HomeMy WebLinkAbout_ Contract - West Coast Arborists, Inc. - 202439 DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
MAINTENANCE SERVICES AGREEMENT
THIS AGREEMENT (the "Agreement") is made as of June 18, 2024 by and between the
City of Diamond Bar, a municipal corporation ("City") and West Coast Arborists, Inc.
("Contractor").
1. Contractor's Services.
Subject to the terms and conditions set forth in this Agreement, Contractor shall provide
to the reasonable satisfaction of the City, Tree trimming, removal and planting maintenance
services described and set forth in the Proposal Summary Sheet attached hereto as Exhibit
"A", which is incorporated herein by this reference, at the per unit prices set forth in Exhibit "A".
Exhibit "A" is a summary of Contractor's response to Request for Proposals issued by the City
of Norco on April 3, 2023 for the same types of services. It is the intent of the parties that
Contractor will provide similar or higher quality services to the City under this Agreement, and
according to the same terms and conditions as to price of the services, as it does to the City of
Norco pursuant that certain tree trimming, removal and planting maintenance services
agreement between Contractor and the City of Norco, dated on or about May 17, 2023. As a
material inducement to the City to enter into this Agreement, Contractor represents and
warrants that it has thoroughly investigated the work and fully understands the difficulties and
restrictions in performing the work. Contractor represents that it is fully qualified to perform
such services by virtue of its experience and the training, education and expertise of its
principals and employees.
Anthony Jordan, Parks & Maintenance Superintendent (herein referred to as the "City's
Project Manager"), shall be the person to whom the Contractor will report for the perFormance
of services hereunder. It is understood that Contractor shall coordinate its services hereunder
with the City's Project Manager to the extent required by the City's Project Manager, and that
all performances required hereunder by Contractor shall be performed to the satisfaction of the
City's Project Manager and the City Manager
2. Term of Agreement. This Agreement shall take effect July 1, 2024, and shall
continue until June 30, 2029 ("Term"), unless earlier terminated pursuant to the provisions
herein.
The City shall have the option to extend this Agreement for two (2) additional one (1)
year terms, subject to the same terms and conditions contained herein, by giving Contractor
written notice of the exercise of this option at least thirty (30) days prior to the expiration of the
initial Term. In the event the City exercises its option to extend the Term, Contractor's
compensation shall be subject to an adjustment upon the effective date of extension as
follows:
Any increase in compensation will be negotiated between the City and the Contractor,
but in no event shall the increase exceed the amount that the Consumer Price Index
("CPI") for the Los Angeles-Anaheim-Riverside metropolitan area for the month
immediately preceding the Adjustment Date (the "Index Month") as reported by the
Bureau of Labor Statistics of the United States Department of Labor, has increased over
the CPI for the month one year prior to the Index Month. Any exercise of an option to
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
extend the Term and/or increase in compensation, negotiated or based upon CPI, shall
be subject to approval of the City Council.
3. Compensation. City agrees to compensate Contractor for each task or service
which Contractor performs to the satisfaction of City based upon the actual time spent on each
task or service at the per unit price for each task or service set forth in Exhibit "A". Payment will
be made only after submission of proper invoices in the form specified by City. Total payment
to Contractor in any fiscal year pursuant to this Agreement shall not exceed four hundred
forty-three thousand three hundred dollars ($443,300) without the prior written consent of
the City. The above not to exceed amount shall include all costs, including, but not limited to,
all clerical, administrative, overhead, telephone, travel and all related expenses.
4. Payment.
A. As scheduled services are completed, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually perFormed
or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work perFormed.
C. City will pay Contractor the amount invoiced the City will pay Contractor the
amount properly invoiced within 35 days of receipt.
D. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such extra
services and a price therefore have been previously authorized in writing and approved by the
City Manager or his designee as an amendment to this Agreement. The amendment shall set
forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by
City to Contractor.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall
control.
7. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly independent
contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of
City or otherwise act on behalf of City as an agent, except as specifically provided herein.
Neither City nor any of its agents shall have control over the conduct of Contractor or any of
Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any
time, or in any manner, represent that it or any of its agents or employees are in any manner
employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor under
this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments,
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
penalties, and interest asserted against City by reason of the independent contractor
relationship created by this Agreement. In the event that City is audited by any Federal or
State agency regarding the independent contractor status of Contractor and the audit in any
way fails to sustain the validity of a wholly independent contractor relationship between City
and Contractor, then Contractor agrees to reimburse City for all costs, including accounting
and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable Worker's Compensation
laws.
D. Contractor shall, at Contractor's sole cost and expense fully secure and comply
with all federal, state and local governmental permit or licensing requirements, including but
not limited to the City of Diamond Bar, South Coast Air Quality Management District, and
California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the right to offset
against the amount of any fees due to Contractor under this Agreement any amount due to
City from Contractor as a result of Contractor's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor's failure to comply with this Section.
8. Standard of Performance. Contractor shall perForm all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions and
represents that it and any subcontractors it may engage, possess any and all licenses which
are required to perform the work contemplated by this Agreement and shall maintain all
appropriate licenses during the performance of the work.
9. Unauthorized Aliens. Consultant hereby promises and agrees to comply
with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. § 1101 et
seq., as amended, and in connection therewith, shall not employ unauthorized aliens as
defined therein. Should Consultant so employ such unauthorized aliens for the performance of
work and/or services covered by this Agreement, and should any liability or sanctions be
imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and
shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any
and all costs, including reasonable attorney fees, incurred by City
10. Indemnification.
Contractor shall indemnify, defend with counsel approved by City, and hold harmless
City, its officers, officials, employees and volunteers ("Indemnitees") from and against all
liability, loss, damage, expense, cost (including without limitation reasonable attorneys' fees,
expert fees and all other costs and fees of litigation) of every nature arising out of or in
connection with:
(1) Any and all claims under Worker's Compensation acts and other employee
benefit acts with respect to Contractor's employees or Contractor's contractor's
employees arising out of Contractor's work under this Agreement; and
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
(2) Any and all claims arising out of Contractor's performance of work hereunder
or its failure to comply with any of its obligations contained in this Agreement,
regardless of City's passive negligence, but excepting such loss or damage which is
caused by the sole active negligence or willful misconduct of the City. Should City in its
sole discretion find Contractor's legal counsel unacceptable, then Contractor shall
reimburse the City its costs of defense, including without limitation reasonable attorneys'
fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly
pay any final judgment rendered against the Indemnitees. It is expressly understood
and agreed that the foregoing provisions are intended to be as broad and inclusive as is
permitted by the law of the State of California and will survive termination of this
Agreement. Except for the Indemnitees, this Agreement shall not be construed to
extend to any third-party indemnification rights of any kind.
11. Insurance.
A. Contractor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an insurance company authorized to do business in the
State of California and approved by the City the following insurance:
(1) a policy or policies of broad-form comprehensive general liability insurance
written on an occurrence basis with minimum limits of $1,000,000.00 combined single
limit coverage against any injury, death, loss or damage as a result of wrongful or
negligent acts by Contractor, its officers, employees, agents, and independent
contractors in perFormance of services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering all
owned, non-owned and hired automobiles, with minimum combined single limits
coverage of $1,000,000.00; and
(4) Worker's Compensation insurance when required by law, with a minimum
limit of$500,000.00 or the amount required by law, whichever is greater.
B. The City, its officers, employees, agents, and volunteers shall be named as
additional insureds on the policies as to comprehensive general liability, property damage, and
automotive liability. The policies as to comprehensive general liability, property damage, and
automobile liability shall provide that they are primary, and that any insurance maintained by
the City shall be excess insurance only.
C. All insurance policies shall provide that the insurance coverage shall not be non-
renewed, canceled, reduced, or otherwise modified (except through the addition of additional
insureds to the policy) by the insurance carrier without the insurance carrier giving City at least
ten (10) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or
otherwise modify the insurance coverage and in the event of any of the same by the insurer to
immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorized to
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
do business in the State of California or which is approved in writing by the City; and shall be
placed have a current A.M. Best's rating of no less than A-, VII.
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements or a
copy of the insurance policy evidencing the additional insured requirements in this Agreement,
in a form acceptable to the City.
F. Self-Insured Retention/Deductibles. All policies required by this Agreement shall
allow City, as additional insured, to satisfy the self-insured retention ("SIR") and/or deductible
of the policy in lieu of the Contractor (as the named insured) should Contractor fail to pay the
SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the
approval of the City. Contractor understands and agrees that satisfaction of this requirement is
an express condition precedent to the effectiveness of this Agreement. Failure by Contractor
as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor's due to such failure in order to secure
defense and indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution
it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, City may take out the necessary insurance and
any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which
amounts may be deducted from any payments due Contractor.
I. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to the City for
review and approval. All insurance for subcontractors shall be subject to all of the
requirements stated herein.
12. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City upon the
termination of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor
prepares reports of a proprietary nature specifically for and in connection with certain projects,
the City shall not, except with Contractor's prior written consent, use the same for other
unrelated projects.
13. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain reasonably
full and complete books, documents, papers, accounting records, and other information
(collectively, the "records") pertaining to the costs of and completion of services performed
under this Agreement. The City and any of their authorized representatives shall have access
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
to and the right to audit and reproduce any of Contractor's records regarding the services
provided under this Agreement. Contractor shall maintain all such records for a period of at
least three (3) years after termination or completion of this Agreement. Contractor agrees to
make available all such records for inspection or audit at its offices during normal business
hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if
requested.
14. Termination. The City may terminate this Agreement with or without cause
upon thirty (30) days' written notice to Contractor. The effective date of termination shall be
upon the date specified in the notice of termination, or, in the event no date is specified, upon
the thirtieth (30th) day following delivery of the notice. In the event of such termination, City
agrees to pay Contractor for services satisfactorily rendered prior to the effective date of
termination. Immediately upon receiving written notice of termination, Contractor shall
discontinue perForming services, unless the notice provides otherwise, except those services
reasonably necessary to effectuate the termination. The City shall be not liable for any claim
of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be perFormed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform such services. Contractor
reserves the right to determine the assignment of its own employees to the perFormance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from perForming services on City's premises.
16. Prevailing Wage. Notice is hereby given that in accordance with the provisions
of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the general prevailing rate of per diem wages for work of a similar
character in the locality in which the public works is performed, and not less than the general
prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of
the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. Copies of such prevailing rates
of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21810
Copley Drive, Diamond Bar, California, and are available to any interested party on request.
City also shall cause a copy of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this Agreement, by him or by any
subcontractor under him.
The CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes
the award of a contract for a public work on any public works project awarded after April 1,
2015. This Agreement is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
17. Non-Discrimination and Equal Employment Opportunity.
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
A. Contractor shall not discriminate as to race, color, creed, religion, sex, marital
status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual
orientation, in the performance of its services and duties pursuant to this Agreement, and will
comply with all rules and regulations of City relating thereto. Such nondiscrimination shall
include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed by or
on behalf of Contractor state either that it is an equal opportunity employer or that all qualified
applicants will receive consideration for employment without regard to race, color, creed,
religion, sex, marital status, national origin, ancestry, age, physical or mental handicap,
medical condition, or sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all subcontracts
for any work covered by this Agreement except contracts or subcontracts for standard
commercial supplies or raw materials.
18. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
19 Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the delay to
the satisfaction of City. Any extensions granted shall be limited to the length of the delay
outside Contractor's control. If Contractor believes that delays caused by the City will cause it
to incur additional costs, it must specify, in writing, why the delay has caused additional costs
to be incurred and the exact amount of such cost within 10 days of the time the delay occurs.
No additional costs can be paid that exceed the not to exceed amount absent a written
amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost
profits due to any delay, whether caused by the City or due to some other cause.
20. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
21. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
22. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any
one or more of the conditions of perFormance under this Agreement shall not be a waiver of
any other condition of perFormance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
23. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the provisions of
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its
costs of suit, including reasonable attorney's fees and costs, including costs of expert
witnesses and consultants.
24. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses thereof
shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts
to resolve any such dispute or controversy so submitted to mediation. It is specifically
understood and agreed by the parties hereto that mutual good faith efforts to resolve the same
any dispute or controversy as provided herein, shall be a condition precedent to the institution
of any action or proceeding, whether at law or in equity with respect to any such dispute or
controversy.
25. Notices. Any notices, bills, invoices, or reports required by this Agreement shall
be deemed received on (a) the day of delivery if delivered by hand during regular business
hours or by facsimile before or during regular business hours; or (b) on the third business day
following deposit in the United States mail, postage prepaid, to the addresses heretofore set
forth in the Agreement, or to such other addresses as the parties may, from time to time,
designate in writing pursuant to the provisions of this section.
"CONTRACTOR" "CITY"
West Coast Arborists, Inc. City of Diamond Bar
2200 E. Via Burton St. 21810 Copley Drive
Anaheim, CA 92806 Diamond Bar, CA 91765-4178
Attn.: Patrick Mahonev Attn.: Anthony Jordan
Phone: 800.521.3714 Phone: 909.839.7063
E-Mail: E-mail: ajordan@diamondbarca.gov
26. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
27. Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed to be the original, and all of which together shall constitute one
and the same instrument.
28. Severability. If any term, condition, or covenant of this Agreement is declared or
determined by any court of competent jurisdiction to be invalid, void or unenforceable, the
remaining provisions of this Agreement shall not be affected thereby, and the Agreement shall
be read and construed without the invalid, void or unenforceable provision(s).
29. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor and
City. This Agreement supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be amended, nor any provision or breach hereof
waived, except in a writing signed by the parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by a person duly authorized to do
so under the City's Purchasing Ordinance.
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
IN WITNESS of this Agreement, the parties have executed this Agreement as of the
date first written above.
"Contractor" "City"
WEST COAST ARBORISTS, INC. CITY OF DIAMOND BAR
DocuSigned by: DocuSigned by:
�'��'` � 5/30/2024 �;_� ,������ 6/19/2024
B�• 394C7AFRFF1FdFC ��• CFiF90R0EF5dOdE8
Printed Name: Patrick Mahoney Dan Fox, City Manager
Title: President
DocuSigned by:
�(C�Q�� �,Q�(�-�(� s/3o/zoz4 ATTEST:
BY� �����.�A
Printed Name: Richard Mahoney DocuSignedby:
Title: Secretary .�� 6/zo/zoz4
�nsne�ecF�FaaF
Kristina Santana, City Clerk
Approved as to form:
DocuSigned by:
� , �' S/31/2024
By• dFRMddR(`RF5d7f�
Omar Sandoval, City Attorney
State of California "CONTRACTOR'S" License No. 366764.
CONTRACTOR'S Business Phone 800.521.3714
Emergency Phone 714.991.1900 at which CONTRACTOR can be reached at any time.
*NOTE: If Contractor is a corporation, the City requires the following signature(s):
-- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the
Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only
one corporate officer exists or one corporate officer holds more than one corporate office, please
so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into this Agreement.
A copy of the corporate resolution, certified by the Secretary c/ose in time to the execution of the
Agreement, must be provided to the City.
1321008.1
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
EXHIBIT "A"
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
t:+ � Fti�F;Q�
�� ����� � ITY � F
y, y L�
, ,' �
i � � �� �� �
��
'�� ::�Y �F��� xa �sETa�,r�v us.�
.�o�,� �
REQUEST FOR PROPOSALSIQUALIFICATI{�NS
Tree Trimming, R+emoval and Planting
�antract Servi�es
SUBMITTAL DATE: April 2G, 2023
Approved By:
Direc#or of Public Works
The Ciky of Nc�rco request for bids and proposals, bid results, and nati�es of an award are
abtained through the Gity o� Narco Vendor Portal at wuvw.r�orco,ca.uslbid
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
��ble o� �ant�nfis
Introduction........................................................................................ .................. 3
Minimum Infarmatic�n ............................................................................................ 3
Required Qualificatioras ...........................................,.._._.............,...................,...,. 4
Subn�ittal Requirements......................................................... .............................. 5
�'ee Proposal........................................................................................................ 5
PropQsalSubmission.....�...................................................................................... 5
Selection Process,.....,.,.................,...................................,..............._..,............... S
�Qu�stions Regarding RFPI�Q ..............................,..........,............................,......... �
Cfar9fication Statements........................................................................................ 7
Required �lements for Response ......................................................................... 7
��� Sc�edule....................................................................................................... 7
Exceptians................................... .................,......................_.._.................,.,........ 8
Addendato Prapasal.........................................................�.,...........,..........._........ S
W�thdrawal of Proposal......................................................................................... 8
Evaluation vf Proposals........................................................................................ 8
Rejection of Proposals.......................................................................................... 9
AwardQf Cont�act................................................................................................. 9
Contract �ocuments............................................................................................. 9
Ca�cellatian..............................e.......,........,..,... ,.......,.........................................10
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
OB11;0'CD�I,IC�Id)F�
The Ciky af I�orc4 (City) is seek�ng the services of � licensed �rborist to take ac#ion� needed ta
maintain, plant, care for, and pratect t�re�s in tt�e public rig�t-af-way, parks and th�se areas of
signi�canfi importance tn our cammunity. Contractor shail maint�in th�� �urrent urban fiorest and
on occasian plant {arge canopy shade trees, where ap�rapri�te and with consideration of habitat
�nc� wat�r co�rservatian goals, in order to maximize envir�nmer��al benefiis. Further, it is
impa�tant to re#ain signifaca�t and mature trees and identify forest linkages ta connect and
en�ance publ�c pa�ks, plazas, recreation and open space areas. The City's currenf �arban forest
has approximately 8,9C1�1 tr�es �arying of over 150 different types. �he City utilizes a 5-year
trirnming program (diuicied up ir�to grids) ir�tende�l to trim every tree withir� a 5-y�ar period and
is provic�ed or� the CAty's w�bsite so res�dents can know what ye�r t�eir frvntage #r�ees might bE
trimmed.
Ta be ctinsidered, contractor m�st meet the qua�ificatior�s anti satisfy the requir�ments as stake�i
ira the Request fQr Proposal/Qualifications (R'�P/Q). I# is �he intent of the Ci#y to award a five (5)
year agr�ement w�th the option ta renew fQr two �2) one-ye�r terms.
The City's request f�r �ropc�sals, bid resutts, and nott�es of an �ward are abtained through the
City af�lorco Vendor Portal, www.norco.ea.us/bid ur�til Apr9126, 2023 at 3 p.m.
All necessary forms, specificatior�s and ofiher t�id documents may be vi�wed ar�d downloaded
ekectronically. ��sinesses who i�ave registered in th� �/endor F'ortal wEll receive emaif notices
when � new re�uest far bid or prc�posal relevant to their lir�e of business is issued. Any interested
party may view the City's salicitatEons, as well as the bid results and final notices af awarc�, by
logging into tf�e Vendar Partal and using the se�rch features to locate the items ofi inter�st,
Minimum information
Th� minimum informatian required in the Praposaf irrcludes:
• Generaf statement of the und�rstandir�g of the scope.
• An approach tca tt�e work {incl+�ding rnethod far developing � 5-y��r trirnming schedule)
• Experience in providing services for agenciEs of similar size and sco�e, pr�v�ous work
exampl�s are er�coura�ged
• The experier�c� o�the propased pro�eci ma�ag�r and key individuals,
• Ap�proach to communicating +rv�th the City
• �ee Sch�dule
Proposafs wil� be accepted anline by the Ciky un�ii 3:Qfl p.m. orr Apri! 2G, 2023_ Any changes to
this Rec�uest for Pro}��sallQualifications (RFPIQ) are �nr+alid un�ess specifecally mad�f�d by the
City and issued as a s�parate addendum document. Should �here b� any question as to changes
tc� the content of this document, th� latest version uplaade� on Planet Bi�s shal1 prewail. The
submissian sfi�ould be prepared s�mpiy and e�onorr�ically, providing str�ighfforward, cc�ncis�
description of yaur firm's capa�ilities to satisfy the requirement af this RFPIQ. Emphasis shc�ufd
be on organization, camp�eteness, and clarity.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
Tc� enstai�e cc�r�si�feration, ��I �rc���}�al� ;�hall fallow �Ire requi��c;ci �I�;rrt�nts �►�c�vided irt tl��is F��PI(�
c�r as directeck. To facilitate the evaluation prac�ss, re�pondent must subrn�# an etectronic
Pr�rposal via Norco's PlanetBids Vendar Por�al at the v�rebsite �et fQrth below, �arior to
3:U0 p.m. laca[ tirne on Aprii �6, 2U23.
C�u�stior�s cor�cerning this sol�citation shouid be direc#ed electronically to via i'f�netBids Vendc�r
PartaL
,R�ce uired Qt�alificatis�ns
A. �Cantractor must hald a valid State o#C�lifarr�i� Cantraciar's License {C-27, C- �1, ar�d D-�9).
B, Cantractc�r must have ful! time, permanentfy employed st��f trained and eertified in the tr�e
maintenance industry.
C. Contra�tor mt�st submit to the City a �ivality Contra! pl�n at trie time of�roposal submission.
The C�uaiity Con#roi Plan shall prc��ride contractor managetr�er�t with an effective �nd efficient
means af identi#ying ar�d carrecting problerns th�oughouf the entire scope af operatians. This tnrill
include the staffing of an �rborist, certi�ied t��rn�gh the Internat�onal Society of Arbdricultu�� {ISA)
for the en#ire fer�c�th of the contract as Site Supervis€�r (certificatior� �required).
D. Cantractor must hav� satisfackariiy com�l�ted at I�ast �'ive (5) separate and individual
Sauthern Ca[ifornia municip�l tree trimminr� projects ir� the last five (5) years, c�r pravide evidence
fl#'comparable projects. Each pro�ect st�all be of campara�le size ta tf�e scope of wark contained
in Attachment "A".
E. Contr�ctor is required to state any, and afl instances crf being disc�ualified, remaved, c�r
of�►erwise preven#ed trorr� bic�di�g on, ar cornpleting any contract for tree maintenance services.
�. Cantractor rnust submit current OSHA certificatiQn of a11 aerial devices, and tfi�e mvst re�ent
Califarnia Highway Patrol Cammercia9 Vehic4e �nspection fic�r equipment to be us�d for the
dura#ion of this contract.
G. Cor��r�ctor must sut�mi# for a�prpval a curr�nt Safety Manual meeting SB198 requirements
for injury anci illness prevention at the time of submitting th� praposaf. Report ta b� used during
this co�tract t+�rm.
H. The Contractor shall have }�resenk at all times when �erforming ma�ntenar�ce acfivities, ar�
c�n-s�te certified arborist v�+ho speaks fluent English, whose duty sh��i be to supervise a�nd
coardinake maintenance operations as they occur. T�i� �n-site re�resentative shall carry, during
work hours, a cel! �hone for cc�mmunic�tion. The City shall be advised �n v►�ratir►g of the r�umber
for this pf�one.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
��n�ft�Q��l F��i.��ir��v���it�
Ple�se include the ��liowing informatian in the pro�osal submittal:
A. Pro�ide a sign�d cover �etier by �n individual authorized ta r�egotiate or� behaff o�f th� firrrm
and r�ust be �inding far � term of 9Q days from the date �f submittal to th� City.
B. Prc�v�d� a brief praject descrip�ion c�r�veyin� an understancling of the scap�of work can#ained
in Attachm�n# "A"'.
C. Ic�entify all supervisory individuais to �e assign�d to the projeGt, their qualeficatior�s and
respective ��les.
�. List th� project rnanager wifh at �e�st tF�ree re�erences where he ar she was tt�e lead persan
s�rvicing a City anc� 411CIUt�G current {�hon� and fax n�umbers af the re�Ferences. �deriti�y
sp�ckalized experience anci t�chnical competence av�ila�le in t�e firm.
E. Identify a vuindow af time indicating availability to sta�t the projec�. The sel�ctec� frm will be
required to �nter intc� a writ�en contract with th� City of Narco in a fc�rm �ppra�eci by the City
Attorney. It is expected that wori� will cora�m�nce upan award af cantract.
F. Identify any section� af the �ity's standard cor�ttractar cantract {Attachm�nt "B") that pose
cancerr�s and wou9d rec�uire negatiation/modification i� arder to be aceeptabl� ta cantractor. If
no cor��erns are identified, propaser wifl be deemed ta have�cce�ted the form Qf the agrec�men�.
Fee Proposal:
The fee �roposai shal{ inciud�e the frrm'� s�ar�dard haurly fee scheduie, and/Qr project fee
schedule where applicabl�e and as outiir�ecf in this document. Cansultant shall pr�vide #ees for
the services specifi�d. The fee must inGlude an t�our�y rate, but may alsa include an annual lump
sum fvr #he s�rvices speci��d. If the cc�nsuitank can calculate an �stimated maximum hours per
year, based fln the informatian containeci within this RFP1Q, that amount should be included,
Optiar�s for unlimitecl consumption of specific tasks, such as scanning ar�d digitizing, should alsa
be inclu�ed. Fees sh4uld inci�de a6t travel time, any crst of�at�rials, anc! �ny delivery.
The fee schedu�e should be praposed an annual basis.
Pro�oosal Sr�bmissian
Each firm's proposal must be �ubmitted ir� several pa�#s as set fortn in s�ction, "Required
Elements for R�sponse," Each firrn will confine its subm�ssian to those rr�afters sufficient to
define its pr�aposal ar�d to provide ar� adequate basis for th� City's evaluation of th� firm's
�roposai. !n acldition, an original �ignature must �e included vn the document submitted with
each copy. The fo��m is included at the er�d of this RFP/Q.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
TF�� t;ity r���rv�s kh� ri�ht ta:
• Reject any or a1! ��fers and discvr�tin�e this R�PIf� pr'ocess wi���o�at oF�lig�tion or liability to
a�y pvtenti�� consu�ta�t.
� Accept ather than lovvest pr�ce o�Fered.
• Aw�rd a cantrac# on fihe basis of inikial offers received, witk�ou# discussiar�s nf rec�uests fvr
best �nd final offers.
Selecfiion Process
Propos�ls wi�i tae evaluated by a select{c�n committee cc�mprised of the Gity's stafF. The prQpasa!
shall be of such scop� and d�pth to sufficientiy describe and dernonstrate khe car�sultant's
un�erstan�ing of a�prc�ach ta the pra}ec#. Sub�nittal ofi incom�fete or vague r�sponses to any
sect�on of this RFi'/Q my result in �'e�ectior� of the propflsal,
Proposa{s wi11 be evaluated and rank�d based on criteria inciuding but n�t limited to
ur�d�rstanding a#'the ,�urpose o�the work, praject �pproac}�, sc�pe-o�-work, ex�erier�ce, project
te�,m mem�ers' q�alifiicatians and �vailabil�ty> and praject schcdule. TF�is is n�t a ct�mpetitive bid
�rocess. The most highiy ra��k�d pro�vsals may b� ir�terviewe�d an�! rated by th� s�9ection
cc�mmiftee. After selection of the prospecti�e consultant deemed m+�st quahified, the City will
initiate negotiations. If an accept�ble contract cannot be reached with the prospective co�nsultar�t
deemec� most quali�eci, the �ity may then negotiat� with t�� next hig4�est-rated pro�oser. C)nce
negotiatians with a praposer are ferminated, #he City will not renegotiate with that prapQser.
The City is seeicing to negotiate � three-year agr�emenf, with two one-year optians, but xeserves
the right to ne�otiate a different term if determined tv be in the best interest of the Gity.
The City reserves the right, after apening the proposal�, ta reject any or al{proposals, ar to accept
prQposal(s) fihat in its sole judgement are in the best �nterest for the �i�y.
The C�ty may interview a short list of q�ali�ed firms. The si�artfist will inc�ude the tc��-�afed firms
based upan th� pro�osal submit�ed for th� project.
Quest+ons ��a�ardinq RFPlQ
Any qt�estions or requests for interpretation ar clarificatian, ei#her adm�ni�trafiive ar t�chnrca{,
abaufi this RFP/Q must be submitted via anNne o#the City's Pia�etB�ds Uend�r Portal by 3:44
�m on April 19, 2023. The C�ty will com�aile �il questions and r�quests, �nd prnvide respanses
ir� ele�tron�c format to a6f firms by Aprii 20, Z023.
�ral sta#ements cancerning khe meaning or intent af the contents of this RFPIQ by any persan
oth�r thar� the persans identified herein �re unautharized and invafd. The C1t�+ WiII nat be
respans�ble for any other explanation or int�rpretation of this RFP/Q, or for any oral ir�structions.
Any contact with the City persannel regarding this (�FPIQ may disqualifiy a proposer.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
Clarificatior� 5tatements
�ar ciarifi�atian �urposes, the words "Contracfar", "Cornp�ny", "Propaser", "Vendor" "Firm", and
"Bidder" sh�ll be rea� to b� o�e and the same. The words "Contract" anc� "Agreemer�t" shall be
read to be or+e ar�d #he sarne. The words "�ic�"" and "�ropasaP' �half be �ead ta be one and the
same. "City of Norco", "City", and "NorcQ" shaE1 be reac� t+� be one and the same, "Rec�uest for
Proposal" and "RFPIQ" shall be read to be ane and the same.
�eauired Elements far Re��or�se
Gonsulting frrms res�andir�g ta this RFPIQ will provic#e the�c�llowing information in their proposals:
Propasal Format: Letter Proposal, limited to 10 ��ar�es.
F''ropasal seetions shall inciude:
1. Cov�r Letter (not included in the page count}
2. Intraduction and Proj�ct Understanding
3. Scape af 1Nark
4. RFP/C� Signature Page (not includ�d in th�: pa�e �ount}
5. F�raject Personnel Qrganizatian�l C#�art an�l Team Q�ali�cations (not included in the page
co�ant)
6. Schedule
a. Proposetf schedule for servic� initiatian and ar�y pre-��quisites.
b. Sampl� sc�Pdul� fvr cornpletion c�f wor�c items included in Scope nf Work. {i.e. Expec#ed
turnaround times.)
7. E�timated Leve1 of Effart per S�ope 7�sk, it�mized by I�bor classificafior�.
8. Campany star�c�ard sche�u�e of charges. (na# irrcluded in the page count}
�. Include resumes �f any propas�d team r�em��rs and relevant �roject descriptiflns (as an
ap�endix-no# ir�cluded in !he �age count).
10,Fee e�stim�te, including labor, s�ata cor�sultants and prajected reEmbursabie costs to be
submitted in a separate sealed envelo�e {nat iR�rcluded �n the page count}.
F�e Schedule
The fee por�ian �#the propasal shal� inckude costs and fees for the propased services based on
haurly rates af staff. A cl�ar br�akdown o� #hese casts by task �nc{�c{ir�g sta#f ��urs shall be
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
pravidec� and incluc�e a lis�ing a11 prafessionai serviees ex�enses aniicipated including insurance,
printEng, comrraunications ar�d tra�el. Cost s�ould be basEc� hourly rates of sta�ff, including clerical
positions. �uch hourly rates should b� fully �urdened or lo�ded, includin� full compensation for
all overhead and prc�fit, Billing rates shall ir�clude pravision fQr narmal suppli�s and materia6s, in�
k�ouse r�epraduction services and local �ravel costs.
Exce�tians
Ar�y �xceptivns ta our scope and/nr sta�darcf contr�ct �incl«ded as A#�pendix B�
Add�nda tc� Prv�osal
Th� �ity may mad�#y t�is F2FP1Q, any of its key actians, dat�s, or any af its �ttachments, pr�or ta
fhe date fixed for submissior� of proposals by issUance of an electrot�ic addendum to alf
proposers. 5uc� addendum will also b� pQsfec� art hJorca"s PlanetBids Vendor Portal website.
P�oposer wilf acknowledge receipt �fi all addencla in their praposal. Any addenda issued cJuring
the time �ar submissian of proposals wil! be rnade park of the agreement.
Withdrawal of Proposal
A propasal ma�y be withdrawn aft�r its submis�ion by writ�en request signed by tF�e praposer or
authorized representativ�e priar ta the time and dats specified for prapasal submi�sion. Pr�pnsals
ma:y �e withdrawr� and res�bmitk�d in the same manrrer if dane so �efare the propasal
submfssian deadline. V1lithdrawal or mpdific�tion offered in �r�y other manner will r�ot be
considered.
Eva�luatian of Prc��a�sals
T�e �ity's sfaff v+rill eva�uate and rate pra�osals based �n best value to #he City, ncat based an
price alor�e. All proposals will �� reviewed to veri�}r ihat khe proposer has met the minirnum
requirements as stafeci in this RFPfGi. Proposals that have no� fallaw�d th� rules, do nat meet
minimum cantent or quality stand�rds, do not provide references, or take unacc�ptable
ex�eptions to the RFP/Q, will b� rej�cted as nan-responsiue. Propnsals wil! be evalu�ted an the
foll�wing criteria, nat r�ecessar��y in order of priority;
• Understanding of the work �o be �erfarmed
* Strengt6� o�k�y persc�nnEl
• Experience ar�� technical competen�e af fi�'rn an� subcontractors
« Approach ko the praject, including technical and ma�agernent considerations
+ Evaivation of the cast e�'ectiv�ness in rei�tion to team �uafifcatic�ns and praposed project
methodolc�9Y
Th� most qualifie� firm(sj rnay be asked to participate in an aral intetview ta discuss in greater
detail the co�t�nt of their proposals. Th� City will notify finalists, if interviews are conducted, of
t}7e �iate and time of s�ch interview(s).
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
�����fi�ry�9� �s�c�;�_����I�
The Gity may reject any or all proposa�s anr� may waiv� any irnrnaterial deviation an a �roposal.
The City's waiver of an immaterial d�fec#shall na way madify this F�FP1Q or excuse the prop�s�r
from full cnmpliance with #l�is RFPIQ andlar the contract docurnents if awarded the caniract.
Proposals that incfude terms and cc�nditions other than thc; Gity's terrns and conditians may be
reject�d as non-responsive. The Gity may ma4ce investigatir�ns as c�eemed necessary t�
determine the a�ility c�f the proppser to perfarm #he services, anc3 the pr�a�oser shall fumish to
th� �ity all such infarmation �and data far the purpose as req�aested by the City. The City reserves
th� right #� reject any prc�posal if the evid�nce submikted by, or investigation Qf, suct� proposer
��ils t� sa4isfy the City that the proposer is pro�erfy qualifii�d to carry aut the o�ligatic�r�s ofi tt�e
agre�ment and to complete the work d�scribec! therein.
Award of Contract
Award of cflr�tr-act or r�jeGtion Qf propasa6s wilf be made by the City within thirty (30) ca��ndar
days followin� the proposak due date. The City res�rves the rigf�t ta modify the award af cant�act
ar rejeciian date to best mEet the needs af the City. The City reserves the right to rejec# ,�r�y or
all proposals in response to this RFP1Q in the best interest of the City. The City �urkh�r reserves
the right to wai�e a�y snformaliiies or irregularities in the pro�osals. The City shall nc�t be liable
for ai�y c�st incurred in connection with the pre�ara#iar� and s�+bmittal af any proposa�s.
T�e City may chaose to award all or pari of the praject to ane or more consu�tan#s.
Con#racf Qocuments
In submitting a propasal, the firm agrees to enter into an agre�ment with the City �ttilizing a
purct�ase order. The firm°s propasal in res�anse �o this R�P1Q wil! be incorporat�d ir�to the fir�a1
agr�emen# between the Gity af Norca and th� selected firrx�. �'he agreement to b� executed by
th� successfiul prapaser wiN gener�lly canfarm to the terms of the purchase order, however, t�e
City res�rv�es the right t� update the agreement to its current st�ndards a� the tim� the City
makes an awarci.
Praposers ar� advised that th� indemni�catioi� ai�d insurar�c� provisions are mandatory and not
subject tc� rev�sFan. Properly executed policies c�r Certi�cafes of Ir►surarice for:
• Commercial General Liabi�ity Ins�rar�ce*
« Automobile Liabilify Insurance�
• Workers' Campensa#inn 1 Employer's Liability Ins�urance
• Professianal Errors an� �missions l�surance
A�fter cor�tract award, and receipt of th� be�ow documents, a purchase Qrder will be iss�ed to the
awarded proposer.
