicated to providing tree services that results in a neat, clean and attractive appearance to trees and associated sites serviced. Below is an overview of the most common tree maintenance services that we can provide. TREE PRUrTING is performed when conditions within the crown of a hardwood tree are such that the entire tree needs to be fully pruned. Complete pruning is recommended when the primary objective is to maintain or improve tree health and stnicture, and includes pruning to ' reduce overall canopy mass and excessive wood weight.A Full Prune typical[y consists of one or more of the following pruning treatments: • Crown Cleaning or cleaning out is the removal of dead, diseased, crowded, weakly attached and low-vigor branches and water sprouts from the entirety of the tree crown. . Crown Reduction is used to reduce the height and/or spread of a tree.Crown reduction varies from topping, a destructive practice, in that cuts are not made indiscriminately, resulting in large stubbed off limbs that are subject to decay. • Crown Resloralion is corrective pruning used as a means to restore the form of crowns that have been previously damaged by extenuating circumstances. This treatment is best performed by tree workers who have a good understanding of the effects of pruning for the cultivation of tree canopies. • Crown Thinning includes crown cleaning and the selective removal of branches to increase light penetration and air movement into and through the crown. Increased light and air stimulates and maintains interior foliage, which in turn improves branch taper and strength. Thinning reduces the wind-sail effect of the crown and the weight of heavy limbs. SERVICE REQUEST PRUNING - At the discretion of the City, service requests can be submitted directly through our web vendor portal or through your dedicated supervisor. City Representatives will have the option, at their convenience, to schedule a vendor portal training seminar where they will leam how to create•and track service requests, view upcoming and ongoing jobs,and track overa(1 work history in both GIS map form as well as printable invoice / work history form. Once a request has been submitted City Staff will receive itemized service proposals for review and approval. Regardless of the preferred submittal methods our firm can and will mobilize/deploy crews in any timeline that best fits the County Representative's expectations and needs. It is our intention to work directly with County Staff in providing a level of flexibility to allow for all ranges of response time including, planned project schedules,non-emergency,and emergency requests. ��� Exhibit A Page 56 of 65 • � � � � SMALL TREE CARE is most commonly utilized in the process of"training" young trees to promote a strong arrangement or system of branches with good attachment,appropriate size, and desirable spacing. We support the belief that appropriate care during the tree's establishment period will go a long way in creating safer, aesthetically pleasing,and heathy trees in the years to come. TREE REMOVAL consists of the removal of the entirety of a hardwood tree or palm tree and the removal of its root system. Removals will be completed per monthly lists or individual service requests submitted by the County's authorized representative. With advanced notice GSTS will identify the location of all utilities and private property landscape irrigation components prior to the remova]of a tree and its root system. � GSTS will maintain control of the tree and its parts at all times; branches, limbs and trunk sections will be carefully lowered to the ground so as to avoid damage of any type caused by free-falling items. Immediately following the removal, stumps, including the root flare and surface roots sha(I be ground to a depth in accordance with ANSI Z133 Standards and County of Orange Specifications. TREE PLANTING - Great Scott Tree Service along with Elite Nursery will coordinate any planting needs. Elite Nursery is a subsidiary of Great Scott Tree Service and has a 3-acre parcel of land in the City of Stanton that is used for growing grounds. Elite nursery