Loading...
HomeMy WebLinkAboutPW18-415 - Original - Davey Resource Group, Inc. Street Tree Inventory Update - 10/30/2018 `. !ENT Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. ❑ Blue/Motion Sheet Attached ❑ Pink Sheet Attached Vendor Name: Davey Resource Group, Inc. Vendor Number (]DE): Contract Number (City Clerk): W { Category Contract Agreement Sub-Category (if applicable): Other.... Project Name: Street Tree Inventory Update Contract Execution Date: v,� Termination Date 12/31/18 Contract Manager: Ryan Carroll Department: PW: Operations Contract Amount: $2,335.00 Approval Authority: ❑ Director ❑ Mayor ❑ City Council Other Details TheVendor.shall provide a Street Tree Inventory Vpdate,far the City of Kent Street Trees. They will identify collect six pieces of data (location, species, diameter a 6rea�t""hieigHf, spread and any major defects') _ ._...... .... 400 KENT GOODS & SERVICES AGREEMENT between the City of Kent and Davey Resource Group, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Davey Resource Group, Inc. organized under the laws of the State of Ohio, located and doing business at 18809 101h Ave NE, Shoreline, WA 98155; Phone: (206) 714-3147; Contact: Ian Scott (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: The Vendor shall provide a Street Tree Inventory Update for the City of Kent Street Trees. For a description, see the Vendor's Scope of Work which is attached as Exhibit A and incorporated by this reference. Any information to be provided by VENDOR is an assessment that shall be considered accurate only at the time of observation. Trees are living organisms that grow, respond to their environment, mature, decline, and fail over time. VENDOR makes no representation concerning the effect over time of site distributions, environmental or internal conditions of the trees. It is the sole responsibility of CITY to plan and implement whatever continuing inspection and maintenance programs may be advisable to detect, or mitigate potential hazards that may result from future conditions of the trees that VENDOR is being asked to assess. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by December 31, 2018. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Two Thousand, Three Hundred and Thirty-Five Dollars ($2,335.00), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: The Vendor shall be paid after execution of agreement and submittal of invoice. GOODS & SERVICES AGREEMENT - 1 ($20,000 or Less, Incl. NSST) If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A, Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F, The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with GOODS & SERVICES AGREEMENT - 2 ($20,000 or Less, including WSST) the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or 3 not protesting in the way this section provides. An amendment that is accepted b P ( ) P 9 Y P P Y Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII, CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3, The provisions in this Agreement that support the claim; 4, The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C„ Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. GOODS & SERVICES AGREEMENT - 3 ($20,000 or Less, including WSST) D, Failu rem to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable GOODS & SERVICES AGREEMENT - 4 ($20,000 or Less, including WSST) attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. I The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. GOODS & SERVICES AGREEMENT - 5 ($20,000 or Less, including WSST) H. Compliance with Lawn The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. ], (#iYv Riicinacc I franca Raniilrad Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. ..................................................------ VENDOR: CITY OF KENT: By. JE) By; J r (signature) (signature) Print Name: Emily Spillett Print Name: David A. Brock, P.E. Its: Program Manager-Western Region Urban Forestry Its Deput Director Operations Manager (title) DATE: 10-26-18 DATE: /6 ,.�Z> I NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Ian Scott Timothy J. LaPorte, P.E. Davey Resource Group, Inc. City of Kent 18809 loth Ave NE 220 Fourth Avenue South Shoreline, WA 98155 Kent, WA 98032 (206) 714-3147 (telephone) (253) 856-5500 (telephone) NA (facsimile) (253) 856 6500 (facsimile) ATTE'S t Kent City Clerk GOODS & SERVICES AGREEMENT - 6 ($20,000 or Less, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: E S For: Tree Inventory work at the City of Kent Title: Program Manager-Western Region Urban Forestr Date: 10-26-18 EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 1 , A ry 6 k �/ ��a ,� �,y N+ h� " a✓` yp'Yµ °. �p �."V wF yM1�nm+�" r'�`ryr4rR u a Y •ara r'*'�' �+4°*v � rf���/ �°m i Y r ? r "tea• r • • 1 • 11 • � 1 Firm Qualification The Davey Resource Group, a wholly owned subsidiary of The Davey Tree Expert Company, believes in making a difference and improving the long term care and management of cur urban and communityforest resources.As the leading company providing urban and community forestry services across the country, Davey Resource Group clients rely on us to assist in developing and managing programs that