Failure to execute t�e terms of th� purchase c�rder and furnish the �-eqL�ired dc�cumentation and
insurance within the required time period shall be just cause for the d�squalifca#ion Qf the awarc�,
lf the �uccessfuk prc�pas�r reft�ses or fails to execute the terms of the p�rchase order, the City
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
������ aw�rc.! tf�� �rraj�c,t 2c� tl7e rtiext qualified �arc���c,sc�r.
*Including an A�ditional Insured Endorsemer�t for each po{icy
Cancel�at�an
The City rctains the righ# fo cancel the RFPJQ at any time should it #a� deem+�d to be in the besi
interest of the City, No obligation, either expr�ssed t�r implied, exists on th� part of the City to
make a� award �as�d �n the subr�ission Qf any proposal.
Propasals wili b� evaluated on the basis of tr�e foll€�wing criteria:
1. Cosf; no mare than 30 }�oints of the scc�rir�g pr-ocess wifl be c�ntingent upon tfi�e s+�ruice
costs;
2. Responsive bidder, not the fawest bidder;
3. ill�eaningfu� experience �rovidir�g #ree trimming services;
�, Cc�m�liar�ce with specifcatians,
5. Respar�siv�eness and tharoug�ness of prcapasal;
6. Past record a� perfarmance of contracts vu�ith clients, ar other governrr�ental agenci�s;
7, Ease of operation;
S. Personnel proposed to work vr� the proJect and the qualifications of thos� individuals;
�. Review and evaivation of equipmer�� a�d facilities;
10. Any other factors det�rmii�ed by the C�ry ta �� relevant ta the performar�ce of thes�
seruices� and
11. Loc�l contraGtor with immediate response time.
Attachments
Attachm��nt A: Scope o#Wor�C
Aitachment B: City of Norco Standard Agreement for Professional Services
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
Attachm�nt "A"
Scope of 1Nvrk
1. Services �c� be Provide�!
A,. Contractar shal{ furnish a!I labor, equipment, rnakerials and supervision to perform urban foresi
maintenance services ftir City trees as describec! nereir� including, but not lirnit�d to, the
foilawing:
'i, Tree Pruning
2. Tree Remavai
3. 5tump Removal
4. Raot Pruning
5. Tree Planking
6. Tree Staking
7. Remaval of Hazardous Branches
8. Removal of Tree Debris andlor Tree Trimmin�s
9. Hazard Assessment at Time of Trimming
10. Worksite Clear�up
11. �Repair of �arnaged Sprinklers andlor Piping Caused by the Cantractor
12. Repair ar f�eplacement of Damage�d Fences andlar IfVa1f� caus�d by the Contr�ctor
'{3. Scaii L�veling ar�d Turf Re-Esta�lishment
14. Damag�d Tree andlor Shrub Repfacement
15. Callection and Upciating of the GPS Tree [n�entQry Data
16. �etermine a Prune Cycle Ca4culator Based off af Tr�e Inv�ntory
17. Distributian af No Parking Signs and D�or N�ngers
18. Con#act with the Public
9 9. Employee Uniforms with Company �.r�go or Designation
2fl. Vehicies �nd Equipmen# with Company lagos or DesEgnation
21. Traffic C+ontral
22. 4th�r �enrices Set Forth in #his A�reement
B. Contractor sh�ll ha�e the duty to pravide services for Gity tre�s as assigne�i.
C. Contractor shall be �vailab{e kwenty-four �24� hours p�r �ay, ��ve�n (7} days a week tc�
r�spond ta �li emergenc9es within ane {�� hour of r�otificaiion.
i, Contractor should prouide contact 6isk for emergency ca{{-o�t response.
2. Ar�a� to t�e Maint�i�n�d
A, Worksites will include City trees within the Pu�lic Right-of-Way, Parks, or other areas where
tre�s are ur�der fhe j�risdiction of the City, �.e. m�dians, s�opes and assessmer�t districts.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
B. If should t�e understoaci that fihis proj�ct is r�e�t solely "sectia��", "zar�e" or "block" iyp� tree
�rimming and will inciude individual ad�r�sses or si#es. The �ity will have no ak�ligation ta provid�
minimum quantities of sites to maintain cor�tract pricin�
C. Trees tc� be serviced may b� provid�d to the contract�r by +�se of the tr�e �atabase, email, or
phone �all - and wi41 con�ist o�a describe�i area andlor individ���l tree lacations.
D. It is expected that �II wark will be c�m�leted �s directe�f by approved scheclule.
3. Pruning Standards and Specifications
A. �1lI wark s�a61 coriform ko the mc�st current Pruninr� 5fandards af th� Weskern Chapter ISA,
ANSI A300, and th�se �pecifica#ians. In all cases the City's authari�ed representative�s} shall
hav� complete and sQ1e discretian in determining con�armance �i1CI acceptability of #rees
trimmed by the cantractor. Trimmed trees rejecfed by the Ci#y's representafiv� shall ,be
exclucied from ,payrnent.
f�. Contractar shall cc�mply with Standards of GAL O�SHA and kh� American Natior�al �#andard
Institute, �133 Saf+�ty requirements.
G. C�antraGtor shadl �rovide and post "f�o Parking" sigr�s forty�eight {48) hours in ad�ance ofi the
wark and distribute written r-�otices to a�f�cted residents of the penc�in� wc�rk. Notices shall be
printed an both sides, ira Engl`sh and Spanish (th�s may be accompfished by use of doar
hangers).
D. Contractor shal4 �ncieavor ta rnaintair� gaod public r�lation� at all times. The v�+Qrk shali be
s�arted and complet�d '+r� a timely manner, whic� wilf create th� least poss�ble inter�erence and
annoyance tc� the Pt�blic. LNork shall b� performed by corrFpefent, quaiified and certified
em@loyees. Work will be su�ervisec� b� an �xperienc�d supervisc�r i� tree trimmi�g oper�ti�ns.
The contractor shall be res�onsible ta see that private property ar�d vehicles at wvrk locatians
are not endangered ar dama�ed during th� course of work.
E. Gantr�actar shall ex�rcise precaukions as necessary when working adjacent ta aerial and
��bterranean t►tkiities. In the event that aerial utility wir�s present a hazard tc� the contr�ctar's
personne! or others near the wark site, work is to immec�iately cease and the ap�ropriat� u�ility
camp�ny notified. Work shakl th�n comme.nc� in accordance with instructians from th� utility
comp�riy. In the eveni that wor#c causes excavation, #he cpntractor is responsibl� for apprnpriate
notification of Undergraund Servic� Alert �Digal�r�}.
F, l�o haoks, c�affs, spurs ar climbers will be usec� by anypne Emplayec! fior such trimming unl�ss
�utf�or�zed by a �ity representative.
G. Any r�ine plant growing on the trees si�all be removed to ground Eevel.
!-i. Fin�l prur�ing c�ts shall be made without leaving stubs. Guts shaA be made in � manner to
promote fast cailaus growth.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
I, Unl�ss otherwise pravided, trees are tc� be trimmed block by falack, subject to lhe instructirans
ofi� City representaiive.
�!. Wh�r� trimming fungus, disease ar fire blight infected limbs c�r fr�ands, alf pruning tooEs sh�l1 be
cleaned a#ker e,�ch c�t with �lcahol or bleach,
K. Top�ing will not be dane withaut prior apprav�l �f the City.
L, Lirr�bs ane inch (�"} in diametar or greater sh�ll be preGut to preven# sp�ittiy�g, llVhen there is a
chance c�f bark tearing at crQtch, I�rge i�mbs sha1E be removed with three (3) ct�ts. Th� first cut
shall be made on the unc4erside af the branch one fa�t (1'7 to two feet (2') frc�m #he croi�h. The
u�dercut shall be ai least ane thir� (113) of the diameter. The second cut shall be one-inch (1")
to thre� inr,hes (3") further from the crotch than #he first. The final c�t is rna�ic at the crc�tch in a
manner to fav�r t�e earli�r possibie cQvering ofi the wpun�i by c�llo�us grow#h.
M. At ti�� time af trimrning, Contrac�ar sh�al! take note of �ny hazard �ssociated with each tree,
far �xarnple; sp�itting, rotting or decline in healt'h. This ir�formatian shafl b� mac�e knawn to tY�e
City representative(�) v+r+#�i th� recommended mitigation.
N. Any tree found to repr��ent an imminent 17azard to life, health or proper�y shall be immediateky
repc�rted to the City representative via verbal contact witr� recommended mitigaf�on. The verbal
contac# shall be documenied and �al�owed up E�y email.
4. 5treet Tree Trimmirig
A. Trees d�signated for trimr�ning sha�l be trimmed, shaped and thinned. The trimming shall
provide a symmetrica{ shape and aesth�tically pl�asing appearanc� typical o� the speci�s. In
additic�n, trees sh��ll be trimrned ta provicle a minimum clearance of fifte�n feet �15') auer the
raadway, ien feet (�0'j aver wafkways and equestrian trails. Trees shall also be trirrimed to
rema�e ar�y at�struction around traffic co�tral devices, tr�ffic signs, streetlights and b�ildir�gs.
Additiana� trimming shall b� perfoEmed tQ mitigate any �xtreme efFect of the clearance trimming
arrd provide an aesthetic appearance.
B. The speci�c t�chniques emplc�ye� shall be con�istent with industry practice for the size and
speci�s c�f tY�e kree being t�immecf. AI4 deac�, broken, cfamaged, c�iseaseci or insect infested �imbs
shal{ be removed at the trunk or mai�t branch. Ar� c�ts shall be mad� sufficiently cl�se hal� inch
(112"); ta tt�e parent stem sa that healing can readiky stark under norrr�al conditions. Ail limbs twa
anche� �2"} or greater shall be undercut to prevent splitting. The remaining �imbs and branches
sf�all not be split ar braken at the cut. A�I crossed ar ruk�bing limbs sha�l be remaued unless
rerrtovaf wiN result in large ga{�s in the general outline of the tree. Ail trees shalf be thir�nec! of
smaller limbs to distribute t�►e foiiage and weight evenly.
C. Late�ais st�ali be cut to �res�rve the naturai form o� the tree, leaving the head open eno�g�
far the branching system ta show, permitting the d�ad m�ter�al ta be easily clear�eti out and ligl�t
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
to sha�v through the head. Tree foliag� shall be reduc�d by �# leas# fifteen percent (15%) b�t nr�
m�re than thirty percent {30°!@}.
D. 5mall limbs, including suckers and water sprouts, sha�l be cut close to the trunk or branch
frc�rn w�ich they arise.
E. Spider webs, pine needfe cfebris, unattached bar�C accurnulation and detritus trapped upon
t�e trunk and withir� the lawer brartches and latera! �oins shall be removed.
5. P�rk1Slope Tre� Aesthetic Trimming -Aerial Unit
P,. ParklSlope Tree Aesthetic trimmir�� wifl be pe�#ormed on trees Iocated out ofi the PublEc Right
of Way that can be safeiy r�eached with an aeriaJ unit. These trees are typicaHy located within
City parks, far�dsca�e maint�nance clistricts (slope areas} and city facilities. Cleanup and
removal of all trirnmings sl�all be inclraded at no additior�a� charge.
B. Trees d�signated for trirnming s'hall be trirram�d, sfi�aped and thinned. Th� trimming shafl
provide a symmetrical shape ��d aesthetieally pleasing a�a�earanc� typicaE of the species. In
additio�,, trees shafi b� tr�mmed to provide a minimum clearance of twelve �eet (12'} uver tk��
raadway and �+ne feet �9') over wa�kw�ys (unless otherv+rise directed by a Cify repr�s�ntative).
Tr�es shalt �Iso be trimmed to remave any ot�structian around traffic cor�trol devices, traffic
signs, stre�tlights and buildings. Acfr�itional trimm�ng sh�tl �ie performed ta mitigate any exkr�me
effect of the clearanc� trinnming and pravic�e �n accepta�le aesthetic app�arance.
C. Tf�� specific techniques ernployed shall be cor�si�tent with ir�dustry practice for the size and
species at tree being tri�nmed. Alf d�ad, broken, damaged, disea�ed or insect �nf�sted limbs
shal� be remvved at the trunk or main branch. All cuts shal� be made sufficiently close half inch
(1/2"}; ta the parent stem sc� t�at healing can r�eadily �tart under normal conditions, Afl limbs two
inches (2") or greater shali be unde�cut to prevent s{�litting. The r�maining 9irr�bs and branches
shall nat be split or broken at the e�t. All crossed or rubbing aimbs sha11 �e removed unless
removal wil! result in farg� gaps in the c�eneral outline vi the tree. A[I trees shall be thinned of
smaller limbs to dist�°ibute the foliage and wei�ht evenly.
D. Laterals shafl �e cc�t ta preserve k{�e rtatural form af the tree, leaving the head apen enough
for the bran�hing system to shvw and permi#ing th� dead materiai ta be eas�(y cleaned Qut arad
iight to shaw through the head. Tree foliage shaC1 be reduced by at least fifteen per�e�t (15%)
but na mor'e th�an �hirty percent (3Cl'0/a).
E. Small limbs, includir�g s�c�Cers and water sprouts, sha14 be cut c9ose to the trunk or� �ranch
frvm which they arise.
6. ParklSlope Tree Ae�the#�c Trimming -Climber
A. P�rklSlope Tr�e Aesthetic Tr�mmir�g will be �erfiorrrted on #rees (ocated out of the Public Right-
of-VVay that cannat be safely reachecf with an aerial unit fhat must be climbed in �rcler ta
complet�e the n�cessary tri�ming. These tr�es may be located tinrithin Gity parks, Eandseape
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
ma�nter�ance distric#s (sfr�pe areas} and city facilitie�. Tt�es� trees are typic�lly Ea�ated with�rl the
higher reaches af our landscape mairitenanc� districts (slape areas) as v�relf as areas of City
parks that �io npt allow larg�e ve#�icie access. The Contractc�r wiE� be given specific loca#ions for
sites ta be trimmed by a Ci#y represen#ative priar to ar�y w�rk being performed. Tree quant�ties
for this type Qf trimn7ing shall be determined and �greed upon prior to any work being performed.
Clean u� �nd remc�val of a!I trimmings shall be i��cluded at no additianal charge.
F�. Trees d�signated for t��imming shall b� trimm�d, shaped and t�inned. The frimmin� shall
pravide a syrnmetrical sha�e and aestf�etically pleasing appearance typical of the species. 1�
adc�itior�, tr�es shall be trimmed to provid� a minimum clearance of twelve feet {12') aver the
�oadway and nine fee� (9") aver� walkways (unfess c�therwis� directed by a Ciky repr�sentative)_
Trees shall alsa be trimmed to r�mcrve any abstructior� arc�unr� iraffic controf d�v�ces, tra#�ic
signs, str�etlights and buiic�ings. Additiona! trimming shall be �erFormed to mitigate any extreme
effect of tfi�e cfe�rance trimmfng and provide an acceptable aesthe#ic appear�nce.
C. Th� s�ecific techniques e�nployed shall be coi�sistent with jndustry practice for the siz� ar�d
species of tree being trimmed. All cieacl, broken, damaged, diseas�d or insec# infiested limbs
sha11 b� remav�d at t�� trunk ar main �ranch. Ali cuts shall #�� made sufficEently close �aff inch
(�12"); tti the �arent stem so #hat heaf ing ca� readi�y start und�r narmal con�iiions. All fimbs two
inches (2") or gceate+� shall be underc�at ta prevent spfitting, The r�maining limbs and branches
shall rjot �e s�lit or brak�n at th� cut. All crossecE ar rubbing birnb� sha11 be remaved ur�less
remaval wi�l resul� in iarge g�ps ir� th� ge�eral nutline nf the tree. A11 trees shal1 be thinned of
smaifer limbs to di�tri�ute the folia�e and weight evenly.
7, Paim Tree T�imming
A. Stand�rd �rim; remove all dead, droaping, live fronds, and fruit�ng strUctures as cic�se to the
trunk as possib{e. The remaining I�eal#hy fironds ��all be a# an upward thirty-c�egree (30°} angle
in reiation te� a hori�zontal pfane at the head of the palm kree. All frond sheaths sh�lf be removed
�long f��� entire lengtl� of the tree.
B. Exre�sive trjm (sl�inn�ng); the Contract�r will be given specific lc�catir�ns for site� to be trimmed
by a C�ty re�r�sentative prior to arry work being perForm�cl. Tree quantities for this type of
trimming shall be deterrnined and agreed upon �riar ta any work being perform�d. Clean up and
r�mc�vaG of all trirnmings shall be included a� na addi#ional c�iarge. Unless "skinning" ofi palm
trees is specificalfy requested, palm trees located wif�in "zone", "area" or"grid"#ype assignments
wili rec�ive a stanciard trim as summarized in iterr� "A"' abave.
C. After skinninglshaping of palm, the ball shall be maintained as park of norma! #rimrning to
maint�in a unifiorm appearance.
Cl, Remove al1 foreign piant rnateriaf €rc�m top davvn ta the b�se of the kree, s�ch as iuy, vermin
nests, etc.
8a Tr�e/Stump R�mvaal
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
A. The trees tc� be re�n�ved will be markec� in a manner d�termined by the City representat�ve(s).
��ly those trees marked by the Gity shall be r�moved by tlze conkractor.
B. Trees sh�N be felled in a manner consistent with industry �ract'rce with the primary emphasis
on the safety of the Public. Extra care shall also be ��ken tr� pre��nt unsafe working conditions
ta individt�a{s, lar�ds�ape, irrig�tion, str��ctures, obs#acfes c�r private praperty.
C. Stumps shafl be t�ro�nri tc> � n�inimum of�ighteen inches 418'") l�elflw the Ievei of the adjac�nt
ground. Wn�n � stump removal operatian interc�pts an in�service utility line, removal of the
stump shall be rr�ade to th� ts�p c�f said utility line with the remaining porfian af the stump, nc�f
obstructeci by the utility line, remaued to the required e�ghteen ir�ches (18") minimum depth.
D. Stump grinding shall t�ke plac� the same clay as EreE removal. Note: if stum� grinding daes
nat follow within the same work day as removal, a safety barricade rnarked with the comp�n�es
�ame shall be placed �nd maintainecl over the stump ur�til the stump �rindin� in compf�te.
E. Roots having a diarrleter of four (4) ar more inches shal! be traced aut and removed to a
minimum of hnro feet �2'} from th� stump crou+rn. All roots four inc�es (4") Qr more in diameter,
the kops of which are six inches (6") ar less below the existin� soil levei; shall be considered par�
of th� st�ump and shall �e remo�ed, exc�pt where su�h remav�l is prever�ted by existing
sidewalks, curbs, buildings or other improvements.
F. Hal�s tr�at are not �e+ng replanted after grinding operations s�all be fil�ed with resulting mulch
and raked level with khe adjacent ground. Atl woad, debris anc� excess mulch shall be remorred.
The resulting surrounding area shalf be raked ��dlar swept clean.
G. The contractor shall be respvr�sible for contact�ng C�nderground Service Alerk 4'�igalert) for
the locating of undergrounci utilities in accordance with State law prior to stumpir�g o�eratians.
H. Cantractor will remo�e ali USA markings withirr forty-�ight �48) hours of v+rork com�letian from
str�ets by use af black marking �aint or pressure washing dependent upon location. AI! Digale�t
marks on perrrranent structures (sidewalk�, eurbs, etc.) within park areas wi�l be pressure
washed
I. Ar�y damaged caus�d by removal operatiflras shail be repair�ci in a timely manr�er at the
contractors' svle exp�nse,
9. �oe�t Prur�ing
A,. Ra�at �runing work wilf be spec�f�ed on wo�k orders to the cantractor with sp�cific street
address and locat�on, as well as, eden#ifyi+�� raot pruning alor�g the sidewalk or curb or both,
B. Raots shalf be pruned immediafely adjace�t ta the edge of the sidewak�C car curb, or other
improvement. Root �run�ng cuts sh�11 be �au�- inches (4") wide, eightee� ir�ches �18"} deep as
m�asured from the t4p �f sidewalk, cur� or adjacent improvement. Root pruning shall extend
eight feet (8'} in each direetion from th� centerline of the tree — sixteen fe�i (16'� in tat�l fength.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
C. Rat�t prunir�g �quipment �hall be �pecifcally designed for this purpose wikh cutting teeth
sharper�ed a�equately to sever raots in a cfean manner, and equiPpeci with padde� tracks or
rubb�r tir�s to prevent scra�ing or marki�g of s�dewalks.
D. All cuts sha{I be backfilfed immediately upon completion of root pruning and installation o�F roQt
barrier, if r�quir�d, �t each IacatiQn. Backfill material shall consist of dirt and/or mul�h frQm rc�ot
pr�ning and shail be fr�:e from racks. All def�ris generated �y these operatior�s shall �e
imm�diatefy removed from the site and properiy dispQsed of outside the right-of-way.
E. Ar�y damaged c�used by roat pruning operatians shall be r�paired at the contrac#ors' sale
exp�nse.
'l0. Rl�nting
A, Planting trees to include staking, ir�stalling ties, tr�ink guards, rook barriers if necessary, and
fertilizer tab4ets, #o maximize tree health and survival. Cantractor wilf pravide all materials ar�d
labar necessary fiar a complete and prQ�er installation, New �rees a�e ta be Enstall�c� in
�ccor�ar�ce witfi� APWA (Amer�can Public Works Association}, standard plans for Public Wor�ts
cQnstructian details 520 -2 and dou�le staked per 518-2 double.
B. Trees shail be provid�d by th� confrackor as set forth in the r�t� scl�ed�le and planted in
accorti�nce wit� appropriate ISA standards as appiicatale. New�y planYed trees shafl �ae watered
by the contra�tor as necessary far a Period o�one hundrecf twenty �120) days €ar establishmen#.
C, The newly planted tree shall alsa carry witf� it a one h�ndred twer�ty (120) c�ay fre�
replacem�nt shauld th� tree die ar �e �n an irreversible state of decline.
D. Tr�e wells, if required for r�ewly pl�nted trees, shail not be created to ris� above the
surrounding or existin� grade.
11. Emergency 1"On Cail".Wor�
A. Contractor sfi�all be requ�re�' tQ pr4vide emergency!"an call" response ta hanging limbs, wind
damaged or downed trees. This may b� at nigh#, during storm, ar any other bad weather
cor�ditions. The contractor will be giv�n s�ecific Ic�catior�s via telephane call from a C�ty
aut#�orized repres�ntative, Th� contractor shall be required to start khe work in�iicated within two
(2} Mours of the ir�iti�l t�3lepljf:�ie �:=FII �r��d repark f��e:�s to the City representative upc�n completic�n
of the work specified.
B. Tne cQntractor is fequired #o pro��d� a twenty-four�24) hour em�rgency p��one number�ndlor
names Qf a minimeam c�f two (2} cc�ntact individuals w�th�n one week of award of contract. Shauld
the phone number or Gantact person(s) chang� during the course of the contra�t it wilf be th�
responsibility of the contractar to nakify the City. !n the event #he confractnr cannot b�
cvntacfed or fails #o re�pon�f, a writf�en nofic� af p+�rformar�ce deficr�ncy wil! I�e issued
and a pe�ralty of$7,OG10.00 per incident wil!be deduc�ed from future cvnfracfvr payment�.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
C. The contracfor shall be requir�d to �rovide ail traffic conkrol required during any emergency
operations. Should the work invc�lve any �igh valtage 1ir�es the contractor shail be require� to
notify the respc�nsible utility campany.
D. Work perfarmed und�r the err�ergency pravis�an of tt�is con#ract shall be paid as set forth in
the rate schedule. This sh�ll include all labor, taais, e�utpme�t, dispos�! fees, and mater�als
n��essary for con�pleting th� emerg�n�y work.
12. Schedute af Work ar�d Hours �f Q�perat�o�i
A. Contrac#or w�li be req�ired to commence wor�k within ten (1Q) w�rking days of award of
contract, or upan receipt of assigrtm�nt are� or locat�e�n. The cantractar shall, prior tc�
con�m�ncing wQrk, submi# and g�ir� ap�rov�l of a weekfy work sched��i� inciica#ing the �rder and
location af work.
B. The �en�ral hc�urs of t�peratiat�t shalt be 7:Q� a.m. to 4:00 p.rn, on rraaj9r sireefis ar}d H:�U a.m.
ta 4:0� p.m. an residential st�eets with respec# to any chipping, cutting, or oth�r operat`or�s
generating harsh or unusual naise. Th� days of operation shall �e Monday through Frid�y, No
wark s�afl be performed an Saturday, Sunday or City r�bserv�d HvJedays unlc�s
auf,horized'by fhe Ci,fy representative(s).
C. fn additi�n, the ca�tractor shall mee# with City represen#ativ��s) on a pre� scheduled monthly
basis nr as necessary or requir�d.
13. C1ean Up
A. Cantractor shall clean all jol� sites when wark is completed. This inci�tdes raking af feaW�s,
twigs, ar�d any other waste materiaf fr4m khe lawns or mediar�s. This vuill �Iso include swe�ping
of sir�ewalks ant� str�ets.
B. Each day's scheduled �r+��rk shall be complet�d and cleaned u}�. Under nv cr`r�umstances
shall any brush, leave�s, d�b►�is or equipment be lef�on the s�re�#, sidewalk or in the rir�ht-
of way overnight. Cantractar's equipment may �� stored overE�ight, with aduance approval, in
the Giky Corporate Yard; I�awever, t�se City will not be responsible for security of contractor's
�quipment.
C. Tf�e Contractor sl�all use extra cautian to nat drop 4�mbs intc� b�ck yards. �� this happens the
c�nfractor si�a11 rnak� #heir best efforts to contact the resider�t to clean up the debr�s.
C�, The City represen�aiive(s) s�all be the sal� judge as to the adequ�cy of #h� clean-��p.
1A�, Disposal of Materi�ls or Debris
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
�. A!I tr�e braricF�es, t�rus��, tre� trur�ks a►id other materials }�rc�duced as a r�sult af the
contractc�r's operati���s under th�s contract will �e redueed� reusec�, recycled, andlor transforrned,
Any debris or mat�rials requiringr dis,�c�sa! �ha11 naf be af�pasited ir� a I�n�lfill.
B, Reducir�g wil! tnclude, b�t is not limited ta, chipping, gri�ding, andlor shredding c�perations.
Reu�ir�g will iraclude, but is not iimEted to, using chipped, gr�und, dr shredd��d tree materia) as
mulch. Recycling v�+ill incCude, but is n�t lirnit�ed ta, chipped, grour�d, or shredded tree materiaf
used ta produce compas�. Transtorm�tion will include, but is not limited t+a, fire wood th�� is koo
I�rge to be chipped, grc�und or shredded far use as muich.
15. Mulch Program
A. Upon requ�st the Gontractor shalf provide and d�liver, af #he Co�tractor's ex}aense, one (1)
forty�40)yard bin of fintst�ed mufch twic� per year which may�ie us�d by the Gity or its landscape
mainten�rtce contractors for lar,dscape en�ar�cement, �rosion control and wat�r conservation
activitie� within ihe Gity. Nlulch sha�l be comm�rcia! grade, sirrmifar in size and c�ndition ta tha#
rec�uired by Cal Trat�s. Nlulch sh�ll be free of insects, weec� seeds, trash, pa1m, pine and tamarisk
debris, �nc� suitable for immediate appl�cation. Mulch shall be delivered tc� I�galls Park, VOG���d
at 3737' Crestview Avenue, Norco. Gontractor may also, upon request wiih approval by a City
r�presentativ�, dispase ot ot�er cle�n mulch at des�gnated City facilities. CEe�n muich shall
mean any woad chipping that are fr�e of trash, excessive ��aves, pine, palm and tamarisk debris.
16. Insp�ction
A_ The City representative(s), shall at al! times, have access to th� work and shal1 be f�rn�s�ed
with every reasonab�e faci�ity far ascertaining full knowledge r�spec#ing the pragress,
workmanship, character of materials and equipment used, ar�d �mplc�ye� in the wark.
B. Th� insp�ctinn af the wark shall not reliev� the cantractor of any abligatian to f�1�ll the contract
and/or camplete the projeet described. Defective work sh�lf be made we11, notwithstanding t'he
fact, thai su�h defectiue wr�rk may have becn previausly averkvoked by the City representativ�(s)
and accepted for payme►7t.
C. PerEodic�l1y inspect the work to assist in ensuring tl�e wark m�eets �ity standards.
d. All wc�rk sha�l m�et the approval of the City re�resentative(s}, or rectified b�y the Cantractor to
a candition tt�at does �eef this acceptance. Corrective act�on shafl be performed at no ac�ditio�al
cast ta #�� City. fn additian, the Director of Public UVorks, vr hislher authoriz�d representativ�,
sha{I be the determining �uthority w�th re�peci to all issues r�gar�iing the quarity or acceptabifity
of work perfarr�led and as to the manr�er of pertormance and rate or progress of the work.
Whenever GantractQr's designated supervisor is not present for any part o� the waric u+rhere it
may b� desired thaf he/she give cfirection, arders wiihin the scape of these s�ecificativns may
k�� given by the Superintendent af Public Works or Superintendent of Parks an� Put��ic Facilikies
or �is/her authorized representativ�, and Cc�ntractar shall instruct its staff ta #oRaw these c�rd�rs
as thaugh th�y had been issued by Contractvr.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
97, Braehures
A. Conkractor will provid� brochures or doar hangers that are acceptable to the City
representative(s) that describes the tree trimming proce�s, and are readily accessibl� to the
Citizer�s of Norccr. 5ample brochures must be included with submttted praposal.
B. The brach�rres or c�oar hangers shall be printed in English on one side and S�ar�ish on the
other side.
"18. Picture�
A. Cantractar is to supply, at no cost ko fhe City, pictures of"before" and °after" trimmin�, that is
suitable fo� reproduction when reqaae�ked by the City. Pict�res �hat are provided shall b� of one
{1) per species, per Grid to showease the wark that was campleted.
B. �ictures shall be pravided far any tre� that �s �etermined to be dead, dy�ng ar diseased.
C. When called out for emergency situation before and after pictures shall be taken. These
picfiures t��11 be prc�vided electronica�ly ta a desigr�aied City r�presEntati�e by the next business
day.
19. Yraffie �ontrol
A. Contraetor s�all refer to the latest edition of the `California Manual r�n Uniform Traffic Contrc�!
Devices' �MUTGD) as amended fc�r use in �alifQmia. This mar�ua! confarms ta all City of Norcc�
Traffic Safety requirements and operatin� rules, and shal! be Follawed at all times while this
confr�ct is in eff�ct. The cantractar may aiso utilize `Cai Tran's standards for safety and trafific
controi'.
B. Contractor wiN be responsible for supplyin� and using alf sa�ety eq�ipment necessary to ci�se
or delineate traffic lanes to through traffic. This is to include a high visibility safar arrow board
when necessary with� no exception. All traffic safety equipment must be approved for use, prior
to utilizatian, by the City.
C. A traffic cvn�rol pl�n wrfl be subrnitted to the C1ty rep►reserrtative/s aF leasf fifteen {95j
a(ays pri�r fv starting this contraCt for arferials.
D. !Ilumina�ed arrow b4ards, sigr� standards, delineatc�rs andlor canes shall be used to id�nti�y
wprk sit�s for wehicular ar�d pedesfrian safety.
E. Si�ould the Contractor appe�r to be neglecfful or negligent in furnishing warning and profective
measures, the City may direct atte�tion to the exister�ce of a ha�ard �nci t�e necessary warning
and protectiVe measures shall be immed�a#ely furnished a�d instaNed at th� Contractor's
expense. If the contractar Gannot immediately correct any noted deficienc�es to the satisfactiprr
of the City r�pr�esentat�ve(s} then the worksite shalk be irnmediately closed, all �quipment
removed �r�ci work stvpped until Ehe p�'oper equipmEnt ca�t be suppfied at caniractor expense.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
�0. �I�CiS
A. Cantractor sh�ll ec�ui� eact� �ehicfe �sed in �he City with signs that read, "Tree Mairatenance
Services Contractor far the City of Norco".
21. Tr�e Invenf�ry �atabas�
A. Car7traCtc�r shaH �rouid� and maintain an up-to-dafe �user-friendfy computerized tree invent€�ry
saftw�re system of all trees serviced For the Ciky during the term of this contract. Tl�e cc,n#ractar
shall �ravide tF�e City with a sta#e-of-the-art recc�rd kee�ing saftware system that aliows the Gity
ta mc�nitor and m�intain infarmation regarding aur iJrban Farest Maintenance Program. T�e
system shall provide detailed information which includes accurate GPS lacati�n of tr�es withir�
one (�{) meter, tree sp�cies, si#e information such as the diam�#er at breast height, crawn height,
botani�cal and common nartnes, phatagraph af t�� actual tree, work histories, senriee requesis,
and summary repar�ts and sh�61 be cor�sister�t with the City of IVorca Urban Forest Management
Plan. Th� Gity curr�ntly utilizes th� Arbor Acc�s� tree inve�tary sy5tem. Special consEder�tion
wi{I b� given ta cantractors who utiiize this system or c�n prQvide a compatible database.
� Contractor is required t� pr4vide an fSA Cerfified Arborist with su�cient experience to perform
tree data collecti�n and pra�icie a cursary tree evaluat�c�n.
• Ar�as ta be colf�ct�cf will include, but not be aim'rted to, Landscape and Lighting Maintenance
[�istricts (L�MD), Park�, Right-of-w�ys and City awn�d Facilities.
• Attributes to be cofle�ted by freld persanr�e! include Disf�-ict (area number c�r name�, possibly a
sub area, s�aecies ider�tificatian, size (eliameter at breast heigh#) ar�d cor�dition evaluation.
• Provicfe the City w'rth Glo�al Pasit4oning Syskerr� {GPS) caordinates for �ach tree inventoried.
The information co�llected can be linked directly #o a Ceographicai Infarmation System (G{S)
program, such as AreUiew. Using a handheld computer and � backpac�c GPS r��eiver, the
inventary cvliector will ider�tify �he trees by their global covrdinates of I�ngitude and fatitude.
• By cvllecting the clata using the GRS system, tfae City can consolidate khe tr�e data witl� other
variaus GPS caded programs.
• At tfle en� of t�e project, th� City will rec�ive a complete listing of all sites inventoried, both in
hard copy and i�t a software program, which w�ll �nable th� City tc� connect the inv�r►tory ta the
GIS program and create variaa�s frequency reports.
Attributes tn be coCiecfed by fi�ld personnel may include, bu� is nat limited to:
• Tre� Number
• City Right-of-way, LL.MD, Pa�k and Facility
• Street
� Location by Ad�ress
• Location by �IS, X, Y State Plane Coordinate
• Specie� t�y Botanic�l Name and Common Name
• Tree Diameter
• Canopy Spread
• Tree Heigl�i
@ Recammended Nlaintenance Classification
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
- Existing overl�ead Utilities
- '�arkway S4ze
- Parkway Type
� (�ubliclPrivat� Gade
B. Upon c�mpletion of the Ti��e inventQry �atabase a prune cycle calc�lator shall b� deterrnined
by fhe contractor based c�ff of k�udget, quantity of trees, and species of the kre�s.
+C. Th� Contracto� shall have at a minirnum five (5} years af experience in collecting tree
inventori�s anc! dev�lo�aing inu�ntory �atabases, in�luding an ex#ensive proc�ram that simplifles
the management of the City's �rban Fores�. Tt�e Contractor shafl h�ve d�velo}�ed a comp{ete
and comprehensive compul�r software program in at least fiv� (5) CaEifornia cities. T�e �rragram
shoulci �ave s��cializec! r�paris designed specifically for City represer�tative's needs. The
pragram sF�oufc� be developed �as�d fln t#�e needs c�f the City and af�ow th� City to m�dify, ar�d
strt��ture th� prQgram specific ta aur needs. The user-friendfy pra�ram sha�ald allow City
representatives tc� generate a variety of rcporks q�jickly.
Q. !n addition io th� tree tnventory proc�r�rn the �ity wii! req�ire acc�ss to � fi�ld-based
managem�nt p�ogram accessible from � smark phone or t�hiet fhat will allvuv staff members ta
view site s�ecific inform�tian andlor det�ail�d w�rk history. The field-based management program
s�all alsa a�low for gen�ratinq and sending ot wark requests fror� the field.
E, The Cantractor sh�l1 provide tecr�rtical maint�nanc� and support and trai�ing for Gity
personne! on the use of the tr�e Enventory pro�ram.