is fully functional and can grow specialty trees, as well as, purchase other types of trees depending on availability and size. Prior to planting GSTS can assess the planting site and provide the County with a Recommended PlantinQ Guide which will include an outline of viable replanting options and will include detailed description sheets of each species included. Planting palettes will always be determined by our ISA Certified Arborists after a cazefully consideration of the planting site area size, probability of successful establishment, cohesive aesthetics to the immediate surrounding area,and the County's general development goals. Upon approval from the Countys's authorized representative, GSTS will coordinate purchasing and planting operations. Our planting team will conduct all soil preparation, tree installation, and backfill to ISA standards,ANSI A300 standards,and County specifications. NOTIFICATION - At least seven (� working days prior to the commencement of any nonemergency work at any tree site, the Contractor shall, by mailing, notice the occupant(s) of that property of the type of work that shall be performed and the anticipated time frame during which the work shall be performed. In addition, at least seventy two hours (72) in advance of grid trim work,the Contractor shall supply and post standardized signage on the trunk of the tree at the site work at which work is to be performed,with the signage clearly staring what type of work is to be done and what affect the work will have on parking availability at that paRicular site. �i�'.`��5, ,�' Exhibit A Page 57 of 65 . � � � � � EMERGENCY SERVICES - Great Scott Tree Service, Inc. understands the importance of a timely response in the event of emergencies within the County.Our unique customer base along with our strategic market plan allows our work crews to be centrally located in the Los Angeles County Area.This allows for prompt responses in the event of emergencies. We utilize a twenty- four(24)hour emergency hotline which is routed to our area manager and crew leaders who will immediately respond during normal business hours of operation, after-hours, weekends and holidays. Great Scott Tree Service, Inc, has a superb record in regards to the prompt response to emergency call outs. We have auxiliary staff that can respond to tree related emergency situations ranging from limbs down on a single tree to large scale storm related damage requiring the commitment of significant resources and staffing levels for several days. Response time for emergency and after-hours tree.service requests will never be greater than one (t) hour. Our response team will never leave until a site has been safely cleared of all tree related hazards. ROOT PRiJNING.is the process of pre-cutting roots behind the line of a planned excavation to prevent tearing and splintering of remaining roots. Pruning should only be considered when feasible and careful consideration of the minimum distances from the trunk must always be faken into consideration to establish the allowable limits of cut-back so as not to compromise the anchorage of the Vee. GSTS will always notify the County when root pruning is not a viable option and will never proceed if the pruning will in any way jeopardize the health, stability, or safety of the tree in question. ROOT BARRIER INSTALLATION is a method utilized to prevent damage to hardscapes from tree roots and when used appropriately this application can be utilized to help trees thrive in difficult urban and suburban surroun.dings. Root barrier installation includes all the root pruning methods described above with the added application of installing semi-rigid deflector panels placed between the tree roots and hazdscapes.As will root pruning,the same considerations must be taken.before a tree can be deemed a viable candidate for this application. Again, GSTS will always notify the County when root barrier installation is not a viable option and we wiq never proceed if the installation will in any way jeopardize the health, stability, or safety of the tree in question. TREE WATEIiING will be performed by a