meet the needs of the communities they serve. Our relationships with national,state,and local partners have allowed us to develop and deliver processes that meet bath the social and scientific requirements of the communities that we partner with and support. Our team of highly trained staff have the knowledge, experience, and technology to help our clients succeed in managing and understanding theirtree resource. Davey Resource Group has inventoried well over 2 million trees while conducting more than 300 urban tree inventory projects. Many communities throughout the Pacific Northwest enjoy our professional services and tools.The City of Kent is one of many communities that selected our TreeKeeper software as its preferred tree inventory and data management system. Project Understanding Davey Resource Group will be responsible for geolocating, identifying, and assessing approximately 533 transportation corridor street trees by an International Society of Arboriculture (ISA) certified arborist. Forthis project,our inventory arborist will walk up to specific street trees and vacant street tree locations that have been identified by the City. The arborist will confirm and or update the following attributes for each tree: location,species, diameter at breast height, height, spread and any major defects. A tablet computer will be used to document data updates. Data will be collected in a sequence desired by the City. Davey Resource Group will deliver the confirmed inventory data in TreeKeeper as requested in the RFP. Davey Resource Group will provide labor,transportation,materials,equipment, and technical expertise to perform this project using best industry practices,such as those promoted by the ISA. Collected data will be presented in accordance with all environmental and safety standards and all applicable local, state, and federal ordinances.All inventory data collected by Davey Resource Group becomes the property of the City of Kent. Prior to data collection,the Davey Resource Group Project Manager will meet with the Kent team for a pre-project meeting. This meeting will serve a number of purposes. The first priority will be to determine routing of the inventory arborists within the City. We will also review and seek approval of our roadside safety procedures and request any parking,traffic safety or identification information that might be needed. It is our intent to be well prepared going into the contract so that your staff's day-to-day duties and the City of Kent is not interrupted by our presence. Project Staff Ian Scott I Project A/ianager Ian Scott is an urban forestry specialist for Davey Resource Group. He is the Project Manager for all clients in the Pacific Northwest. Ian is based out of Shoreline, Washington. He and his team work with cities to deliver tree inventories, develop urban forest management consulting solutions and provide analysis to urban tree canopy assessments. Ian's greatest satisfaction comes from helping communities find the best path to enhance their urban forest for the future generations. Ian has a Bachelor of Science degree in Forestry and Environmental Davey Resource Group I City of Kent Tree Inventory Proposal I July 2018 1 Management from the University of New Brunswick,Canada. He is a 2009 graduate from the Municipal Forestry Institute, and also an ISA Certified Arborist(PN-5408AUM) with Tree Risk Assessment Qualification. He is chair of the membership committee at the ISA, an active member of the Pacific Northwest Chapter ISA and the Utility Arborist Association.For this project Ian Scott will be responsible for all Project Management and oversight. Todd Beals I Inventory Specialist Todd Beals joined the Davey Resource Group in 2017 with several years of experience as a tree inventory and assessment Arborist at the University of Massachusetts Amherst, At LIMA Todd installed, maintained and trained colleagues to use ArcGIS software to conduct a tree inventory of the campus. Todd served on the Board of ReGreen Springfield where he collaborated with businesses, community leaders, educational partners, and government agencies to promote the reforestation of Springfield, MA. His skills include inventory and assessment, grant writing,tree planting, volunteer organization, educational presentations,tree report drafting using i-Tree and associated arboriculture technologies, and clerk responsibilities. He worked as an independent contractor to conduct a street tree inventory of all the Fraxinus spp, in the city of Enfield, Connecticut. • International Society of Arboriculture Certified Arborist: License#NE-6913A • Massachusetts Certified Arborist: License#2518 • University of Massachusetts Amherst, M.S. SustoinobiiityScience, B.S. Arboriculture& Community Forestry For this project, Todd Beals will be responsible for documenting tree observations and updating TreeKeeper as appropriate. References The City of Kent will benefit from Davey Resource Group's extensive project experience and participation in local, state, and national urban and community forestry program development. As stated prior, Davey Resource Group has inventoried more trees than any other company in the