F. The Gcrnfracto�r will assist the City in updating its Urba� Forest Management Palicy �r�cf
G�idelie�es dc�curnent.
22. Co�tractor's Employees
A. The Contractor's empfayees shall irvear uniform s�irts that have th� Contractor's com�rany
nam� �nd t�e employee's ��st name clearly di�playec�on the shirt. A!I shirts worn by Contractar's
employees shalf be of the same cofor, materiai and style.
B. Th� Contractor's employees shall, wt�e� workin� on medians or in ofher vehicle traffic areas,
be requir�d to wear hi-visibi�ity reflectiv� safe�y vests aver th�fr uniforms_
G, The Cor�tractpr's empEoyees sl�ali wear hard-sQ1ed shoes at all times whil� on duty. Saft so�ed
shoes such as such athletic shves and similar#oo#wear sha41 not be �ermitted.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
�xf-����i� �
City of Norco St�ndard Agreernent fo� I'rofessio�al Services
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
Cl�f'X �� NURCCI
C{)NTRACf AGREEMENT
FOR
TREE TRIMIVIIN�, FtEMC►VAL, AND PLANTIIVG CaNTRACT SERVIGES
FISCAL YEARS 2Q23-24 THROUGH 2O27-28
1 o Par#ies and Date.
This Agr�errient is rr�ade and entered into this day of May, 2023 by and C�efw�en Che
�+ty of Norco, a municipal corporatic�n of the Stafie af Ca�if�r�ia, located at 2870 ��ark
Avenu�, NQFCO, Califc�rnia 92860, �Caur�ty oi Riversid�, St�te of Galifornia, (herein��ter
referred to as "Gity") and _, a corporation with its principai place of business at
_ �h�reir�after referred ta as "C�nfractar"). Cify a�d Contractc�r are
sometimes individually ref�rred to as"`P�rky"and collectively as "Parties"in this Ag��ement.
2, R�citals.
2.1 Car�tract�r.
�antractor desires ta perfarm �nd assum�e respon5ibility for the provisian of certain
maintenance s�rvices required �by T�e City or� #he fern�s �nd candifions set farth in this
Agr�emc�r�t. Cflntracts�r represents tha� it IS �X��fI�f1C�� 9n praviding tr�e trimmi�g,
remaval, and planting contract services ta public cli�nts, that it and its emplaye�s ar
subcontractc�rs have all necessary licenses and permits to perform fihe S�rvices in the St�te
o� Ca�iifornia, and that is familiar uvitl� the plans of the City.
2.2 Serrrices.
City�des�res to engage Contractor ta rend�r such services fior Tree Trimming, Removal, and
Planting Cantrac# S�rvices ("S��rices°) as se# forth in this Agreement.
3. Terms.
3.� Sc�pe o�5ervi�es and Term.
3.1.1 Gen�ral Scope of Services. Contractar promises and agrees to furnisf�
to the Gity agl la�o�, rnateri�l�, tva�s, equipment, services, and incidental �nd customary
work necessary ta f�lly ar�d a��quately supply t�� tree frimming, remaval, and planting
cantract services on an as�-needed basis necess�ry for said Serveces. The Services are
more pa�tic�.�larly described in Attachm�nt 1 attached hereta and incorparated herein k�y
reference. A�I Services shalf be subject to, and p�rf�rmed in accordance with #his
Agreement, t�e exi�ibits attached hereto and ir�corporated hereEn by ref�r�nce, and all
appliGable local, state a�d federal �aws, rules and rec�ufations.
3.1.2 T�rm. The terrn� o�this Ac�reement shall be from July 1, 2023 through
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
Jur�e 3D, 2fl28, with tf�e option to reriew �F�r twc� (2) o�e-year t�rms. CantractQr sh�ll
comptete the �ervices within the term af this Agreement, and shall rneet any ather
established schedules and deadi�nes. The Parties may, by mutual written cons�nt, extend
tF�e ter� 4f this Agreement if necessary to complete t�e Services.
3.2 Responsibilit�es af Contractor.
3.�.1 Control and Rayment of Subardinates� lndec�ei�d�nt Co�tractor. The
Serviees shall be provided by Contr�ctar. Contr�ctar wil� deterrr�ine the means, methods
and details af pr�viding the necessaa-y 5ervices subj�et to the requirements of this
Agreemen�. City retains Contractor an an independ�nt Co�traeto�� b�sis and ncrt as an
ernployee, Any addEtiona! personnel conducting 5ervices ur�der this Agreemcnt on behakf
of Contractor shall also not �e employe�s of City and sha�l at all times be under
�CQntractor's exclusiv� direct�on �nd control. Contrac#or shall pay alf wages, salaries, and
other am�unts due such personnel in cannectic�n with conduc#ir�g Seruices under this
AgreemenY and as re�uired by f�w. Contractor shall be responsibfe for all repor#s �nd
obligatipns r�specting suc�additianaM persoa�nel, including, but not limiked#o: sociai�e�urEty
taxes, ii�c�m�tax with�vlc�ir�g, ur�employment insura�ce, disability insurar�ce, and workers'
comp�nsation insurance.
3.2.2 Schedule of Services. Ca�tractQr shall perfarm the Services
expeditiaus�y, within the #erm of khi�Agreerrient, and in �ccordance wit� the tim��rame set
farth herein. Gr�r�trac#€�r re,presents that it has the prafessional an� technical personn�l
rec�uired to provide Services in conformance w�th such condit�ons, In o�der to facif�tate
Contractor's cor�formance wi#h the Servic�s timeframe, City �ha{i respo�d to Cantractor's
Rec�uests for Infarmation in a tirrtely manner. Upon request ofi City, Cdntractvr shalk provide
a more detailed schedule af anticipated p�rfarmance to me�t the Services timeframe.
3.2.� Conformance to �tpG�lic�ble Re�uirements. Afl work �r�pared by
Contractor� shall be subject to the approv�l af City.
3,2.4 City's Representafiive. The City hereby designates �he Dire�tar af
Public Wprks, c�r his designee, to aci as its represe�ta�ive far the perfnrrnance of this
Agreement�"City's Representative"). City's Represen#ative sha11 hav�the pawer to aet on
behaif of the City fc�r �I1 purposes [ander this Agreement. Ca�tractar shaA not acc�pt
direc#ion or order� frorr� any pers4n ottrer than the �ity's Representative or his nr her
designee.
3.2.5 Co�tractor's Rer�resentative. Conkractar �ereby designates
y , or 1�is t�esignee, to act as its represerrtative for khe performance of this
Agre�+�er�t ("Con#ractor's Represeniative"}. Contractor's Representative shall have full
authority ta r�present �nd act �n beha{f of the Contractor #or ail purposes uncfer this
Agre�emenf. The Ccant�acior's Representati�e shap s�pervi$e�nc�direct#i�e Se►vices, +�sing
his best skill and atten#ion, and shall be r�espansible for al1 means, methads, techn4ques,
sequences and procedures and for the sat�sfactory coordin�tiQn of akl partions of th�
Ser�ices und�r this Agreement.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
3.2.� Coordination of Services. Contractor agrees ta work crosely with Gity
staff in praviding said Services and sf��ff k�e available ko City's st�ff, Can#ractors ancf �ther
sta�i at all rea�c�nable times.
3.2.7 Star�dard of Care; Pe�formance af Emp�oy�es. Contractor s�all
p�rf€arm a11 Services under tMis Ac�reement in a s�c�llfu! �n� competent manner, GOEl51StE1'l'�
with the standards generalfy recagnized as being emplQyed by profiessionals in the same
discipline in the Sta�e of CalifQrni�. Cor�tractc�r represerrts and maintains that�t is skilled in
the professional calling r�ec�ssary to perform the Servicea. Contractar vuarrants tha� alV
em�fayees and subcontractor� shall have suff'r�cient ski#I and exp�rience fo p�rform th�e
Services assigned to �hem. Finally, Cor�tractor re�ar��ents that it, its employees and
�ut�cc�ntractors have all lic�nses, p�rmits, qu�lifications and ap�rovals of whatever nature
#�at are legally r�q�tred #o perfo�m tfae Services, includi�g a Cily Business Lieense, ared
that such licens�s and ap�rro�als shall t�e maintained #�roughout the terrn of this
/�gr�ement. As provid�d fQr�n the indemnificati�n provis�ons af this Agreement, Contractnr
shall p�rForm, at its own cost ar�d �xpense and wrtkraut reimbursement fr�om the City, ar�y
services necessary to carrect errors or ornissians wh�cf� are caused by th�; Confractor's
failure to comply wrth t�e st�ndard of care provided for her�in. Any Employee of tk�e
ContractQr or its sub-cc�ntr�ctars who is determined by the City to be un�ooperative,
incom�e�e�t, a threat tc�the adec�ua#e or timely cor�pletic�n o#the Agreement, a threat ta the
safety ofi persons or praperty, or any�mplayee whc�fails or refuses to p�r�orrn th�Serrri�es
in a rrlanner acceptable ta ihe Ci#y, shal� be promptly rernov�d fram the Pro�e�i by the
Contractor ar�d shall not be re-employed to perform any of t�e Services or ta work on th�
Projec#.
3.2.7.1 Periad af Rerformance and Liqui�ate� Damages.
Contractor shall perfarm and complete all s�rvices under this Agreement witk�in the term set
fiarth in Sect+on 3.1.2 abov�{"Performance Tione"). Cantractor sha�l perfarm#he �ervi�es in
strict accordar�ce with any completion schec�ule or Project mj�estones describec� in
Attachment 1 attacl�e� herett�, ar which may bs provided separately in writing fo the
Cnntractor. Co�trackor �gre�s that if the Se�vices are nat campleted witt�in the
afarem�ntioned Performance Time andl�r pu�-suant tQ any such completian sch�dule c�r
�'rojeGt rr�ilestones develo}�ed pursuant to pravisiQns qf this Agr�emen#, it is und�rsto+ad,
acknowledged and agreed that the City will suf�er damag�. Purs�ant t€� Government�o�e
Section 53Q69.85, CQntractor shall pay tn the City as fixed and liquidated damages, and not
as a per�aity, the surn of, $10D.{?0 per day.
3.2.8 Laws and Rec�ulat�ons. Cc�ntractor shal! �eep itseif f+�lly infc�rmed of
and i+� compl�ance+nrith alf lacal, state�nd federal i�ws, rules and reguEa�ions in any rnanner
affe�ti�g �h� perforrr+ance c��the Services, including al1 CaIIOSHA requirem�nts, and shall
give all notices require� by law. Cr�ntractar shal� be liable�or all vic�lations of st�ch laws and
regulaticrns in connectian wi#h the Services, If the Contractor perFarms any work knowing it
ka be contrar-y to such laws, rules �nr� regt�latians and without giving written notice to the
City, C�ontractor sha6! be salely r�spgnsible for ali costs arising therefrarn. Cantractor shall
defend, incfemnifiy and I�old City, its o�ficials, dir�ctors, officers, employees and agen#s free
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
and�armf�ss, p�trsuar�t to fh� �r�cl�r�ir�ifica�iori provisians of this Agreerr�ent,firom any clairr�
or li�bility artsing aut of any failure ar �lieged failur� ta campfy with such laws, rules flr
regul�tior�s.
3.2.8.1 Ern�a[o��ment Eli��ibilitv; Gontr�ctc�r. By executing this
Agreement, �ontractor veri�es that it fi�lly complies with all requir�ments �nd r�strictions of
state and federa! iaw respecting the employm�n#c�f undac�mer�ted aliens, including, but not
lim�ted kr�, the lrrtmigr�tion Refarm and Contral A�f of 198�, as may be amer�rded fram time
to time, Such requirements and restrictians incEude, but�re nc�t fimited to, examinatian ar�d
retention nf docum�ntation confirming the identily and imm�gratiora status af eac�employee
of khe Cantrac�or. Contractor also verifi�es that it has not cc�mmitted a violation of any such
law within the five (5)years immediately pre�eding the date of execution of this Agreement,
and shafl �ot viaiate any such 1aw at any time durira� the Term of the A�reement,
Cc�ntractar shall avoid any vic�lation of any �uch law duri�g the �"erm of tf�i�Agre�ment by
participating in an electrdr�ic verifcatian af work authQrization program operate� by the
United States Dep�r�tm�nt of Nomefanc! Security, by participating bn an �quivalenk federal
wark authorizat�on pragram aperated by the United �tates �epartmeni Qf Hameland
��curity to verify information af newly hirecf�mpl�yees, or by sQm�ather legally acceptable
mefF�vd, Contractor shall maint�in recorcEs of each such �eri�cation, and shall make them
availab1e tc�the C�ty or its repres��tatives for inspection and copy at any tEme during narmal
b�asiness hours. T�e City shall not be responsible for any cos#s or expenses related t�
Contractar`s complianc� with t�o� requirements pr4vici�d for irr �ect�on 3.2.8 or any o� its
sub-sectians.
3.2.5,2 Errir�lovmen#Eliyibilitv;5ubco�tractors, Cantractors, and
Sub-subcontrac#ors, To the same extent a�d urrder the same cot�ditic�ns as Contractor,
Cantractvr shal! require all af its subc�ontractors, Contractors, and sub�subcontractors
performing any wark ar Services r�lating to this Agreemen�to make t�e same verifications
and comply wifih all requxrements and restr�ctions pravic�ed for in S�ction 3.2,8.1.
3.2.8.3 Emt�lcavment EliQibility; Fail�re to CamplV. Each person
executing tf�is Agreement oi� behalf �f�ontrackar verifies that they are a duly �uthorized
officer af Contractar, and understands �hat any of the fiollow�n� shall be grcaunds fQr the City
tc� ��erminate the Agreement for cause: (1} failure of Contractor or its sube�ntractors,
Confractars, sub-�ubcon#ractors or subcontractors to meet any of t'he requiremenfis
pravided fc�r in 5ectians 3.2,8.1 or 3.2.8.2; �2) any misr�pres�:ntation o�r rna#erial omissian
canceming com�liance with such requirer�ents (includin� in�hase verifcations provid�d to
the Contra�tor under Section 3.2.8.2); or (3) failure to imrr�ediateiy remave any person
fo�nd nat ta b�e in campliance with such requir�ments.
3.2.8.4 Labor C��ification. 8y its signature hereuncler,
Contractor certifies that i�is aware o#tfi�e pravisions of Se�tion �70(?c�f the Califc�rnia Labor
Cade which req�ire every ernp�oyer ta be insured again�t liability far 1No�kers'
Compensation or ta ur�d�rtake selfi-insurance in accorda��ee wikh ihe provisEons of that
Cade, and agre�s to compiy wi#h such prouisions before cammencing the perfr�rmanc� af
the Ser�ices.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
3.2.8.� �aual C�ra�ortur�itv Em�lo ment. Car�#ractor re�resents
that it is an equal apportunity emp{oyer and it shall r�c�t discriminate against any
subcontra�tor, em,ployee or applicant for empioymenk becaus� c�f rac�, religion, co�ar,
natEona)origin, handicap, aneestry, sex or age. �uc� nora-discrimination shall �nclud�, but
not k�e limited to, all act�viti�s reEated fo initia! employment, upgrading, demotion, transf�r,
recru�tm�nt or r�cruitra�ent advertising, layaff or termination. Cantractvr shall also compiy
with ail relevant provisions c�f City's Minr�ai#y Busi�ess Enterprise p�-agrarn, Affirm�ti�re
Actfon Plan or other rel�ted prog�-ams ar �uidelin�s currently in effect or hereinafter
enacted.
3.2.8.6 Air QualEtv. To the extent applicable, Cor�tractor must
Fully�flmply with all applicable laws, rules and r�gulations in furr�ishing or using equipment
andlar pr�avic�ing s�rvices, incl�dir�g, bui not limited ta, emissions �imits and permitting
requirernents impo�ed by t'he South Coast Air Quality Managem�nt Districi {SCAQMD}
andlor Galifornta Air Resourc�s Boarc{ (GARB}. AlfhQugh the SCAQMD and CARB 6imits
and requirements are�ore broad, Contractor sh�ll s�eci�cally be aware af th�ir application
to °por�able e�uipm�nt", which definition is eorrsidered by S�CAQMD and CARP to �nclude
any item of equi�ment with a fu�l-powered engene. Contractor sha[l indemnify City aga�nst
at�y fines ar penalties irnposed by �CAQMD, CARB, or any oth�;r gouernmenta! c�r
reguiatory agency for violati�ns af appficable laws, rules and/or regulations b�+ Cantractcar,
its sub�ontr�ctars, or others for whom ContractQr is responsible ur�der its indemnity
obliga#ions p�-ovided fvr in this �gre�ment,
3.2.9 Insur�nce.
3.2.9.1 Time far Corr�plianc�. Gontrac��r shaU not cc�mmence
work under tE�is Agreemer�t until it h�s �rQvided evidenc� satisfac#ory to the City th�at it ha�
sec�red all insurance eequir�d under this section. In addition, Contractc�r shall not a[!ow
any subcontractor to commence work on any s�bcontract ur�til it has prpvide� eVid�nce
satisfactary to the City that the subcontractor has secured all insurance re�uired �nder#h�s
sectian.
3.2.9.2 Manimum R��uirem�nts. Throughout the life of this
Cantract, Cc�ntractor shall p�y far and r�aintain in full farce ar�d efFect all p�Gcies of
insurance required hereunder with an insuranc� cor�p�ny(Ees) eit#�er (i) admitted by the
Califorr�ia lns��ance Camrnis�ianer to do business in the Stake of California ar�d rated not
less than "A- VII" in Best's Insurance Rating Guide, Qr (ii} as may be authorized rn writing
by Gity Manager ar htslher designee at any time and in hi�f#�er sole discretion. The
fallav�ing po�icies of insurance are required:
(i) COMM€RC{AL �ENERAL LIABlLaTY insurance whicEi shall be at least as
brcaad as the rr�ost current version af In�urance Services Qffice �ISO) Commercial GeneraF
Liability Coverage Form CG 0(? 0� ar�d incl�de insurance �or "bodi�y injury," "pre�perty
damage"and '°�ersonal and advert�sing injury" with co�erage fQr premises and operations
(including the use of av�rneci ar�d non-awr�ed equiprnent}, products �nd cc�mplet�ed
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
r
operations, and contractual li�,biliky {includi��g, witho�jt limitatic�n, �ndemnity obligations
under the Cantract) �ith limits af liak�ility of nok less than the fol�owing:
$1,OQO,OOU per occurrence far bc�dily injury �nc� pro{aerty damage
$1,000,00� per accurrence fQr p�rs�nal ar�d adver#ising injury
$2,OOfl,O{?Q aggregat� for praducts and cc�mpleted Qper�tio�s
$2,OQD,U�3(3 g�n�ral aggregak� appiying separately to the uvork performed
unc�er the Cantract
(ii) CQMMERCIAL AUT(�MOB�I.E LiA�IL.ITY insurance which shali be at least as
brc�ad as the most �urrent versian of Insurance Service �ffice (ISO) Business Auto
Goverage Form CA t�a 09, a�d include cov�rage fior a!I own�d, h�ired, arad nbn owned
automobiEes ar Qther licensed vehicles (Code 1 Any Autc�)wi#h limits of liability a#r�ot less
t�an $1,0(3�,QQ0 per aecident ��r badily injury �nd pro�aerty da�nage.
(Fii) WC3RKERS' CC�MPEPJSATlON insurance as required und�r kh�e California
La�or Code,
�iv} EMPLQYERS' L�ABILi�Y in�urance with limits of liability of n�at iess fhan
$1,fl00,fl(�0 each accident, $1,OOQ,a00 disease palicy fimit and $1,0{7�,flOD diseas� each
employee.
{v)PF:�FESSIONAL L1AB�LITY ProfessiQnal Liabil�ty (Errars and Qmiss�ans)
insurance appropriate �o Contrac#�r's prafessian, wi#h airnits af lia�ility of$2,0�3D,O�DO per
cla�mloccurrence ar�d $2,Q{}U,40�1 �aiicy aggregate.
In the ev�r�t Contractc�r purchases an Umbr�lf�ar Excsss in�urar�ce paliey�ies}to meet t#�e
m�nimum fimits o� insurance set forth above, this insurance poficy(ies} shall "foHow for�"
and afford r�a ��ss caverage than the pr'rmary insuranc� �o3icy(ies).
Gor�tractar shal{be responsible far payment ofi any ded�ec#ibles coa�tained in any insurance
pofic��s require�i h�er�under and Conteactar shall aiso �e re�ponsiE�l� tir�r p�yment of any
se�f�insured retentions. Any deductibles ar seff-insured retentions must be declared ta, an�
approved by, the Gity Manager br his/her cie�ignee. A� the op�ion of tfi�e City Manager or
hislher desi�nee, e�ther: (i} the insurer sf�aH red�ce ar eliminate such deduc��'�les or seif-
ins+�red retentians as respe�cts to VVTA, its board r�embers, of�cers, offici�ls, empinyees
and agents; �r (ii) Contractar shall provic�e a fin�r�cial guarantee, satisfactory to 1NTA's
Ex�cutiv� Director c�r hislher d�signee, guaranie�ing paymer�t of lasses and relatec�
inuestigations, clairn administration and defense exp�nse�. At no tirne shall the Gity b�
res�ansibie for the payment af any decfuctibl�s �r self-insure�l ret�ntions.
All poficEes of insurance required here�ander shail be er�dcarsed to pravide thaf the cQverage
shall not be can�el{ed, non-renewed, reduced in coverage ar in limits exce�at after 30
calendar day wr�tten notic� has been given to �ity. Upo�r issuance by the insurer, brc�ker,
ar agent of a notice of canceHation, non-renewal, or red�.kctian in cover�ge o� in limits,
Cnr�tractor shall f�rnish City with � new certificate and applicable endorsernents for such
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
policy�ies). In the ever�t �ny pc�lic,y is ��tit�: �c� ��<�}ire d�_��-inc� fk�� wrark to b� p�rformed for
City, Confractar shall �rovide a new certificate, ar�d �pplic�ble endorsements, evidencing
r�newa6 of s�uch pc�licy nat less than 1� calendar days �rior to the ex�iration date of the
�xpiring policy.
The Genera! L'+abifity and Auiomcabile L�ability ins«rance pc�licies shall b� ►n+ritten on an
occurrence�arm. Th� Gener�al Liability{including or�going and campl�#ed operatians) and
,Auiomobile L�ability shall r�ame City and its officers, officials, empfoyees, agents and
volunteers as an �dditiona� �nsured, Such pol�ey(ies) of insurar�ce shall be en�orsed sa
Contractor'� insuranc� s�all be primary �nd no contrib�tion shali be required of City. The
caverage shall ce�r�tain r�o special limitatians on the scop�af pr+atection afforded t4#h� C6ty
and its oi#icers, a�cials, employe�s, agents and v44unte�rs. The Vlforkers' Com�ensation
insurance policy si�all contair� a waiver of subrog�tion as to City ar�d its officers, nfficiais,
employees, agents and v�lur�teers, Should Contractor rnaintain ir,surance with brc�ader
coverage ar�dlor lirnits o� liabiiity greater than lhose s�awn above, City requires ar�d ��a11
be erititled ta #he b�oader cover�ge andlor the higher fimits of liability maintai��;d by
�ontractor. Any available ir�surance proceeds in�xcess of the specified minimum limit�of
i�surar�ce and coverage shall be av�ailable to C�ty.
If the Pro�essional �,iabili#y (Errars and Omissians� insurar�ce pQlicy is written can a claims-
made fcarm:
1. The retroactive da�e must b�shov,rr�, ar�d must be before the effeckive date of th�
Agreement or the cornm�ncement of work by +Contra�t�r.
2. Insurance must be maintai��ed and evidence af insurance must be �rovid�d far
a# I�ast 3 y�ar� after any expiratio� ar termination c�f ihe Agr�ement or, in the
alt�rnative, tl�e palicy shall be endarsed to �rov�c�e nat less than a 3-year
discovery periad.
3. If coverage is cancEded ar non-renewed, arad �ot replaced with another clairns-
made poficy form uvith a retroactive date prror to ihe effeckive �ate af the
Agreement or the commencement vf work by Contr�ctor, �antractor must
purchase extended reporting eaverage for a minimurn of 3 years following the
expirataan c�r kerminatior� af the Agreer��nt.
4. A copy af the claims reportrng r�quirements must be submitted #o V'VTA for
r�view.
5. These requirem�nts shall su►vi�r� expira#ian or terminatio� of the Agreement_
Contractor shall fumish Ci�y wi#h all certificate(s) and ap�licabl� endorsements effecting
coverac�e required hereunder. /11i certificat�s and app�icabfe �ndorsemer�ts ar� ta be
received ar�d approved t�y the Cify Mar�ager or hisJher d�signe�prior tQ City's execu#ion of
the Agreernent and befnre wo�k camm�nces.
If a� any #ime d�aring the iife of this .Agreem�nt or any extension, Contractor ar any af its
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
sub�ontractors fail fic� r�rair�#ain a�y required �nsurance in �ull forc� �nd eff�ct, ail w�rk ui,der
this Agreement s�rail be discontinued immediately, and al� �ayments �ue or that became
du� to Cantractor shall be withheld �ntil nr�tice is r�eceived by City tha# the rec�uired
insurar�ce has been restored to full forc� and effect ancl that th� premiums therefor� have
be�n paicf fc�r a periad satisfactory to City. Any failure #o maintain the require� insurancE
shall be sufficier�t cause f�r City to termEnate this Agreem�nt. No action taken by +City
hereunder shal� in any way relieve Contr�ctor of its respo�sibilitie� ur�der�ihis A�re�ment.
Upan request of Gity, Ca�ntr�ctdr shalf immediateiy furnish City with � complete copy of any
ins�r�nce�alicy require� ur�cler this Agreem�nt, including all endors�iments,with said copy
certifi�d by #he underwriter to b� a true ar�d corr�ck copy of �he arigir�al policy. This
requir�ment shall survive expiration or termination of this Agreement.
The fact that insurance is crbt�ined by Cc�ntractc�r s�al{ nQt �e �eemed tc� reiease or
diminish the liability of Cor�tractor, including, witl�o�# firr�itation, liability under the indemr�ity
provisions of this Agreernent. The du�y to ir�demnify City and its officers, officiais,
employees, agents and volur��ee�s shall apply to �I� claims and liability regardl�ss ofi
whether any insurance� {�olicies are applicable. The po�icy limits do not act as a limitafion
upon the amaunt of indemr�ific�tion �a be provided by Gantractor. ,�ppravaE ar purchase of
ar�y insurance contracts or poEicies shall in no way relieue from liabil�#y nor limit the liabi�ity
ofi Contractor, its principals, officers, employees, agents, pers�ns under the supervision afi
Cont�-actor, v�ndors, �upplier�, invite�s, s�ab-C�r�tractors, subcontr�ctors, or anyone
empfay�d directly or ir�direct�y by any af th�m.
lf Cantractor shauld subco�rtraet all or ar�y porkion of the senr�ces �c� be performed under
thi�Agreement, Gontractor sf�all require each subcor�tractar ta prov�d�insurance protection
in favor of City�nci its officers, officiai�, emp�oye�s, agents and v�lunteers in accordance
with th� terms af each of the preced�ng paragr�phs, �xce#�t th�at the subcontractors'
ce�ificates and �ndorsements sh��i he on fil� vuith Cantractor and City pric�r to th�
cammenc�ment of any work by the subcontractor.
3.2.10 Safetv. Gontraetar shai! execute and maintain �#s work so as to avoid
injury or damage to any person or property. In provi�ing Serv�ces, the Cnntract�r shall at
all tirnes be in carnpliance with aN appiicable lacai, state and federai laws, ruies and
r�gulations, and shalf exercise alf necessary pr�cautions for the safety of employ�es
appropriate to the n�ture of the work and the canditions ur�de� w�iich the work is to be
performed. Safety precau�ions a� applicabl� shall inclucf�, but shal� r�ot b� limited to. {A)
adequate 6ife pratectiar� and Eifesaving eq�iprr�ent and procedur�s; (B) instructions in
accid�:nt prevention for al1 empioyees and subcontractors, such as safe walkways,
scaffiolds, faN protectian ladders, bridges, gang �lanks, can�ined spac� pr�cedur�s,
tren�hing and shoring, equiprnent and other safe�y devices, equipment and wearing apparel
as ar� necessary or lawfiully requirac! to prevent accidents or injuries; and (C} a�equate
facilities for tfi�e proper inspection and maintenance of all sa�ety measures,
3.3 Fees and Payment�.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
3,3.1 R�t�s �nd T'c�tal C�m��ensation. Contractor shaEl r�Geive
compensaticai�, �ncluding authorized reimbursements,for ali design services rendered under
this Agre�ment at the rates set fo�h in Exhibii B a�tached t}ereto and incorporated herein
by re€erence� Extra work may b�at�thorized, as described belaw, and if authorized, will be
camp��asated af the r�#es ar�d manner s�t forth in this Agreement. The total cc�ntracl shalE
be based ar�a contract unit cost as describ�d in attachment"�"for s�rviL�s prc�vided to the
City far � "not to exceed" amount ofi $XXXXXX annually.
3.3.2 Payment of Gam��ensation. Contractor sha11 �u�mit to +Caty a month6y
itei�ntzed staterrient which indicates vuark completed by Cflntractnr. T�e stat�ment shall
�escrib� the arr�ount of �ei-uices and suppfies provided sinc� the initial commencement
date, or since tl�e start of the subseq��nt t�illing peria�s, as apprc�priate, through the�ate o�f
the statem�rat. �ity shail, within 45 days of receiving such statemen#, reuiew the statement
and pay all appraved charges thereon.
3.3.3 Reimbursenient#or Ex��ens�;s. Cc�ntractor sh�ll not be reimbursed far
a�y expenses urrless authorized in writing by City.
3.3.4 E�ctra Wnrk. At any tim�: during the term o�this Agreerraent, City may
request thai Contractor perform Extra Work. A�used herein, "Extra Work" rneans any wark
which is determined by City to be necessary for the �roper completion of the Services, bu�
which th� parti�s did �ot reasonably an�icipate woulc# be necessary at the executian af this
Agreement. Contractor sh�lf not perform, nor be campensated for, Extra Wark with4ui
writt�� authoriz�tion from City's Representativ�.
3.+� Accounting R�c�rds.
3.4.1 Maintenance and ins e� ctian. Coniractor shall mait�tain camplet�and
accurat� records writh r�spect to all costs and expenses incurred cander this Agreemenl. All
suc� recards shall be cleariy identifiable. Contractor shall alfaw a repres�ntativ� of +City
during normaf business �aurs ta examine, audit, and make tr�r�scripts or copies of such
records and any ather documet�ts created pursuant to this Agreemer�t. Contractor shall
ailaw inspectior� of ail wark, data, documents, prviceedings, and ac�ivitie� related to the
Agre�ment far a period of three (3) years fram t�� date of final payment under #fi�is
Agreement.
�,5 OwnershEp af Materials and �Car�fic�entiatity
3.5.1 Dacutt�ents &�?ata; E.acens�n�a of Intellectual Prapertv. This Agreement
creates a nan-exclusiv� and �perpetual license fior City to copy, use, modify, reuse, or
sublicense any �nd all copyrights, d�signs, and ather intellectua! property embc�died in
plans, s�eci�cations, studies, drawings, e�timates, and a#her documents or warks of
authorship fixed in any tangible medium of expressa�n, incl�rdrng b�tt not limited to, physical
drawings c�r data magneticaNy, electronacally or atherwise recorded or stored, which are
prep�red c�r Caused to be pr�pared by Gantr�ctor under this Agreement ("Dflcuments &
Daia"). All Documents & Data shall be�nd �-emair� #he praperty of khe City, and shall not be
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
usect in wi�ale or ir� s�tbstantiai �art by �ontractor on c�ther pro��cts wi�hout th� City's
expre�s uurilten perrt�issian. Withir� thirty (3[}) days f�l�ow�ng the c�mpfetion, suspensian,
abandonmenfi c�r termination of this Agreement, Confract�r shall provid� to City
reproducible copic�s of all Da�uments & Data, in a fiorm and amount require� by �i�y. City
reserves the r�ght to seiect the methad of document reproduction an� to esta�lish where
the reproductian will be accomplish�d. The reproductivn exp�r�se sh�f�be barne by City at
the �ctual cost af c�uplication. !n the eveni af a dispute regardix�g the arno�r�t of
compensation to which the Contractor Es entitled under the terminatiar� pravisi�ns of this
Agre�ment, Contractor sF�aal pr�vide all Doc�rnents & Data to City up�n pa�rment of the
undisputed amount. Contractar shall have no right t4 retain or faif ta prc�vide to City any
suc� dc�cuments pending r�snlutiQn af the dispute. fn addition, Contractor shall ret�in
copi�s c�#all Dc�cuments & Data on file for a minirnum of five (5}years falEowing completaon
of said Senri��s, anci shall make capies avail�bte ta �ity upon the payment o# actual
reasonabfe duplication casts. in c�f�dl�i0�1, before destroying the Dacuments �& Data
following this retentian �eriod, Gontraetor shaN make a reasc�nabie effor� ta notify City a�d
pravide City with th�e o�port�nity #o cabtain t�e doc�ments.
3.�.2 Subcontr�ctc�rs. Contractar shall require afl s�bcontractors to a�ree in
wrifing that Ci�y is grat�ted a non-exclusive and perpetual license for any Documents&C�aia
tf�e subcontractor pre�ares under fhis Agreeme�t. Contrac��r represents ar�d warrants that
Contractar has tt�e legal right to fic�nse any and a�! Documents& �ata. Contractar makes
no suc� represer�tation and warranty in regard to Documents & Qata wh�ch were�repared
by ciesign pro�e�siona�s Qth�r than Car�tractor or its subcar�tractors, Qr thase pravid�d to
C�ntractor by the City.
3_�.2 R�qht ko Use. City shall not be 9imited in any way in its use or r�use of
the Docurr�ents and Data or any part of them at any time, pro�ided that any su�h t�se �ot
wi��in the purposes �ntended by this Agreeme�t withoui employing the seruices of
Cantractor shall b� at City's sole risk.
3.6 Gen�r�l Provis�ans.
3.6.1 Termin�tic�rr af Agreement.
3.6.1,1 Grounds for Terminatior�. City may, by writ#en notice to
CanttactQr, terminate the v,rha�e or any part vf this Agreerrtent at any time a�� without
cause !ay giving written notice to Ccrntractar vf�uch tc�rmination, ar�d specifying the effectiv�
date thereof, at i��st seven (7� days be�are khe e�ectiv� date af such termin�tion. Upon
t�rmination, Gontractor shaH be comp�c�sateti �nly for thos� services which have bee�
adequatety rendered tv Gity, and Cantractar shall be entitled to no fur#h�r cc�mpensation.
Gontraetor may r�t�t terminate this Agr��rr�ent except for cause.
3.6.1.2 Effect of�ermination. If thEs Agreemer�t is t�rmin�ted as
provic�ed herein, City may require Cc�ntract�,r to provide all finished or unfinished
Documents and Data and other infiarmativn of any kind prepared by Cantractar in
cannection with the per�ormance af Servi�es unde� this Agreement. Con#r��tvr s'�a11 be
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
r�q�iire� t� ��rc���icl� :;�ic;f� �c�curr��r;� �r�d ofh�r ir�ic��rn�tid�� within fifteer� (�5� c��ys c�f th�
req�esi.
3,6.�.3 Addi#ional Services. in the event this Agreement is
terminated in wl�ole c�r in part as provided herein, City rnay procure, upon such ferms and in
such manner as it may determine ap�ropriate, servi�es similar to those terminated.
3.6.2 Delivery of Notices. AI� r�atices perma#ted or requirec� under this
Agreemer�# shail be given to the respecttve par�ies at �he fiollc�w address, or�t s�ach other
�ddress as the respective parties may provide ir� writir�g tic�r this �urpase:
Contractor:
XXX�X
X�CXXX
XXXXX
A#t�ntion: XXXXX
City�
City of Narca
2870 Clark Avenue
Norca, CA 92860
Attentian: �irector of Public Works
Such notice shall be d�emed made when persc�nalfy delivered or wh�n rr��iie�, forty-eight
(48) hours after de�osit in the US M�i1, first class postag� prepaid and adc#ressec� to the
�arty at its appl�cabE� address. Actual noti�ce sha�i be deemed adequat�not��e on the c#ate
�ctual natic� occurr�d, regardless of the methc�d af service.