one man crew with a water truck who will water various routes including landscape median and young trees that are three (3) yeazs old and younger. GSTS will water all trees in such a manner that will not result in erosion of the tree- watering basin,splashing of parked vehicles or damage to any of the tree's surroundings. CONSiTLTING ARBORIST / INSPECTION can go a long way in keeping liabilities at a minimum. Great Scott Tree Service employs several consulting arborists who can respond to inspection requests and provide detailed reports and recommendations on as little as an individual tree to Iarge tree populations. V'"" .�i Exhibit A Page 58 of 65 • ' • ' • TREE INVENTORY&ONLINE MAINTENANCE ACCESS-Great Scott Tree Service pmvides its customers with a comprehensive tree inventory and database program.Over the past eight years our fimt has developed an"in-house"state of the art database system based on Microsoft and ESRI architecture. Our program incorporates both GPS(global positioning system)and GIS(geographic information systems)technology. This is a standalone database that is compatible with ArcGis software.Our data collectors will maintain a complete inventory including Tree$pecies,Condition,Diameter,Work History Records,and Longitude and Latitude Coordinates. Furthermore,the data collector will(based on Customer specifications) identify alI vacant planting sites in each zone. The program includes a feature for a work history update disk that will be provided with each invoice. DATA ENTRY is a service that GSTS offers to ensure that you are provided with staff capable of imputing detailed tree information into your Tree Inventory which includes but not limited to: GPS Location, Work History, Service Requests,and Tree Listing Reports. SPECIALTY EQUIPMENT RENTAL will always be readily available should the County come upon a project requiring extraordinary work. GSTS warehouses a number of Roll-offs boxes,loaders,tractors,lifts,and utility vehicles which can be utilized where they are needed. QUALITY CON1`ROL OVERVIEW - Great Scott Tree Service, Inc. has incorporated an extensive quality control plan that begins with safety and continues with pruning standards, certified personnel, customer service, traffic control, and working guidelines. This yuality control plan will be implemented immedietely to ensure the County of Orange receives consistent quality work and exceptional service. PROJECT COMPLIANCE - Great Scott Tree;r. � Service, Inc.will conduct all work outlined in the contract in such a manner as to meet all accepted ` �•-• ,. standards for safe practices during the. , . maintenance operation; safely maintain stored �: �'. `'� ' r equipment, including machines and materials or \ other hazards consequential or related to the ' work; and agrees_additionally to accept the sole responsibility for complying with all City, �`���� "' " County, State or other legal requirements including, but not limited to, full compliance with the terms of the applicable OSHA and CAL EPA Safety Orders at all times sa as to protect all person, including contractor employees, agents of clients, vendors, members of.the public or. others from foreseeable injury or damage to their property. If it appears that the work to be done or any matter relative thereto is not sufficiently detailed or explained by the specifications, Great Scott Tree Service, Inc. shall refer to the County Representative for such further explanation as may be necessary and shall conform to such explanation or interpretation as part of the conhact so far as may be consistent with the intent of the original scope of work. �� Exhibit A Page 59 of 65 . � � � � � PRUMNG STANDARDS - Great Scott Tree Service, Inc. adheres to the highest quality pruning standards set forth by the International Society of Arboriculture, Society of Municipal Arborists, and the American National Standards [nstitute that results in a neat, clean and attractive appearance to trees and associated sites serviced under the terms of the contract. Great Scott Tree Service's Safety Manager, ensures tree care professionals abide by the most current