world. Our work throughout North America is a testament to our stability as a company, our capacity to successfully complete projects,and the resources we have available. The following references represent recent Washington State projects that correspond to inventory collection services requested by the City of Kent. A complete list of all Washington, Western States and/or national projects including contact information is available upon request. City of Renton, Washington Terry Flatley,Urban Forester 1425-430-6601 I TFlatley@RentonWa.Gov 1 1055 S.Grady Way,Renton,98057 In November of 2007, DRG was hired to perform a tree inventory and assessment of public property trees in a newly annexed neighborhood. The inventory was performed during summer and autumn of 2009 where data was collected on 2527 trees and 195 vacant planting sites. Tree attributes were collected based on the City of Renton's existing tree inventory data and the data was seamlessly integrated into the City's comprehensive tree inventory. Since the completion of this project, DRG has continued our support of the City of Renton through a contract that assists the urban forester in completing his duties within the city. More recently, the City of Renton has invited DRG to engage in long-term contract agreements to provide dedicated staff support to their urban forestry program. Davey Resource Group I City of Kent Tree Inventory Proposal I July 2018 2 City of Seattle, Washington Nolan Rundquist I City Arborist 1 206-615-0957 1 nolan.rundquist@seattle.gov 1 700 Sth Avenue,Suite 3900 Seattle, 98124-4996 The City of Seattle is responsible for the safety and care of an estimated 250,000 street trees;of which the Seattle Department of Transportation (SDOT) maintains approximately 40,000 along streets and in other right of way(ROW) areas. In 2018the City invited Davey Resource Group to provide an inventory update within sections 5, 18 and 23.There are an estimated 4,000-6,000 ROW trees trees in each of the respective units. City of Spokane, Washington Angel Spell I Urban Forester 1 509-363-5495 1 aspell@spokanecity.org 1 808 W Spokane Blvd,Spokane,99201 Between 2012 and 2015, Davey Resource Group partnered with the City of Spokane to perform a publictree inventory, i-Tree Streets Resource Analysis,and an urban forest management plan. The results of the i-Tree analysis enhanced their program development and advanced community support for developing a long-term urban forest management plan. The city of Spokane was subsequently awarded a grant by the State of Washington to complete this plan fortheir Parks and Recreation Department. The Department invited Davey Resource Group to research existing policies and practices and create a framework that supports long-term adaptive management. Aspects of the project include stakeholder and constituent interviews, reviewing codes and policy, reviewing operation standards and ensuring compliance with best practices in Washington State and the ISA. City of Bellevue, Washington Kevin Leclair I Urban Forester 1 425-452-2928 1 kleclair@bellevuewa.gov 150 110th Avenue NE,Bellevue,98004 In spring 2009, DRG performed a comprehensive review of the City of Bellevue's Critical Areas Ordinance as it applies to tree care practices. From this DRG produced a tree care guide that reflected the latest in tree care science.The guide was accepted by the City in late 2009. About Davey Resource Group Davey Resource Group understands the importance of serving our clients with integrity and quality. We subscribe to an internal strategy of Quality,Teamwork and Communication. Moreover, we believe the most important component of the services we provide is our relationship to our clients. We believe that the first "rule of engagement" is listening. We provide advice and commentary as experts. We also believe in preparedness prior to every project. This means that we will have met with you prior to the data collection and everyone involved is clear about the project priorities and approach. Davey Resource Group I City of Kent Tree Inventory Proposal I July 2018 3 Respectful and diligent communication is embodied in our day to day work philosophy. Our communication goal is for City staff to be well informed so that there are no issues, concerns or complaints. Davey Resource Group has all the resources available to complete and deliver a tree inventory for the City of Kent in a timely basis and within your budget. Our team is organized,well versed in the identified collection attributes and understands the need for accuracy and consistency in their work.The Davey Resource Group inventory team includes a project manager, a project coordinator, and inventory arborists versed in regional dendrology and maintain the highest levels of industry certification including best management practices and familiarity with all parts of the current American National Standards Institute A300 and Z133. Every team member is orientated to and fully dedicated to your project. Each person given to your project has the equipment they need to ensure accuracy and completion of your project. i�, Davey Resource Group takes safety very seriously. We abide by all