Loading...
HomeMy WebLinkAboutC-4560 - Contract for Purchase, Relocation and Installation of King Palms for Coast Highway Median ImprovementsQ) 11� C/J CONTRACT WITH WEST COAST ARBORISTS, INC. FOR PURCHASE, RELOCATION AND INSTALLATION OF KING PALMS FOR COAST HIGHWAY MEDIAN IMPROVEMENTS THIS CONTRACT is made and entered into as of this Ybday of 2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and (charter City ( "City "), and West Coast Arborists, Inc., a California corporation, whose principal place of business is 2200 E. Via Burton Street, Anaheim, 92806 ( "Contractor"), and is made with reference to the following: :7Xdir_L�� A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to improve the East Coast Highway medians within the City of Newport Beach. C. City desires to engage Contractor to relocate 15 King Palms from Big Canyon Reservoir and purchase and install three additional King Palms for a total of 18 King Palms to be planted within the East Coast Highway medians, and provide miscellaneous related services ( "Project'). Contractor has agreed to perform the Project within 5 consecutive working days between May 10, 2010 and June 30, 2010. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SCOPE OF WORK City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. As such, contractor shall perform all the services described in the Proposal for Tree Maintenance Services ( "Scope of Work ") attached hereto as Exhibit A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials and workmanship will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -Gass firms performing similar work under similar circumstances. Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 2. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Contractor shall complete the Work within the time set forth in this Section. The failure by Contractor to meet the deadline of June 30, 2010, may result in termination of this Agreement by City and assessment of damages as outlined in Section 2.1. 2.1 The parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should the Contractor fail to complete the Project within the time allowed. Should Contractor fail to complete the work called for in this Agreement on the date outlined above, Contractor agrees to the deduction of liquidated damages in the sum of Two Hundred Fifty Dollars ($250.00) for each calendar day beyond the date scheduled for completion provided in Section 2 of this Agreement assuming that the Contractor has access to the space on May 10, 2010 as described herein. Execution of this Agreement shall constitute agreement by the City and Contractor that Two Hundred Fifty Dollars ($250.00) per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 3. COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work, City shall pay to Contractor and Contractor accepts as full payment the sum of Twenty -Seven Thousand, Seven Hundred and 00 /100 Dollars ($27,700.00). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. The City shall make progress payments as the Project work proceeds based on the percentage of Project work completed. 4. ADMINISTRATION This Agreement will be administered by the Public Works Department. Andy Tran, P.E., shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Contractor shall use only the standard materials described in Exhibit A in performing services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the City Administrator. 5.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6. RESPONSIBILITY FOR DAMAGES OR INJURY 6.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subconcontractors, or its workers, or anyone employed by either of them. 6.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 6.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and /or design defects; and /or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 6.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 6.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 6.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 6.3 above. 6.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. 7. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are 3 8. DA limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit or performance of any work. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. general liability insurance in an ($1,000,000) per occurrence property damage, including w commercial general liability it aggregate limit is used, either Contractor shall maintain commercial amount not less than one million dollars for bodily injury, personal injury, and thout limitation, contractual liability. If surance or other form with a general the general aggregate limit shall apply 10. E. separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non - owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely /Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement and in the form attached hereto as Exhibit B which is incorporated herein by this reference; and a Faithful Performance Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Agreement in the form attached hereto as Exhibits C which is incorporated herein by this reference. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. The Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the Sate of California. 11. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 12. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. 13. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 14. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 15. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Andy Tran, P.E. Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92660 Phone: 949 - 644 -3315 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Randy Thompson West Coast Arborists, Inc. 2200 E. Via Burton Street Anaheim, CA 92806 Phone: 800 - 521 -3714 Fax: 866 - 936 -0739 16. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting 7 party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Agreement. 17. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 18. WAIVER A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 19. INTEGRATED AGREEMENT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal Agreement or implied covenant shall be held to vary the provisions herein. 20. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services, the terms of this Agreement shall govern. 21. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 22. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 23. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 24. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: r yne to e Vh p,Assistant Cityney� for the City of Newport Beach Leiiani rsrown, City Clerk CITY OF NEWPORT BEACH, A Municipal Corpc�tion T" G. Badum for of Public Works e City of Newport Beach West Coa rb Mists, Inc. By: Patrick Mahoney (Print Name) Title: President By: Richard Mahoney (Print Name) Title: Vice-President/Asst. Secretary Please note; Corporations must complete and sign both places above even if each office is held by the same individual Attachments: Exhibit A — Proposal - Scope of Services Exhibit B - Labor and Materials Payment Bond Exhibit C - Faithful Performance Bond I EXECUTED IN DUPLICATE BOND NUMBER CF2553 PREMIUM INCLUDED IN PERFORMANCE BOND CITY OF NEWPORT BEACH BOND NO. CF2553 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to West Coast Arborists, Inc., hereinafter designated as the "Principal,' a contract for the Coast Highway Median Improvements, located in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, CONTRACTORS BONDING AND INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as 'Surety") are held firmly bound unto the City of Newport Beach, in the sum of Twenty -Seven Thousand, Seven Hundred and 00/100 Dollars ($27,700.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. 10 In the event that any principal above named executed this Bond as an individual, 4 is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has be d ly executed by the above named Principal and Surety, on the 6th day of APRIL , 2010. Patrick Mahoney 11 'UJI11 President West Coast Arborists, Inc. (Principal) Aut rtred naturelidle CONTRACTORS BONDING AND INSURANCE COMPANY Name of Surety 111 PACIFICA, STE 350, IRVINE, CA 92618 Address of Surety (949) 341 -9110 Telephone MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF BOTH CONTRACTOR AND SURETY MUST BE ATTACHED 11 ACKNOWLEDGMENT State of California County of Orange ) ss. On April 6, 2010 before me, victor M. Gonzalez Notary Public, personally appeared Patrick -Mahoney Vproved to me on the basis of satisfactory evidence to be the person whose name are subscribed o the within instrument and acknowledged to at shefthey executed the same in authorized capacity(te rr and that by W wFM eir signatures* on the instrumen�n(s),_or the entity upon behalf of which the personal acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seat. VICTOR M. GONZALEZ C- ommisalon # 1721287 i e Notary Public - California Orange Counly l crtm Jm27.2a11 Signature no a MEN MEN man A am mass me sea Masson so@ am amen ONE some MEN seem NOUN a seems No name WON ON KNOWN Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION April 6th, 2010 Thumbprint of Signer Labor and Materials Payment Bond Type of Satisfactory Evidence: Personally Known with Paper identification _ Paper Identification Credible Witness(es) 2 No Capacity of Signer: _ Trustee _ Power of Attorney _ CEO/CFO/COO _ President IVice- President / Secretary / Treasurer Other: Other Information: ❑ Check here If no thumbprint or fingerprint Is available. CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of RIVERSIDE On q-4'10 before me, personally appeared R. NAPPI MICHAEL D. STONG "NOTARY PUBLIC" name and title of the officerl who proved fo me on the basis of satisfactory evidence to be the