practices and standards. Certified Arborists and Certified Tree Workers pnctice continuous improvement principles eaming Continuing Education Units (CEUs) to maintain their certifications.,Newly hired and promoted apprentice trimmers are trained under the guidance of a Certified Tree Worker. SAFETY PROGRAM - We take pride in our continual �; $ `— — commitment to safety. It is important for the health and � ~ ��";"""� welfare of our employees as well as the communities that we serve. We employ a.full time Risk Manager and Field Safety Supervisor. Our industrial safety record is outstanding. On a quarterly basis we provide a training seminar for all employees at our office in Stanton, Califomia. Our staff abides by Cal-OSHA policies, [nternational Society of .�,,� Arboriculture and American National Standards Institute ��� , �������� a. (ANSI Z133.1)safety requirements. � While we do perform safety training on an annual and quarterly basis, that is not enough. Our crew leaders discuss safety issues on a bi-weekly basis with the management team. Furthermore, crew leaders review the National Arborist Association Tailgate Safety meeting sessions with every member of their crew. Injury and Illness Prevenllon Program (Safety Manual) - GreaY Scott'Tree'Service, Inc. with the help of our insurance carrier has developed an [njury and Illness Prevention Plari. The document includes the following: • General Safety Rules , - • Drug&Alcohol Free Workplace • General Emergency Action Plans as well as Emergency Fire plans • Safety communication syslem with employees • Hazard Assessmen!for Persona! Protective Equipment (PPE) Accident investigations and review • Back Injury and Fall Proteclion Preventron programs • 5pecrfic Operational Procedures&Safety Guidelines , • Accident Investigation procedures and Roo�Cause Analysis • Manuals and Training Malrices • Driver SOPs cmd Safety Guidelines • Tra�c Cantrol around Work Zone ��� Exhibit A Page 60 of 65 • � � � � CREW SUPERVISION - Great Scott Tree Service; Inc. will at all times have an English speaking ISA Certified crew leader at each work location. A supervisor, with the ultimate responsibility for the project,will be an ISA Certified Arborist.Each crew leader and supervisor is equipped with a cell phone for immediate contact in case of emergency. TRAFFIC CONTROL - Great Scott Tree Service, Inc. understands that where work is in progress, each street shall be open to local traffic at all times unless prior arrangements have been made and approved by the appropriate agency or its designated representative. Great Scott Tree Service, Inc. will display standardized warning signage in accordance with the Work Area Ttaffic Control Handbook (W.A.T.C.H) and State of California Manual.of Traffi,c Controls. In the' event there are county or city,'specific traffc 'control` guideline's; prior , conversations with those entities will take place to ensure that these are adhered to as well.At no time shall traffic.be permitted to enter, or operations allowed to carty on, within any work zone that presents a dangerous condition to pedestrian and/or vehicular traffic.The rights of the utility companies within the public right of way and their need to maintain and repair their facilities will fie recognized. Great Scott Tree Service, Inc. shall exercise due and proper care to prevent damage to utility facilities and to adjust schedules when utility operations prevent the Contractor from performing maintenance during a specified time frame.No additional compensation will be required for complying with these requirements. Notification will be made with the appropriate agency of any utility that is disturbed or damaged. CLEAN UP - Upon completion of work on individual street segments that are under the contract, Contractor shall clean the work site and all grounds adjacent to the work area of all debris,excess materials and equipment. All sections of the work area shall be left in a neat and � presentable condition. Care should be taken to prevent ` spillage on any property over which work or hauling is � done,and any such spillage or debris deposited on street � due to Contractor operations shall be immediately � cleaned up. ,.