3.6.3 C_oop�;ration; Furth�r Acts. The Parties shali fully cooperatc with one
another, �nd �hall take any additional ac#s or s�gn any add+tir�nal doctam�n�s as rn�y be
necessary, a�propriate ar conver�ier�t tQ a##ain tne purposes of fihis ,4greement.
3.£.4 Attdrnev's Fees. if either p�rty commences an actian against the other
party, eitt�er legal, administrativ� or vthe�nris�, arising ��f of or in car�rnecfion u�rith t�is
Agreement,th� pre�ailing party in such litigatian sh�fl be entifled ta have and recover from
fhe losir�g party !reasonab{e att�rney's fees and a!! other costs af such action.
3.6.5 Ir�c6emnification. To the furkhest��cte�rt allow�d by law, Cantractor shall
inci�mnify, hold harml�ss and defend the City and its officers, officials, employees, agen�s
and valunte�rs fram ar�y and alt loss, liabifity, fines, penalties, �orfeitures, casts and
damages (wh�ther in cantract, t�rt ar strict liability, incfud�r�g f�ut not timi#ed t� persanal
injury, death at any time and praperty damage�, and from any and a!1 claim�, dernands and
actions in law or �quity (inc{uc�ing reasc�nable attc�rney"s fe�s and fitigation expenses) khat
arise out �of, per�air� to, ar relat� to the negligence, reckle�sness or willful misconduct of
Contractor, �ts principals, offic�rs, empEoyees, agents crr valu��tEers in the performancs of
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
this Agreern�nt.
I# �c�ntractc�r shouic� subcontrart all or any partian af the services to be performed und�r
this Ac�re�ment, Gvntractor shall r�quEre eac�� suk�can#ractar to indemnify, hc�ld harml�ss
and defend the City and its afficers, officials, �mployees, agenks ar�d ��I�mtee�s in
ac�c�rdance witM the terms c�f the �areced�ng paragra��,
This section shail survRve kerminat�an or ex�iratian af this Agreemen#.
3.6.6 Entire Ac�reement. This Agreeme�t car�t��ns tt�e entire Agreemer�t�f
the parties with respect to th�subject mafter hereofi, and s�ap�rsedes ali prior neg€�tiatiar�s,
unc�erst��dings ar agreements. This Agreeme�tt may only be modifi�d 1�y a writing si�ned
by bnth parties.
3.6.7 Governi�c� Law. T'�is Agreem�nt sktall be goverr�ed b�the laws�f#he
State c�f Cafifornia. V�nue shall be in Riu�rside Cour�ty.
3.6.8 Tirne of Essence. Tirne is ofi the essence far each and every pravisic��
of this Agr�ement.
3.6.9 Cify's Riqht to Em�laY Other �an�rac�ors. City reserv�s right #a
empioy other Gantr�ctors in cQnn�ctian with said S�tvices.
3.6.1(}Successors and As�igns. This Agreement shali fae bindirtg on the
successors and assigns af fhe parties.
3.�.19 Assiq�ment or Transfer. Contractor shall not assign, hypothecate ar
tr�nsfer, either diree#ly c�r by a�eratior�ofi I�w, this Agreement or any in#erest herein without
t�O� prior written cansent of the City. Any attempt ta do sa shall be� nuli and vaicl, and any
ass�gr�ees, hy�poth�cates or transfere�s shalf acc�uire�a right ar interest by r�ason of�uch
attempted as�ignment, hypathecatian or transfer.
3.6.12 Constructior�; References; Ca��tions. Since the Parti��ar their a�ents
have p��kicipated fully in the preparatian af this Agreernent, the language af this Agreement
shall be construed simply, according to its fair rneaning, and not strictly for ar aqainst any
Party. Any term refecencing tima, days or periad for performance sha{I be worEc day�
{M�nday thraugh Friday, excluding ho�idays). All references tn Contractor include ali
personne�, �mployees, age�ts, and subcontractors of Gontractar, except as othennrise
specified in this Ag�eem�r�t. Alf refere�ces to Ciiy include its elected offici�ls, of�icers,
employe�s, ag�n�s, and vvlunfeers except as atheru�rise s�ecifed in this Agreernent. The
cap�ions c�f the varic�us arkicles and paragraphs are for conv�nienc�and ease of reference
only� and do no# d�fine, limit, augment, or describe the scp�e, content or intent r�f this
Agreement.
3.6.13 Amendmer�t; Modif+catian. No supplement, mc�di�catir�n ar amendment
of thEs Agre�ment shall be binding unkess execut�d En writing ar►d si�ned by be�th P�rkies.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
3.6.14 Waiver, No waiver of�ny clefault shaMl constitute a waiver oi any other
default or breach, wnetfi�er of the same or ath�r covenant or conciition. �1c�waiv�r, benefit,
privileg�, or service uc�luntari�y giver�or performe� by a Parfy shall give the a#her Par#y any
ca�tractual rights by custarn, estoppel or otherwi�e.
:�.6.15 Na Third-Pa�ty B�nefc'taries. There ar� na i�tended tfi�ird-party
benefciari�s o#any right or obligation assumed by the Parties.
3.6.'16 In�aaidity; Severability, if any pr�rtion of this Agreem�nt is decl�ared
invalid, illegal, or otherwise unenforc�able by a court af cam�eient jurisd�ction, the
remaining prc�visions shall confinue in full force and effe�ct.
�.�.17 Prahi�it�d InterEsts. Con#ractc�r main#ains anci warrants that it has not
emplay�d nor retained any compa�y or persan, oth�r than a bona fi�e employee warking
solefy for Gontractor, to soVic�t o�secure this Agreeme�t, Further, Cantracfior warrants that
it has nat paid nar has it agreed to �ay any company or person, other than a bona fde
empiayee workir�g salely for Contractar, any fee, commission, percentage, brokerage fee,
gift or ather consEderatic�n conting�nt upon or resulking from the awarc� or �r��king Qf this
Agreement. Contractor furkher agr�es tc� fiie, or shali cause its employees or
subcor�trac#ors to file, a Statement of Ec�nomic Interest with the City's Filing afficer as
required urrder state law in the perforrr�a�ce af the Services. For bre�cfi�or violation of this
warranty, Ci�,r shall have the right to rescind this Agreer�n�nt without iiabiFity. For t'�e t�rm
of #f�is Agreement, ncr member, afficer or �mplayee of City, during the te�m of his or her
�ervice wi#h City, st��l1 have any direct inter�s#+n this Agreem�nt, or obtain any present ar
anticipated mak�rial ber�efit arising therefrom.
3.6.�� Equal C)pp�rtunEty Emqdavment. Contractor repr�:sents that it is an
equai apportunity emp{ayer and it shaN not d�scriminake against any subcantractor,
em�loy�e ar applicar�t far employment because af race, religion, colar, natianai origin,
ha��dicapr �dl"iGP.8�171, sex or age. Such nan-discrimination sF�alf include, but not be iimited to,
al� activ�ties related to anitial emp�oyrn�nt, uqgrading, demotion, transfer, re�r�aitment or
reeruitm�nt ad�erkising, I�yaff c�r terrnination. Cantractor shall also cQmpfy with aIP relevant
provisions of City's Minarity Bus�c�ess Ent�r�arise pr�gram, P�ffirmative Activn Plan Qr other
re�af�d prograr�s �r guidefin�s currently in �ffect c�r hereina�ter enacted.
3.6.9 9 Labor Certifica�ion. By its signature h�reund�r, Cc�ntractor cerkifies
that it is aware af the provisions of 5ection 37Q0 of tl�e Cali#ornia Labor Code which require
e�very emp�oyer to b� ins�red against liak�i9�ty for INorkers' Cc�mpensation or to undertake
se1�-insurance in accordanc� wit� �he pravisions ra� that Code, and agree� to comply with
such provisions before �ommencing the p��farmance af t�e �ervices.
3.6.2�Authorify to Enter Aqreementd C�ntractor has all requisite �ower and
aukhority to condu�t ifs business and to�xecute, deliver, ar�d perform the Agreem�nt. Each
�a�ty warr�nts that the individuafs whQ I�ave signed #his Agreement have the iegal pr�wer,
righk, and autf�ority to make this Ag�eement anc� bind each respecti�+e Pa�ty.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
3,6.Z1 Counter�arts. T6�is Aqreemer�t may be signed in ca�ar�t�r��rts, eac� a#
wh�ch shall cartsiitute an original.
3.7 Subcontracting.
3.7.1 Pryor A��ravaM Re��uire�. Contrac#or shall nat subcontract any portion
of the work requir�d by khi� A�reem�nt, e�c�pt as �xpress4y stak�d herein, without priar
written approval of City. Subcantracts, if any, shafl conta;n a provis�on maki�g them subject
to al1 pravisic�ns sti�u�ated in this Agreement.
Name af Gontr�ctar:
*�y.
Signature
f�ame - Titie ` � �
NOTE: SIGNATURES O�F +CC)RPQRATE OFFICIA�.S MUST BE NC3TARIZEQ.
Attach Gertificate vf f�at�ry Acicnowledgennent
OWNER: CITY OF �10RC(.�, a munieipal corporatian
*By:
Ro�in Grundmeyer, Mayo�r
ATTEST:
�ana Rva, GMC, City Cierk
APPRC}VEa AS T� FC3RM:
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
�olin Burns, City Attarney -
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
�x��gir a
Fo�:
T(�EE TRIMMING, REIVI�VAL, AND PL/-INTfNG
CONTRACT �ERVlCES RFP
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
EXF9IBIT B
Contractdr Peopos�l and Fees
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
�Er�E�a� i��,�i�irY En�na�sEnnF�T
C1TY QF NORC�
2$70 C�ark �lvenue
Norco, GA 9286a
(9�1} 270-5678
A. PQLICY fN�QRMATION En�lorsemer�f #
1. Insurance Comp�ny _
Policy Number
�. Palicy Term (�rom} — -------- (To�
ERdorsem�nt Effecti�re Date
3. N'amed 1ns+�red
4. Addr�ss r�f Named Insurec!
5. Limit a�' L�abiliky Any On� C�ccurrencel�lggregate
$ /
6. Deducti�le ar Self-Insur�d R�ter�tion (Nil unless atherwise specifed):
7. Coverag� is equivaler�t to:
Comprehensive General Liabifity Form GL�402 �Ed. 1173)
Commercial Generat Liability "Oceurrence" Form CG�F?01
8. Badily Injury and �roperty Damage Coverage is.
°aecurrence"
No#e: The Ci#y of Nflrco standard insurance requirernents specify "oc�urrence"coverage.
"Claims-made"couerage is not accep#�ble. 9f cornmercial genera� liabifity��arr��r equivaler�t
is used, the generai aggregat� rnust apply s�epar�tely to this focakionlprojeck or tf�e gen�ral
aggregate must be twice the occurr�nce limit,
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
9, Gescriptior� of Proje�t.
Th� City utili�es a 5-year trimming program �divided up into grids) intended to tritn
every tree within a 5-year period and is provided on the City's w�bsite so residents
can knaw wf�at y�ar#heir froratage trees might be frimmed. The Gity Tr�e 7rimming
�nntraet will provide tr�e trimming services af all public trees within the city limits of
the �ity of Norco. Th�: cantractQr s��A provide all labar, equipmen#, tools, f�el,
materials, dumpir�g, ins�arance, supervision, and all other iterns needer� ta deliver
excellent tree maintenanc� services.
B. P�LlCY AMENDMENTS
This endorsement is issueti in ccrnsideratifln of t�e palicy premiurn. Notwithstanding any
ir�car�sister�t statem�nt in t�e pr�]icy ko which this endorsement is attached or any �tYrer
endarsement attached thereto, i# i� agreed 2�s follows:
1. INSURED.As r�spect�any w�rk perFormed on#he abo�e described Project, the
City of Narco, its elected Qr appointed of�icers, officials, empioye�s, consulting
e�ngine�rs, and vaEunte�rs are included as insured with regard ta dam�ges and
defense of cl�irns arising frQm; (a} activities perfQrmed by flr on behalf af the
Named In�ured, (�) produc#s and camp�eted operations of the Nam�d Insured,
or (c) prernises awned, iea�ed, or used by t�e �larned Insuxed.
2. CONTR�BUTION NOT REQUIRE�], As respe�ts: (a} work performed by �he
�f�mecl Insure�i on #h� abv�e clescribed Projecf for ar on behalf of the City of
Nvrco; or(b) �roclucts sald by the Named Insured tc�tfi�e City t�f N�rca�or use an
tne Praject; ar(c) premises leased by tY�e Named Insured from tF�e City of Norca,
th�e ins�rance afforded by this policy shall �e primary insurance as respe+cts t�e
C�ty af Norco, its elected or appointed officers, officials, emplayees, cor�suiting
e�gineers, or vc�lunte�rs; or stand in an unbroken chain af eaverag� excess of
the Named Ensured's sch�d�ale ur�derlying p�-imary coverage. !r�either event, any
other insurance maintained by tY�e City of Narca, �ts elected or appainted office�s,
o�cials, empiQyses, cansulting engineers, ar volunteer� st�all be in excess of
this insurance and sh�ll nat contribute with it,
3. SC�PE �D� CQVERA,GE. This policy, if primary, affords caverage at least �s
broad as:
�1) lnsurance Services Of�ic� Form Number GL 0002 {Ed. 'i/73),
Campreher�sive Generaf Liability Insuranc�and Insurance Servi��s Uffice
farm numbe� �GL 0404 �ro�d Farm Compreh�nsive General l.iability
endorsement; or
�2) lnsur�nce Services Offic� Cam�erci�l Gertera� Li�bifity Coverage,
"Oc�urrence" Form CG Q�00'k; or
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
{3} lf excess, affcrrds co�e�age wl�ich is al least as broacl a� the prim�ry
ins�rance forms r�fer�ncec� in t#�e �receding Seckio�s ('I) a�nd 42).
�. SEVERABILITY aF INTEREST. The insurance afFordeci by tt�is palicy applies
separately to each insured wl�o is se�king coverag�e ar against whQm a ciaim is
made or a suit is brough�, exeept with respects to the Company's {imit of iiability.
5. PRC)VI51C1NS �tEGARDING THE lNSURE�"S QUTI�S A�TEI�ACC�[3E�JT OR
LOSS. Any failure tca camply with reporting p�ouisions of the policy shalf nQt
affect ccavera�e provided to �he Gity af I�arco, its efect�ed ar appointed o�cer,
officials, �mployees, consulting engine�rs or volunteers,
5. GANCELLAT1�R� NOTICE. The insur�nce affc�rded by this policy shall not be
suspended, voided, canceled, reduced �n coverage �r in fimits except �fter 30
days prior vurit�et� natice by certifed mail return receipt requested has been c�iven
to the Gity af Norco. Suc:h not�ce shaU be ad�ressed as shawn in the fi�eadir�g of
this endorsement.
G. It����ENT AN�1 CL.Ai�JI REF'�R�ING PRaCEQURE
Incidents and ciaims are #a be r��orted to the +nsa�r�:r at:
ATTN:
(Title} {Qepartmer�#}
(�ompany) - --- — -- - - - —
(Street Address} --- —— — — � � _ i -�— _
{City} A � �^ (State} (Zip Code) �
{T�:le�hone Number)
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
D. S�GNI�►TURE UF INSUF�ER ()R AUTHaRIZED REPFiESENTAT�VE CDF TH�E
INSURER
I, _ _ _ , warrant that I have authority tp
�PrintfTy�e Name)
bind #he below-listed insurance con�pany and by my signature hereon �a so bin� #his
com}�any.
SIGNATURE G1F AUTHORIZE� R�PRESEE�TATIVE
(Qriginal Signature required an endorsement furnisheci to the City of Norco)
t�RG�iRI�ZEiTION:
T1T�E:
ADDR�SS:
TELEPHC�NE:
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
��a�������N�� �A�a�a�.er�° ��������������
CI�"Y QF N�RCO
2870 Clark Avenue
Nareo, CA 9286a
(951} 270-5678
A. POLICY IhJFaRIVIATI(3N Endorsement #
1, fnsurance Company ,_
Palicy Number _^ _
2. Palicy Term (From) (Tc�} —
E�rlorsement E�fec#ive Date
3. iVameci Insured_ __
4. Address of Named lnsureci _ _
5. Limit of Liability Any Or�e Occurrence/Aggregate
$ f
6. Deductible or Self-Insured �Rekention
(NiE unl�ss otherwise specified):
$
B. POLICY AMEiVDMENTS
This endorsement is issued in cc�nsid�ratian of the policy premium. Nafinfithstanding any
incortsistent statement in the poliey to which this endarse�men# is attacF�ed or ar�y other
endorsament a�tached thereta, it is agr�ed as tQilows:
1. INSUF��E�. Th� City a# Norea, its elected or appointed officers, �affici�ls,
e���sulting engineers, err�playe�s ar�d volunteers are included as insured with
regard tv damages and d�f�nse o�claims arising frorrz: the ownershfp, operation,
maintenance, use, loading or unioading of any auta owned, leased, hired ar
bcarrowed by the EVamec� Insured, regardless af whefher liafaility is attribu#able fio
t�he Named Insured or a combinatian of the Named Insured and th� City of
Norca, its elected or appair�ted officers, officials, ernployees, consui#ir�g
engin��rs or volunteers.
2. �GUNTRIBUTI�N N4T REQUIRE�. As respects wark performed by the f�amed
a�nsured for ar on behal�of the Ci#y af Norca, fhe in�urar�ce afforded by t�is palicy
shall: (a} I�e primary insurance as r�spects the City of Norco, its el�cted or
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
a��C�c�in��c� c�ffice��s, a���icials, �r7�4�1�y��s, c€�ns��iltir�� Pngi���ers oi� volur�fi�ers; or
(b) stand in �n unbro�en cY�ain of coverage ex�ess �f t3�e Narned lnsured's
primary coverage. in �ither event, �ny vther ir�s�rance main#ained by the City af
hlorco, its e#ected or ap�ointed afficers, officials, �mpfayees or vQlunteers shalf
be in excess of this insurance anc� shall not contr�bi�te with it.
3. 5C4PE OF CQVERAGE. T�is perlicy, if pr�imary, affards coverage to the Named
Insured at least as broad as:
�1� lnsur�nce Services OffiGe form a7umber CA�0041 (Ed. 1/78�, Co�e 1 ("any
auto") and endarsement CA 0025.
{2) )f �xcess, affords cc�ver�ge w��ich is at least as braad as the primary
insurar�ce forms referenced in the preceding Section (1).
4. SEV�RABILMTY �� INTEREST. T#��; insuranc� afforded by this �olicy applies
separately ta each insur�d who is seeking coverage, c�r against wham a clairn is
made o�a suit is bratag�t, excep# with respect t� the Gampany's limit of I�ability.
5. PRQVIS�ONS R�EGARDING Ti�E INSURED'S C?UTIES A�'TER ACC�DENT OR
LOSS. Any �ailure to cornply with reporting provisions of th� policy shall not
afFect ca��rage provict��i to the City af �dorcc�, its elected ar appainted offcer,
official�, empioye�s, co�sulting engineers or volunteers.
6. CANCELLATl4N �iC?TfGE. The insur�nce afForded by this policy s�all not be
suspended, vaided, canceled, redUced in caverag� or in limits �xcept after 3�
days prFor writter� noti�e by certified rn�il return receipt requ�sted h�s beer�given
to the City of Narco. Such nflfiice shall be �ddressed as showr� in the heading of
this er�dorsement.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
+C. lNCIDENl° r4ND �C�,,41M REPO�TING PRO�CEL�URE
ln�idents and clairr►s are to b� reportecf #o the insurer at;
AITN:
�Title� (�e,partment)
�Cornpany} - --
(Street Add�ess) - — --- --
{City} _ — —_� {Sta�e) (Zi� Cod�� �
(Telephone Number�
D. SfGNATURE aF lNSURER OR AUTH�REZED REPRESENTATIVE OF THE
INSURER
I, _ _ �_�__, warr�nt that I have au�harity to
(Prin�t/-i-ype Name)
�ind the belaw-listed insurance company and by my signature hereon do sa bind this
cornpany_
SIGI�ATURE �F AUTHQRIZED REPRESENTATIVE
(Original Signature requ�r�d c�n endors�ment furnish�d to the City of Noreoj
C7RGANIZATI�N:
TITL.E:
ADDRESS:
TELEPNOf�E:
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
V116RKER',S CQMP�NSp,T1C)NIEMPLI�Y�R'S LiAB1Li7Y EN❑QFtSEIItl�NT
�1�"Y UF hIQ�RCC�
2870 Clark Avenue
Nc�rca, CA 928f�(}
(951� �70-5678
A. P�LI�`� INFc7RMA"TION Endorsement #
�. Insurance Company ---e --- —-- --,_ ` 6-- — --
("the Gompany"}
Poficy Number -- -- —
2. Eff�cfiive aate of this �ndorsement
�, Named insured
7. Emplc�yer's �iability �imit (Coverag� B}
B. POLICY AMEMDM�NTS
In consider�tian of#he policy premium and notwithstanding a�ry incons��tent statemenf in
the poli�y #a which this e�dorsernent is att�c�ed ar any other endarsement attached
th�retc�, it is ag�eed as follaws.
(1) Cancellat�on Nc�tice. The insurance afforded by th�s policy shall nat be
suspende�, voided, canceled, redueed in coverage or tn limits except after 30
days prior written notjce by certified mail return receipt requ�sted �as been given
to the City�of Norcc�. Sucfi notice shall b� addressecf as shown in the heading of
this endars�mer�t.
t,�) Waiver of 5ubrogatia��. The Insuranc� Cc�mpar�y agrees to v�raive all rights of
subragatic�n against the City af Noeco, its elected or-�ppainted officers, Qfficials,
agents and emplayees#or losses Raid under the #�rms af this policy which arise
from wark perfarmed by the �lamed Insured far the City a� Nvrco.
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
C, SJGNA�UF�E OF �N�UREF� �� AU`�HDRI�EQ REPRESENTATIVE OF �'HE
INSURER
f, _ ___ _ __, warrant that 1 have authority to bind
{Printl`i�ype Name)
khe below-listed ansur�nce campany and by my signature hereon do s�bind this company.
SIGf�ATURE OF AUTH�R�ZED REPRESENTAT�VE
(C�riginal signature required on endorsement furnish�d to the City of Norco)
ORGANIZATI�IV:
TIT'LE:
ADDR�SS:
TELEPHONE:
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
��r .
F�rn ��+� `'�� ��i�ll�5t '�OI' TBX�r`lyl'.I' Give Form tcaxhe
(Rre'.L).=e:r�mhrrr 2!)#�) nequester.Do nnt
�,��,,�„�o,�,�T,��,.,, IdentifiCatio� Nutanber and Gertification �„a tp��Rs.
Inteistd R��enue�rvice
� S Nania(as shcnvn rm yr�i mr�me tar.t�lurn).Name is requued a-�ihls Gne;6u nol I�ave this I�ne Ulardc.
. f 2 5usincss namsl�disrayard<xl entity neine,if Ji#leieril f�aYr aba+e � — — -- ---- - -- -
cv
� �ro �-- - -- -�--� --- �- -- ��-- - ---
� �3 rl5e�;aPprn�rriatr,tv.fw led�al lax aasyficaii�i;checkordy am nt[he Idlfr,viny s�cvrn7 6uxes' 7� Ex�n�},horc(ecrdc..a�aF,ly orrly lo
4 ❑InrlVndual./s�le propeielor a� (� C Co �ai�cH� S(;oi cyatiai
cc�t,w'�rr�fiG�is,r,ol individu2lst se0
y , , rR ❑� P ❑ P�rqti�rship [�Trust/es[atU im;buclic*nsonpaclea):
� su�gla-ino�nber LI G
� Exyiii4l�r/i,cwJy(�I eny)
�I i�nilcxl li.�ility cr-rnp�ny.[nlet llir3 laM dassificati�n�G-C�rrpcaafi�ai,S=5 cor{�u�a6un,P-�vinerslvFa�I'
p � Npt�,f nr e sinr�ln�rnaml�rx LLG:Ih;31�s ei�re�gaisi€xi,d�a noi c�hodx LLC;ehocF:Ilte a�pro�xialn bmc in tliv lir�m abwe!r� CxempSion hnrr�i-A TC:A fe�nrlinp
� W Ihe�!�cY:ssi6anlicm rst Ihc sinclPe.momhei n+vn��. r.uJe riS anyj
aC ❑�Iftissr{sde insiru4liur7s)A th�y,iv.:rc�r�,nsma�n�a�uu a�rv�w�roti.s.�
� — -_ _—
5 Ac'Idr�ss{�umbee,sf rec t.Rn�1 apk,or suitn n�,} Fiec�ueslrr's n�rne.�nd edrlrc��(�Iwria�
v
�
`Q '6 Ciiy,sidte,and�IP�xie -�— --�
�
7 Lasl arLotnt nvnbw{s}I�ie[o{>Gon�l�
Taxpayar!clentificatian PUumber(TIN) — -—
Cntc,r your TIN In fiio apprcpri�to baX.The TIN provicfed rnusl matclr the name giv�n cn lina 1 to avad �Sooiet seourAy num6er
backup withnoldfng.For i�divitluals,ihSs Is g�neraffy your saclal secwlty nurnber(SSN),Flowevar;for a �` � -�
resident alien,sde proprietc�r,or disragardod enlity,see ihe Part I insiruc[ions cn page 3.For o9h�r �I
ernities,a ks ypur om��loyer idoniidicatian numbar(EIN1.tf you do not have a i�umber,see How(v gef a J
TJhI m page 3, p{
Note.If 1he account is in more than one hame,sae ilie Insiruclions#a lina 1 and Iha chart an pag6 4 for `�mpEayer idWndfioetior+mmber j
guidalines an whosc numhor to enFer. (j _j��
� 1 I
C9Ct��G9tIO�ll .. - — - - — —
Under panaltlas of perJury,}ceril[y lha6.
1, 7he numbnr shovrn on this focm is my r_�neet laxpayer ldentiilcation numb�r(or I am waltU�g lor a number to be Issued to me);ancl
2 I am no1 s�r6jet110 Dackup withhdcling because:(a)1 am exompt fr�rn 6ackup r,vi[hltofding,a'(b}I haue nrai hean nalified by lhe Intemal Revenue
SarNce(IRS}ihat I am sub��et lo backup wilhholding as a result o1 a tallurc,to report all Iniares!or�Ilvidentls,�or(e)ts�s IFSS has noli�ied mo that I am
no Ponger subject[o haeke�p withF�oidli�g;�nd
3. I a�n a U.S.citizen or other U.S,person(definsd bslow);end
4,Tha FATCA code(s}antared on this form(i�ny)indicaling lhat 1 am exempt trom FATC�I rsporting is enerect
Certi�icaliort htslructions,You must cruss aut item 2 abave If you have laesn natifled by tha IRS fltiat you ara curremly aubjeet to banisup withhaid(�g
p�cause you h�ave faVlad to repOrt all Irrlerssi 4nd dividsnds on yqur tax rotum.For real astaza trensactions,it6m 2 does no[apply_For moRgage
interasl pafd,acquisili�r�or abaadonmeht af secured propar'fy,ca��cellatlon al r�ebk,cnnlribulfons tn an indiv�dual retVrement arranyament(IfiA},and
9eaieraSly,paymonts villar tha�intergst and dividenGs.y�i are noi t6c�uirod ta si�}n ths cerllllcatiai,but you mus[�rpvido yvur corrert TIN See 1he
irTstruclions on page 3,
�Ig� T 3ign■W+a of � —
�'{9Pb US.pe�rson t pali►
Ge�neral lnstructions •Fam IL19R{lyoine m�xlyac��I��Seres9),i49P-E�stuAcnf foan faterest],4Q9A-T
(W➢ficmy
Seclwn ieFeren�ces a�e fo Ilie Intoinal Reurxeue C�dn unless olliuwis�n+�fed. •rc�iti I V'�N-C#can�lnd J�f)
Fut�re devnlnpments_Inlortineiiun ad�oul devela(�n�enis�Neclii7y Fam W-9(s�tdi ,Fc�im 1099-A(acqui�ilinn a ai�aruionmen�01 scu.uicd propnrtY)
as IEgislapcn eriaclad aifai W u ieSr�asa il)is 2t Lvtinv.i�s.rgnvihN3.
Use:�o�m W-9 only if yew aso a i3,5.pers�xt(induduu3 s rnsirJenl ahe,il�to
pUl'�Gr�B Q'��01'lll pi�videymn cvvrec.l FW.
M n�davi!duaM1 or entiiy If orm W-B aequrtslee�wha i.irwfoai�eJ 9u lil�ai�+infr��ir7a5nn fl you dn m.{.zh�m Fnnn Vl`-9 ht th�fequesPx wrtl+a TlN,yuu miyhf L�,e vili�cct
ralum v��lh Ihc,IRS misi��f:�in y�w casect t.ixpayer i�➢enliiir,aliun num6en{Tlhfj t°��n���n�h'-'(darr�.Sse 4V7�et is 6n�up wrtld�nfdirz�?on page 2.
wqlich may br.ynn social soezmty nurcrhes(SSiJ},in�livi�ual la+q�ayei ide�tifir�Gun By xinning She fd4ed-arl ftum,y�w:
�tumber(ITIP�.a��nm L�ncpay rs�Jnariilicatiun nunir�r(ATifJf,ue rrr�pluyet I.Carlfly 1l;al 1hs 7UJ yau are givmg�s oort�c4(�r you are wailin�#{ar a n�rn6e;
tderotihc;iltcn nsim�ei�EIIV) to repoil or!�l�infurmai4m reiuih llk:Tmwnl pai[�4o In ho issuod},
yrw,c�otl�er arneunt e«(�orta6Se on an infr,nrmalion ielum,Fxamples oP infarnalic�ri
reh�ms include,tXsi are nul limile�l les,IFre fdluwing', 2,L'ertily tFmt ytiu aca noi u�Ujr,et lo backip vnfhFuild'rrq,o�
�F�m 1(Y99-IIV'f(��lerc�st earijed rar pauJO � Claim Pxemp�ion frora 6acln�p y✓ilhhdding if you ure a 11.5.nx�npl�aye a.If
•Fuim 1 Qfl(J-C)3V{diN�4ocyjs.indud'eng llkise.Irain stachs a nruluai fund;..) �PRlic�afale.Yo�are also cerlily�rv�Ihat tu z L7.5.�asoit Y�2Sinca6lr�sharo ol
Hny pvYui��ship incntriE hc�rn a 11.5.I�ade x busiattas.a is nc�1 c�i6jr.cf lo Me
•Fwn�i(79ff-io1(S(;(vrmo�s types olmr.wiid,{�ira.,arvards,oo grnss prexeec�s5 withhddinq tax on foreign pz.rincYs'share of e1lec:tively r.onnecied}nccm�a,and
•Fwm 1�9F3-8{stock nr rriutu7l iund sales anrS cf:rl;tirr olh�r lra�-esactmrLs by A,(;oriify tts�l FA T[;F�ealr.(s)�taead ixa this fam(f ar�y)indicating Iltial yau are
Gicketx} mcemp![rwn Ih�FA7GA repaluiy,ss corr�cl.Seo Wl�nfls FATc=A�eporpny7nrr
+Fwm IU29-S{pror,�Eir3s Ir�srn ieal n:tE1e Uansac4ac�'is) pc+y�+2 tor lurllia inlotmalian.
•Fdrm I099-K(icserdranl r.,ard a��d tlr3rd p�iiy«eiwr�rls Uxnsadlp�sy
Cat.Nn.1o231X F«m W-9�av,t2-2oin}
DocuSign Envelope fD:44A64616-3F66-492GAF68-02E3AC897593
i-�r»w-a�r�r,v �z aoi.�y
F'dli�!�
NuW.11 yc��ve H{l,S,�iisnr�and a r�7uester UiMc�s ycAi a ionn olh�1 U}en F�en 3.Tl�a IRS tbl45 1Pia reqGicistp t}�ai ynu Furni�hmaf ari incouccl TIlJ,
W-F3 Eo+equa_c[yr.�u ill�l,yrri miLsl.use She rc;quosler's Fotrn if it is sul�sl�nA:illy q 7he I(�iS 1e11s ye�u th�l yuu aie�utrjrck to i�ada�p v:ill�hdd�ng hecaias yuu diJ
simil.ar 401h't:a�Farni W-f+_ no1 rEpn+'1 all yo�a inlsrnst arxl drvidenris on ycxn lar.relvn(fur ra{wrtdWa irileresl
pafinition uf a U.S.p�rson fex Fede�ia{Ixir puiNa;es,yrx�a�a r.m.vArr�rS a I i C and drv�de�Js eve!y},oi
p�9D��yOU nitl: .5.Ycw dp nnl cx.rlify ka Ihs royuusla�liial you eie not sutyecl lo t�acD<up
•,An V�idividual vtho is a L1.5,r.iGa�n c�U.S.t�i�irnt dlien; withhdcl�inq�ride�4 aLwve(For repor lat�lr_in4e�ea-L�ll7d drviclend acern�nEs rg,mird
.A{�aEinr-rstrip,crsrpr�ratian,rexnpany,cx a4ociaiinn ereated:y�isryanizHrl in Ihe aflci 19$3 s,n3y�.
Unilnd Sfaica w under 1h�;law�o�ttle Urtitr�rl Siafo.�, Cexiarci payeen arr:i payn��'+Ns aie exemF�l 4r�xti b�ck.up wiUrf�d�fir��_Ses fxempi
.An r51.ry1�(olhcx tfi�sri a fwE�i3n rxielb);cr Aaitr�'�4�s�ct Page 3 nhd tl�e separate klst�uctiexu Iq tiie�Ree��rc�t�s v1 Fonn
VJ-D ta�ma e inFa m:sl�on.
.A dnmes4c Irvsl fas dolinod inAupul�li��s sactiun3fl1.77�I-T,1. p„o saEStar,cr�il,vles Inr�ra�tr�rslupsabr�vc.
5ryecitii niFai for p:arlrr�rg}�i�s.parineishiµs Ihal wndt�ct a hadr�cx�isinuss Ih
1}i�Unrlud 9tates arr Ueaer:sAy reUtrirrrl lo pay a wiltrholrfin�l�x un�S��•i socl�irn� {�)i3t iS F/'-�r�l�f`97Gf"t111(,3�
Id46 ari a�iY yc�rctiQn¢'yrirmrs'slY�l�-ai�'Fle�:lively ennncrled Ivcahle inearn�e fponl
.aud�k�«uness,Cuith:;�,ir�w�Win ea,sr�w'hore a fcnnx W-!31-ra:Exat tN-��-i icr[�ved, �Ih�F�xrAyn 11,e�ni Tax.Compb:uiea Ar,i{F.ATCF�iEquu�a�ul+cip.ihiiy fr re���i
tho nilr�,iinclor:a,f�nn 14Ati ier�uiio a pnrirsr.r J�i�I��I.:mi ume ll�l a p�i 1nrN�s a �iis3�nr.{;�I inshtiNnn�o refra�l all Llnitecl Slel4-accer�.ini k�wE�l�ra 4fiiat�re a�s±v;ifiod
I�xieiyn Pnisun,&ird 4�.�y Ilw snriirm I�146 wilfitx3ldinq 4;i�.'Tt�cvctwc,i�Ycxi aic a lMiled SL�I�:�i�axis.Ceitai�i pay»�rs ai e�axr•rn�i hniri fATt;A icporlinr�_5�v:
1J.5 ps;ia��a�tfr,4 is a�Fr.ii teior ih�a paeYnc�rsMp r.ondur.G�3�a Vu�Jc a 6i5ir�;u�CF�r+ E,mnipL»n frri�+FriTCA+r�rU2i��xwin n�i Gage 3 niM thn InshuclirnG lor IYie
Unslcd St:i4ca.picr;i�Ye F rnrr�W-9 fu Ihe pnrtnc+akeu to estuhl«h yoUi I1.5.stahu Ruque.slar af f-cnm W-9 3u�mue uwlumialicxi.
and avnid�clion 1A4G vailf�h�i�inN nEs y�u kirotan oi�a�tr.�rsirrry inr,nmr,.