American National Standards Institute Z133 safety requirements and recommendations. Our safety program is administered by a dedicated safety department at our corporate headquarters in Kent,Ohio. In addition, portions of this program are delivered to field staff in our weekly tailgates, our internal newsletter, and weekly safely text messages to all team members. All Davey vehicles contain appropriate safety gear. For the City of Kent, cones and appropriate street signage will be deployed at each inventory location. Each arborist wears a safety vest that identifies them as a contractor with Davey Resource Group. Each arborist also is required to wear a hardhat in the field. Our vision of customer service and quality comes first from listening to our clients. We ask questions and listen for answers. We view our clients as partners in reaching their goals. This is why we hold kickoff meetings prior to project start and communicate throughout the life of the project and beyond. Kickoff meetings ensure that every team member understands what their role is from the start. We understand we represent the City of Kent as your consultant. Therefore, we are always professional in demeanor and presence. Quality means that we will provide you with answers to the questions you ask, and the data is delivered a format that is to your liking. Quality also means that the same team works on this project from start to finish. Quality will also be defined by the desires of the City of Kent. We will meet the standards in which you seek for this project. Project Pricing We anticipate it will take two (2)days to verify the treesidentifed in th_q RFP and to update Kents TreeKeeper system. Davey Resource Group will complete the work,for a pri e"af$7 335. Ifiis includes all necessary equipment, training, travel, and related expenses. Davey Resource Group rwelcomes discussion about pricing and solutions for all of City of Kent urban forestry needs. Davey Resource Group I City of Kent Tree Inventory proposal I July 2018 4 PUBLIC WORKS OPERATIONS 40 ed0000w,14141�lb Dave Brock, P.E. Operations Manager 2204th Avenue South Kent, WA 98032 W A A H IN O T O N Fax: 253-856-6600 PHONE: 253-856-5600 City of Kent Vegetation Management Street Tree Inventory Update Site locations and description of work: The services will include walking specified City of Kent streets where City street trees and vacant street tree locations have been identified and collecting six pieces of data (location, species, diameter at breast height, height, spread and any major defects). The services will include updating the Davey TreeKeeper database when the observed conditions do not match the information within the database. The areas to be added to the tree inventory are: Road Section Estimated # of Trees Reith Road from Lake Fenwick to S 253rd St 75 Veteran's Drive from Russell Road to Military Rd (in traffic island) 50 1041h Ave S from SE Kent-Kangley Rd to S 250th PI 30 SE 256th St from 1041h Ave SE to 116th Ave SE 100 SE 2561h St from 11611 Ave SE to 132nd Ave SE 50 761h Ave S from S 2121h St to S 228th St 25 S 231st St from 54th Ave S to Russell Road (in raised bed) 25 66th Ave S from 68th Ave S to 64th Ave S 75 S 26011 St from 27th PI S to Pacific Highway S 3 SE 208th St from 108th Ave SE to 132nd Ave SE 100 ***** Contractor must pay prevailing wage. Contractor is responsible for appropriate traffic control when needed. Proof of insurance and bonding will be required. Contractor must have an ISA certified arborist on site during work, utility certified where appropriate. Contractor is responsible for contacting homeowner for access where needed. Contractor must arrange for any phone/cable/power/etc. line drops if needed. **** If you have any questions about the job please contact Ryan Carroll at 253-275-7715. Or Scott Schroeder at 253-856-5675. Please send each of the bids to Ryan Carroll at rc.a.Lcqtl@-kantwg.gov City of Kent Public Works Department Timothy J. LaPorte, P,E., Public Works Director EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability. insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. CERTIFICATE OF LIABILITY INSURANCE Doi22 oiel THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER CONTACT Marsh USA Inc, NAPE - -- -- - -- 200 Public Square,Suite 3760 PHONE FARVIC N ,Ear) ,, _ .iArC,NAH Cleveland,OH 44114-1824 E-MAIL Alin.Cleveland,CalRequest@mamh.com AGORESN' --- -- -- -- -- INSURER(S)AFFORDING COVERAGE _ I NAICR 104550 RESOD NUTT INSURER A:Old Republic Insurance Comoam, 124147 INSURED INSURER B _. The Davey Tree Expert Company -- - - - -- 1500 N.Mantua Street INSURER C Kent,OH 44240 INSURER D: INSU RER Et INSURER F: COVERAGES CERTIFICATE NUMBER: CLE 00633739501 REVISION NUMBER: 2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR. IAOBL SUBR ..... POLICY EIFF POLICY EXP LTR TYPE OF INSURANCE ]INcn vrvnl POLICYNUMRER t MMIDDfYYYY MAVICY/Cap LIMITS A l CLAIMS MADE IAalury ` IVWZY 314042 091OV2018 09J01l2019 EACHOCCURRENCE .s 2000000 X I COMMERCIAL GENERALL - DAMAGE TO RENTE6 X JI OCCUR - - PRFMICFP(F —PIb 2000000 MED EXPfAnvone oersonl ',, $ 5,660 PERSONAL&ACV INJURY '.. $ 2000000 GLNL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGA rE I$ 2000000 Pro) X.. POLICY JECI J LOC PRODUCTS COMPIOP AGO $ 2000000 OLDER A AUTOMOBILE LIABILITY Ni 314041 09101/2018 '09101/2019 LONBINEDSIINGUE LIMIT 15 2,000,000 heaadacrierd) t X ANY AUTO ] BODILY INJURY(Per person) S OWNED r SCHEDULED BODILY INJURY(Peracclden0j $ AUTOS ONLY f AUTOS III,X... HIRED X NON OWNED POOPLF21Y DAMAGE $ AUTOS ONLY AUTOS ONLY ) (Per acawenq_ $ UMBRELI-ALIAB OCCUR EACH OCCURRENCE .