� INSPECTION - The County Arborist and/or his/her �-� authorized representative shall at al] times have access �,�, ;`�',� � to the work and shall be fumished with every .�. : reasonable facility for acquiring full knowledge with respect to the progress, workmanship and characters of materials used and employed in the work. Whenever the GSTS varies the period during which work is carried out, they shall give advanced notice to the County',. ; Arborist.Any inspection of work shall not relieve GSTS of any,obligafions to fulfill the contract as prescribed. Any and all questions regarding the performance.of the work shall be directed to the County Arborist. All equipment used and all maintenance practices employed shall.be subject to the inspection of the County Arborist or designated representative and shall meet safety and ��� Exhibit A Page 61 of 65 • � • ' • INSPECTION (Cont.) -functional requirements described herein. All vehicles and equipment operating under this contract shall be properly marked with company identification. All equipment must be maintained in a good state of repair. All safety guards shall be in place. No equipment shall leak oil or fluids. No equipment shall present any potenrial danger to the operator,co-workers,passing motorists or pedestrians. INCIDENTS & COMPLAINTS-Great Scott Tree Service, Inc. understands that the best way to deal with incidents and complaints is to avoid them completely. However, it is inevitable that accidents may happen. In the case of an incident, our Foreman will immediately notify the Customer Service Department, who will log it into our database and schedule the repair within 24 hours. Any complaints will be handled in a similar fashion. The Customer Service Department will log it into the database and schedule a meeting between the complainant and our . District Manager within 24 hours. , ��� Exhibit A Page 62 of 65 � � . INTRODUCTION-GSTS owns a fleet of over 170 pieces of state of the art equipment located at our yard in Stanton and aiso a co-located green-waste recycling facility. With an average age of 4 years GSTS holds the most prestine and modem fleet in all of Southern California. All applicable equipment used is OSHA certified and will be subject to the inspection of the Association and shall meet safety and functional requirements described herein. ;'No: Yes� .Make+ . ..Modeli; Ta #:�.: �.=:, �,..:�_ . . ___ . _..- AERlAL 9FiTTRUCK8::2�6,� B1Z 2002� GMC 75HI 8U4384B B73 2004 GMC BOHI 7.152024 Bt� 2004 GMC fiOHI 7J5T025 B15 2004 GMC . 90 HI 7J52027 , B18 20W GMC 80HI � 7J52028 B79 2W7 GMC BOHI BH95602 � �tE,l"`'�•�,t.,,�tl . ' ' B20. 20D,7� .GMC `BOHI BH85501 ' �"'�j�+�,y^� ' � ', � � . � B21 2007 GMC � 80HI ' 9J71272- � • � � . ' 822 2007 ' �MC fiOHI. ' 9J77211 � ����'�.., . , B23• 2073 FRTLN 80%T �J998N7 1 B21 '� ,2013 �, .FRTLN 65 XT �3557N1 ' ' ` B25 2013 FRTLN 85XT 38561P1' B26 2013 FRTLN BSXT 3B592P1 827 2013 FRTLN 85%T 86515R7 B2B 2013 FRTLN 86XT 85818R1 B29• 2013 FRTLN 74 XT 98517R7 B30 2011 FRTLN BS M2 BZ64378 B31• 2008 TERE% RM75I100 2fi138V1 . , B32 2018 FRTLN 75XT R�E4939 � � B33 2016 FRTLN M2 27425W7 � - � " . . 934 2018 FRTLN M2 274I6W1 � � B35 2018 FRTLN M2 fi9583A2 BJB 2018 FRTLN M2 89595A2 B37 2078 FRTLN M2 6BSB�A2 87B 2017 FRTLN M2 52319F2 '� B38 2018 FRTLN M2 52919F2 ' . � , No��'Year_�=iMeke; ---:AAodeli:`'°T�a'#!��: --- .._.. . i ___.;__._DUMPhTiRUCK3:'27�J O22 2001 INTERNAT 4300 128554T �-. . . . ' . . . .� -. 023, 200A INTERNAT 4300 BL67573 '�' ' " ' '�� � D24 2U04 INTERNAT �300 148555T � ' .E'�'... . '' � D25 2004 INrERNAT 4300 12B553T - '"� • .. . D26 2�0� INTERNAT �700 BR79529 ' — a 027 saoa INTERNAT 4300 8504001 ' � , DZB 2008 INTERNAT 4300 BVY731B2 " ' � ,�,-��� D29 2009 IMERNAT 13U0 7X17497 . ' D30 2008 IMERNAT 4300 8952561 , O31 2006 IMERNAT �300 BB528G1 ' �`�-�-. ' D32 2007 IMEHNAT 4700 137VAL - D33 2007 INTERNAT �700 BM224B8 D34 2�07 INTERNAT 4�00 9M28742 Y I D35 2007 IMERNAT 4300 BJ80070 036 2U09 INIERNAT 4700 9D26IX12 037 2009 FRTLN M2 BiM409 O3B 2009 FRTLN M2 8T4M03 U39 2009 FRTLN M2 9T44398 ,,��� D40 2009 FRTLN M2 2fi139V1 �����.