Ih Ihe casas bobav,U�4 lulavNin r•��mniuy4 �+u F!w+i7 W-i)lotp��e ���a�]fl��eUY�II�QFISI�]�ICAfl
y�.. y �rineiship
lue pury�.�d�<�S s3sIaGIL5l�uixl�s U.S..staW:s arr�l avrr�tiru�wifhtidrlinti un il; Yix�I»�n1 Fnwi�l�fl uprf;�IN�i int�rmalio�lo arry Nnrssxi lo wl�n yw c.ieinirxl le�!w
�lloca�ie&Iritie r 7 nr-1 ineckne fiom 17-�e��rincvsFp ronduci�ng a Uade cN bi�suiie� �n cxeni��t nayee i1 yo�:�rc nr�lon�er an exr5fnpl payna and ur�ticipa4e iecFi�inr�
in il-k:Unitod S[a1es: re{wrlable�eym�ai[s in Lhe luh�re tr rn Nti.s�ets��n.Frx examplr:,you may n�d fo
.In t�x.case nl a disrr.�aided antity will i a ll S,aNnw,Ihr•11.5.ownr.i ezi li'ie p�ovide GipJelar4 infctmal�n�ii y�u aia a L'.c�x�aUa�tliai NecL.fa bn:ui 5
d�:t�qardad an4ly and fwl the cYolity, co�poratieri.u e1 yo�i rr�I�xrgur arn taz 6y,errlpt.k�a4+J�G�m,y,v,�nnesR hurtisiti a rreW
Fo�m W��J i€ihc�narne a�T1N ohan�es Ra Ure ao:o�nit;irr Frarn�fc rt the granirx
•In tha cass of a graneor�rusl vir11�a IJ.S.�}raa�ta ni olt�et�U.S �fatEr,gr>nnrallY, 04 a granlca Vus1 Jis.
Ihe U.S.qiantiK�x caUiSr V.S.cM�ncN�crt'115e gr��la trG�l an�noi Ih�+hu:.l;and �
•In 1#Kieasa.:rf a U$.kt4vt�oil�r tihult a grar`Crn Iruat),Il�c LJ,S.husl{vNter U�ana �6I1���:IBS
g�arrtrx UustJ end nisl p�e�entotia��im r�1 tlw IfAisL Frjlire to fumiafi TI:N.II yw Insl tca lumish yuui ecrracl 1IIJ le�,�er quh:ai�v,yrw nrN
For6lgn qef mort K}fatF are a i�rctign parsan or Ilte U.S.6e aneh o7 a Iaaign 6u�c wb{ecl lu a{�malfy ot SSU 1nr narh si�r,h iailure uNess your lailu�e�is dua lo
thnl hns eler.led[o 6e 1re�sied ez a U.S,ye�sa�,do nol usy horm W-9.Instaad,�e rc�:caiat�,�autc�and rrot to Willlul noglcx.#.
thrr�prairtatr,f"�am W-t]or Farm Ei233(sae Public:.fiuri 515,WittlFwldmg irl�Tac Givil panatty fof felsu in'formatian vui8ti rnaµoc!ta vvi!}�}wlding�ff ytw mais»a
ai Noiresi65n1 AlienS an�Fnrcign Erotities], inlse slalcinonl vrifh no ieasonaWe hasis that�gsults�m nn 6arktip withlu�IrSin�,
MonreS{dant alian wFw bownroaa a rerTeSent aPian tienara�ly,emSy a�anresidertl you are s�i�eel ta a$5�0 penedly:
alien indivieiunl may uzr.the ee+ins of a l�c fvealy lei ieQuq�a�irnii e�7le LI�S,true nn L'rimirsal peruaYry far fals'rfying iMc��ncalior�Willtully Ealsifying ee�lifitalioru ar
eartutin typas of ine«r�a.Hordavar.rriect ta.�U�al�vu ctk�il�uo a r,�wesi�n 677cr.wt as �tf�sinatic��._mrry sf�b�ncl you t�6«7ui�ai pa�ia{tios rtocludinp 6h��anJlor
a"s,nrvi��g daiu,:`£xr,gphnns spec'sired in kho saving dau�rr�:�y perm�l an im{xisonrnent.
ezempYi��Pian 1��Y 1n cnntinuc for cr�tain tyF�.of incqme euen afier 1M p�r�-:e
hRY nlltarwise t�Fwvrr a n U.S.rm�d9n4 nlian far I:u pesrpca�e.s- Mftuse oS 71Ns.11 llio r�quusSer di�.tlos�s o�us�TIA6 u i Wiolahal n'I ladotal taw,
�f Yc�u:�rc�L7.5.resiJenl alienWYie,is islymg nn an exr.eptio�ccnt.niru�d m Ihe Ih4leZuaslor may 6e subjneP[o eiiiV drKJ Clitttir�l perx�niri,
savinp dausn oY a F�t liea ly tn Gxim an exemptl��r1 Frarn t.1.S.1ax on C�7ain lypas � ��ific Ins�ruatlon�
ol inc�ma,Ycx+IIt�151 atta�z a slatwnent ro Form W-fl Iha{�cv;iho�lhe tallowm� p
Tive items:
I.The 7�caeFy cculnhy.Crr�erally,Ihis m�l bo lhe�saixe trnaly urtile�whlch you Lir�e 1
cl.timc�d tar.t��sp�i�finno ta�c a�x nmiesiclent alkan, You must cu�ter nns oS Mw fdlrnving on this 9�na:do not Icave tFvs linn 6lanit.Tlze
2.The hAaiy arlido addies�np Ihe v�cane. nama�linubd enaldi!!te nam�+xi Yovr lafc raluln.
S.The ari�cle r+unbex(a Icseattion�ir�Ilr�I�c Umaty Ihu1 eosrisi�ts 1hc snvinry IF th�s FcWrn W-3 is Ia a jcri�l acuwnl,lisl lirsl,nnJ U�nn aiel�,tEie hai�ne erl pia
dause and ic�axr�ptians. Pnsr�n cre exiMy whnse ncrnU9r Vw enlererJ In Pv1 I of fwm W-�J.
4,The lypa and�mv��6 ui in4cxne Iliat qi alrl�r�itv lhe ax�sn�p�ion h�n Iax. �� Irrdividuel.Gen�ally,enlc�[he navue sttawn ai ysxer 1ax ie4urn.f1 y.xi have
5.Sulfiici�n9 1a�is In�+ssti(y Uia eX+.r'nption horn tax uixleA Ihe larms n1 ti�e traa! '-#�angaJ you�last resnrF wstfroul ir�forminr�lf�e Sr�cin3 Sncirrfy Aclnrirlislraliorr{SSA)
Y ul Uro5 nam�r,har.�a,kvzla:your hist nKrrte,the Ixs!n�ne�s sfie,w7i�m yuur scwiul
aAiclo. secuity card,ard youa r'ie�v layl n:�n�r�.
Fxart�oks.hi li[!u 2(}ol 11�rn L�.S.�I+rUa i7x:r�no lax iia,ty allrnvs an a�enlnpli�r-a �y��.�TIN applicnr�t Enle�yafl i�1dNi�u'at nar�id ae:fl v+�s�anlhi�.1 e�r,ync+i Foem
{rnm la+�1�x sc-holar�hiry inr��nn rx.uived!rt:a Chinese sl�denl lan�orarity�irsssnt W��7 ap�licat�zu�,Ime ta.7his sliatdd al.�o t�a 4he seurt�as th�namr,ynu enlci^��f on
�h ll'�e Undorl Stal�es.Undcrt U.S.law,lh�stUden(will bacurn:+�a��iyidw'it ali€a�f�x �h�+Forrn ICWQl1l7�S�NiR70CZ you filyd wilh youi apF+licatloi�.
t�piryc;.o.�il h�c oe Ir�i s1aY in!Jw llrrteil Skil��oxeaeiis 5 caVeridm yc�rs.
iiowrve�.Faeag�Fph 2 ot Lhe liryt Ftotoed lo ihc U.S,-Chin:e Irsary��iat��tl April 3v, t�. Sob pr�prietar of s1erQM10-nrombcr I.LC.�Mnr youi irvJividutJ n�mr as
!S3[3i)allv,v�:ihr.fxorisiuns ot Arbcls 20 lo�oritirwe Eo apply ov�n Tkoi tl� shown e�yun i040l10dONS Ek10EZ ni iin€��.Y�i m�iy ei-dFlr y�ui lx�sin:�a,h.orie,
Gl�inr-o sWd-enl becnm�s a residrnl Mlic�l hP Ihc tJrtdr.d 6{q�rs.A Ci�ii7r�se.�udsnt �x��+��^��A�"-�-%���ns'NBFl]nune6 an luie 2.
whr�qua111jFis.9or itiss Gxcaption(undr:r NaraQra�l�2 al l3ie fitsl p�alucoQ a�iU Is r.. Portr�nrsh[�r,LLC that is not�airpla�-member I..�C,C Corporaflun,u�5
iaFyin j�x�1hL AxceRlicr���o lairn nn au��ai��alidy horn 1ax ori Ilis rx hor srhdarsl-�ip Cofpprotion�Eiltf�t Fhe enlrfy's neme es si�nvrrt�n 13�e ee�lify's t�c IeRilai on Ilne I
or Ir�So,vsl7p Incqrie we�iJ,]udla�to Frnm N'-9 a statemanY Iha�includas ihrt and arry M�sm6ss,b�de,a D[4A namr.ai lin�2.
mtorrna4irxi cluyaibaJ abrv.�e ik'�wPpcttt l+��f er.cxn�strd�i, �I. Ofher anGA�as.Efr[cr your namo as�owri an ruy�neel U.S.{v$wa9 t:�x
II you a€t a noni ea:id��1�lien�r e ta�ign ct'ifrty,c�rvo Ihe iequester tl�e docu�nenls on Ikno 1_lltis nanie shwld matck�ihr,namn xhcm�n on ihe cha�lex w
e�pT?�npnn3e completcd Fwni W-B Q�Fu�ns 6237, 6thor la�7atl dwunent a«�hn�Ilti.arifify,Yr�i m�?y er4er any hsL in�zcs,frade,as
bFi4 nao�e en I�ne�_
Q�&3C�fU�7 w��lfiO�Cl(f7f�" �_ Olsrag�rdad atnily.fu U.5_fueleral�az EwrFx;ses,asi enllty U�al i:
What is hvakug�witRFwldlrsp7 For�Ku malttrrg carl.�en paymon4s la yuu mus4 ��sr�g��lod as an r�trty sopaiaLa hom its ownFii is 4eal�xl us a."disrt«��i�..i
ui idnr c�tain eorulilir.a�s.VilhfidJ ancl p.ay lu[!i�IR5 254�6 oi si�r;h paym�nts This enlily•, See Regulatiiau sec4icst 3[31.774f1-2(GJ{2J(�ii).Enlsr fha owne�'s.nema ivi
is cnllnd"6arinip w+4}ihr�Iding." 'f'�ymaiLs II�a1 R�a}±6e 5ubjetl Ea back�p lirra 1.T11e.nama n4 Iho mtiiy entet€�d m In�:1 sh�uld neves bcj a disrd�ar€Ibd
w�l�h��tdu�ia in�udr mtar�;t,Cak�xompl sntcaest,dividends,prWcer-siid 6tv Lfr entify.Tty�nenne cxw lin�I should t�e the n:vne shown rNi flts�nr.nme lax retuon nn
�cd��angc.1i�ruaclEnns,rexits,�cy�lliu�.noriemploYea pay.P.qvn�nts�nar}h in Wliirh the iixpme s11..,ultl tae re�letl.Fr�r�xamPi9,i1�f�xelgr7 LLC Ihal is treal4d
s�lll�vnnot of paYrnent uy�d and tPvrd paity netwc�k�ansaclic�ns,and carVairs as a disrayard€d enp4y Ia U.S.f€daral t�p�rpos�Ir�e„a s�n�la rna�r-a��3�e1 u n
payn��n'�c hom 6ching L�rr,�i e�p.er ai�xs.Hr.al eslalc Bansact+�ris are nol sut�n:9 tcr U.S.peism,.lhe L1,5.ov�nar's nanie is ieyuirar.!W bc��icwideti on VuiE±1,141he
b�tckup wRl7h Yding. diiacl a�,vrn��of ll�e�.L{y is al�n�d�sregarded enMy,rr�ir.i Ihc firsi a,vnur lhal i�s
Ynu will nnl be su6joet to backup wlthhdcSi:ig nn payn�enls yc;n�incnn��rt yo4i nD�'��.`T'y��r)ad Icx teii�ei��l.cut�wipcsrs.Entta[h�P d�crcx�aided nnhty's nama at5
give die inhuasle�yov connc(71N,IT�aka lfee pru�rei certihcatic�ns,anrl rapnrt a11 �i��7,"$usinuss r�mclJ��s�egatdnd enlitp naii�t�.'11 li�N owne�nF fliq d�sie�ardc�d
yain la�cet�la inl�esl aiXl drvidonds nn y�.6 laz rel�am. ��ruL4 is a 1o�eig:���sori,Ihn�rxriaE mvsl G��npltilF an a}�s�c�t�.ie I°orbn W-6
ins[n,.ad o(a fa!m W-D. l lv.e�s Iho c2.sa g•�c�if lho tora�gn palsun Fr.is a U.S.T41V.
Payil�onts yau rc�celv�will 6e sub�ect ta bneScup wilhhdding i�
i.You do nai ftunlsh yoir Tlh!ta Ihe�oqUester,
2.Yal dc+not certity yotir T1N wlian iFt�u�ied(s[�e tlie Par111 ins[iu�tions an papb
Jlry aernusy.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Furrn W-J{R�v.12-2U14) F'"�'`�.�
Vfp�j � ` �Hr�WeV4�,tf�o ldlowinq yaymonts tnade fc�a u�rprxralion end reprnlatale rni Farn
11 you itavic e 6usines:name,Lade name.GP,4 iiam�i,rx disroperded e�lsty rx�me, 14�J�MISG ef 5 it�i ax�n�F�l from becktap V7ill�lidd4'�'meclical and ittti�lldt caie
y�i naay antc�iL un lina 2 paymr.exls,aflerrreys'I��ws.yr�ss.proco<n1L p2id lo an aq�may r��g a I�tc uR3der
secGnn Gt1�15(fj,aiid Gaymai�ts in seiaices N�id Ly a fcdet�l exEvulive aa�iF y.
�Pf1@ 3 ExemP�+���FATGA repariinU code.Tlic f�ilcr,vl�ig radac ideaitif}°Qay�xas
[,".I�eck the approprieie lxix itt ftn�3 f�x ihe L1.5.fadei�nl IHr:clas5rlicuGa�r�1 IIw- tl�al:u«�+xampl h imi re{�rHtin�indei FATC%A.TfMsn roAc�,apply!n pe�srnic
;+�tison whcFn namr i�v rxilmnr�nn htre 1 ('•heck nnly me t ox In Cine 3. suF�mittirq ll�iis fam foi ar.sounls main��lained oulsidc.ot ttia Unitecl Siales�y
eartain f«rigi�fiiie�r.i:il ms6ilutlnns_Tliorafora,i(you ai e uniy sulmu[iiriy Ilii.S feHm
Limii�.rd LIe61Ufy Company{LLCf.If tl-._nantc+s�i linr.1 is an LL C Ucated as a fix<vi arcc;urRl y+�i hdd ir�U�s�lfiir�d S�tit�,y�si�may leave this lield taai�k.
pNi�lna�ship Inr I.1.S Ir-��i�l tar.�xi�p��c�,�1�Ck tIY`+"Ur�silud L��biisty Ca�ipa�iy" C;aig��ll n�ith thn�crson i+c:{unsti�.ry Ik+s Form if yodi nrr incei lam i1 ifi9 financral
Uox aM eMc:"P"in Ihe s�ha�x{xovidod.11 lhE�LLC 1�.'M�<3 Frnm 5832 ni 2553 10 i����,��on I���ibp�et ln thPzo i����uim7cnis_p rcqucsiPr muy indicalc U7al a code ir.
E�e laxocl as a ccx}xnaFiai.ckr�=lt IhG"Limiteal Liatrlily Cnnty33ny"bcix and in Ihia ryoi reyui�ed t�y µwiduig ytxi w.�ill�e��am W-3 vl�lN"f`!�t ApploraCdc�"{u��u�y
sp�r,r�p�rn+id6r1 enlni 'c;"lor G ca��orr�Gnn nr"S"Frx S corps�allan.I!il is a sirnila�u idica�liem}wriSlan or prirdeil<�ii 115r line 1��a Fn7CA axam{�tinn r.ode.
sirrnle�m:rnbei LLL[I ial Es a disiapardr.�rF rnlily,do eiol t�ct:l.!hc"Lirnifed Lia6il�ly
�arnWany"L�ox;irulevJ cht.�.k 1Pse 1v.1 ixn�ii�lii ir,3"1ri�.H�iduaF/s<ie���4��i�lni ro� �-A+��,rr�aruzetic,si nzr.rnpt itran t�ax unda s��r.kirn�501{a)rx Tny inArvaA�wl
sinalr-TMie�nLai LLC.., r�i ianer+l�Sla�v as da6ned in szct�nn 77U1faJ�377
4.1RC-4,�%�f1l�lona S--TI1�'IIENf�d Sfa�tcti•�x any G1�t��a�Jdna�.S O!tltshimelilAlitle�
G-A1 sS�tn,tS�e 43t�U�cl nf�C��Iwixtri.+,a U.S,carnreluna1a54t1��ca Iir�.��iR;aSian,ir
IP yena aiu nxtmhl ho�n bacF;t�withtiinl�trn9 anrllrr FAT(;A I�.�e�-lir�,��nlw�rr�ihu �evy ol Ui�r pedYLcal sUhdiwaons�rn msliunins�9�lihrs
nppiitpnnte apnce fn line 4 ony radu(s)llial inny a{�.�ly to ycu�.
Exam 1 � eo�. ��-A��f�uGai tl�e:-t�x#c uf wlnch isr�yularly haded uii one ar�iiuie.
p p yeR c�,��tiyhaA sc,currties mrvr�ts,as dc.�aibed tn Rer��lations scd�on
• Grynera{ly,+ndf�rd�raLs(nrludin9 sde Uropeielors)arb nul eznmps frcxii L�aekup t.1n72-1(r,}(1}{r)
:vi9fihdcliny F-q r�cxparaiim 1ha4�s a member nl Ihr.s:�n�€�aqrarid`r.1 aHdi.�led Z7rn�p as A
• Fxcepl as{�rcvidt.i'k�rJo�.u,cecpru.�tian5 aic�xtsnpl frorn har.ki.p wilhhd�iriy r,���.aeaGor�Jesi:�it.Fd Itt F4ygulaEum�shrliun 1.9d72-1(�.}{I)[i)
1ar ceftainpaYmeads�uirJurJui�utle�nat nnd�1ia'tdirids, F-Adealer inseeurclias,eaiirs�u+iiGe�.cn Jynva4v9 fiiunual ih�iw5�enl:�
• CarycH��c�is are nol,xa�npi irum Lwckup wiffihalrliny f«u�nymrnis nr�d�a nr yti icludii�ncrhoc'utt prmcipal r.oniracZa,hrtui .,tonvards,and nptions)1ha1 is
seql��vi7c��S of payrneiil ca+J cx tliiirl,�arty nelwi�k tran;acfiures, 0 SgislureA:v.sudr undc+4he laws�ri th�i1nH�l Sl:rla�or ar�y�katn
• 4urpoialicyr�s aru no1 exernyt frurn Ua�;}eu{s WIlf�lldc4�nc�wilh res3racl(o altu�inys' (';,-A teal rstata inveslmatfl Vusl
te�s nr r�r��Kxoc �ri��-i'.iid In nticrnryys,and co+�xa�lic�ss rycal prw+rin modic:,l or H-A rOtiulalerl irn��rnenl,xampany as dei�n&d in suuhnn N',1 oi t�n enli ly
hc-alth r..�+rP 4eNrr- :aia nni ex:mpl wr4#�ie�prr:l lo payine�sts re,Fxrl:it�.le on Farm �.�j�,tvr�r}at e11 limns during�I�ie 1�uc Y�a�und-w Yhe 6ma�-tmenl ComP.anY Act nl
I[149-S�AISC. �Ah4
The Idlowing caJns idcrilih'f�Yers Il�al aie�aen�pl hnm Uac�u�+evrthhnldin9. I-A�.vi�iinon li�sl fu�d as de6�ied ir�se�lirNr 5€Y3(e)
Ent�r-Ui�a1'�W�iiake caJe xi U�a s�oU in linr.q. .
I-M crr�nnize0sxr exampl hc5m tar.ia.d�r section 501(a�,ary IP,.q.�r a ,�-n Uarik d:;dF;fined'ui s�s�;fla�7 58 S
cusfo+'�ial accaunt under sec6on 4C6�h)(7�il Ihe aecounl satisfios ihe requirr.vncnls. �-����g�
uT sacGan A01{I}(2) L-A Uu�.l exempl(rom tax imile��clla�F6A+s�dwa�Lrwd in�cGrri dP47(a)[1)
2-The Lhti IeJ Si:�tus w airy u1 il.�uye����es c�sa7sl�umsntat�tir�s M-h lav,�amV��usi unda�a saction 40.3(b)plen or sacti�n 457(�j p1�n
3-A slale,lF�flisL��l�f Cd�n��a,a U.S.c�nrnonvveallh o�poosess�nn,cn Natu.Yau may+nish to wrviuil wifh IIEe£i3�ancial insiituli�n requesling lhis fonn ta
ar�y ol Iheii pdilical subdivfsiuns�u irisVurne.nlalihes �efcimine whethc�t�thr�FqTC;A c�,�le ar�idlar ext�anpt p2yee calA sllnuld be
4-f1 fnieign yoacuini�nl nr any of its�wiilical suR�divftfa�s,agencies,q Wmpiatad.
Inslrwncm4alllir�; G��
5-A r�r f��aEirrn
fi-p dealpr In s�;utlti�c�u'�n�motlrUrn r€Wu�red tn ie�stcv in ihe lYnrted ��}���'��r�sddreas(t7umbe�,s�rea9,a�7d aparia'nen[sx suite niom6et},rhis fs v:here
� ihe requasler d111iis Fonm W-0 wi11 maN your mtcxm.abaa tBtur�.
STales,Ihe C]ivRicl n1 Col�rnfva,or a U.S.conrmnnweall�mr(w��v�ar+
7-A fi3riii�cornmusinn moirhanl rr�islcrcd wilh€I�e�Canmodity f=�rtir�; u��
Tiadinn Commisson Enler yau�r:ity,s9alo,anJ 21i'wdr.
Fi-A at�al cste9c irrvastrneM Gu>t
�-Fv�m9ity t�istded al�Iltimes d�ueng thetax year und.n 4hr3 Inu�'.tenent Part I.Ta�cpayer�ldentiFication Num}�er(fIN}
Company A.cl 01 19Ao E�r your TIN Fn tfn 5ppnaprinto 6ax,![ycw are a residenl uii[+si and yvU do imi
10-A wrnonon Uusl fun�l r�t:+lad liy a lren4:undr��sc clinn 56-0(.<) hewN and��e nul eli9ihlo to r�ot an SSN,Y��tIN is yoir IFlS inAi�idual sn+c{ieyei
idc�.ntifi,�ti�x}ni.imbna{IT�M1�.Ent?�h in tlio sndif ser.urily number bov.If yr..i dr�not
11-A 6nxncial insiiTulion havt an ITllV,sue NuSv tu.ye(a y7l�:tklu�.v.
12-A middlcman krxown in{h�invw'.Irnea�l communi[Y as n rronnxa�a c�r If yoii arn a snle propii�lur anJ you lia�e ar7 EYnI,you may+sn4�e eilliw ye�ir SSN
aistotJian ot CIN,!i(nvevt-�,Il�z IRS pie(rtrs.lhal you use ycxir 5514.
1�-f�tr�bl a7ter�i�si 4�m�1�x�mder sec[ioll 5Ev!ot 6asct�tr�d ui SecSSion•I J�77 It you:��e a sukgin-me=n�be�r I.iC fhal a Atsrogar�feu£as�an anlily eeparaYe Irom�I_c
-it�IdYowinQ chail sf�uvis Lypes ul paymirHs IhzC may ba e-x�mpi lrmi Uackup �mc��{see Umrfvi L-aiv�lrty C:nmpmr y(L!_CJ ai ihis pagm�.nnti.r the winer's SStJ
withhd<liny-�The chv I afq.lin5 Sa l�hu exenip!�ayees GsEvd-at�a+e, 1 thl wgh 13_ (d EISJ,�f 1h�a�,unar has onc}.C)4 nnt er�tc�the di�ragvdud entily's EIN.it ih�+l-I.0
is classilie+d as 8�M(��s&��n r�P�rtrn�rshRp,en1f�+il'�5�itiiy's ERd_
1F�e pmy��1 is#or,.. �THEN[hu payment ia exampt far... �ota,Se6�ia dter!un{hs�e•t lir iu lNty oloi ilica4c+i r�1 s�t�srrri al�[i TYN
r,oank�in�tioru.
Inleresl a�+sl diviti�rrd paYmr+�L3 I All��tamG�P��Ne�'�e+xr,r.pl How ta @et a TIN..II you cln not havp a T1N,a�pSy tor rmn irnmad�al�ly.To appl�y
Kw� 1u an SSN,gat Fom,SS-5,Applrcal�on tor�Saaal Sar.craty Ca�d,Saan ya�r Ia o1
- - - -_ --- - 5:A uftice ai get U7�tuer,i oNine et�»uw.sm.fluv.Yw mrry aUo gc>>41 rs Inim by
&dcw ttansacGons f�cemNl�>�ayaes I Ilnn�ghA���;9 6 ralling I-8[7{I-P2-i2E3.L1so�ornt W-7,fi�Lcxliorzlcr 1RS Indwidual T�xpnyer
�If�rix��l�1 I�41 all C eorpo+ahons.S IrJ�r_v�hlicatirxi f+luniisae,lo app�y fp an ffiN,or Farm 55-A,A{3pltcutirm lo�ErnWloyr,i
ccrp�talioit,.rriusl nol�vrtec an meempt 1�Jantifieatiure Num'6�er,3o np(�ly fcx an[IN_You r.un ap�:iy fu�a�i Edfd oriljhe by
�eayoc.enrle becausr Ihr.y aro acernpl ac�s�rp3 ft�e 4RS v,�ebsiln at wtv4v.irs.gavlbusrnesses and r�ickinfl on Crnplvyer
on3y tu-saP��u1 natoovarod sncurifias Idenh9+cahon t+iumt�(EIN�undei SEer4nv a Birsinsss.You can pol f orms W-7 and.
acqu�ed{xia�to 2E]7?_ 5&a frcxn t9>e IRS try visi0n�i IRS.pw c�t 1�y pfling t-E4?0-T.AX-FC7RM
{1 sltiF]-iI29�576}.
Bsrter exeFmnge tiaiuicl+ons and FxnenpY payee.s S lhro�r�h 4 I I ynu arra askc.l�i�cun�ipluW Fe�rm W-9 6ut do nol havn a 1 IN apply I�ra n 71N
pa�onayn drvidands anc!wri[t"A�(�Led Fcx"tn lim sp�ce loi tl�e TIN,saUn and dale 1he fam,dnJ r�ive i9
Faymenls wcy�fiPU reqvi�ed lo Lae Generadl tu Ilie a�yu��ler.Fa inleresi ami drviJean],��ymcrite.,t,ricF r.�:ii�in µ�+ymenLs mz�da
y,a�empi payoes wiU�i-eapocl l�odaJily ha�S�fe irFadem�onl�,geneialN yai will Ymve fi0 c1.gy�So get
re�o�tt�d c�ltd dfrrct_ri����vvyr S5,[1CNJ� 1 tle�c�igh 5` a 17N and givo il l01h�requ�stEr bofwe y�w are sul�er.l Ic�l�.-��.r,kup withP�nld�irig an
paymnnLs.Thr.60-day�ule does nc�l�{�ly�o o�iur lypr-�;c�f paymdnls.Vou vril�Ur
PuYments made in selilenx�t�i ot Exempl payr�as I lhrugh 1 suCje y lo backiip wdhftcAsifng m all sur�p.rymnrts w�ld ya.�pr(nride y���TIN fe�
payment card or Ilv�d QNty nnkwork Ihe requaster.
I�aruaclioru Notu.En9erin�"�+yli�d For"rnoassssr.=llwl you hvve 21�ca6y appl�ad fot a TfhJ Ot[hai
�Sse Fcxm 10B9-MISC.M�scadlaneous Inc:ome,and�1�Insti�uctic�rts. YW���SenJ lo a}X�1y for cmm socm,
Cnutiorc A drsr�ardr,cl U S.entity Ihef Nas a lorergri owner tt:v>i use fiie
aratanr�rrnle F�rm W-8
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Fwrri LV-U(A�v 1�-..01�7) Pnge�
P�rt il.GQr4fficakion 'V�u muai c.h�;r ynn mernrS�.v nanr,aa�you may asa e+��ai yw�[,uyr,�r,s�r U&nnu�ne nn
7o r�Ia6P�:lo Ihe wilhhddinn a er�U�al ou zrs a 1J.5, ersan,or res�dm[nl�im, °1� B�ralx.�hs n�3mcrMtrrgrrrfir!�x�i�ry'neme i��a vw n�ay uow a�lnv yn�lr SSN n EiN(�f}r+�
4 Y P Y.uve u*�1��ut Ihe 10.5�ne:k:r��s Yos i��i�y�s,i SSN
�iyn fvrrn W�9.You inay Lw ruyucsfod lo si�n b}�9h�wilYhdd�rn�a�mt cvnn�I ��i91�r9���id t�i�ia
itoms 1,4,a 5�4�luw ind��+l�:�thav�ise �Ne n�mr�ee u�^�iusl.es�.�^,c•r pon�c:��•ust ICti rui urc�i�n cne 11pi oi mc
pei:r�++J r�reun�oove cr uus�er uri�erss ths yv0�m�ty ia�:�is n�;�i,aSnaie�inaia a•-coun�
Fd n j�ri�t ec*�unl,�xily 4tia f�rsw�v.l��e TIN rs slwwn�n F':u l I�htiuld�i�l�� nve 1 H'�s�e Sfiec�aln.�Ns i,:r ovuw.�l�rps cn paqr.;
(14hen�eq,+�ireQl.In If�.:ca t�ol d.siiy�ev�}:��Jeai cntity,tlie Qe�s�n i�lenlilieQ�xi lii�[�I 'Nnla.Gr.v��t���Jv�nux�i�*wiie e Gcim 6Y-7 io liir�u.e�+i A�is'
rnia[sign.Excmpl pavers,Sr�o Frs:rrqii�.�rry�a cod:evli��. NaM.If no n.una is neclsd wtwn nine lisn a�n n�md is i�sl�n�i,Ih�nwnbt�v�ill l�
Siprwhim requir€memts[:cxnpP�ele Bie cvilificalic�as i4idiralrtd in iPemv 1 cn�nkler�+1[c�l�e 11s31 ot ihn itrs[rieme h!,led.
mra�n s n�,,. 5ecure Yaur Tax R�cords fram Idea�tity Thefk
i.Inw�asR dividand,anr!barturaxahanga acca�nis opaned Lwlara 1"BffY1
ond braker aecourrts cansidareQ eetive duinp 1083.Yuu rtnisf give yrw� Idcn4ty tl�k!c�rasra wh��n srx�iudrs�<«as y��u Ne�s�>i�.l inlact�ahcKi su�a.�yos�
�:nita.-I�IN,�rsd V�u do noS lave to sig�l iiv.c�Llie;;l�rui iremr.,SSN,��ntl�er iclPi�Gfying Ininriri..�G�iy,will iixil y�u peimi�.ticxi,lu wn�mil
2.Irvcarnst,divldend,bfok+�r,and irafie�r axci�onpo n u.��ounis oparwd ntMr �°�t��°i oGxa crirnr.�.M xlrniily Ihicl mrry u:c ynv SSIV In gr,l a{rph or m:sy file a
1fA'T�nn�bru�k�f acrntmts corlude�;ud inor_tnrc�durirop iF�S3.1`csu mcist si�n 111c I�x rel�nn ir--�ng Y��SSN lo a�r.�ivn�ie(und.
cr�riihcatir�n cr�L;ads�{��++iitihd�lnyn u�iil�pply.#1 yc�u aif:s�6jncl io 6ac!(uN To ltsclu�e yoir i9_k:
�vithl+�dciui�an6 ytiu n�n rnriely W rHiduzU Y��Ua e�n�acL fIN to t��a�aq�l�s1�,yau .prot�xl yurs SSi+l,
mic�l ei r>v cnil i�e�n'l in Ihn cerWice�lim bnfix��sipNrr�7 tli�fun�.
3.R.a�al wstosa lsnna�a.c1i�u��.Vcu m�ist�ifln the.c:�+trhp.ihan.1'ou may cic�v ruS •G���`u e you empf�a is peo�eGing yaui SSN.nrKJ
nem 2 of Itw�r.crulir.:rtion, •H<.�caie(ui whe��rhoasin9 a lax�reparei.
4,D�f�er poyrsw7ct�Yeu musl g�da yuur vrryct I It*1,6ul yrn�dn rol li3va!o slgi+ II yu��lax rvcnr�l:a�a:efieclorl Gy iri�fiity Itwif aixi yrHi rac�tivv a niAien hcm
Shn��Ufic_��ai iinli�H,yexi haV�a bea�i n�Uficvf lhal y�w kiave�xnvi�uslY piv�vt an tho IFCS,re�and r�ght aNay tn Ilr namr.tnd phoru+u+rn[�a pnrtle+.i ca�il�c IR5
incare+;l TIN "(�IfvEii paymWil�'inr,kiJa paEme�}Is mu�}e in Ilen cwtsr o1 I}�e nnhce[�leti..�l.
rrc�uaslar'S ha�le or I�uSinrr.y E�x inr�s,tc�yakti�tt,qoods(nlhe�Uian irl6s lo� II yK�ir Iar.ie.:urds see iiut�:�r�enity�ifrH�lee1 try iel��sl�Sy�tinfl lAil yuu IFiii�k y�J
n7e�chandueJ,medVcaf and kr�allh��re servir.cs(onaud'mg p.zymcrtts lo uru aS issk��e��<�rs Yr�t w slden pi.use a vraHs:l,qifo>yi�ti��eUl�iYydd�:ard aelivt[Y
mrpaat�cuy��},�s3y�n_Mtt��Ir�A n�xiem�lrn/e2 la..erv�c�,(,�yi��4v1L�inarle in �4��11�cpen l,umlar;t IhA IRS Mtrlily Thaf!Flatline al I-Aa��906-•S4F3El cr s�rnil
aa111tvsir��S ul paymefA u�id anJ 11tird p;ulYneNla+lr Ilaruac;hcvu,paymenls I�7 Fatnl 14D3B..
ce.rtain fushinn l�nai c�+�w m�:+nlrr�s ai�IrsNNrmr�n,�nJ nrnss pinc��h.paiA to j���ia,�inl�at�i�La�i.:es f'udicahon A:35,I�ianii4v Thwfl F'�evunliun and Vichm
aYtart�aYy.[�r�clu�f�ng�aymevils lo oo�yaalrunsl
As:.islance.
5.hSortqaQo i�re9i paid hy yau,au�idsitinn or Ahondarv�nrak ai�es��ed Viclims of idenlily 1ff:fl wl�n are t���mie�winy et:c+rr5init Irni��7�a eyslam
proparty,cwnaaRotioh af ck h1.queliGed luiiiun propratn paymanSs(irrler U„�,�Icm,w ara seddng help in rasoiving�arc proL-Irnis Iha1 h+rvc nnl 6oen resolvad
sec�nn 520f.IflA,C4vwrda9l ES/1,n�har M5A ur HsA contribveama ox ���Utgh nurrri,al i�arniels.miy hu o-figible lor T�Naya lulvo�le Sen�ir.r.{fhSf
disiri6�rliorr3,an�!�nreaion dskib�+tiona,Ya�m�csY give yoe�r wtrsd-11N,I�uE you �s�slarxo.You eAn#nar.h IAS tn/ca11��0 ihe 1PS ln!-fi�casx intel<qr li�n��ai
�a ncA h5vfl to ssgn ihr_CIXhlicaUwl. I-fl7 7�I'!'l-.3T l6<u TiVli➢0 1-£Iltli-p2U-A f�iJ.