persoq(ewhose nameWis /em subscribed to the within instrument and acknowledged to me that he /sheAhey executed the same in his/hePAheir authorized capacity(.ies), and that by his/kwAluear signature(ajron the instrument the personK,, or the entity upon behalf of which the personjOacted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary I'aM' R. NAPPI in COMM. #1796916 NOT PUBLIC - CALIFORNIA �RIVERSIO,,j 7', (Notary Seal) MY Comm Expires Jute 7, 2012 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (ritle or description of attached document confinued) Number of Pages _ Document Date (Additional Information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2003Vemim CAPAvl2.10.078f10 -873 -9865 www.NaLwyClassescom INSTRUCTIONS FOR COMPLETING THIS FORM Any adnomrkdgmem mmpletrd to Cayfomla teat eanudn verbiage c=* as appears above in the rotary secikA or a separate acinowfedgmear fora moat be properly completed and anaehed to that doemuenn. The ally earaptka is if a document R to he recorded outside grCalrfwnfh in such instances. any a arnsa ive ocnnowledgmem verbiage m may be printed an such a document so tong fir die verbiage does no require the waray no don sameddng der is iaegal for a ueanry in Cahfomfo (i.e. crsrifying the authorized capacity of she afrrr). Prose check dSe document covfullyfor proper notarial warding and auach rhisfi m ifrequtred. • Sae and County information must be Iha Sate and Canny where the rteaonenl signers) personally appeared belbre the calory public fbr acknowledgment. • Date of notarization must be the date that the signets) personally appeared winch must also be the same date the acknowledgment is completed. • The notary public must prim his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the nengs) of docmned sigur(s) who personally appeal at the time of notarization, • Indicate the correct singular or phoal frets by crossing off incorrect farms (i.e. heland0aq,- is fare) or circling the correct forms. Failure to correctly indicate this inrformation may lead to rejection of document recording. • The notary seal impression muss be dear and photographically reproducible, Impression mutt rut cover test w lines. If seal impression smudges, mseel if a sufficient me permits, otlxnvrse complete a different acknowledgment brm. • Signature of the vary public must match the signature on file with the office of the county clerk. 4 Additional information is not required but could help to arcane this aeknavledgment is not misused or aneched to a different document. O Ind'xaie (ifle m type of amW=d dwuutem,..amber of pages and date. ? haliate the capacity claimed by the signer. If the claimed capacity is a corporate officsy indicate the title (i.e. CEO, CFO, secretary). • Securely anach this documem to the signed document EXECUTED IN DUPLICATE BOND NUMBER CF2553 PREMIUM: $222.00 CITY OF NEWPORT BEACH BOND NO. CF2553 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 222.00 , being at the rate of $ B • 00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to West Coast Arbonsts, Inc., hereinafter designated as the "Principal," a contract for the Coast Highway Median Improvements in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY . duly authorized to transact business under the laws of the State of Califomia as Surety (hereinafter `Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Twenty-Seven Thousand, Seven Hundred and 001100 Dollars ($27,700.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that If the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond, otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications, This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. 12 In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has Surety above named, on the 6th day of APRIL Patrick Mahoney West Coast Arbodsts, Inc. (Principal) CONTRACTORS BONDING AND INSURANCE COMPANY Name of Surety 111 PACIFICA, STE 350, IRVINE, CA Address of Surety 92618 (949) 341 -9110 Telephone ily executed by the Principal and 2010. President MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF BOTH CONTRACTOR AND SURETY MUST BE ATTACHED 1R ACKNOWLEDGMENT Y YYJYY noon YUYUYrYMroal Y\Y YYYYY YYY\YYYY YJYa YY UUYe OY YY Y Y ago soon age YUY Samson State of California County of Orange ) ss. On April 6, 2010 before me, Victor M. Gonzalez Notary Public, personally appeared Patrick Mahoney Proved to me on the basis of satisfactory evidence to be the person whose name) afe subscribe the within instrument and acknowledged to Eeperson(&)-actecl, hat sineH�ey execute the same in s eftehr authorized capacity(i� and that by r signatures(s) -on the instrument persorlW, or the entity upon behalf of which executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature VICTOR M. GONZALEZ Commisalon # 1721287 3 a Notary Public - California Orange County Cantu. J3n27201T (Seed •YaYY \YYY YYYYi YYY YY Ya\ YYaY aYY, IYYY\ a\ YYIYYaYYYY YYYYYa YY YYYYYYYYY YaYYYYY YYY YY Y \Y, Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL fNFORMATION April 6th, 2010 Faithful Performance Bond Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) No Capacity of Signer: _ Trustee _ Power of Attorney CEO/CFO/COO President I Vice- President I Secretary I Treasurer Other. Other Information: Thumbprint of Signer ❑ Check here n no thumbprint or finperprtnt is avallabie. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of RIVERSIDE On li ' b. l U before me, R. NAPPI "NOTARY PUBLIC" (Here insert name and tide of the officer) personally appeared MICHAEL D. STONG who proved to me on the basis of satisfactory evidence to be the persorlWwhose namt:Wlts /are subscribed to the within instrument and acknowledged to me that he /sheAhey executed the same in his/ker*wk authorized capacity(ic:4 and that by hiss`]= stir signatureWon the instrument the personX or the entity upon behalf of which the personWacted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. signature ofNoery Pmic R. NAPPI COMM. #1796916 NOTARY PUBLIC -CALIFORNIA o, RIVERSIDE COUNTY (Notary Sea!) My Cornea. Expires Jam 7, 2072 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Tide or desefipdm of attached document) (Title or description afattaehed document continued) Nuenber of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Tide) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008Venim CAPAvl2.10. 07800.873.9865 wmv.NoeryClasms.com INSTRUCTIONS FOR COMPLETING THIS FORM Arty acktlowkdgnnea Canp%ted in CoNfornia bluff Contain Nrbfgg am* or appears abare in the nbmy action or a teparaa aeknowkdganewform mat he properly completed and of ached to dirt doawsem. Ike arty exception is if a document if m be marled olnafde of Ca4risna r 1b such instances, airy aher mare ucknow,ledgmea verbiage as amy be priared an such a docaeew so Imig as the verbiage does not require da notary to do something dear is illegal far a ammy at Cabfornta Its. anit&ng the awlmrlxd ctparay of due s4pw). Please check the dacutnesu cmefuAyfarproperxwm*d rear &fig andonach this fww ifregWred. • Smte and Comfy information now be the Sate and Coway where the document mgmits) personally appeared before the unary public for ackrwwledgmeaL • Date of notarization must be the time Ibat the signe(s) pe moaelly appeared which must aim be the came dale the ea comsitdgmnd is completed. • The notary public meat print bis or he Imme m it appears within his or her commission k4lomd by a eomam and then yaw 60e (notary public} • Prim the nama(s) of document signerts) who personally appear at The time of nou rirmion • indicate the camect singular or plural farms by crossing off hncamA forms (i.e. helabcAheyr is lea) or circling the correct forme. Failure to correctly indicate this infamsmion may lead to rejection ofdocwrent recording. • The notary seal impression oast be clear and photographically reproducible. Impression mist not cover test or line. if seal impression smudges, re -seal if a sufficient area permits, mher-wise complete a diRarem acknovtiedgment farm • Signature of the notary public mast match the signature on ale with the office of the county clerk s Additional information is rem required bar could help to canna this acknowledgment is eat mimscd or attached to a different document f Indicate We or urge ofattacled document, number ofpegn and doe. } hdicak the capacity claimed by the signer. If ties claimed capacity is a corporate officer, indicate the title (Le. CEO, CFO, Secretary). • Securely coach this documem to the signed document LIMITED POWER OF ATTORNEY Not Valid for Bonds Executed On or After: MARCH 31ST, 2010 Power of Attorney Number:172915 Unfy an unaltered original of this Power of Attorney document is valid, A valid original of this document is printed on gray security paper with black and red ink and bears the seal of Contractors. Bonding and Insurance Company (the "Company'). The original document contains a watermark with the letters "chic" embedded in the paper rather than printed upon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light. This document is valid solely in connection with the execution and delivery of the bond bearing the number indicatedbelow, and provided also that the bond is of the type indicated below. This document is valid onh, if the bond is executed on or before the date indicated above. KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: JEREMY PENDERGAST, MICHAEL D. STONG, SHAWN BLUME and ROSEMARY NAPPI its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver on behalf of the Company: (1) any and all bonds and undertakings of suretyship given for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10,000,000, and provided, further, that no Attorney -in -Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company------------------------------------------------------------------------ _________________________________________________ __ _____ ___ __ _____ ________ ___ __ CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO REREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the reverse arc now in full force and effect. Bond Number Ci F 5 7 Signed and sealed this day of e lJ r� R. Kirk Eland. Secretary CBIC • 1213 Valley Street e P.O. Box 9271 • Seattle, WA 98109 -0271 (206) 622 -7053 • (800) 765 -GBIC (Toll Free) • (800) 950 -1558 (FAX) P0a1 POA.08- CS00613e7 Certificate of Appointment and Resolution of the Board of Directors The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attomey(s) -in -Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993: RESOLVED, that the CEO. President, CFO, any Vice President, Secretary or any Assistant Secretary, and any other employee as may be specifically authorized by a particular board resolution (hereafter "Authorized Officer or Employee ") may appoint attorneys -in- factor agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the Authorized Officer or Employee and attested and sealed (if a seal be required); or (ii) when signed by the Authorized Officer or Employee, and countersigned and sealed (if a seal be required) by a duly authorized attomey -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one nr more attorneys -in- fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature and seal when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and attorneys -in -fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved by the Board of Directors, including, but not limited to, so called `'fax or facsimile powers of attorney ", where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attomey may be attached to another bond (for example, a fax power of attorney may be attached to the final bond for a project for which the different form of power was attached to the bid bond) without affecting the validity of either power of attorney or bond. IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and secretary, and its corporate seal to be hereunto affixed this 13th day of June, 2007. Don . ukm, Preai enl State of Washington County of King Attest: K. Kirk Eland, Secretary On June 13, 2007 before me, Brenda J. Scott Notary Public, personally appeared Don Sirkin and R. Kirk Eland personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument. WITNESS my hand and official seal. Signature �(�t(�� (seal) �taoTMt Brenda 1. Scott, Sotary Puhlic EXHIBIT A Proposal 23293 West Coast ton St fists, Inc. 2200 E. Via Burton St State Contractors License 0366764 Anaheim, CA 92806 Liab llty Insured (P) 800.521.3714 (E) 866.936.0739 PROPOSAL FOR TREE MAINTENANCE SERVICES CUSTOMER: CITY OF NEWPORT BEACH CONTACT: ANDY TRAN ADDRESS: 3300 NEWPORT BLVD. PHONE /FAX: (949)644 - 3315/. NEWPORT BEACH, CA 92658 EMAIL: atran�newoonbeachca.¢o, JOB LOCATION: Coast Highway East. JOB DESCRIPTION: Tree planting services per Plans and Specifications. QTY DESCRIPTION U/M U/P TOTAL 15 Relocate 15 King Palms from Big Canyon Reservoir Each $750.00 $11,250A0 3 Purchase and Install 13' King Palms Each $2,250.00 $6,750.00 18 Misc. Services Each $325.00 $5,850.00 1 Traffic Control set up and break down Lump Sum $3,850.00 $3,850.00 GRAND TOTAL: $27,700.00 COMMENTS: Misc. Services include: Tie fronds, 2" layer of mulch, Plaster sand, 3" perforated PVC w/ caps, Gravel stump. ESTIMATED BY: RANDY THOMPSON Date: 2/1/2010 ACCEPTED BY: Date: SCOPE OF WORK Pa>;e I of I EXHIBIT A Proposal 23293 West Coast Arborists, Inc. 2200 E. Via Burton St. State Contractors License #366764 Anaheim, CA 92806 Liability Insured (P) 800.527.9774 (E) 866.936.0739 PROPOSAL FOR TREE MAINTENANCE SERVICES CUSTOMER: CITY OF NEWPORT BEACH CONTACT: ANDY TRAN ADDRESS: 3300 NEWPORT BLVD. PHONEIFAX: (949)644- 33t51- NEWPORT BEACH, CA 92658 EMAIL: airankineavortbeachca.wv JOB LOCATION: Coast Highway East, JOB DESCRIPTION: Tree planting services per Plans and Specifications. QTY DESCRIPTION U/M U/P TOTAL 15 Relocate 15 King Palms from Big Canyon Reservoir Each $750.00 $11,250.00 3 Purchase and Install 13' King Palms Each $2,250.00 $6,750.00 18 Misc. Services Each $325.00 $5,850.00 1 Traffic Control set up and break down Lump Sum $3,850.00 $3,850.00 GRAND TOTAL: $27,700.00 COMMENTS: Misc. Services include: Tie fronds, 2" layer of mulch, Plaster sand, 3" perforated PVC w/ caps, Gravel stump. ESTIMATED BY: RANDY THOMPSON Date: 212/2010 ACCEPTED BY: Date: Page 1 of 1 CITY OF NEWPORT BEACH BUSINESS TAX CERTIFICATE THIS TAX PAYMENT EXPIRES: 08/31/2010 ACCOUNTNUMBER: BT00013595 SERVICE ADDRESS: OWNER/PRINCIPAL NAME: WEST COAST ARBORISTS INC r;�• r WE3T COAST ARSORISTS INC 2200 8 VIA BURTON ST z < OWNERSHIP TYPE: ANAB824 CA 92806 CORPORATION BUSINESS CATEGORY: TAX INCLUDES PAYMENT FOR: } LANDSCAPE CODNSHLING & � _ ., . 