$ f LIAB AGGREGATE_ 5 b E%CESS l CLAIMS MADE UFF) RETENTIONS_ A WORKERS COMPENSATION I I MWG 31404000(ACE) ublu I izu 10 09/(1R019 I X I'TpTUTF ,URH I ANOEMPLOYERS'LIABILITY YIN ANYPROPRIETORlPARTNERIEXECUTIVE I E L EACH ACCIDENT $ 5,000,000 OFFICERYMEMEER EXCLUDED' (Mandatory in NH) `-""� IEL DISEASE-EA EMPLOYEEIg 5000 000 If yes dd:9frl0d under ...... ,,,,,,,,, ❑ESCRETON OFOPERATIONS below I EL DISEASE POLICY LIMIT $ A i EXCESS WORKERS COMPENSATION MWXS314043(CA,OH,PA,NC,WA) 109h)112018 1111112119 WORKERS COMPENSATION STATUTORY' EXCESS OF$5,000,000 SIR EMPLOYERS LIABILITY $1000,000 1 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES ACORD 101,Additional Remarks Schedule,may be attached it more space is required) City of Kent Is(are)Included as Additional Insured(s)as respects General Liability and Automobile Liability where required by written contract or agreement and only as respects operations performed on Neir behalf by the Named Insured. Coverage shall be primary to the Additional Insured and not contributing with other Insurance as respects above referenced General Liability policy and Automobile Liability policy owned autos only, CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 220 Fourth Avenue South THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Kent,WA 98032 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ������ � of Marsh USA Inc. Luann M,Glavac dda.,r�i q7 :l, @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN1 01 565 730 Lac#: Cleveland A,C"Rf? ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. The Davey Tree Expert Company 1500 N,Mantua Street POLICY NUMBER Kent,OF 44240 CARRIER NAIC CODE ...__., .......,._.,.. ....,_....._ .......___._......_.._...._— EFFECTIVE DATE: ADDITIONAL.REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate Of Liability Insurance Workers Compensation does not apply in MN.Coverage is obtained from Workers Compensation reinsurance association(W C.R.A.)as required by the stale,Minnesota Employers Liability is covered by policy number MWC 31404000,The Excess Workers Compensation policy does not include The Care of Trees,Inc.',WDII Tree,Inc.;S&S Tree& Horticultural Specialists',Wetland Studies and Solutions,Inc.;and Amorquard Tree Specialists, ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Insurance Company: Old Republic Insurance Company Policy Number. MWTB 314041 Effective Date: 09/01/18 Expiration Date: 09101119 Named Insured: The Davey Tree Expert Company Add the following to SECTION II- LIABILITY COVERAGE, 1.Who Is An Insured, a, any person or organization for whom you have agreed under contract or agreement to provide insurance. However, the Insurance provided shall not exceed the scope of coverage and/or limits of this policy. Notwithstanding the foregoing sentence, in no event shall the insurance provided exceed the scope of coverage and/or limits required by said contract or agreement. CA 386 014 0909 MWTB 914041 The Davey Tree&perl Company 091011Z018-0MV2019 IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CERTIFICATES OF INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Entity: The cancellation wording on all Certificates of Insurance is amended to read: "Cancellation Clause replaced in its entirety by the following: In the event of 1) Cancellation for other than nonpayment of premium; or 2)Material change that restricts or reduces the insurance afforded by any policy described above,the insurer affording coverage will mail notice 30 days before the date of cancellation or material change to the party named below." Policy Number: MV6TB 314041 The cancellation wording on all Certificates of Insurance is amended to read: The Cancellation Clause is replaced in its entirety by the following- In the event of 11 Cancellation for other then nonpayment of premium; or 2) Material change that restricts or reduces the insurance afforded by any policy described above, the insurer affording coverage will mail notice 30 days before the date of cancellation or material change to the party named below. CA 385 005 0915 Page 1 of 1 Includes copyrighted material of insurance Services Office,Inc„vdth its permission. MWiB 314041 Mo Davey Tme Erperl Campany 09/01/20f8.09/01/2019 IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SECTION IV - BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance. c. is amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that has issued other insurance to such additional insured to contribute to the settlement of"loss"arising out of such accident. All other terms and conditions remain unchanged. CA 385 030 0910 MWTa 214041 The Davey Tree Expert Company 0910112016-091012019 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 POLICY NUMBER: MWC 314040 00 