Whet Name and hlumkaer To Clue the Asc�este� Protecf ynurmNfironi vusplc4ousnmmSly orpht�he�p achcnto�. Ptdslrng is tl�c
- anilran aid usa�r�(�ana�l arKi websilas dasipneJ la mvnicluyil'vna�a 6isinn�
Fvr W9 typo of aceourx: i Giv++nemr,end SSN af en7a�a snd'n'ebsrles.Th�mn[common acl ts settdin�an wnail 1u a usn fa}sely
' - � daminc�Eo he an rstahfisharl I��lim�tv eNerpiise�n an�rycmp[lo sram Uic.user
�.hdrviclual T7�G individual inlu siarendenn�prrvaie icdcrrnatior�I#rat 5rill 6e used Fd id�aliSy I#iafl.
2.Two w rnnee mdavidu�ls{�oiRl Tt�a nr,�ual owner�I[Sic.accaunl or, n�IRS do^_s na[init�aie cmtac�wAh�a'�pay�rs viy�mails.Wso,Ihe IflS does
acwisnl) if c�nY��nc�l furids,lhe Ersl. nut iequasl pwsrxl9l del�iled ii�4�,�mt�lion thi�wgh email a a�ic la�cpaye/s fa the
fndn4rhid on lhd au�xtnl� P�ry nwn6c�s,pa5s�eroads,nr similai sv.rae�acca4s in1<�tmaEN�rs tsn lli�r credrl r.ar1,
3.GUsindkin.acecxinl ot a minor 7}le mi�or� ��n1i�ar olher hnarrciai xccc�unCs.
{ilttilnrm Cyf4 In Minors Ar9} 14 yuu iac;r�ive�n unsoRic�tc�!e.nail r.l:�miny ta Y�e lian Ihc�4�S,1ay.ard tlics
a,a.llir�u�!rev�6lc sa�irgs ]hr.gsaitt+x-tri+sler.' m5ssage lo nlaAs�fnrly�irs.gov.Yw may rdsn aoporl misusc of lix3 VRS n3me..lago,
hust{c�ranScr�is alsn truslee) rx ollter Ifl5 Fire�,My fe,lhe ii���sy li�spracfa Caineral trn Tox Admini.tr�Yi�n
h�_So-ca4led husi accounl lhat is I Thr.arl�l utimei• (TIG7AJ ut i-HUO�J�t��4A&n.You.��n torwa�d c�ts�pid�l�s rrnnils iu Use-F Wernl
not a log�l a vol�J bt�t undei Fiade Ganir�iss.ion al'.sNar�tur�.y�v a+�csMac4 I1�'sm�a[5tnnv.R[.gr�vlrclfl�ff ai
saal:ela�u I-877-IUIFIEFI{1�77-030�335�,
5-.SoSe�aro�x�alasl��y�cr J��ay�dnJ The rr�nnnr' Vi�al IRS.giw io fea�n mae abuul idehtiEq uv6tt ared har+to reduee your iisk.
eiAiiy cwnetl by an fndividual
6.Cy�tSor li usl fitin,y ursdur Opliwas! 17n=yanld privacy Act tJotice�
Fu ne i Op?FiNiSy Mekhnd i��ae
Rpyufalions seclron t.fi71-4(h)(1}{iJ Seeii ri fi I[14��I tfin Intmm�l f1+�ve,l�ein Geede�reqi�iir�.ya�i In piv�s Jo y�l��eev�ui;!
��y} TIN lu pe/sons(indudin4 PEd�val a�yeieiesa who a�P raq�nr.1 lo fite�nlumalim
. iuWins wilh Ihe IfiS tu�upwt ml�rest,diviilerids,w cari�s7n ulh;.iri�urna p:�u 1n
Par fhJe lype af�flcouM: G'sve nnnra and E!N o!: yoi.r mwlgapa fntarast y��paicl;iha acc�uisiiinn ot aba��da�n��ceil ol��red
7.ave.Qaideci eniily nal owrnxJ 6y an Iha n�me1 p�q��'�y���canr,r.11atior�ai dr.6t;n�r.mhilw4rort:ya�mado tn an WA,Archer
vsdrvod�xiS MS�n HS(s,Tha pe:�swz r.��ller,pnr�Ihs fcxm�'m Uis i�fanwli�.u�un Iha L�em Ir+
YJ A valid husl,evslale,ui r�aruion Irwl Legal enUly� hla IMe+mn6��7 fGMn:.w�ttl L�Ir:I�i;,1r,G�xhi�g ut�abw�iiHrXdnali�xi.Flnulpnc�6st�s
of Ilrs iniwiva6m incl�Su gwin:��I lo ihe�apsrVnenl nf Jus�ici:ta r�vil and
SI.4etp�ai�an a IJ..0 e�,"e�tina I [I7w eaprnn4c�n uirninal lih�a�a�a�iJ lo Uhes,slates,Iha L?istr�cl of Cdumbie.�d L1.S_
GpQa3la S181us dt fam 06.9'L a ton�mcrnweal[lu nnd pa�e_sions(ur us�.n In atiminislc�:ig!lic�r ld.us-Thd
Furn 25C�3 infvrna�'an also may bc disci�r.d to oYhcr counlrirs und�a trealy,lo fodrrral and
EO ,4ssxiatim,d�d>,re,l�glous. 11�e ag:v ii7itim statd agener�la enlarr.0 e'rvd and c�im�naV laws,w to}oderel law enlnrcwncn6 and
ct�aiita6la,e6ucaliorral,or ulhe�tax- inkOthgoncv a.gt,ncims Ic�cnmbat te��arun�.You nIUs1 Gicu+de yuv TIN whethW or
oxe�nipl wyxnizaficui nt�l y�a.i�n r-�uirejd la fila e laa raEiim.LJnde�sechnn:Yltl6,ryayeis rsnssl�tncxally
1 I.Pa�ine��up or mul4�nrx�iLei LE_C i'he p;�rtr�rsr�ftip wilhhd�i a Nu��ntaye ol laxal�9n�nlerest,diwden�,and ceikain ollaer pnym�^nls tu
a��ay<:«�wl K,du�nxi}yivu a T1N lo IF�e pi�yet.Ceotain rye�alGes mny.a�sn aDPly f��
12 li.b�okei or re�is;witnl nrnlin9n ille b�akC a iioreiinrm piovid'inglaL-c o�fraudulon!infoimatimi
t3.A�.osu�wiUG tlr.Ucparkmant�+1 ihH W61�c entiry
Agnwl luro in khe namc�ul a p�ablir,
errlity(such as a slalc ar Incal
gwem�nenl,schocd disUlci,a
pnsnn)1ha4 re�ce�von a�iriixiFEural
picY7�am pey�FnaYits
IA.Gr�nta husl fihng u�def ihe Farm I The Ru51
1(W i Filin9 Mctivvd p tl-�e(Ypliurnl
folm 1011t1 fila�.Mr.thnd 7{s;sn
Aeflultiinra sa:hm I..fi'/1-4�U){2Jn �.
(811
�Lisr Rret-s��s cxcio pio nana o�xhr,pare�-�whov n��md��r you n�mi&'!M oniy��n�Pcr�.�'i cn a
��1n1 k+rreunl YU.s un:Sfp,u��PNSon's�YJ�nbei must b^1u.rfii=lsn�
�Girc4a tn�.mina�a M+riq a�id hlmish rrr,minX'S S5N
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
, (y�"r�ar�r;�xc'
4.. ���� ��
�� ��y..
.�p 4,�:
�� . ,�, ����� City Council
'�`} � � STAFF REPORT
`'�*� ���s �� Ho�s�TC3wN u�A
• �CiRG'� .,
Date: May 17, 2023 Agenda Item:
2.H.
To: Honorable Mayor and City Council Members
Prepared By: Chad Blais, Public Works Director
Department: Public Works
Approval of 5-Year Tree Trimming, Removal, and Planting Contract with West Coast
Arborists, Inc.
• . � •
Accept the proposal from West Coast Arborist, Inc. and award a five-year Tree Trimming,
Removal, and Planting Contract in an amount not to exceed amount of $250,000
annually.
.
Staff solicited proposals for annual tree maintenance service to maintain the community
tree canopy. The City received three proposals and based on the review of the proposals,
staff selected West Coast Arborists (WCA) as the most qualified firm to maintain the City's
urban forest. Staff is recommending approval of a five year Agreement with WCA.
� • .
The City utilizes contract tree trimming and tree maintenance services to perform
scheduled and emergency trimming and removal of the City's estimated 9,000 trees and
to provide other on-call services. Maintaining a community tree canopy is a key
component in preserving safety, aesthetics, addressing liability and in promoting a
beautiful community with tree line trails and parkways adding to the quality of life for
residents and visitors to Horsetown USA. The majority of the over 9,000 trees in inventory
are situated along residential and equestrian trails, parks and parkways.
WCA has been the contract maintenance service provider for the City for the last 17 years.
During the current contract the City successfully implemented a five-year tree-grid
trimming maintenance program which divides the City boundaries into five tree
maintenance zones; typically, one zone per year is trimmed. During the year, minor
additional maintenance in the other zones may/may not occur based on need and budget
allocations. Using the zone method allows for all trees to be inspected and judiciously
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
pruned once every five years. However, the current maintenance agreement is set to
expire June 30, 2023.
Therefore, staff elected to develop a request for proposals (RFP) in effort to see the level
of services and rates being offered in the marketplace. On April 3, 2023, the City posted
an official RFP on PlanetBid website for Tree Trimming, Removal and Planting Contract
Services. On April 26, 2023, the City received three proposals: West Coast Arborists,
Mariposa Tree Management Inc., and Golden West Arbor Services.
Staff reviewed the proposals by evaluating each company's experience, credentials,
completeness, accuracy, firm history, location, services offered, years in business and
familiarity with the City and total aggregate costs. As part of the process in evaluating the
proposals, staff looked at two primary factors: (1) the overall pricing proposed by the firm
for individual services and (2) the quality and response capability of the firm. Please note
Golden West Arbor Services only provided hourly rates and therefore the proposal is not
being considered. After a thorough review of the remaining two proposals, it was
determined WCA offered more competitive pricing and services. WCA's proposal (see
attached WCA Proposal)outlines the rates provided in year one (1)and two (2)will remain
the same before an increase begins in year three (3). In addition, WCA's current
awareness of the City's needs, familiarity with the community (working around horses),
and overall positive performance during the current contract will allow the City to continue
our high level of service to the community. Staff prepared a summary sheet of the services
that are comparable between the two proposals to allow for comparison (see Fee
Schedules).
Staff is recommending the City Council accept the proposal from West Coast Arborists,
Inc. and award a five (5)-year Tree Trimming, Removal, and Planting Contract in an
amount not to exceed amount of $250,000 annually. The agreement does allow for two
one (1)-year extensions approved by mutual agreement.
. .
The funding for contract tree maintenance services in the amount of $250,000 is
traditionally funded from Gas Tax Fund. However, for fiscal year 2023-24 the Gas Tax
Fund is anticipated to have insufficient funds to cover all the various services funded
annually, therefore, staff is proposing Council approve the use of Measure R funds for the
upcoming fiscal year. If sufficient Gas Tax Revenues are available in subsequent fiscal
years to cover contract tree maintenance, then those services will revert back to the Gas
Tax Fund.
. � • . .
Approval of the multi-year tree maintenance contract is consistent with Strategic Direction
No. 5 - Infrastructure & Asset Management: Ensure timely preservation, replacement,
improvement and acquisition of infrastructure and capital assets.
. � . � � �
Certified as to Availability of Funds: Lisette Free, Finance Director
Approved by: Lori Sassoon, City Manager
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Approved as to Form: Harper and Burns, LLC, City Attorney
. .
West Coast Arborist Proposal
Fee Schedule Comparison
West Coast Arborist Contract
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
_ '�,�,
�'etting t1�e Gold St�andard
..- �
by partnering with over 3!1(1 communities
� City of Norco
y .
�
4� � � -�:., ��� � � RFP/Q - Tree Trimming ,
' ��� �� ° �= = Removal and Planting
.. t-.�� �,y�. � .. -i, _
• � . �� ��` I = � � - 4 �
��. .�: p �,� x ,�� Contract Services
���������� �' ��.�� �
.. � 'r:`�41�Y � '�G
��;�'�, !�,,�, #�r -d ,'� ��
1,�1�� ��, ��" 1 _=--�.
M " � 1�
�/ i _ �. i�.:, w $�:.
� ;►►�"� '��y� � + �'�.� �-
r '�L � L.. ..•� ':1ir. v��
�� .:t ��'y �_.
� ����� �
r�S� r
� � t � ., .. .�c
�!°: '�� � . � �. ,-�. Y
��'� �- - . . _ . r� ..
�
,, �� � �-a�
-� .a��,`< C�,< < �' �r.,,< �
:y-�r , � r �.
�f y _� ���° ��-� ' �� '
�i�-� � +`.���e�' +�
4-- `'� tu� ;"�`�`'.� �#�y ,
� ����4 �� J.: T '� ,Y� W�., J
� �.41�� �������'I��'� y ,{
� .
`�4, ���5����i•��.� �I_�� J. _
�� �� ' ' - ' t
� ..1 , ;..�� �` - (
f ,�dy _ " ,�
r � � - l. ' -
' �` GROWING: ��'��f , �
- - �� ` I Greenspaee ' ; . '
" _ Communities ".. '"
�� \
Environment
- `
- E �'' RO�TED iN: - `-
� � Safety _ ,��� r; �. '`
� Experience ,
Technalogy , � '
► - West Goast Arbor�s#s, Ir�c.
M � WCAING.COM • {80a� 521-3714
��� �� LIC #366764 • dIR #1 QO�OOQ95�
�
�• • ' ��' � �• • •• �• •: 1 •
� � � I � �
LETTEROF OFFER.............................................................................................................................3
COMPANY QUALIFICATIONS.........................................................................................................4
CompanyIntroduction ...........................................................................................................4
SCOPEOF SERVICES.......................................................................................................................6
TEAMQUALIFICATIONS ..................................................................................................................9
PROJECT APPROACH AND MANAGEMENT...............................................................................12
WorkflowTimelines.................................................................................................................14
CLIENT REFERENCES......................................................................................................................15
TEAM MEMBER RESUMES..............................................................................................................16
APPENDICES..................................................................................................................................18
- . - . . . . . .
s-- - .�� -� '
�r t�i
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
� ',
I �_
Tree Care Professionals Serving Communities Who Care About Trees www.WCAINC.com
April 26, 2023
City of Norco
Attn:Department of Public Works
2870 Clark Avenue
Norco, CA 92860
RE: RFP/QTree Trimming,Removal and Planting Contract Services
Due: Wednesday,April 26,2023 at 3pm
To whom it may concern;
Thank you for allowing West Coast Arborists, Inc. (WCA)the opportunity to submit a proposal for tree
maintenance services for the City of Norco. WCA is a family-owned and operated company employing over
1,100 full-time employees providing various tasks to achieve one goal:serving communities who care about
trees. We have reviewed, understand,and agree to the terms and conditions described in this RFP.We also
hereby acknowledge that we meet the minimum requirements and responded to each of these
requirements to the best of our ability.Our proposal is valid for a period of 90 calendar days.
WCA's corporate values include listening to customers and employees to help improve services offered. By
establishing clear goals and expectations for the organization,supporting its diverse teams,and exchanging
frequent feedback from customers and employees,we are able to provide`gold standard'tree care services.
WCA's top management team has created a culture where employees become accountable for actions and
results.Our Tree Care Industry Association (TCIA)company-wide accreditation is evidence of the .
commitment WCA has to our safety and training programs,customer satisfaction and our capacity to
maintain industry standards.
WCA has a 50-year track record of working for more than 330 California and Arizona municipalities as well as
other various agencies.Our company has been in business since 1972 and is licensed by the California State
Contractors License Board under license#366764. We have held this license in good standing since 1978.The
license specializes in Class C61(Tree Service),Class C27(Landscaping)and Class C31(Traffic Control). We
currently employ over 90 Certified Arborists and over 150 Certified Tree workers, as recognized by the
Internationat Society of Arboriculture.WCA is also registered with the Department of Industrial Relations
(DIR)for Public Works projects,our registration number is 1000000956.All work will be performed in-house;
no subcontractors will be used.
Our employees will operate from our Riverside Office located at 21718 Walnut Avenue,Grand Terrace,CA
92313. For questions related to this proposal and who has the authority to negotiate/present please contact
Victor Gonzalez,V.P. Business Development,at(714)991-1900 or at ygonzalez��wcainc.com. Martin Cortez,
Area Manager,will be assigned to this project should WCA be awarded a contract. He can be reached at(714)
713-0717 or mcortea�wcainc.com.
Sincerely,
�':
�-=
� �'
Patrick Maho��j, President
I
� . � � �
�� . : . - - • • :�. . .. .�� :�� � � • • �
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
t_�_
West Coast Arborists,Inc.
COMPANYINFORMATION COMPANY QUALIFICATIONS
President: Patrick Mahoney
Organization Type: Corporation C o m p a n y I n tr o d u c t i o n
Established: 1972
Federal Tax ID: 95-3250682 WEST COAST ARBORISTS, INC. (WCA)
DIR Registration: 1000000956 is a family-owned and operated union company employing over
Members of Laborers' Union: 1,100 full-time employees providing tree maintenance and
LiUNA! management services. We are proudly serving over 3300
SAM Entity ID: CFJMVMJ9NSD1 municipalities and public agencies. We provide superior and safe
tree care operations seven days a week, 24 hours a day
CORPORATE OFFICE throughout California and Arizona.
2200 E. Via Burton St.
Anaheim, CA 92806 OUR VISION
REGIONAL OFFICES As a corporate citizen, WCA's responsibility and accountability are
Escondido, CA to the communities where we do business. We hold ourselves to
Fresno, CA the highest standards of ethical conduct and environmental
Indio, CA responsibility, communicating openly with our customers and the
Phoenix,Az communities in which we work. It is our goal and vision to lead the
Riverside, Ca industry in state-of-the-art urban tree care and management
Sacramento, CA
services.
san �iego, CA 10010 CUSTOMER SATISFACTION
San Jose, CA Customer satisfaction is our top priority. We guarantee your
San Francisco, CA complete satisfaction with every facet of our services. Our
Santa Clarita, CA dedication to customer service has earned WCA a reputation
unrivaled in the industry for dependability, integrity, quality and
Stockton, CA courtesy. We authorize our employees to do whatever is necessary
ventura, CA to achieve the highest quality results. We know that high quality
CONTRACT ADMINISTRATION work saves our customer's valuable time and is far more cost
victor Gonzalez, vice President effective if we do our work properly the first time. We are
Corporate Office committed to courteous and prompt customer service to fully
Phone (714) 991-1900 resolve any issue.
Fax (714) 956-3745
Email:vgonzalez@wcainc.com >f�` �`` � �
r
FIELD MANAGEMENT �
Martin Cortez,Area Manager
45+ISA SQ Years Experience i,t4)0+Qualified
Riverside OffiCe Certi�ie�d ArbQrisfs (Sirrtilar Sire 8,Scope� Emplayees
21718 Walnut Ave.
Grand Terrace, CA 92313
Phone (909) 783-6544 E�i
. .
Fax (909) 783-6515
Email: mcortez@wcainc.com Accrsdifed by TCIA �oc�,l d�ice 16a6+Pieces vf
(Grar�d TerraceJ Equipmenf[�wn�dJ
• �
4
Setting the Gold Standard -
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
t_�_
West Coast Arborists,Inc.
Corporate Capabilities
West Coast Arborists, Inc., is committed to successfully completing each project in accordance
with the specifications, budget, schedule and with the highest quality of service. Our customers'
satisfaction is a direct result of our means to carry out each project. Listed below are some of our
corporate capabilities, which not only provide a sense of comfort and confidence to our
customers, but also assure them of our continuous ability to carry out the duties of managing their
urban forest. disqualified, removed, or otherwise prevented from bidding on, or completing any
contract for tree maintenance services.
• In business continuously and actively since 1972
• Contractor's License C61/D49, Active Memberships:
C27, C31, C21,A & B
Tree Care Industry Association (TCIA)
• Over$8,500,000 line of credit available International Society of Arboriculture (ISA)
• Annual financial audits available upon request League of California Cities (LCC)
• Bonded by ARCH, an A+rated company California Parks & Recreation Society (CPRS)
• 1,100+ employees Association of California Cities�
• 330+contracts with public agencies -Orange County (ACCOC)
• 95+ Certified Arborists Maintenance Superintendents Association (MSA)
• 155+ Certified Tree Workers California Landscape Contractors Association (CLCA)
• Drug-free workplace
Street Tree Seminar (STS)
14,000 sq. ft.company-owned California Urban Forest Council (CaUFC)
• Headquarters (Anaheim) American Public Works Association (APWA)
• Department of Agriculture Nursery license
• Avg. 712,000 trees pruned annually over past 3 years
• Avg. 46,000 trees removed annually over past 3 years -
r C;�I.IF[1RNI.R DI:P:11d�I�Sl4:�-f(DF"PESTICIIDF:HF,GV4.:ITiC1�
• Avg. 20,000 trees planted annually over past 3 years �t«y�;W�;'���`�R„,���y
�S��FU ..�-- Pni['oolr�rl I�ua�nns•Nain
• Avg. 250,000 trees inventoried annually over past 3 years `"'"`$' '�°°���':•�� ����"��:
,.:,��s�:,ra;,,�.�
• Fully insured with insurance up to$25 million `'"°""'"`�``"""-�`" " "`�""'""
• Federal Tax ID #95-3250682, current on all taxes and ��'"�" �`"'""'""
WF3tCll�4�hH�]F�S,INC NY.iFLYlk;f.hRU0W4iSM+�'
33au E Y'lk uu0.n�lv 5'f 3tw e vu.01:RTCUJ SY
fillings with state and federal government """"�"``""'"" ""^"""`•^`°�
• Sales volume over$140 million annually �Ra�A,�w„�,,
. Fleet of approximately 1,600 pieces of equipment
..�.....•,...,•.- CONTRACTORS ,���,,+. � ' �- � r . . r
dca STATE UCENSE BOARD �y J ��''
�,..,.,. . .._...,.. ,--
1 � I
ACTNE LICENSF s�o Ccntia�toi Inforir�;,t�o�� Re�is[rat.on Histary
�41wp{�� ai{n�ier N+me 4Mn�ire�rx [�p4rxwn 6ax
5�[GfSiakA�WSifin:. [....�.i5. Gs,tQ�tg
��.H��: 366764 E��n� CORP ``°''�""',°° �..
ff�uneaa CaJ'�i.- C6�3d�'1d
oilR 16 oel3W1'
a.yw�i:.. ��w.. W.lb��5 OErW.�ts
ew.�r�,o WEST COAST ARBORISTS INC ��+��
le.qti�.in�..�k,t�+d.4 G6�4i;Ya Ca�'13
tlPr�v3) n..m�ie ou3a�;�:
F i:i u�.rwwn dxe
AL.'Sd•2A�n 4'lf01:Ii IlEr3Gi21
anilg wereu
wi,:gUa:ew�ir.�cRf:4a u�n.d 4�=in er:,.�n.w
GiTi..
��TG+�d^�s� C61/D49 C27 A C21 B C31 ,� )�'b:v�^�A'Li��n�uFiuv�I6f:.u.n.e4�.,«m.,,.,
F9,�J FdJ....
r„e.�� `Cme�Sam
rr.�eme+�
�� u�.�xumn�m
cxa�ee x
Exv+yci,oeie 12/31/24 :` � �xe�ta>es
www.cslb.ca.gov
5
Setting the Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
SCOPE OF SERVICES
Grid Tree Pruning
Grid tree pruning is based on pruning in pre-designed districts, or grids on a set cycle and in its
entirety. This includes pruning all trees (small, medium and large-sized.) Pruning will include
structural pruning, crown raising, and slight crown cleaning in accordance with the standards set
forth by the International Society of Arboriculture Pruning Standards (Best Management Practices)
and shall have no more than 15�a of the live foliage removed at a given time.
Special Request Tree Pruning
Special Request Tree Pruning includes tree maintenance services on designated tree(s) as
ordered by the City's Arborist or designee. This category of pruning may include structural pruning,
crown raising, crown cleaning and/or pruning to restore the crown. Whichever work type is
ordered by the City, pruning will be performed in accordance with the standards set forth by the
International Society of Arboriculture Pruning Standards and the Best Management Practice, Tree
Pruning Guidelines. Trees that are identified for a Special Request Tree Prune shall have
approximately 25� of the live foliage removed at a given time.
Pruning to reduce the tree's crown (or Crown Reduction Pruning) may be performed when
conditions within the crown of a hardwood tree are such that the overall canopy mass and
excessive wood weight needs to be reduced. This type of prune is performed when the City's
primary objective is to maintain or improve tree health and structure and will be charged at the
Crew Rental rate as agreed upon by the City and WCA.
Line Clearance
Trees that interfere or have the possibility of interfering with utility lines will be trimmed in a manner
to achieve the required clearances as specified and in accordance with the California Public
Utilities Commission. It is our goal to protect the current health and condition of the tree and to
maintain its symmetry and direct growth away from the utility lines.
Young Tree Maintenance (Optional)
Proper pruning and care during the early stages of the tree's life will save money in the future, and
create a safer, more beautiful, healthy, easy-to-maintain tree. We believe that tree care that is
performed early will affect its shape, strength and life span. Our specialized small tree care team
consists of certified personnel trained to perform the following under the hourly rate:
• Selective structural pruning
• Removal of dead, interfering, split and/or broken limbs
• Pre-conditioning the water retention basin built around the tree
• Staking or re-staking
• Adjusting tree ties
• Adjusting trunk protectors
• Weed abatement
6
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
Root Pruning
We strongly recommend against any root pruning, however, should the City elect to proceed, we
recommend that it be done no closer than 3 times the diameter of the trunk. Roots will be pruned
to a depth of approximately 12 inches by cleanly slicing through the roots, so as not to tear or
vibrate the root causing damage to the tree. The excavated area will be backfilled with native
soil and debris will be hauled away. This is performed under the hourly rate.
Tree and Stump Removal Operations
With a minimum of 48 hours advanced notice, WCA will inform Underground Service Alert (USA) of
the location of work for the purpose of identifying any and all utility lines. The removal process
consists of lowering limbs delicately onto the ground to prevent any hardscape damage.
Immediately following the removal, the stump will be ground down, if ordered to do so and with
proper USA notification. Our standard stump grinder is the Vermeer SC802. This stump grinder is
ideal for any size job and can be used to grade large stumps. We also use the Dosko SC69 stump
grinders. These are intended to remove tree stumps and exposed root systems close to ground
level. Tree removal and stump removal are to be charged separately in accordance with the
contract.
1}F �P;M 1-+, .
,� ���� �t;� � ' _•
,� ' ��'���'�� '=�_�*-a Tree Planting
. ���-.�.�
��#r;.� , f,, ; ,;,., ,��_ We can replace trees that have been removed and plant new
�'�� ��.t� , '`� i.�'` trees in accordance with the City's specifications. We are
� ''t � y , prepared financially and logistically to acquire and purchase
� J '� +�� selected tree species for tree planting. At a minimum of 48
� �
�-� �---� - �,, �, � � hours in advance we will inform Underground Service Alert
�'*' i (USA) of the location of work for the purpose of identifying any
and all utility lines. A well-trained planting team will perform the
, .� soil preparation and installation of the tree.
Tree Watering
Tree watering will be performed by a full-time, WCA team member on various routes, when
requested by the Agency. This team will also be responsible for reporting special care needs to
the small tree care team. This could include reporting weeds, soil that has settled, and/or staking
and tying needs. WCA currently provides tree watering in the cities of Culver City, Santa Clarita
and Santa Monica as part of their regular tree maintenance services.
Emergency Response
We are prepared for emergency calls 24 hours a day, 7 days a week, including holidays. The toll
free number is 866-LIMB-DOWN (866-546-2369). This number will be provided to the Agency, Police
Department and/or Fire Department. Our emergency response team will do what is necessary to
render the hazardous tree or tree-related condition safe until the following workday.
7
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
Crew Rental
Due to our vast amount of resources, including our specialty equipment and qualified personnel
we are able to extend our commitment to our customers by providing various miscellaneous
services outside of the most common tree maintenance services:
• Misc. use of aerial towers and cranes (including equipment rental)
• Crown reduction
• Crown restoration
Arborist Reports
We have full-time Certified Arborists on staff that can prepare detailed arborist reports, tree
evaluations and site inspections based on your specific needs. Reporting can be generated for
one tree or an entire selection and is handled on a case-by-case basis.
��� : �
� ,I
y ������ � `"-- ���� ��� � WCA pr�ovides the technology,
r `, ' �.�'' r
��r �;� � � �' �. �� � .����'� _ � � ,� rr�c�nagement, and civic experience
� . '`� � �.�: � ��., � �``'� y,��'�� `"��� t6zat makes it the p�efe��ed t�ee
,. ��, '���
� �; ��� ,����.',��� �r7�rtzagernent pa�tne� across the West.
_ it .
- ��. �� ..,�' a-�+y�;:.. YY�¢
_ ; �'� �
- .r L+'=jL[i ,� �
. .. P �'L-- ..#� � � y, �.
��^.`-� �� r,... /~`.�� �.:�.
Plant Health Care
Tim Crothers, Plant Health Care Manager
ISA Board Certified Master Arborist WE-7655 BUM
DPR Qualified Pest Control Applicator #145321, QAL Category B & D
Our PHC program managed by Tim goes beyond standard chemical applications. We have
developed an efficient Integrated Pest Management Program (IPM) that requires diagnosis
before treatment. WCA is staffed with licensed applicators and advisors that are environmentally
conscious as well as compliant with the California Department of Pesticide Regulation. This service
allows us to provide you with:
• Proper diagnosis based on on-site inspection with laboratory testing when necessary
• Proactive and preventative recommendations that reduce the amount of potential pest and
disease issues
• Follow-up evaluations to ensure that the recommended treatments result in a healthy and
balanced urban forest
8
Setting fhe Gold Standard -
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
TEAM QUALIFICATIONS
Introduction
West Coast Arborist's (WCA) is a company comprised of a management team and a safety
committee. Staff inembers have diverse educational backgrounds including accounting, business
administration, engineering, and forestry.
�� � ��,�� , V. '�l,,�� _ '�����
°° _ -� ��� `� - Staff inembers have dive�se
:
_- %� � � --� '"` '" � �' educational backgrounds
;i �r��:� � � � � ,�� ,�, �, including accounting,
.��� ,: r . ,�_
T ',•''��' . �1 � ,,��, + .y business administration,
� �' 'r`� enginee�ing, and forest�y.
_ � „ �" P�!
� 4 ► '.,'� _ ,.i
L � �
Work Force
WCA actively maintains ongoing processes to assure that only qualified and competent staff
provides safe and quality tree maintenance services. These skilled employees can only be
achieved through both training and work experience. We believe that essential experience
should always be obtained through qualified supervision; this includes both basic and extended
skills. WCA makes every attempt to ensure that this is undertaken before performing work, leading
a crew, or career advancement. The work performed on this contract is routine, recurring and
usual. The work includes watering, trimming, pruning, planting, removal and replacement of trees
and plants, and servicing of irrigation.The rates included in the Cost Proposal are based on the
current prevailing wage determination for "Tree Maintenance (Laborer)."
Certification
WCA encourages its employees to get certified through the International Society of Arboriculture,
in an effort to raise the standard of professional tree care companies. This standard exemplifies
our company's commitment to providing customers with competent, knowledgeable certified
workers. WCA employs a large number of ISA Certified Arborists and ISA Certified Tree Workers.
Crew Evaluation
WCA employees are evaluated through an internal mechanism supervised by our Management
Team. Each employee performs their duties according to a criteria-based job description that
reflects safety, quality workmanship, productivity, appropriateness of care, problem solving and
customer service. A performance appraisal is conducted for each employee upon completion of
the probationary period and at least annually thereafter. Each worker is also required to
complete a competency assessment and orientation upon hire and annually thereafter in
selected areas to assure that ongoing requirements are met and opportunities for improvement
are identified.