1.00 EMPLOYEES ti NO SELLERS P F ~- "(rJ DATE OF ISSUE: 10/06/1988 SELLERS PERMIT: ��•. �F PRINT DATE: 09/17/2009 n L This is to Certify that TEST COAST ARBORISTS, INC 2200 EAST VIA BURTON ANAHEIM NAME AND ADDRESS OFINSURED CA 92806 ear > is, at the issue dare of" certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject a all their terms, exclusions and Conditions and is not altered by any reduirement, term or condhion ofanv contract or other document with resuect to which this certificate may be issued, TYPE OF POLICY ❑ CONTINUOUS ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY Insurance Group ❑ POLICY TERM POLICIES UNTIL AT LEAST 3U OF SUCH CANCELLATION HAS BEEN MAILED TO: WORKERS COMPENSATION STATUTORY 7/112010 WA2 -66D- 039499 -079 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: CA EMPLOYERS LIABILITY Bodily Injury by Accident 1 0 0 OOOE.eb Ac .am Bodily Injury By Disease Elaine Ulan B Los Angeles 10603 AUTHORIZED REPRESENTATIVE 3300 Newport Boulevard 818 IN 7th Street, Suite 850 0564406 U $1,000,000 Bodily Injury By Disease Lewport Beach CA 92659 I OFFICE PHONE DATE ISSUED $1,000,000 COMMERCIAL GENERAL LIABILITY 7/112010 TB2- 661 - 039499 -019 General Aggregate $2,000,000 OCCURRENCE Products I Completed Operations Aggregate ❑ CLAIMS MADE 2,000,000 Each Occumnce R—EM-0—DA—TE-1 Personal & Advertising Injury $1.000,000 Per Person / Organ'vstion s�hh ec OFICE DAMAGES $100,000 rIIEDICAL PAYMENTS $5,000 AUTOMOBILE LIABILITY 7/1/2010 AS7 -661- 039499 -039 Each Accident —Single Limit $1 000,000 B.I. And P.D. Combiced Each Person 0 OWNED Each Accident or Occurrence 0 NON -OWNED D HIRED Each Accidem ar Ocemrmae OTHER 4!112009 71112010 7H2 -661 -039499 -049 $5,000,000 PER OCCURRENCElAGGREGATE UMBRELLA EXCESS LIABILITY ADDITIONAL COMMENTS See Addendum Attached. • If the certificate expiration date is continuous or extended term you will be ratified if coverage is terminated or reduced before the certificate expiration date. This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 Liberty Mutual NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) Insurance Group BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CAAkNICEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 3U OF SUCH CANCELLATION HAS BEEN MAILED TO: DAYS NOTICE FICity of Newport Beach CiC�t�v+ tJ L� Y �J Elaine Ulan B Los Angeles 10603 AUTHORIZED REPRESENTATIVE 3300 Newport Boulevard 818 IN 7th Street, Suite 850 0564406 U Los Angeles CA 90017 213. 624 - 1171 4/27/2010 Lewport Beach CA 92659 I OFFICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 MED INSURED CERTIFICATE HUL ItR 4127 WEST CQAST ARBORISTS, INC City of,Newpor[ Beach 2200 EAST. VIA BURTON 3300,Newpgr Boulevard ANAHEIM CA 92806 Newport Beach %CA ,92659 RE: Tree. Maintenance. Performs CG 2070,0704 and CG 2037 0704 the City of Newport Beachr its officers, officials, % employees and - volunteers are an additional insured under'the General Liability poII9yand CA 2048,0299 under the Auto policy if required.bya.wiritten contract with Jhe Named Insured, but "only for the coverages, and limits provided by -the -,palicy- and -.additional insured endorsements. Thi$-Insurance shall be:excess over any other cagerageaavailab*,fo the additional insured; unless a written 8Tpemen[ obligates. the named insured to pro�id$ ih &urance.to the additional insured on another basis- 10h at event, this policy will apply on the basis required by the written agreement (pdmarylnon - contributory) -. 'Waiver of Subrogation app lies % to, the Workers Compensator policy per endorsement WC 04.0306. WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (Phis agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. ThL; endorsement has not been approved and does not apps in the state of Pennsylvania. Scbedule Where required by contract or written agreement. This endorsement is executed by the company below designated by an entry in the box opposite its name Premium S F-1 LIRFRTY MU'11W. INSURANCE, CO.xB'ANY Effeetiw Date 07 /01/2009 Expuation Date 07101/2010 a1.IBPRIY NTVI*U'AL I.IRL INSURANCE: COMPANY Por attachment to Policy No. WA2 -66D -039499 -079 aLIBERTY INSURANCE CORPORATION Audit Basis a I.bt INSURANCr. CORPORATION E-1 THE FIRST LIBERTY INSURANCE CORPORATION Issued To WEST COAST ARBORISfS INC Issue! 07/01/2009 Loc. 6 WC 00 0313 (Ed. 484) Countemgredby._......_... ..._.... ... _.............__. . ......... .... ........ ........._... ..... Authorised Representaftw Sales Office arnl No. Fnd. Serial No. RmglewoK4 CO/0972 Copyright 1983 National Cound on Compensation Insuraacc THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modified insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name of Person(s) or .any perxm or organisation wham you have agreed in writing to add as an additional Organization(s): insured but only to coverage and minimum limits of insurance m4uired by the written agreement, and in no event to exceed either the scope of coverage or the limits of ins umnce provided in this policy. Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. Policy No: A87- 661-039499.039 Issued By: lAcrry Insurance Cosporatian Effective Date: 04/01/2009 Expiration Date: 07/01/2010 Sales Office: Englewood, C010972 Endt Serial No: CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Premium: Name of Person or Organization : Any person or organization for whom you perform work under a written contract if the contract requires you to obatin this agreement from us, but only if the contract is executed prior to the injury or damage occurring. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out or your operations of a covered auto done under contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. Policy No: AS7. 661 - 039499-039 Issued By: Liberty Insurance Corporation Effective Date: 04/01/2009 Expiration Date: 07/01/2010 Sales Office: Englewood, CO 0972 Endt Serial No: AX 12 10 02 05 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or O anization s : Location(s) Of Covered Operations Any owner, lessee, or contractor for whom you have agreed in writing prior to a loss to provide liability inusrance. Information required to complete this Schedule if not shown above, will be shown in the Declarations. A. Section If — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or CG 20 10 07 04 0 ISO Properties, Inc., 2004 Page 1 of 2 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium S Effective Date 04 -01 -2009 Expiration Date 07 -01 -2010 For attachment to Policy No. TB2- 661- 039499 -019 Audit Basis Issued To West Coast Arborists Inc Countersigned by AuUwdzed Representaliva Issued Sales Office and No. End. Serial No. 04/01/2009 Englewdod, CO/0972 Page 2 of 2 0 ISO Properties, Inc., 2004 CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any owner, lessee, or contractor for whom you Any location listed in such agreement. have agreed in writing prior to a loss to proivde liability insurance. Information required to complete this Schedule, if not shown above, will be shown in the Declarations, Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products- completed operations hazard ". This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium 3 Effective Date 04/01/2009 Expiration Date 0 7/0112 01 0 For attachment to Policy No. TB2 -661 A39499 -019 Audit Basis Issued To West Coast Arbodsts Inc Issued 04/01/2009 4 �R � t'7 I. Ccunlersigned by _- Authorized Representative Sales Office anti No. Englewood, CO/0972 End. Serial No, CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization with whom you have agreed in writing to waive any right of recovery prior to a loss. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Conditions (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following" We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included in the "products - completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium $ Effective Date 04/01/2009 Expiration Date 07101/2010 For attachment to Policy No. T82 -661 -039499 -019 Audit Basis Issued To West Coast Arborists Inc tiRf.RE rAm PREM)ENT Countersigned by Authorized Representative Issued Sales Office and No. End. Serial No. 04101/2009 Englewood, CO/0972 CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 04/28/10 Dept. /Contact Received From: Shari Rooks Date Completed: 04/28110 Sent to: Shari Rooks By: Casey Rogers Company /Person required to have certificate: West Coast Arborists Service(s) Provided: GENERAL LIABILITY A. INSURANCE COMPANY: Liberty Mutual Fire Insurance B. EFFECTIVE DATES: 07/01/09 to 07/01/10 C. AM BEST RATING (A-: VII or greater): "A" (XV) D. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No $2,000,000 to E. LIMITS (Must be $1 M or greater): What is limit provided? $5,000,000 Umbrella F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No G. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No H. PRIMARY & NON- CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No I. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No J. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Liberty Mutual Fire Insurance B. EFFECTIVE DATES: 07/01/09 to 07/01110 C. AM BEST RATING (A-: VII or greater) "A" (XV) D. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No E. LIMITS (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): N/A Is it Included? n1a [:]Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 111. WORKERS' COMPENSATION A. INSURANCE COMPANY: Liberty Mutual Fire Insurance B. EFFECTIVE DATES: 07/01109 to 07/01/10 C. AM BEST RATING (A-: VII or greater): "A" (XV) D. LIMITS: Statutory E. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No - -. -.. HAV€ ALL AROVE oeni uoaeevuTS REEK ME-T7 IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Casey Av,,v� Rogers Agent of Brown & Brown Date Broker of record for the City of Newport Beach 04/28/10 ❑ Requires approval /exception /waiver by Risk Management B &B initials Comments: Approved: Risk Management Date W _ _ w M,