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone labia for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies any 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 anyone not named in the Schedule. SCHEDULE AS REQUIRED BY CONTRACT AND WHERE PERMITTED BY LAW, 1983 National Council on Compenm0on Insurance POLICY NUMBER- COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR. CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Organizationlsi Location(s)Of Covered Operations Ail Per am or Organizations as Required by Cuntraci or Agreement Per written Contract andlor Agreement Information re +aired to cam fete this Schedule, if not shown above,will be shown in the Declarations. CG 20 to 04 13 ©Insurance Services Office, Inc.,2012 Page 1 of 2 MWZY 314042 Th.Om viry Tme Expert Company 091011201 e•0"112019 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. Section ll — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(z) shown in the Schedule, but only work, on the project (other than service, with respect to liability for"bodily injury", "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused, in whole or in part, by: location of the covered operations has been 1. Your acts or omissions; or completed,or 2. The acts or omissions of those acting an your 2. That portion of "your work" out of which the behalf; injury or damage arises has been put to its intended use by any person or organization in the performance of your ongoing operations for other than another contractor or subcontractor the additional insured(s) at the location(s) engaged in designated above. t ofper the so operations for a principal as part of the same project. However. 1. The insurance afforded to such additional C. With respect to the insurance afforded to these insured only applies to the extent permitted by additional insureds, the following is added to law; and Section III—Limits Of Insurance: 2. If coverage provided to the additional insured Is It coverage provided to the additional insured is required by a contract or agreement, the required by a contract or agreement, the most we insurance afforded to such additional insured will pay on behalf of the additional insured is the will not be broader than that which you are amount of insurance: required by the contract or agreement to provide for such additional insured. 1. Required by the contract or agreement; or 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional exclusions whichever is less. apply: This endorsement shall not increase the This insurance does not apply to "bodily injury" or applicable Limits of Insurance shown in the "property damage" occurring after: Declarations. CG 2010 0413 ©Insurance Services Office, Inc., 2012 Page 2 of 2 M1421r`314042 The Davey bee Expert Company 0910112013-09/01/2019 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Droanizationisl Location And Description Of Completed Operat[ons All Persons or Organizations as Required by Conlmel or Agreement Per Written Contract andlor Agreement Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is properly damage"caused, in whole or in part, 6y required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such addilional whichever is less. insured only applies to the extent permitted This endorsement shall not Increase the applicable by law; and Limdts of Insurance shown in the Declarations, 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additlonal Insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 MWZY 314042 The Davey Tree Expert Company 09/0 7/20 7 8-0910112019 IL 10 (12l06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CERTIFICATES OF INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART/FORM SCHEDULE Entity: "Cancellation Clause replaced in its entirety by the following: In the event of 1)Cancellation for other than nonpayment of premium;or 2) Material change that restricts or reduces the insurance afforded by any policy described above, the insurer affording coverage will mail notice 30 days before the date of cancellation or material change to the party named below". Policy Number; MWZY 314042 The cancellation wording on all Certificates of Insurance is amended to read: The Cancellation Clause Is replaced In its entirety by the following: In the event of: 1) Cancellation for other than nonpayment of premium;or 2) Material change that restricts or reduces the insurance afforded by any policy described above, the insurer affording coverage will mail notice 30 days before the date of cancellation or material change to the party named below. GL 385 023 D915 Page 1 of 1 Includes copydghted maledal of Insurance Services Office, Inc.,Wth Its permission, MWZY314042 rho Davey Tract Expert Company 09107l2016-09MI12079 COMMERCIAL GENERAL LIABILITY CO 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, PRIMARY AND NONCONTRIBUTORY - OTMER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART The fallowing is added to the Other Insurance (2) You have agreed in writing In a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and CG 20 01 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 MINZY314042 The Davey Tree Expert Company 0"1/2016-09/0112019