9
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
i
;� �� ��,,�_� l 1 l ! i 1
A�
�' 1
:, �,:��� I �
Prajeet Ar�a'�arsager
Martin Co��ez
Ce�l: �7��)713-�717
C�� 5afety�h�anager
f�eina 5oli� �ane Jeri���7
Praject Su�ervisnr
Lennel Co�'te�CeEI:(7i�ti�+12-p���
F�an#HaaC#h Care GP5 T��e ir�ventory
Marro paoil�z:ell s`714��C14-?979
Ti�� �rat�ier� andrew Pineda
Project Far�man Pre�eck For�m�n Project For�eman
�Tr��Pruning� �Plantirig� ���m�ua�s)
i t �
Fweld Per�a�nel F�el�Perao�n�l FieGd Per�onnel
10
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
WCA's ISA Certified Arborists
ADAN BALTAiAR REYNAGA WE-7786AT HERMINIO PADILLA WE-7552AUTM JOSE MANUEL PEREi WE-0818AT REBECCA A.MEJIA WE-2355A
ANDREW JOSEPH PINEDA WE-1213SA HUGO ANGEL RINCON WE-8710AT JOSEPH NICK ALAGO WE-4396AU RENE ROSALES WE-7941AT
ANDREW R.TROTTER WE-0642AU IGNACIO LOPEZ WE 7329AU JOSEPH BARTOLO WE 2034AU RICHARD R.MAHONEY WE-1171 A
ANDREW JOSEPH ONDREJECH WE-13811A ISAAC GARZA,JR. WE-8689A JUAN ORTIi WE-8514AT ROBERT EDWARD KNIGHT WE-11564AT
BENJAMIN EUGENE BORDSON WE-1O111A ISAAC ONTNEROS WE-8561A JUAN P.LAUA,JR. WE-13425A ROBERT D.THOMPSON WE-0915AU
BRIAN C.KIRKEGAARD WE-10476AT ISAIAS BARAJAS MACIAS WE-10979AT JULIO C.GARCIA VAZQUEi WE-11175AT ROBERT A.WRIGHTSON WE-1041 lA
BRIAN M.KOCH WE-0341A ISIDRO ESTRADA BARBOZA WE-11685A JUSTIN LEE MENiEL WE-1 U56A ROSE M.EPPERSON WE-1045A
CALVIN f.HAUPT WE-7634A J.ALONSO GARCIA-LOPE2 WE-8499A KANAMI MARIE OTANI WE-13275A RYAN R.COLBERT WE-13154A
DANE JENSEN WE-12014A JAIME ROGELIO HERNANDEZ WE-5291AT KELLY ANN PARKINS WE 13868A SAMUEL JIMENEZ WE-11109AT
DANIEL CHAVARRIA WE-10292AT JAMES PAUL SPECK II WE-10858AT KRIS BURBIDGE WE-9566AUM SEAN PATRICK SULLIVAN WE-10050AT
DANIEL MAHONEY WE-10434A JASON ROSS DAVLIN WE-7628A LEONARDO RAMOS WE-11264AT SHAWN A.GU21K WE3182AU
DANIEL RIVAS WE-10850AT JASON PINEGAR WE-2039AU LEONEL CORTEZ WE-8625AT STEFAN B.KALLENBERG WE-10730AT
DANIEL WILLIAM VILLA,II WE-13609AT JEREMY PAUL PIERCE WE-12566A �ORENZO PEREZ WE-7443AT STEPHEN G�ENN DAVIS,JR. WE-10894AUTM
DAVID GLYN EVANS WE-1588A JERRY A.ROWLAND WE-6353A MANUEL BRIANO WE-8191AT STEVE B.HUNT WE-1044AT
DEBORAH DEPASQUALE WE-3812A JOEL LOPEZ WE 10811AT MARCO A.PADILLA JIMENE2 WE-8621AT TIMOTHY R.PATTERSON WE-12037A
EDIBERTO SERNA SALAZAR WE-11051AT JOHN LEE PINEDA WE-10361AUT MARIO A.GONiALEZ WE-13119A TYLER KEASBEY LEHMANN WE-13460A
EDUARDO VARGAS WE-11058AT JORGE MAGANA WE-3460A MATEO ARVIZU WE-10151 AT VICTOR M.GON2ALEZ WE-7175AM
ERNESTO J.F.MACIAS WE-7120AUM JOSE LUIS ABALOS WE-8734A MICHAEL ALAN DA SILVA II� WE-12483A WALLACE BURCH WE-0713AT
FELIX HERNANDEi WE-2031AT JOSE M.CORTEZ TORRES WE-8539AUT MICHAEL LOUIS YOUNG WE-11681AT WILLIAM STEVE PONCE WE-6461A
FRANCIS LEO MALABUYOC WE-12279AT JOSE MANUEL JIMENEZ URQUIiO WE-1111 lAT MICHAEL ANTHONY NUNES WE-12943A
GENARO VICENTE CORONEL WE-12740A JOSE INEi MANCILIA WE-10983AT MITCHELL ANDREW OWENS WE-12619AT
GERARDO MARTINEZ GARCIA WE-11358A JOSE M.CHAVARRIA MANiO WE-11210AT NESTOR M.CABRERA MORA WE-13613AT
GERARDO PERE2 WE-9131 AT JOSE A.ALVARE2 WE-10908AT NESTOR VALENCIA WE-11359A
GONiALO REGALADO WE-9952AT JOSE ALFREDO GONZALEi WE-6415AT OSCAR GUTIERREZ WE-12183AT
HECTOR MONTES WE-8019AUT JOSE LUIS DELREA� WE-11231 AT PATRICK 0.MANONEY WE-1112A
WCA's ISA Certified Tree Worker/Climbers
AN BALTAZAR REYNAGA WE-7786AT GABRIEL GAMINO WE-11161T JOSE M.MUNIi GARCIA WE-11686T SALUSTIO SANCHEi ARROYO WE-11462T
ADAN RODRIGUE2 WE-11281T GABRIEL MERCADO RUI2 WE-11568T JOSE MANUEL PERE2 WE-0818AT SAMUEL JIMENEZ WE-11109AT
ADOLFO S.RUI2 WE-11294T GAMALIEL MANZANO CORONA WE-12280T JUAN AMADOR ARCE WE-11480T SANTOS MACIAS LEMUS WE-10980T
ADRIAN MUNOZ WE-13981T GEORGE HERNANDEZ PEREi WE-12269T JUAN BECERRA WE-10932T SEAN PATRICK SULLNAN WE-10050AT
ALFREDO ANGEL LOPEZ WE-11334T GERARDO MARTINE2 GARCIA WE-10997T JUAN C.LOPEZ GARCIA WE-12918i SERGIO LOPEZ-RIVERA WE-10957T
ANDRES ROMAN WE-11285T GERARDO PEREi WE 9131AT JUAN MARQUEZ WE 10987T SERGIO MACIAS PEREi WE-10920T
ANDREW JOSEPN ONDREJECH WE-13811AT GERARDO PEREZ BADILLO WE-139S6T JUAN ORTIi WE-8514AT STEFAN B.KALLENBERG WE-10730AT
ANiNONY DOUGLAS FONG II WE-12051 T GERARDO A.ORDUNO WE-11036T JUAN C.PENA-ARIAS WE-11327T STEPHEN GLENN DAVIS,JR. WE-10894AUTM
ANTONIO CASTELLANOS WE-11203T GONiALO REGALADO WE-9952AT JUAN TELLEZ TAPIA WE-11131T STEVE B.HUNT WE-1044AT
ANTONIO GARCIA CONTRERAS WE-11113T HARLEY THOMAS DAVIS WE-13430T JUAN C.TORRES-COVARRUBIAS WE-12343T TRISTON JAMES POWERS WE-12211T
ARIEL ALONSO WE-10906T HECTOR MONiES WE-8079AUT JULIO C.GARCIA VAZQUEZ WE-11175i TYLER KEASBEY LEHMANN WE-13460AT
ARMANDO 0.LOPEZ WE-10953T HERIBERTO CORONEL WENCESLAO WE 11218T LEONARDO RAMOS WE-11264T VENTURA GOMEi WE-11180T
ARMANDO SOTO WE-11131T HERMINIO PADILLA WE-7552AUTM LEONEL CORTEi WE-8625AT WALLACE BURCH WE-0113AT
AURELIO PAi-GUZMAN WE-11084T HUGO ANGEL RINCON WE-8710A1 LETUSA MUAAU,JR. WE-11021 T
BENJAMIN EUGENE BORDSON WE-10117AT HUMBERTO CHAVARRIA WE-11201T �ORENZO ARREOLA-MURILLO WE-13612T
BRIAN C.KIRKEGAARD WE-10416AT ISAIAS BARAJAS MACIAS WE-10919AT LORENZO PEREZ WE-7443AT
BRIAN NORiON WE-12678T ISRAEL A.RAMIREZ WE-11567T LUIS P.PEREZ WE-11245T
CANDELARIO PRIEGO WE-12181T J.SOCORRO GARCIA WE-11112T lUlS A.MUNOi RAMIREl WE-11023T
CARIOS IXTA WE-11 l O6T JAIME ROGELIO HERNANDEi WE-5291AT MANUEL BARRAGAN WE-10925T
CARLOS LEYVA BARAJAS WE-12620T JAMES PAUL SPECK II WE-10858AT MANUEL BRIANO WE-8791 AT
CARLOS RAMOS WE-11263T JESUS M.SARABIA PENA WE-11450T MARCO A.CASTILLO REYES WE-13429T
CELEDONIO R.MANZANO OLEA�E WE-10984T JESUS A.MONTES� WE-11014T MARCO A.PADILLA JIMENEZ WE-8621 AT
CELESTINO PERE2 WE-11243T JESUS E.GARCIA ARCE WE-13723T MARCOS RICHARD-MARTINEZ WE-10989T
CESAR GUADALUPE VALENZUELA REYES WE-11016T JOEL LOPEi WE-10811 AT MATEO ARVIZU WE-10151 AT
CESAR WENCESLAO WE-10968T JOEL MARTINEZ WE-10992T MELCHOR LEMUS WE-11237T
CUAUHTEMOC AME2CUA QUE2ADA WE-14058T JOEL ORTIZ WE-11039T MICHAEL ALAN DA SILVA II WE-12207T
DANIEL CHAVARRIA WE-10292AT JOEL M.RIVERA WE-11273T MICNAEL LOUIS YOUNG WE-11687AT
DANIEL ELIZARRARAS WE-13611T JOHN LEE PINEDA WE-10367AUT MIGUEL AYALA WE-10924T
DANIEL RIVAS WE-10850T JONATHAN GARCIA HERNANDE2 WE-13989i MIGUEL MACIAS WE-10978T
DANIEL WILLIAM VILLA,II WE-13609T JORGE ARREOIA-HERNANDEZ WE-11321 T MIGUEL A.VALERIO AJAL WE-13848T
DELFINO AGUILAR-MORALES WE-10900T JORGE DUENAS WE-11144T MITCHELL ANDREW OWENS WE-12619T
DEMETRIO LIRA WE-11323T JORGE JIMENEZ WE-111 lOT NELSON R.AGUIRRE WE-10901T
DEMEfR10 OSEGUERA WE-11043T JOSAFAT MONTOYA WE-11015T NESTOR M.CABRERA MORA WE-13613T
EDIBERTO SERNA SALA2AR WE-11051 T JOSE AGUAYO WE-10899T NICOLAS GODINA WE-11907T
EDUARDO AVIIA WE-10812T JOSE ABEL CANCINO WE-11192T OSCAR GUTIERREZ WE-12183T
EDUARDO HERNANDEZ WE-12917T JOSE AGUSTIN CARRILLO WE-11200T PEDRO CUEVAS WE-11165T
EDUARDO VARGAS WE-11058AT JOSE M.CORTE2 TORRES WE-8539AUT PEDRO GARCIA WE-11168T
EDWIN ANTONIO FUENTES WE-12777T JOSE R.GRANADOS WE-11186T PEDRO ADALBERTO HERNANDEZ WE-11095T
ALTAMIRANO
FAUSTO GU2MAN WE-110831 JOSE JIMENE2 WE-11108T PEDRO SANDOVAL WE-11301 T
fELIX GARCIA WE-11110T JOSE JIMENEZ HERNANDEZ WE-11113T RAMON ZUNIGA GOMEi WE-10911T
fELIX HERNANDEZ WE-2031AT JOSE MANUEL JIMENEi URQUIZO WE-11111T RANULFO PERALTA CASTANEDA WE-11202T
fRANCIS LEO MALABUYOC WE-12279AT JOSE INEZ MANCILLA WE-10983T RAUL JIMENEZ DURAN WE-13865T
fRANCISCO URENA JIMENEZ WE-11015T JOSE M.CHAVARRIA MANiO WE-11210AT RAUL MANZO HERNANDEZ WE-10985T
FRANCISCOLOPEZ WE-10952T JOSERODRIGUEi WE-11211T RAULTELLEiTAPIA WE-11138T
FRANCISCO RAMIREZ WE-11259T JOSE ALEJANDRO VALENZUELA WE-11674T RENE ROSALES WE-7941AT
FRANCISCO VILLANUEVA WE-10965T JOSE A.AIVAREl WE-10908T ROBERT EDWARD KNIGHT WE-11564T
FRANCISCO F.WENCESLAO BARAJAS WE-10969T JOSE ALFREDO GON2ALEZ WE-6475AT ROMUALDO GAETA LUNA WE-11165T
fRED LOPE2-PASTOR WE-13988T JOSE LUIS DELREAL WE-11231 AT SALOMON SILVA WE-11053T
11
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
PROJECT APPROACH AND MANAGEMENT
Implementation Plan
To ensure the quality of work and the level of service
expected, WCA abides by a well-defined quality control Special shifts including
plan that incorporates the following:
weekends and evenings
• Certified personnel
• Safety can be a��anged in
• Pruning specifications and guidelines acco�dance with the
• Sound equipment Agency 's specifications.
• Public relations
• Proper traffic control
• State-of-the-art communication systems
Area Manager: Martin Cortez
ISA Certification #: WE-8689A
TCIA CTSP #3312
ISA Tree Risk Assessment Qualified
The project Area Manager will be the central point of contact and will work cooperatively with
Agency staff, local residents and business owners, etc. The Area Manger will provide overall field
supervision and crew management.
Daily Management
Daily management will consist of, but not be limited to:
• Email notification complete with location, crew, equipment type, and work description
• Supervise crew personnel to insure proper pruning standards are followed in a safe manner
• Traffic control setup and maintenance of work zone
• Ensure work area is left free of debris at the end of shift
• Maintain record of work completed each day
• Maintain good public relations at all times
• Provide immediate notification to Agency Inspector upon damage of personal property
including a plan for corrective measures to take place within 48 hours
Weekly Management
• Weekly management will consist of, but is not limited to:
• Weekly inspection of work completed
• Meet with the Agency to review work schedule and progress
• Insure standards of pruning are performed in accordance with Agency specifications
• Maintain open communication
12
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
t_�_
West Coast Arborists,Inc.
�. ' ��
Scheduling of Work -
..
The Area Manager is responsible for scheduling work which �'��� � ��'
shall conform to the Agency's schedule of performance. We �� e�� . . �
recommend equal distribution of work throughout the course �y
of the fiscal year. Notifications will be provided to residents -
prior to the start of pruning operations in said area. All work "� � �
will be performed in a cooperative manner as to cause the
least amount of interference or inconvenience.
Public Notification
Upon Agency staff approval, WCA will post a door hanger notice prior to commencement of grid
pruning (within 24-48 hours). After tree plantings, door hangers will be provided to residents
instructing them on the proper care for their newly planted tree. For more comprehensive
outreach we can also submit a press release for special projects or routine maintenance. The
Agency may modify the procedures and materials to which we notify residents.
Communication Systems
Our use of modern and reliable communication systems affect our daily job performance by
increasing our efficiency. Management and Field Personnel utilize smart phones as both
navigational and communication devices in the field. Smart phones have proven to be a
convenient method to input data as related to tree inventories, daily work records, timesheets,
photos, and billing information; eliminating the need to handwrite data and improving customer
service by minimizing response time.
Permits and Licensing
WCA will procure a City Business License as necessary, and any "no-fee" permits prior to
commencement of work. Permits (i.e., encroachment, traffic control, etc.) requiring fees will be
charged back to the Agency.
Right-of-Way
All work will be performed in the public right-of-way. Employees will not utilize private property for
eating, breaks or any other reason or use water or electricity from such property without prior
written permission of owner.
Cooperation and Collateral Work
WCA will give right to operate within the project to the Agency workers and/other contractors,
utility companies, street sweepers, and others as needed in a cooperative effort to minimize
interference in daily operations.
Project Site Maintenance
Work site will be left free of debris at the end of each workday. We will not discharge smoke, dust,
or any other air containments in quantities that violate the regulations of any legally constituted
authority.
13
Setting fhe Gold Sfandard
�• • ' ��' � �• • •• �• •: 1 •
• • � �
� � � • � �• � • � •
- Work raqusat raeeived CSR createa a wark order i Area Manager aehadulea ths Work order fa gNen
- � from Customer givea to Arep Manager work 3 Informs the Agency to the Foreman
� ����� Fareman tampletea CSR eloaei work ordar,
publit naNtes Craw peAorma work work order R.Invaniory; BYling DepaAmeni
fhen submlta to aMice prepares Invdce
• ' • � ' �• • • - •
Customer marks hees far Wark reque# GSR creates work order� yy��der la given
USA�nWiAas residaM recefved frorn Cuaiomar contaets USA 4B hours in }�fhe Araa Manager
� cdvance o(wark
1 Area ARuna�ar schedulea F�rem�m e�':'
work,lnfama thr Agenty& Crsw pedormt wark ordar 6 invsntory: 11101ng @epnrhnenf
glves work order fo Foroman fhen aubrteNs io ofNee pneparea Invofea
•• • � - •
Wark raqueat reesived �R preparea work CSR gtves wark order ta yy,��.dar It ghen
from Customer order t ordara hes(s)from Area Manager to acheduls {p ry��pp�man
� Nvnery Manager work i inform the Agency
oar gar e�n pripa�e`s.hi _ce ��►a -
• - •� - � � • - •
Emergeney r�equeat received On-Call Superviaor Svpervlaor treaMa �eM,Pe�orms naeeaaary
work adsr d,aenda
� Irom Cuafomar dispatchea Fmergency Crew �F���� wcrk to ensura sotety
�7 h� ` . ,�tia�w Foreman eompleFea
photos ta Agency i Supervfsar refum 10 fita nexf doy ta work order i Inv�eMsxy;
thal work (s eomplafe campls�e work fhen tuma In
Work request received CSR eretitea a work order a Area Maneger achedules the Wark order ia given 1�o the
irarn Cuatomer givea ta Area Monoger wark�IMarrro ihe Cily PHC Adviace/Applkabr
9
(ns needed) � fnvenfory;lhen iums in ����
.
- • - • • • . • •
S^- — v/ —� �
I��
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
CLIENT REFERENCES
West Coast Arborists understands the challenge that many cities face to reduce the cost of tree
maintenance services, while increasing the level of performance. Utilizing our services as a
valuable, cost-effective resource, cities are able to provide better services to their community.
These contracts cover a range of services from providing emergency response to maintaining the
Agency's entire urban forest.
CITY OF ONTARIO SINCE 1998
The City of Ontario and WCA have been working together on the City's urban forest since 1998.
Requested work under this contract includes grid pruning, palm pruning, tree and stump
removal, tree planting, a GPS tree inventory and other arborist services including report writing
��TY��-�� and plant health care for pests and more.
��T<�,,�,���� Contact: Phillip Marino, Parks &Maintenance Supervisor
303 E. B Street, Ontario, CA 91764- (909) 229-6557- pmarino a ontarioca.gov
ANNUAL BUDGET:$2,600,000
CITY OF CORONA SINCE 2006
The City of Corona and WCA have been working together on the City's urban forest since 2006.
- City crews maintain the landscape maintenance districts.The City has initiated a removal
project where dead, diseased, and dying trees are being phased out. In turn, the City has been
CORONA p�anting over 100 trees annually.
111l�IN�Iriill
Contact: Moses Cortez, Parks & Landscape Supervisor
755 Public Safety Way, Corona, CA 92880- (951) 817-5728- Moses.cortez@ci.corona.ca.us
ANNUAL BUDGET:$3,000,000
CITY OF FONTANA SINCE 1994
WCA has serviced the City of Fontana for over 25 years. In addition to maintaining the City's
��� street &park trees,we provided a GPS tree inventory using ArborAccess.The inventory allows
them to budget and properly plan the maintenance of their urban forest. With a tree population
of over 60,000 trees,the City utilizes a grid pruning cycle.
PO'�T�1\;� Contact: Chuck Hays, Public Services Director
- 16489 Orange Way, Fontana, CA 92335 - (909) 350-6530-chays��fontana.orq
ANNUAL BUDGET:$1,300,000
CITY OF REDLANDS SINCE 2004
- WCA provides complete urban forestry management for more than 38,000 trees, including tree
��`.��� � �, pruning, removals, planting and emergency services. We also provide inventory updates to the
' �� ' ' �` City's own inventory database.
,,,�
' ��``• r'�' ' Contact: Erick Reeves, Parks Division Coordinator
,�-� ,fi.
- 1270 W. Park Ave. #J, Redlands, CA 92373- (909) 798-7853- ereeves2��.'cityofredlands.orq
ANNUAL BUDGET:$200,000
CITY OF LAKE ELSINORE SINCE 2004
WCA provides the City of Lake Elsinore with citywide tree maintenance services.This work
includes maintaining the City's grid pruning cycle,service request pruning,tree and stump
''�r,� removals, tree planting, GPS tree inventory updates and emergency response.
Lti 1��,��LtiI1V��1�_
.��; , .,;> , . Contact: Chris Erickson, Public Works Supervisor
521 N. Langstaff St., Lake Elsinore, CA 92530-- (951) 674-5170- cerickson@lake-elsinore.ora
ANNUAL BUDGET:$212,000
15
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
_j_
West Coast Arborists,Inc.
TEAM MEMBER RESUMES
Meet the Team: Project Team
,
� {�» NICK ALAGO Regional Manager/V.P.
�
Mr.Alago has been with WCA since 1999. He has nearly 35 years' experience in the arboriculture
field. He started with WCA as a Foreman and was continuously promoted reaching the status of
Area Manager. For over 10 years, he excelled as an Area Manager for the Inland Empire and was
promoted in 2020 to Regional Manager.As a Regional Manager for the Los Angeles and Inland
Empire areas, he oversees the operations and provides support to the Area Managers. His extensive
knowledge of the urban forest is a columniation of experience and continued education as well as
certification that is offered in the industry.
• ISA Certified Arborst #WE-4396 AU
• TCIA Certified Treecare Safety Professional (CTSP) #250
• ISA Tree Risk Assessment Qualified
• TLC Wildlife Aware Certified
MARTIN CORTEZ Area Manager
Mr. Cortez has been with WCA since 2006. Martin has worked as a groundman and trimmer. In time,
his efforts were recognized as he is experienced a number of promotions:from Crew Leader to
Foreman to Supervisor to now being the Area Manager of Riverside County and beyond. Today,
Martin is responsible for field operations and management of crews. He is also involved in
scheduling, evaluation, and production of street tree maintenance. He currently manages
contracts for all of Riverside County customers.
• ISA Certified Arborist #WE-8539 AUT
• ISA Tree Risk Assessment Qualified
• TCIA Certified Treecare Safety Professional (CTSP) #2958
�
MARCO PADILLA Project Supervisor
As Site Supervisor, Marco is a full-time employee and speaks fluent English. Marcol started his career
with WCA in 2003,working his way up from groundman to Foreman and Supervisor. He is responsible
for reviewing the day's activities, assisting the Area Manager in scheduling, and ensuring proper
safety procedures are being followed.As Supervisor, he will communicate with City officials and
other interested parties on a daily basis. Report and resolve malfunctions, damage, or industrial
injury. He also assists in employee training programs, maintaining records, and filing daily reports and
receipts.
• ISA Certified Arborist/Tree Worker Climber#WE-0818AT
• TCIA Certified Treecare Safety Professional (CTSP) #575
• ATSSA Traffic Control Technician #459650
16
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
„
t_�_
West Coast Arborists,Inc.
� LEONEL CORTEZ Project Supervisor
As Site Supervisor, Leo is a full-time employee and speaks fluent English. Leo started his career with
WCA in 2002 as a groundsman and has an extensive knowledge of arboriculture and tree
maintenance for municipalities. He is responsible for reviewing the day's activities, assisting the Area
Manager in scheduling, and ensuring proper safety procedures are being followed.As Supervisor,
he will communicate with City officials and other interested parties on a daily basis. Report and
resolve malfunctions, damage, or industrial injury. He also assists in employee training programs,
maintaining records, and filing daily reports and receipts.
• ISA Certified Arborist/Tree Worker Climber#WE-8625AT
• TCIA Certified Treecare Safety Professional (CTSP) #3891&TCIA EHAP Certified
• TLC Wildlife Aware
Meet the Team: Support Staff
�
�'
� REINA GODOY Customer Service Rep. (CSR)
i`
_,.-
Reina joined WCA in 2017 and has since been providing customer service to the Riverside region
and is the office manager for our office in Grand Terrace. As the CSR (Customer Service
Representative), Reina is responsible for providing support to the Area Manager,Site Supervisors and
crew.She is to act as a liaison between the company and it's clients as well as the general public.
Reina is responsible for responding to customer service inquires and facilitating contracting
functions,such as: mapping, underground service alert, data entry, field book preparation, list
preparation, etc.
E
� ANDREW PINEDA GIS Manager
Andrew Pineda has been with WCA since 2018.As WCA's GIS Analyst, he works on a wide range of
projects including tree inventories scope and collection, iTree analysis, tree canopy assessments,
tree planting prioritization,ArborAccess training, grant funded tree planting projects, and much
more. He was worked with tree inventories of all sizes from small campus inventories with less
than 5,000 trees to large California cities with over 140,000 trees. He has in-depth knowledge and
understanding of tree inventories, urban forestry best practices, and spatial data. He has also
participated in the conversion of tree inventories and the newest version of ESRI ArcGIS.
• ISA Certified Arborist #WE-12738A
• M.S. Geographic Information Science (GIS), CSU Long Beach
• B.A. Environmental Sciense, Boston University
17
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
PRE-JOB BRIEFING
��.,.,,a. s,,..a,�,�.a,
......, , i.......i.,nr....,.ii, J�o4Numbe+: i.J.._
r.,�... � i<�n.,�_...�� .i,. . WorkOrdcr �i
.�. i.i.����o��p ..enni. LacoElon: 'll.:•� �.;,e.ur:�. .,.. ri.��..:�It.i�G.liS�:
_ �
i..��.i���n u M�e�.. �,:i 955R6r�� i 1]BP57a03
�,••.� � •��„�• WewtAer: iernpq�3:ur5�r0�i���iS�ily 87 tlSO�.�S.tlG�i SkY.ia05Y: •-
i srll��z ne��46 wi1li a lcx�nPna 7a-Wi�ds;rrp nu1 of '�
+��m- w4vxo�.. ;nersc,a+��vnUcnwesi a��:•��n:��nar..ne s�re m��se m.
w
p��..m��„rc.w��r i,�.,-u,..,�:.�.,.�...,.�.�,,..• csn;�ar:,iapninn,�yr�,;�•inn,�.i:,��rr�,in�,i,n�•ni
�.�.,��..���Mm..i: ,o�c.io..
..�..�.-x,�:i,maaw.
,.�,..:r.....arow,.a.mei z..���.i.
Jo6 W�aa�r C�ve�.��r
. ,...._ _ "_ �v[:!,[Y�44Ylu�lik
•n+ Ix I+I �W�n �)
�.. . so�a����.s..��
�.�...w �w�..�noiv�:
.���,.�.. r.n
�.,����.,nuain .�.e.��c�.n �
���.. e�..nwinr �mnr�o�.
,.�..i i i�:, c,�� u
[a�-amm�
�'. �1 I 9!
,y-'
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Pre-Job Briefing
Created by ADAM RODRIGUEZ (E0409)
Job and Location Customer: COUNTY OF ORANGE - FACILITIES
Date: 8/29/2019 at 7:50 AM
Job Number: 51083
Work Order: 0
Lo�ation: 90C1 N Malden A�e, Fullerton, CA 92832, lJSA
f�a��
Scope Today we will be trimming.
. Trimming
Surround'rngs Temperature is currently b9 degrees, mist.Todays' high will be ruear 73 with a low near
■ Slopes G5. Winds are out oF the south-southwest aro�and 4 mph. Be sure to use the C75HA heat
. errds Flyrng In/Out of Canopy app throughout the day for the latest conditinns. We wi61 be warking on or near slopes.
• Cavities and Nests Signals of wildlife in the area include birds flying in/out of canopy, cavities and nests,
. White Wash/Droppings white wash/droppings, and bird/bee/other animal sounds.
• Bird/Bees/Other Animal Sounds
Property Hazards Property hazards include landscape, hardscape, and underground utility. These hazards
. Landscape are caused by falling branches from removal or trimming, vehicular traffic, foot traffic,
. Hardscape Stump Grinding, and Planting.They can be prevented by rigging, caution and
. Underground Utility awareness while walking or driving, caution and awareness while driving or operating,
knowing USA markings, and caution using stump grinder.
Injuries Injury hazards include cuts, struck by, sprain or strain, electrocution, foreign object, fall,
. Cuts heat and cold illness, amputation, crushing, and poisoning. These injuries are caused by
• Struck By chainsaws, pole pruners, pole saws, hand saws, falling limbs, vehicular traffic,
• Sprain or Strain pedestrians, uneven surfaces, improper lifting techniques, electrical lines, saw dust,
. Electrocution accidentally cutting rope, obstacles, being aware of extreme temperatures, rotating
. Foreign Object parts on machinery, falling tree, heavy logs, poison ivy, bees, and snakes. They can be
. FaII prevented by two handed chainsaws, hanging tools appropriately, staying away from
. Heat and Cold Illness work area, being aware of traffic at all times, being extra cautious, lifting with legs and
. Amputation not back, maintaining a minimum seperation distance, being aware of electrical lines,
. Crushing wearing appropriate PPE, staying focussed while trimming or walking, drink enough
. Poisoning water, knowing the symptoms, keeping protective guards and covers in place, following
safety procedures, staying focussed while trimming or removing, staying clear of
landing zone, being aware of your surroundings, and PPE caution.
Drop Zone Proper Drop Zone Identified.
Equipmer�t We will be using PPE, chainsaws, chippers, boom trucks, and hand tools. Reuiew your
. PPE equipment far hard hats, s�fety glasses, hearing protection, chaps, work hoots,
• Charnsaws sharpened, no braken, missing, or worn parts, safety features in good repair, greased,
. Chippers all fluids at proper levels, always chip from the side only, no leaks, no holes on bucket,
• Boom Trucks boom arm cleaned, no missing bolts, no broken cables, no broken handles, and
. Hand Tools everything is in good repair.
Assignments . ADAM RODRIGUEZ: Clean Up.
• CANDELARIO PRIEGO: Trimming.
. SALVADOR ESCOBEDO: Clean Up.
Employee Signature
E1319 - CANDELARIO PRIEGO �
x ��
I
E0409 -ADAM RODRIGUEZ
k
i
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
CREW EVALUATION
CI�EW EVALUATlfl1�! w
Is the dallar per ntan goal being Q � �yy
ntet
!� --
1+V:rs a}n}�hrieTing ci�tie toc�ay �� F�°� __ b:F^�
Is the erew cising the prr�per ❑ �,�'~ � �]
Are�m��layees wearing proper Q �� � � :.; retycling faciliry -
saf�ety geti r
• -
Is�ny eiriployee attending 0 �#' ��
Is the johsite well org�nized& Q � � f :'y classes
stife
Is aiiy employee intereste�i in � �� � ' ' �
Is the�qpi irt gno[�cUndiu�xl& � � � �.'-'b heConaiitig ceriiFied --
L��ing cjp�.z�ated saiely
Is aiay em�loyee 6eing trained � � '_� �s'�
elre rm�inyr�es!`nlln�ving WCA Q' � � G.•_''1 in�nnther j3asitin�� --
saf'ety btaideljnes
Are ihere any employees with [� �� _�_� ��
r�re[lr�os-hartgers being used Q � �l C c" challenges
Is eNality custorner servi�e � �}•� �-�;� I?id the Tnrernan check in with � �� �l �
heing perfori�ed
rlieir CSFt ar Ciry lns�e�tor
IJr�es th�Citq�ha�e aiiy^ �_I F�' � :�:� Is the pa�ea•w❑rk current, 0 y� �l �
cflncerns � complete&Iegil�le
Is Foreman�Crewleader present LJ �,.� 5 __ `=.� CommentsfCnncerns ❑ � � ,�+
Is�he crew Ualance alcay Q � � �;m�, All GaQd � ��'� � a�
Is the er�w fUllnwfng AI�SI,15A [� x;+�� I�'u� Is the erew fpllawing � ��4 �' [�
f3MP&City szandards hear illness pre�e�ation
requirements
Is the�rew campletin�work nn � �+�.* ��;� � -
a blocl��ay bl�ck basis Has the erew scherluled theia• ❑ ,��# , [a�
meal perind�iefnre thc fifth
. . . ., .. . �� ,� . f 5ttz)hnur
REVIEW CREW EVALUATI[?N F2EVI�W CRE1(y EV`ALS.1l1Fdt71�1
�I
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
,�,:��'�t�UALITY & SAFETY EVALUATIt]N CHECKLIST
INSPECTOR: HUGO ANGEL RINCON DATE: 8/30/2019
FOREMAN: JOSE M. MUNIZ GARCIA AM: JUSTIN LEE MENZEL
LOCATION/CITY: 1 1 1 E 5TH ST, TEMPE, AZ 85281, USA / CORE CONSTRUCTION
s a s
1 1��las �r jUk; 6ri2fir7c; ci_;.nt- ��_�+_.'�ry
2 Are employees w�rar�nc� proper safety gepr � �
3 Is the jobsite wel{organized 8� sufe � � sidewa4k elosed with pi�nty
Cf�iirl�ption QnC� Cpuiion tp �
4 Is rhe eqpt in goad cQnditian$� 6eing aperated safely � �
5 Are employees fa6lpwing WCp safety guid�elines � �
� Are dvon c�angers being usa�{ � � naf r�ecessary for this{�raje�t
7 Is quc�lity tus�omer ser�r�ce being perf4rrnecf �J �
8 Does rhe Ci�y hr�ve a�,y concerns � � try to finish this job an sc�edule.
9 Is Foreman/Crewieader present � ❑ removang the trees,
10 Is the crew balance vkay � �
l 1 Is th� c�ew fo9iowirvg ANSI, ISA BMP$, City standards Q ❑
}2 Is the crew compEeting wark an a lalvck k�y blvrk k�asis �✓ Q
1� Is the dol�pr per mpn gocrl being met �✓ �
14 Is the crew using The proper reeyefing fcaCility � �
15 Is pny emplayee attending elpsses � � rrot pt this time
�b fs any employee interested in becoming�ertified �✓ � �ase I ihink he�s rersdy far�tis cr:rtifi�d
Arbarist
l7 Is pny emplpyee being Trpined i`n pnot�er pqsition � � lose is working with Pedrv.
1$ ,Are ih�re [sny ertipioyees wet�chc�llenges � � no
l q Qid th� Foreman check dn w�th their C5R or City fnspector Q ❑
2p Is the pc�perwcark c�rreni,eemplete$, I�gible � �
21 Commee�Ss�Can�erns � � 5ee Bekaw
22 ,4ii Gavcl � �
23 Is the crew following heot iilness prevention requirements � � fhe cre has pienty coaE clean wcster
3� Has the crew scheduied their r�epl periad before the fifth � �
5th hvur
COMMENTS�CONCERNS: the crew if working at City Hall removing some trees Jose is doing a good job
,'
, ,
x x/ �� --
Foreman/Crewleader Signature Inspector Signature
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
APPENDIX A: EQUIPMENT & CERTIFICATIONS
Equipment ' ' � '
FiUk.U�TrU��ks ,�$�
Our modern fleet undergoes daily inspection prior . ��
Ae�i�:Li=t Ca�wr�.V=
to use to ensure efficiency and safety. All g,�,t,�,eFi�l Gevice= 1$
equipment is routinely serviced, painted, and '
detailed. All equipment used during the duration of �"�'�'� �F"'��` ��� *"'� -
this project will meet state and federal safety FI�+B.eJs � � ,,� � �. ;�
requirements and have all up-to-date certifications, Fe:�Saf�wic�TfU:�k. 32 � �. �
as required. ���������^ `��
,=�T'�= 24 # ' �
CHP Biennial Inspection of Terminal stU��cf����f� 67
Certification ����aF= �6
We have successfully been awarded the CHP RuL�er Track Lc�dpr 1
Biennial Inspection Award of Recognition. This ���t P�une�P� 2
inspection has assisted our company in instituting ��i��.�TFucks r4
several safety programs, as well as our Preventative �a�.,,h�1i�l � �
Maintenance Program utilized by our in-house fleet L��.�kid�er 4
department. The inspection reviews our vehicle
maintenance and repair records, our procedural
�r�ck H�e�• �
methods and policies for vehicle maintenance and ��u�l,Chi��er, i�9
operations. This certification ensures that our `'��'�' '� .
vehicles operate safely. Tct�ct� P�iu, 8 �
T��ct� Y��ris 9 �
Telematics (GPS) F�f� �r,��i� 4 � . =p•�; ,
WCA has partnered with Geo-Tab to provide GPS
units on all vehicles and equipment. This investment has given us and our customers the following
benefits:
• Provide faster response times and more efficient routing allowing us to service more customers
• Lower operational costs by optimizing our fleet size,reducing labor, overtime, and insurance, and
minimizing costly vehicle repairs
• Decrease fuel use by monitoring fleet fuel economy and �.�5�.��TY��.F�,�,FFTo.��
saving on unnecessary fuel expenditures �
• Reduce emissions by helping drivers improve their habits I - ���
F
such as speed and idle time, and reducing total miles i - (Uj�
driven which will significantly reduce harmful
greenhouse gas emissions v
, � o
• Improve dispatching with landmarks and driving �
121-JOSC AGUSTIN CARAILLO
directions, GPS units helps us to better dispatch so that �,r ,,,.v,��„-��:,.�M
we can service more customers, faster �""`"s °"""'y
���:a
Ne,tMSt ARAlPtS: �
• Recover stolen vehicles reducing liability costs which �70���43F���«,c=�..*o� -
can be assed on to customers F"""`""
p CA 92631
USA
1
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
. - . - . . - � - . .