=_�---�F' � D41 2012 FRTLN M2 17857H �.......�Ur D42 2012 FRTLN M2 6788901 � D43 2012 FRTLN M2 10975P1 • " � � D44 2012 FRTLN M2 B0789D1 ' ,� �, , D45 2014 FRTLN M3 14224M7 . D4fi 2075 INTERNAT 4300 67788P1 ' � O47 2019 INTERNAT 4300 BM75513 � _ . D4B 2009 INTERNAT 4300 B19rz7F2 .,, � 7. � , ", �� ��l Exhibit A Page 63 of 65 � � .No�'�..Year :`';Make._ Modei��._T '�#.`, __. _. _ _' _. ._ _.___.__CREW.�TaRUCKS.-19:; T19 2004 CHEV 3500 7f07Z/6 T70 2008 FORO F350 7H4BIBB . T21 2009 FORO F350 67974F1 TZi 2007 FORD FZ50 BXB1�3 . , f— T24 2W7 PORO F2W �F537Y4 ....`�..-i�'� T20 2015 DODGE 7500 438BeU1 �--% -� '--- T27 2U15 p000E 1500 d3687Ut t'"�- -_.,._J�,,...��� �`�� "J^, T2B 2005 FOR� F250 7N2354B ���, ' y• T2B 2075 DDDGE 1fi00 10098W -� T30 2015 OO�GE 16W 487YWV1 Y�;:��� T31 2015 OODGE 1500 89781X7 , . T32 2U1fi DOOGE 1500 45577X1 , " ' . T33 2018 DODGE 75W . 72B71Z1 � T34 2076 000C9E 1500 76944Z7 , . . . - ..._-.„. . . ' T35 � 2007 CHEV 2500 � OEALER � T3S Z011 FOPO F2W 9B9q084 � ' _ _,Motleli^-:T,a-,#_._.._._.__._.__ __- - - -_ . _--S'AL'ESiVEHICLESc,9.�, _No::_::"Yeer __ Make. 579 20,W CHEV 1600 ITRIMR . . � ,�1 527 2010 LAND" LR4 GSTSIN . SYB 2012 UND LR4 GWY551 � ,�„'� /���;'� S2B 2072 TOY PRIUS 8YG55/ "- � S30 1075 TOV PRIIIS 7KCU798 XII� . - . . 531 2018 JEEP JGC 7RVYCB�B * ' ' 532 2019 dEEF JGC 7TA0573 ��� 7�� 533 2018 LINCOLN NAV GS75WC . fi35 2017 JEEP JGC OEALER . _No:. _ Year.: _Make;--- �i ctlel�,_ `. Ta'�#�-- -._.�..: _ ....:�_ _ ..u_ _.. ::_ CHIPP__ER3:-26�, p0 20N VEF2 1800 SEE15974 � � . . - -� . � ... . p1 20N VER 1800 SE91597] - . C32 T013 VER i5W SE838917 p3 Z013 VER 1500 SE838BiB C34 2019 VER 1500 SEE79B18 q5 2013 VER 15D0 � SEE39788 C39 201J VER 7500 SE8387B7 p7 201� VER . . 1500 .. ..SEB21151 � p8 2013' VER 1500 SE839741 � ' q9 2013 VER 1500 SE841713 C40 Z�13 VER 15W SE83B72B C41 2013 VER 15U0 SE841YA5 � C92 2013 VER 15U0 SEeC12M a C9] 2013 VER 7600 SEBa1480 � CA4 T01� VER 1500 SEB41258 � GS 2013 VER 1500 SE&72833 CAfi 2014 VER 1BOu SE897H95 C47 2015 VEFi 1800 SE647�a7 C4B Z078 VER 7500 SE648237 C+t9 2018 VER 15�0 SE0A6238 + C50 2018 VER 7500 SE648P3B � . CS1 2018 VER 1500 SE848439 . � � C52 2018 VER 1500 SE848240 ' - ^- � C53 2019 VER 7500 SEBOfi24� C54 2018 VER 1500 SE856242 ��'l Exhibit A Page 64 of 65 - . � � No: . Yea�+:_ .Make{ �.._.Mode1L �:Tii �. :_ _._._ _ _ - _. s_ � li .,E uC ineirt;ii'i flOLLOFFS.B R5 1898 VOLV ' Ro�-0fl BL05021 � � � R7 2013 IMEH Roll-OFI 7F9977B �j� ,I' F" .' R8 4018 FHTLN Roll-0fl 98017U2 91N1 Y�73 GONSOL 91N6' NA BIN2 2015 CANSOL BINI' NA BIN3 2015 CONSOL BIN�' NA BIN4 2075 CONSOL &N4' Nq - � BINS 2015 CONSOL BIN4' NA � STUMP GRINOERS:7 . . . G�8 2008 VER SC752 NA _— . . _,_ ,_ . : . G07 2012 VER , SC352 NA � � Gae 4a13 VER �SC602 NA � G09 �2014 VER SC372 NA ' � � . . � , G10 2014 VER SC372 NA , , GN 2018 VER SC55T NA � G12 2017 VER SC552 NA TRACi0R5:7 TRAC 8 2003 CAT BZ9G NA TAACfl 2007 CAT ' 928G NA �. � . TRHC11 2003 CAT B20G NA TRAC 72 2005 TOY 7FaIX125 NA TRAC13 2014 CASE 27E NA �� ' 717AC14 2d1fi CASE 21E N/1 ' , ,� � TFiAC 15 2017 CASE TR270 WI WATER TRUCK 1 '� W01 1895 FORO 700 SE53718 .. �,�/� ' GATORTftUCK�:3 " '1'� fa2 2012 lOHN DR GATOfi NA 1 � G3 2D14 lOHN DR GATOR NA ■.�' � G4 2074 JOHN�R GATOR NA � � TRAILERS:17 - iR2 1895 BLK GR TRAILER 4BC8940 �� �y,, U TR5 2000 BIGTIX TRAILER 41d9580 �i@ TR9 2003 FLT6ED TRAILER qJp1282 V , .- TRB 2070 BO%TRL TRNLER 41F8283 . � - ' TR10 2011 BUiLER TRAILER 4LL60B9 ' . TR11 2012 N STAR TRAILER SE927158 " TR72 2012 flONCO TRAILER 4ML1114 � TR13 2014 BUTLER TRAILER �NJ99E9 , � � TR74 2015 DVTRL TRAILER 4NT2�1S TR15 2015 WTRL TRIIILER INf240B TR18 2014 BUTLER TRAILER INLBBBB TR77 1013 BIGTE% TRAILER 4PP8978 TR1B 2018 91G7IX TRAILER 4PWdta7 f TR19 2017 BUTTLER TILTBE� 4RE7066 � ,..�-' 7R20 TOt7 &GTEX FIATBEO 4RE70B7 — F}: '- TR21 2017 9lf1TLER TRAILER IRA9174 �_....- , . ARftOW BOARDS 72 , TR21 4017 BUTTLER TRAILER �RA9174 . . ABG 2010 WNCO SEB271BY � A87 2�73 WNCO SE827178 A98 2013 yVNCp SE627179 . AB9 2013 VYNCO SE8277B0 AB10 T013 WryCO SE8277B1 AB77 2014 WNCO SE627195 . AB72 Z074 WNCO SE6271&1 � AB19 7014 WNCO SE827198 AB14 2014 WNCA SE853827 � AB15 2014 INNCO SE853828 ' AB78 2017 INNCO SE6F.i'828 -. . . ... aen zon wr�co sessaew •Denotes Aerial Lift reserved For Northpark Project �� Exhibit A 65 of 65 EXHIBIT"B" [Compensation Schedule] `'S't�`°"°°�,�\ U �ce`� � r� `��F��e,�%� CITY OF ORANGE s�o,`�,.,a�- COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714)744-7274 • FAX:(714)744-7251 Santiago Creek Tree and Brush Clearance Bid No. 189-03 , Payment Schedule Great Scott Tree Service Tree Trimming Brush Clearance Area 1 $49,500.00 Area 2 $16,500.00 Area 3 $16,500.00 Area 4 $13,200.00 Total Amount for Areas 1-4 Tree Trimming Brush Clearance $g5,700.00 Removal of Trash &Debris Area 1 $3,000.00 Area 2 $3,000.00 Area 3 $3,000.00 Area 4 $3,000.00 Total Amount for Areas 1-4 � Removal of Trash&Debris $12,000.00 Total Amount for Tree Trimming Brush Clearance and Removal of Trash&Debris $107,700.00 Exhibit B Page 1 of 2 230 E.CHAPMAN AVENUE • ORANGE,CA 92866-1506 � � � � � � Great Scott Tree 5ervioe.Inc,has identified potential additional services needed for the ongoing maiatenance of the 5antiago Creek Tree end Bmsh Cleazance Contract and has provided them below for the City of Orange's considaration. ,Desvi tion .. � � Unft,_ Cost Dump Fees:Refuse Ton � $75 Dump Fees:Cfean Green Ton $45 Dump Fees:C&D Ton $75 Dump Fees:Hard to Handle Ton $75 Crew Leader Per Hour $100 Trimmer Per Hour $95 Groundman - Per Haur $90 Landscape Laborer Per Hour $90 Roll-Off/Tractor Rental(with operetor) Per Hour $145 Dump Truck/Chipper(wtth operator) Per Hour $1z5 100'Aerial Lift:10001b Crane Capacity(with operetar) Per Hour $145 Exhibit B Page 2 of 2 CITY COUNCIL MINUTES OCTOBER 9, 2018 3. CONSENT CALENDAR(Continued) 3.3 Waive reading in full of all ordinances on the Agenda. ACTION: Approved. 3.4 Submittal of annual financial reports for development impact fees for fiscal year 2017-18. (C2500.J.1.0.2) ACTION: Received and filed. 3.5 First Amendment to Agreement No. 6323 with GKK WORKS,Inc. in the amount of $87,000 for construction management services for the Shaffer Park Renovation Project. (A2100.0; AGR-6323.1) ACTION: 1) Authorized the appropriation of$87,000 from Fund 510 (Park Acquisition- Infill) unreserved fund balance to expenditure account number 510.7022.56020.30042 (CIP — Shaffer Park Renovation); and 2) Approved the amendment with GKK WORKS, Inc. in the amount of$87,000, and authorized the Mayor and City Clerk to execute the Amendment on behalf of the City. 3.6 Agreement with Great Scott Tree Service,Inc. in the amount of$118,470 for tree and brush clearance along a portion of Santiago Creek. (A2100.0; AGR-6656) ACTION: 1)Authorized the appropriation of$118,470 from unreserved Fund 100 balance � (General Fund) to expenditure account 100.7022.51700.00000 (Contractual Services); 2)Approved the agreement with Great Scott Tree Service,Inc. for tree and brush clearance and Authorize the Mayor and the City Clerk to execute the agreement on behalf of the CiTy; and 3)Authorized City Staff to file a Notice of Exemption to the County of Orange for the California Environmental Quality Act due to the minor nature of the project. 3.7 Authorize the first amendment to Agreement 6270 with Bibliotheca for purchase of a replacement sorter and associated maintenance for the sorter and all Radio Frequency Identification(RFID)equipment for the Orange Public Library&History Center. (A2100.0; AGR-6270.1) ACTION: 1) Authorized sole source upgrade and purchase of a replacement AMH sorter from Bibliotheca for an amount not-to-exceed$183,580 (plus tax); 2)Authorized renewal of annual maintenance service for all RFID equipment through FY 23/24; and 3) Authorized Mayor and City Clerk to execute the Amendment on behalf of the City. 3.8 Second Amendment to Attorney Services Agreement with the law firm of Woodruff, Spradlin & Smart to provide legal services related to litigation defense in the matter of The Estate of Michael Perez v. City of Orange. (A2100.0; AGR-6569.2) ACTION: Approved the Second Amendment to Attorney Services Agreement with Woodruff, Spradlin& Smart in the amount of$90,000; and authorized the Mayor and City Clerk to execute on behalf of the City. PAGE 5