Aerial Tower 2012 FORD F650 TECO W/65' 3FRNF6HP4CV246833
Aerial Tower 2019 FORD F750/TEREX - XT PRO 60 1 FDNF7AY7KDF03761
Aerial Tower 2019 FORD F550/TEREX LT 40 1 FDUF5GY4KDA04858
Aerial Tower 2002 GMC C7500/COMBO HI-RANGER XT5 1 GDL7H 1 E52J507471
Aerial Tower 2018 FORD W/HI-RANGER F750 w/ HIRANGER 1 FDPF7AY4GDA02388
5FB-52
Aerial Tower 2017 FORD F750W/TEREX XTPRO 60-70 1 FDPF7AYOHDB07057
Aerial Tower 2008 FORD F550 W/HI-RANGER TL38P 1 FDAF57R18ED97801
Aerial Tower 2019 FORD F750/TEREX XT PRO 56 COMBO 1 FDNF7AY3KDF02753
Aerial Tower (90') 2017 FORD F750 W/1090i BOOM 1 FDPF7AY3HDB05996
Aerial Tower (90') 2019 FORD F750 W/1090i BOOM 1 FDPF7AY4KDF08781
Arrowboard 2013 WANCO SOLAR ARROW BOARD
Arrowboard 2018 WANCO ARROW BOARD 5F1 1 S 101 1 J 1004467
Arrowboard 2015 WANCO WTSP55-LSAC ARROW BOARD 5F11S1015F1004804
Chipper 2018 VERMEER BC1500 BRUSH CHIPPER (GAS) 1 VR2181 V3K1009416
Chipper 2013 VERMEER BC1000-49 1VRY11199D1020041
Chipper 2013 VERMEER BC1000-49 1VRY11195D1020036
Chipper 2011 VERMEER BC1000-49 BRUSH CHIPPER 1VRY11193B1016399
Chipper 2013 VERMEER BC1000-49 1VRY11198D1018961
Chipper 2011 VERMEER BC1000-49 BRUSH CHIPPER 1VRY11194C1017420
Chipper 2011 VERMEER BC1500 BRUSH CHIPPER 1VR2161V6C1002868
Chipper 2012 VERMEER BC1000-49 BRUSH CHIPPER 1VRY11192C1017593
Chipper 2011 VERMEER BC1000-49 BRUSH CHIPPER 1VRY11196C1017192
Chipper 2018 VERMEER BC1200 BRUSH CHIPPER (GAS) 1VR7141YOH1003087
Chipper 2018 VERMEER BC 1500 BRUSH CHIPPER 1 VR2181 V3J 1009009
Chipper 2016 VERMEER BC1500 BRUSH CHIPPER 1VR2181V7H1008410
Dump Truck 2018 FORD F450 STUMP TRUCK 1 FDUF4GY6JED03724
Dump Truck 2019 FORD F750 CHIPPER TRUCK 1 FDNF7AY9KDF02725
Dump Truck 2019 FORD F650 CHIPPER TRUCK 1 FDNF6AY1 KDF1 1817
Dump Truck 2013 FORD F650 DUMP TRUCK 3FRNF6HP2CV246832
Dump Truck 2018 FORD F750 1 FDNF7AY4KDF01787
Dump Truck 2018 FORD F750 1 FDNF7AY6KDF01788
Dump Truck 2018 FORD F350 STUMP TRUCK 1 FDRF3G68JED01228
Dump Truck 2015 FORD F550 SUPER DUTY 1 FDUF5GY5GEA85032
Dump Truck 2015 FORD F650 CHIPPER TRUCK 1 FDNF6AY5GDA03034
Dump Truck 2017 FORD F650 CHIPPER TRUCK 1 FDNF6AY9HDB05180
Dump Truck 2017 FORD F550 CHIPPER TRUCK 1 FDUF5HY3HED72045
Loader 2021 CATERPILLAR 908M WHEEL LOADER CAT0908MVH8804944
Loader 2021 CATERPILLAR 908M WHEEL LOADER CAT0908MAH8805187
Loader 2012 CATERPILLAR 908H2 CAT0908HCJRD00584
Loader 2018 CATERPILLAR 908M WHEEL LOADER CAT0908MHH8803426
Mechanic Truck 2015 CHEVROLET 2500 MECHANIC TRUCK 1 GBOCUEG9FZ520128
2
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Pickup 2020 DODGE RAM 2500 PICKUP 3C6MR4AJ3LG181253
Pickup 2018 DODGE RAM 1500 SLT PICKUP 3C6JR6ET9JG171 138
Pickup 2018 DODGE RAM 2500 3C6LR4AT5JG176971
Pickup 2018 DODGE RAM 1500SLT 3C6JR6ET6JG143345
Pickup 2019 DODGE RAM 1500 PICKUP 3C6JR6ET7KG572169
Pickup 2014 FREIGHTLINER 108-SD 3ALHG5CYXFDGA5076
Pickup 2013 VERMEER BC1000-74 1VRY11197D1019759
Pickup 2014 DODGE RAM 1500 3C6JR6DT9EG280884
Pickup 2015 DODGE RAM 1500 PICKUP 3C6JR6DT2FG626307
Pickup 2018 DODGE RAM 1500 SLT PICKUP 3C6JR6ETXJG304635
Pickup 2019 DODGE RAM 1500 PICKUP 3C6JR6DT8KG522656
Pickup 2019 DODGE RAM 1500 PICKUP 3C6JR6DT3KG522659
Pickup 2020 DODGE RAM 1500 3C6JR6ETOLG210797
Pickup 2016 DODGE RAM 1500 PICKUP 3C6JR6DT8GG245515
Pickup 2021 DODGE RAM 1500 3C6JR6ET3LG210793
Pickup 2015 DODGE RAM 1500 PICKUP 3C6JR6DTXFG651715
Pickup 2016 TOYOTA TACOMA SR5 3TMBZ5DN8GM004631
Pickup 2016 DODGE RAM 1500 PICKUP 3C6JR6DT9GG326233
Pickup 2017 DODGE RAM 1500 3C6JR6DTXHG738291
Pickup 2016 DODGE RAM 1500 PICKUP 3C6JR6DT7GG326246
Pickup 2017 DODGE RAM 1500 PICKUP 3C6JR6ET3JG140015
Pickup 2019 DODGE RAM 1500 PICKUP 3C6JR6ET4KG581847
Roll-Off Truck 2019 FREIGHTLINER 108SD ROLL OFF/PUSHER VALEW 1 FVMG5D2XKHKG8662
Roll-Off Truck 2015 FREIGHTLINER 108 SD ROLL OFF 1 FVHG5CY5GHHD7903
Roll-Off Truck 2019 FREIGHTLINER 108SD ROLL OFF/PUSHER VALEW 1 FVMG5D26KHKG8660
Roll-Off Truck 2018 FREIGHTLINER 108SD ROLL OFF/PUSHER 1 FVMG5FE5JHKA6396
Stump Grinder 1997 VERMEER SC252 STUMP GRINDER 1 VRN071 FXT1001057
Stump Grinder 2018 VERMEER SC802 STUMP CUTTER 1 VR2151 J 1 J 1003107
Stump Grinder 2018 VERMEER SC802 STUMP CUTTER 1 VR2151 J4K1003121
Stump Grinder 2005 VERMEER SC802 STUMP GRINDER 1 VR2151 J661000145
Stump Grinder 2015 VERMEER SC802 STUMP CUTTER 1 VR2151 JOG1002054
Trailer 1996 VERMEER TRAILER CARRIER FOR G46 1 VRN091 J2T1000517
Trailer 1990 LEE TRAILER AH76416 2 AXLE TRAILER 4LCAT07S2L1001476
IN-HOUSE FLEET MAINTENANCE
We currently have more than 1,500 pieces of fairly new equipment that enables us to replace
equipment immediately should there be any unforeseen mechanical problems. We employ over
3
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
50 full-time mechanics that perform an in-house fleet maintenance program. This allows our
equipment to be in good operating condition necessary for accomplishing the City's needs. Our
mechanics generally work on one particular line of equipment, and by keeping our equipment as
uniform as possible our mechanics really get to know the equipment inside and out minimizing
down time. Equipment is assigned to different crews and if the crew is shared with another
contract the equipment will be as well.
PREVENTATIVE MAINTENANCE PROGRAM
All WCA equipment goes through our Preventative Maintenance program. From our solar
powered arrow boards, to our Freightliner Roll Off trucks. Our mechanics generally work on one
particular line of equipment, and by keeping our equipment as uniform as possible our mechanics
really get to know the equipment inside and out minimizing down time.
SUSTAINABILITY
Over the last few years, we have invested heavily in new equipment to keep our fleet modern,
comply with state requirements, meet demand and reduce our effects on the environment. We
understand with a fleet as large as ours that we are responsible for the amount of emissions our
vehicles produce and actively make an effort to monitor and reduce our carbon footprint.
��, . —- ��
_ �.
a� `' ,:.�'� .�J�
�i,� ' k� � 7 .� -
� � 4 {
�I. � . � s � - ��.
_ �;;.�'�,� '- �� ,,,�,;,� _ � Th�ough ou� ability to
� � � ��`�� � �� � ,�- � �����---��: � ���� dedicate specific
`,�.�-;r: �„����, . L � ,,�� �., � _. . .
r. � L- L '�r�'�� pieces of equapment for
�:�, ,_ �R, ,��� �:�,� �'. ,
°�� ,�.� '�., . F ���-� � this pr�oject, we believe
�► , � �
'�'' 1 fr.�` "� � ��++� +� .
� � '°'��"�'� � ��� "�� it will lead to a
.�=���� ----,�,.
�4;�' � . ��,, _ �, J successful p�og�am.
�'� ���.
�r - � - _ ��,
�' �
� �
.
4
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
OSHA Certification of Aerial Equipment
Ti11ey Crane[nspection Service Ca.,Inc.
S:TRT€QF CRANFS
CALIFORld�F. �ERRICKS
R.CCRE�fYRTl��py ACP.�AL UEVICES
lJO.Ca-33 H[3�^aTS
DIELECTRIC TEST R�Pt]R7
TO: WEsiCoaS[ArbpYi$i9
2204 E.Via Surton�uLPep!
Ariahaim,GA 9280G-1221
SE 6T HERE6Y ICNCIWN TYfA7:
On Ocla�ier 11,Z��7,Tllkey Crane fnspeclivn Serviee Gu.,Inn.comp4eted a
pielecfric TasF a�46 KVbC an the following uniC
Ha FtangerAerial�e+nce
Model�ta LTAQ
Seriaf fka.. 2171 pS1 i 16
Dwner's Identifcation: A-346 Tilley Grane fnspectivn Serviee Co.,lnc.
This uni4 passed at.00�micraamperes. cAiI�oRMIP. I I R Ck5
ACCftE�ITATI ON �ERIAL SIEVICES
HQ.�p,-33 k+715I5
�'��]_ _�'���=�i{_ _ . ❑IELECFRiC TEST R��'�R3` - - ��
David S �il3ey,Pnspector � I
A-93 �
TO: Wes2 Caast Ar6oriats
2200 E.Vka 6urton Steeet
Anaheim,CA 92806-7227
BE IT HEREBY}fNQWH THAT:
p.0,6ox 9129,YaNw Llnds,CA 82085-112g ���C[ahef 1�,�(]�7,�II6Y C�8116 fI15pBCS7Oi5 SBrYiC9 G[7..inc,cpmpleied a
e man:enoyuareny [IielectnG Test oi�9 i(1/DC pn khE�foAn44�ing un�l:
Hi RangerAerai De�ice
Motiel Na.: HT PRO 80
Serial No.�. 25&0865A86
4wner's 16ent�ca:io��. A-3B8
Th�s un�i passed at.0@1 miGrp�mperes.
�,.. -��.. ��Cl -t_
�awed 5.Til6ey,Irts�cfar
A-33-� �
P.O.6nx 7129,Yu4a Llnda,CA B26S5.39Y9 f»d�9'l0.136T Faz i�7$I el0-�Y12
Emalt:Esbr�ra.r��;yanoa.cv.n
5
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
T'illey Cran�fnspection Service Cv„inc.
SiAPE�F CAtiNES
CA11F6RfYlA �ERRiClLS
ACCREaiTA746N AERIAL oEVICE6
NO.CA•33 +t0��8T5
�- RIELECTRfC TESTi REPaRT J
T�: VYBstCaastAraonsts
22a0 E.Via Burton StreeY
Ana'Aeim,�R 939�06-'F221
BE 17 HERE�Y KNUWH 7HAT:
Qn March 24,2022.Tilley Crane Inspeciton Service Co.,Inc.cnmpieted a�ieheciric
Tast oF�9 KVOG an the following unit-
T�rex Azrial pevice
Modsl No.�i 0-901
Serial N�.: 47358d8
awner's Identifi�s[ion: A-G35 Tilley Crane Inspectian 5e►vi�e Cc+.,�11C,
This�nit passed at.8Q7 micraamperes. s�nre oF
CA41FpRNIA ewu�es
-- RCCRE��YA7PQA! OFRRICkCS
��� .. .. �- NR.CA-73 P�ERiAL�EUICES
r� - - j . HOIS7 S
��..C�'�- -l. -�; /;'���:�+.
David S.7illey,Inspector
�`�3 ` bIELECTRIC TEST FZ�PCJftT ,
- � _ �
ro: west Goast arporists
22U0 E.Via�urtnn Streat
Artah�im,CA 92�p8-7221
P,O,gos 112g,Ynrpa L�nda,CR B2&BS1i2A f794�97Q-1357 BE IT HERE$Y KNaWW THpT;
E msll:LLlFeyc'w{�yaf�oaeem
On Jartuary T9,2422,Ylfley Crane Ir�spectian Servica Cn.,Irsc,cnmpleted a
[]ielectnc Fest aF89 KV�C on the follc�wing ur�it:
7erex Aeria�[aevioe
hlodel No,; KT pRp fi017�
Senal No.: 22p7172585
4wner's Identifcation: A-430
Thfs unit passed af.001 microamperes.
t' i _. . . - -
-.�'.
�'•17avid 5 Tilley,Inspector`�� -�
CA-33 _�
P.D,Bvx 7124,YOrCc Llnde,CA 92865-14s9{71dy 470-136P F�ax�77aJ 97U•98i7
Ema�i�ti�lrye.ane�,+y:nno.epen
6
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
CHP Commercial Vehicle Inspection Report
Our company has been assigned CHP Carrier Number CA68562 in the California Highway Patrol's
Management Information System of Terminal Evaluation Records (MISTER), which is an automated
file pertaining to the motor carriers operating in the State of California. MISTER gives the CHP
immediate access to emergency information about our company and enhances the CHP's
capability to monitor the overall safety operations of our company. Certificate below is valid for 4
years: 10/1 1/22- 10/11/26.
�-r:i.=,��F c,_i�:_�Fr<in Fago 1 ot�.�.-.W9�
{;fPa.firwri-i"1'�:��!�f�uisWInNIGHYiAYa�.rrL1L ryE}ydER41kALINFOqM1At11�AP CAYWABER 'FREfA0Eh1UN@ER �COWk1Y�ppE �HE❑ ..
$A�E7!'CflMF'LIANCE REPO#2Y1 �y� �Ho b8S62 d7�344 30
T�RNffNAL RECOR�C7iPC1AT� .�ar�ri+.;rPe— - 'a�e+�— - -on+�rtmac;uae,� vi:.arr•�ncuoe -aia+re�,t
CHP 3d;7+.F�nv.]?-r3�1�]Pf Q6? �Tntck Q Bus �Mod Lirnv 1 (+7] $S
LAr:F�EF.l L•a=.���AN E �IiMINA�1:ANL�I��f]IFFENi�ii�� fF1tvNQh=NNA13€R:�'���+Ah f[py��'
W rsi Ciu�1 Arhnriels,lnc• [71�f�99I-19{In
iEqMaV.�h:�tC 1 A�;IRESS I�M1'IIA�.ST�iitE�.GtTY.}JCCCWE!
2.�0 F Vial3prtoiT St Anahcim,CA 9�806
NaIL��G'+�'�a�,5$�fyflNF]El7.tif.v��F,CYiY._1P f:O=Fj f�➢•�fE EHr�1�7L R^OkE! INSPCL i�ln'�Ll'.t.4�IbN 1Nf1A18Gff.SlkfE f.Cl�v p�Cbu�.�f+ry
3zfltl�Via E3urto�l St AnaE�elm.C'A `)2R66
LIGENSE,FLEET Alia TERN}INAL dNF4RNfASIOH
-�---- --�-- - ---- --- - - ��- �---�- �� --- - -
rM1LICM0. IIMrtFEG.iJ[]. YMSl1I;.N0_ T��IC'".."+nNpT'F�$ TP.AI�FR�.nn7TYF« L�.•ti�SVEH�E�HTrFf �fIRNER.S�. E:�Fi�Tg+�
38fi•!i.G ;•� i n � 926 _ .�,wveree 38G
E%P.CATE E1SP.C:4TF E�[e.lL�i� F.���i=. IIVIY�II M�i�iCC1I CP6"(.`�Ai
(.
�Yes �No �NIA Tawred 3
SEFMIItALS 1CFMi�FSEO iN SFC`.Iryry}f5t5(W� �R�s CC�C 1:UM6ERS�F TENM�I.xLS•�I�'���OED lry.h.. �i Wn�Ay FS�{1 pF SEGfIOµ]651:��I�V„ � --
[]VQa �3J6
�AAERGENCY CQNTACTS{[n Cal7urg Order af Pra7arsnceJ
EME51 iF 4�:Y[73�n�4�fNM4Ej l]AY IELEYM(]u�:C H(].11N'APt4���. .{dKyVf iFLEPHOfiE HO.n1VAFtEA�i'1C� �
�.mestn i4acias {7]d}7i 3-07G�
EME�GkM`Cv C.Q!RhC%tN�6}r; CV�'i 1 L�GFWv"��NG[M'+�RF'eF.;�,k�l7 ..•W GHi TEI,EPMq�Hp,(yry Ar+Fi tMlEl
limmy Riusv {71 d)d t�-7q 13
EST1AhATED GALIF(]RHfA MILEAGE FOFi THI�S TERMINAL FOR LA$T YEAFt[ 7Q:1 ]
q B -. p E F U H I
_ LIWC3f_R '.4.pd�- SG.C�71- 3�]�.p�1- 5n�n.9p�� i.04v.[Yn1- ;.pOn,p09- §.Oa0.C71- MORETHqN
_ iS,OC'] _I 54.000 _ ipaoo9 _ Sod.uC�n � 1 oa�.00n '�( e IioQ.G�O ,� 5,6l00,�00 � 10.0�7,G06 �I 19.�94�,QA9
OPERATII�FG A417H�R1TIE5 6R PERMITS
PU�, [T f I TCP AlGI.}R�✓.i%kIER CF Ni�_�FFf•.TY F£�:?41�h�livE IY9 rifil�5�E�x�IIfiP[`,7N
U pCC f�i'v.a �_No i_�Y:A ;;'Yas `.,�Wo
US�QT '�4"�ir�ll4�u ��MC Ll MC "�FA5eNFo�YIHSPEG�iarJ
1M�9579 I 1 A5X .I J hX 1:P551nsncction
iNSPLCTl9'�FINOlNG5 IN3PECT10WRATIMGS� $�Selle}acWry 11=Vn�silafnc.U)ry C=Cvnditlonel t1R=Llnrmied NiA=HotApp�4ean�e
RE�UI�{EM7=NTS N�L '.'�«�rt�:.��lf:ecPUCR+`.1 WRh'=TRECGF� RE�.EOLIaIlEIR"-�-�T3+RD�JSM,�icn1+.:5 i�RYiStaL
IAn::Y.«:��•:L.F. . • • • —_
rr�._=:,:...0 i w 2. ti_ a_s a s ; , 2 5 g k q ;, � ti � 5 a 5 K 3 �i.�::�1.]r.a;r�±n q�a:;� 5 �3 5 { s
'�RILiR. � - _ ...' - ,_� � �-�;��N[ � �iC�i,�LxiME
r+.Ecoqns nv. 20 rme 3.0 a��. i38 rimc l7:[I .He. 2Q rma l5.{1 35A
aR+v�a �� ian;nreaousMnsEr.L:�s 'cbrrrnn��rsn.4nks ��ra.esr�ec€nournF�ar,u:� - -
+�OURS �N�i YI1M Transpo11e6 �Na N!M rialaFonc noEetl AW fime Vehlcles � unfh
RRF%ES �REMrtn%9 --- -- — - — -- _— __ —
i6xA1P5y �
51GNhLs
CdHHEC�Ii�'.a
newr.�s
SfEEkIWGR
Sl.�9PEK,lOk
ilkt5+4 ,�
tN+EE:.S
c.aV�l�'MENI � _
REGI.uR�MENTS
CC�T�I�EH:d �
Tnk�c�
IW.S.00�.kS ' - -
µ�,iF.HJAt$
N1SPt��TiQ.Y SYPE �T C�� CHP 3i3 iLHp 1tlOtl C[X. i 111S�EGi+C'e��FEi-i '�T��E IN 'I�I;qE IXl'
0� n R n �v���l Na.❑ �+aa.zs?zuzz.e u,�i�rzoxz ' o�:aa ia_��r
Ip4PEGTtiQ9'/l7fAAAE�S]1 "_ - �l�N.�M2FRfe1 �545f"cH5EA4fE�— -
'�C.Sersulp Y 1„Dcrdzn '1 P67aJ!A I GT}50 �Auiv ❑Nune
NOTOit CARRiER CERTIFiCAl10N
I haFQpy�rlHy PFlal�3II ylolatlnns qesCrFDgtl n¢reon and rs�rcrded an lhg anached pggus t2 Ihroug7 27 y,w1�7 ha conedod in acxordanex wl1f�appklCaCle
pPo4iatDtls ot Uke Calif9mia WBhipe C,qdc and the Gnlilomia Code n!Repulntlons. f under=_land Ihet I may req�esl a reVlew of sn unsatiShdCt�ry�ating py
�nMaGing tne Mafa Cnnier Saiety Unit Supervisar at {xsi��4aa-63n5 withln 5 biasiness dsys el!he rsting.
'��4YFEY"F.iS'�:i�•:-.+�iHC• �CAftRIErTStEARESiNTFTf4Ft51GNRTl]RL ,^,hi[
Shi a*I.►[�Uft� l�+F kf,�.U22
CiRF���A FFP'nrSEN-hiiS+�'a�F11i�E��fdVAE '��*LE QRNEP!I[E�6E��L'u9FF FTfTF
$me5:a�'facias Yice Pre��d�Cntof'Kis4:Aianagemer�t Ch
_� —-- -��estroy P�ewou5 Ed�iarrs Rnsn=_vsi7.poe �
7
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
V3.
`�si.
West Coast Arborists,Inc.
Quality Control
Feedback
WCA regularly receives and tracks feedback from customers and residents as a means to
acknowledge good performance and provide prompt resolution for any negative comments.
Every month, a summary of the feedback is then reviewed by the management team.
-�
Customer Service Department I
As we work with, or near, the public,
we are mindful that we will most likely N��o��A�9m.
be the first person the public contacts. ' � _ , ;'
We have a full-time Customer Service s°^�� °_•- N�A " • � �
Department with each Customer � - °•°��w�°°�
..�.. ..n��o���w i�ver.vii�w��Mm�,q d�M1x[Md�acx��rw'wen i.�.��nau�oa�iat.��e imk�eew•nnWnYetea•r
Service Representative (CSR) trained ,,, �,�„�.�,,��,��,,,,�.,,„.,�,Po..�,_,e�,�,��.,�.,..,,.__��,.�,�.e�,,,,�.,,,,,,
� aw�:.:....�,��M�..�,.��,M.�.,���.�,�..,..,e.,�.�.,��,�.�w�,,,a,..�,n�.,...
in addressing concerned residents , '°'�`'w�'�'°��'�'""�.'°�" r"
and bystanders. "' '��� '�
��w��
�,�W,���
Complaints & Damage aN� ��s
Ema�.�k�:^iM.�]+'.q:W'a:4^
Resolution WW ��
Should there be any property � � � ���
damage, we adhere to specific * �'��'r.t C-a�.:���r�r:�
procedures to resolve the problem. �
The Foreman on the job site will notify � -
the resident and the Inspector immediately.
If the resident is not at home, then we will leave a WCA card with instructions to call our Claims
Coordinator in our corporate office. The ultimate goal at each work site is to leave the property in
the same condition as before we entered it. We will notify the Agency Representative
immediately upon damage of private property including plans for corrective measures to take
place within 48 hours.
Any activities found by the Agency to be unacceptable will be rectified immediately. All other
complaints will be abated or resolved within twenty-four (24) hours of the occurrence. We have
teams specifically assigned for handling damage to properties, both private and public. Through
our communication system, we have the ability to dispatch either of these teams and have them
respond immediately to the site for proper repair.
We pride ourselves on professional workmanship to avoid these types of incidents, however,
should one occur, we take all appropriate measures to resolve the matter in a timely and efficient
manner.
Protection of Public and Private Property
WCA will provide all safety measures necessary to protect the public and worker within the work
area. We will maintain good public relations at all times. The work will be conducted in a manner
which will cause the least disturbance.
Setting fhe Gold Standard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
V3.
`�si.
West Coast Arborists,Inc.
Safety & Training
Safety Program
Safety standards are top priority at West Coast Arborists, Inc. Our line of work demands that all
work is performed in a manner that provides the maximum safety to the general public as well as
our employees. Our crews are instructed to follow the safety standards of ANSI Z133.1 as well as
Cal-OSHA requirements. We have one of the most extensive safety training programs in the
industry. We provide our employees with state-of-the-art training tools and instructional sessions
company wide. Our insurance carriers and Cal-OSHA have recognized us repeatedly for out-
standing safety training efforts.
We have a full time Safety &Training Manager, Dane Jensen, that is professionally trained in the
field of horticulture. As WCA's Training Manager, Dane is responsible for staying up-to-date on all
tree-related industry standards as related to safety and the wellness of our employees and the
public in which we serve. Training materials are regularly reviewed and updated to ensure WCA
employees receive the proper education, instruction and hands on experience needed to
perform their day to day activities safely and efficiently. Training topics include a full-circle from
proper pruning techniques, arboriculture, to customer service and everything in between.
• ISA Certified Utility & Municipal Arborist #WE-12014A
• ISA Skills Test Evaluator—TW Climber
• TCIA Certified Treecare Safety Professional #3303
• ISA Tree Risk Assessment Qualification #E4068
• American Heart Association BLS and First Aid Instructor
' �`� ` �` �� ��;� �'� �' �
. j �.
��°� ;, �;� �,i f
'.`� � � s , �a��.: �� '�.
�,.� e.� �, r? ���� ��.�. `� , I �i ` -
�r�Ca��, �.� •� ���
� 1 � �
�. '.w �� ' �>r .s
,;; ��''"� ����- � � � �x
��� , , ,�, � .f.fi.
� �- , 1: i: ! a. ..�r� . �.
��k �� � .��I • �t � ..� �. . I� � �._ ,.
�"a� �����-�� ' �� , - ;� Our line of work demunds
�" �t`: �"�� �i;`''�'=
_ " 4�� ', ; � ; �- ,�. L �;, that all work is performed
, _ � �;, ,�
�� � �`-- - a'�.: �;^� in a manner that provides
����� � �'��`s� ���`'� � ����°� � ��- tlie maximu�n safety to the
�
_� =�r; �__ �, � ��..+,�,.
�-Y � "� �,��,� �`,� '� �� �' ��;.,,�.:,;��, general public as well as
4`�-,- . �;. . _ � �;� ,��;�,
�.�,-� � -_- ,� �� °��,,' ou�employees.
. j �"' y�{� �y Sa
ir ` - �
\ .3 j ' " � ' �'
�,+ e � ,��.�.. T ''= �
_ '' T,r� .._ ,}�, y.", .
V`�� � �Y b
't i��
I� � � �_
;1 �� ,.: _., '�'�; � _� ��
Public Convenience and Safety
WCA will comply with any and all local sound control and noise level rules, regulations, and
ordinances which apply to any work performed in the contracted area. All work will cease by
5:00 pm or as directed by the Agency(excluding emergency services).
Setting fhe Gold Standard -
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
V3.
`�si.
West Coast Arborists,Inc.
Employee Training Program
West Coast Arborists, Inc. provides an extensive in-house training curriculum for all employees to
broaden their knowledge of the arboriculture field of study. Included in this training are the ISA
standards, both Treeworker and Arborist study programs, and a variety of Tree Care Industry
Association home study programs. We also offer training courses to our staff in areas of customer
service satisfaction, maintaining professional conduct, and Qualified Line Clearance Trimmer
Training.
Our Training and Safety team members are tasked with �.
_._..
completing field evaluations of crews and members are on-
site to coach and train employees on safe practices. �:P� •��-�
Employees receive performance evaluations at 90 days, 6 ,
months, then annually (or as-needed) after their first year. All ��
employees are provided copies of WCA's Injury & Illness _
.�
Prevention Program. ---- �y
__ �
Traffic Control
Traffic control procedures will be set-up in accordance with the Work
Area Traffic Control Handbook (WATCH) and State of California Manual
of Traffic Controls as well as the Agency Traffic and Safety Operating �
Rules. WCA will make adequate provisions to insure the normal flow of
traffic over the public streets and park roads. Every effort will be made S��ER RO�OS SAYE LIVES
to keep commercial driveways and passageways open to the public
during business hours. High visibility arrowboard(s) will be used when needed. Prior to use, the
Agency will approve traffic safety equipment and devices. Pedestrian and vehicular traffic shall
be allowed to pass through the work areas only under conditions of safety and with as little
inconvenience and delay as possible. Unless the work area is totally barricaded or otherwise kept
safe, at least one worker will serve to coordinate safe operations on the ground at all times when
work operations are in progress.
! ' i- .�
���� WCA is dedicated to
�� w
y•� �� =��, � �,� health and safety for
��"^���l .�-��� . �
� F�k�k r
�Y w ` � `� �;�������:� �; t�ees, employees, and
��. _�: ��,�,.�. � � �� :
� �° � ' �: 4 - the community.
� �, , .rs, '� ,,
�� F � � �� ,a �a e�MS��— '
(t?+4 ��¢ � �T�� ' " s 5 + ` �
�� . � � 'J � �
, ���
Setting fhe Gold Sfandard
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
City of Norco
Proposed Rates for Tree Maintenance Services
FY23-24 FY24-25 FY25-26 FY26-27 FY27-28
Unit Proposed Unit Unit Unit Unit
Item Description Measure Rates Rates Rates Rates Rates
1 Grid Tree Pruning Each $ 75.00 $ 75.00 $ 80.00 $ 85.00 $ 90.00
At the direction of CITY,pruning will be done per pre-designed districts along street segments,grids,or prune routes on a set
cycle to include trees of various sizes.Pruning consists of tree canopy raising over roadways,sidewalks,and in park locations;
work to include selective tree thinning,crown cleaning and structurally pruning the tree canopy;and for immature trees,re-
staking and/or retying,as needed. In addition pruning includes removing dead,broken,damaged,loose,diseased or insect
infested limbs,6ranches,and stubs.Small lim6s,including suckers and waterspouts shall be cut close to the trunk or branch
from which they arise.At a minimum,tree shall be pruned to provide a minimum clearance of fourteen(14)feet over the
roadway and seven(7)feet over walkways. Trees shall be pruned to remove any obstruction around traffic control devices,
traffic signs,and streetlights.Pruning shall be performed in accordance with the standards set forth by the International Society
of Arboriculture Pruning Standards(Best Management Practices)and the ANSI A300 Standards.
2 Clearance Tree Pruning Each $ 65.00 $ 65.00 $ 67.00 $ 69.00 $ 71.00
At the direction of CITY,pruning will be done per pre-designed districts along street segments,grids,or prune routes on a set
cycle to include trees of various sizes.Pruning consists of tree canopy raising over roadways,sidewalks,and in park locations.
At a minimum,tree shall be pruned to provide a minimum clearance of fourteen(14)feet over the roadway and seven(7)feet �
over walkways. Trees can be pruned to remove any obstruction around traffic control devises,traffic signs,and streetlights.
Pruning shall be performed in accordance with the standards set forth by the International Society of Arboriculture Pruning
Standards(Best Management Practices)and the ANSI A300 Standards.
3 Service Request Tree Pruning 0-12"DBH Each $ 75.00 $ 75.00 $ 80.00 $ 85.00 $ 90.00
4 Service Request Tree Pruning 13-24"DBH Each $ 125.00 $ 125.00 $ 132.00 $ 140.00 $ 150.00
5 Service Request Tree Pruning 25-36"DBH Each $ 225.00 $ 225.00 $ 235.00 $ 245.00 $ 255.00
6 Service Request Tree Pruning 37"&over DBH Each $ 275.00 $ 275.00 $ 285.00 $ 295.00 $ 300.00
At the request of the City,trees will be assigned for pruning outside of their set cycle for various reasons.Pruning may consist
of tree canopy raising over roadways,sidewalks,and in park locations;thinning,reducing,restoring and structurally pruning
the tree canopy in width and height reduction;and for immature trees,re-staking and/or retying,as needed. In addition pruning
includes removing all dead,broken,damaged,loose,diseased or insect infested limbs,branches,and stubs shall be removed.
Small limbs,including suckers and waterspouts shall be cut close to the trunk or branch from which they arise.At a minimum,
tree shall be pruned to provide a minimum clearance of fourteen(14)feet over the roadway and seven(7)feet over walkways.
Trees shall be pruned to remove any obstruction around traffic control devises,traffic signs,and streetlights.Pruning shall be
performed in accordance with the standards set forth by the International Society of Arboriculture Pruning Standards(Best
Management Practices)and the ANSI A300 Standards.
8 Coco/King Palm Pruning Each $ 70.00 $ 70.00 $ 72.00 $ 74.00 $ 76.00
9 Washingtonia Robusta Pruning Each $ 80.00 $ 80.00 $ 80.00 $ 85.00 $ 90.00
10 Date Palm Pruning Each $ 275.00 $ 275.00 $ 283.00 $ 290.00 $ 298.00
Pruning shall be performed in accordance with the standards set forth by the International Society of Arboriculture Pruning
Standards(Best Management Practices)and the ANSI A300 Standards. The trimming shall provide a symmetrical shape and
aesthetically pleasing appearance typical of the species.Standard palm tree pruning will fall under this category and will include
the removal of dead and declining fronds&seed pods.Excludes skinning.
11 Palm Tree Skinning Linear Foot $ 34.00 $ 34.00 $ 35.00 $ 36.00 $ 37.00
City of Norco-RFP Tree Maintenance Page 1 of 3 Rate Schedule FY23/24 thru FY27/28
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
FY23-24 FY24-25 FY25-26 FY26-27 FY27-28
Unit Proposed Unit Unit Unit Unit
Item Description Measure Rates Rates Rates Rates Rates
12 Tree and Stump Removal(regardless of size) Dia.Inch $ 48.00 $ 48.00 $ 49.00 $ 50.00 $ 51.00
13 Tree Only Removal(regardless of size) Dia.Inch $ 30.00 $ 30.00 $ 30.50 $ 31.00 $ 31.50
14 Stump Only Removal(regardless of size) Dia.Inch $ 18.00 $ 18.00 $ 18.50 $ 19.00 $ 19.50
After CITY determines that a tree requires removal, CITY will prepare a list of trees to be removed,notifies homeowners,and
submits lists to Contractor. CITY is responsible for marking trees so that they are easily identifiable by Underground Service
Alert and the Contractor. Contractor calls Underground Service Alert(USA)and prepares internal work order.Crew removes
tree and hauls all debris.Crew grinds stumps to a depth of approximately eighteen(18')inches.All holes will be backfilled with
a combination of native soil and minimal stump grindings and compacted to avoid settlement.
15 Root Prune trees(typical 10 foot length) Linear Foot $ 24.00 $ 24.00 $ 25.00 $ 26.00 $ 27.00
At the direction of City staff,roots shall be pruned adjacent to the edge of the sidewalk,curb and gutter or other improvements.
Root pruning cuts shall be performed using root pruning equipment specifically designed for this purpose with cutting teeth
sharpened adequately to sever roots in a clean manner.Root pruning cuts adjacent to the sidewalk and curb shall be four(4)
inches wide and twelve(12)inches deep and a minimum of five(5)feet in each direction from the centerline of the tree.
16 Plant 15-gallon tree Each $ 200.00 $ 200.00 $ 206.00 $ 212.00 $ 218.00
17 Plant 15-gallon tree with Root Barrier Each $ 225.00 $ 225.00 $ 232.00 $ 239.00 $ 246.00
18 Plant 24"box tree Each $ 400.00 $ 400.00 $ 412.00 $ 424.00 $ 436.00
19 Plant 24"box tree with Root Barrier Each $ 425.00 $ 425.00 $ 438.00 $ 450.00 $ 462.00
20 Plant 36"box tree Each $ 1,295.00 $ 1,295.00 $ 1,333.00 $ 1,350.00 $ 1,375.00
Tree planting includes the tree,stakes,ties,labor and initial watering at time of installation as directed by City staff. Planting
lists should be compiled by the Inspector and submitted monthly or as needed.
21 Tree Watering Day $ 855.00 $ 855.00 $ 880.65 $ 900.00 $ 918.00
At the direction of the City,watering is performed 6y a one-man crew with a water truck who will water various tree routes
including newly planted trees,landscape median and young trees that are three(3)years old and younger. Watering may also
be performed on an as-needed basis.
22 Crew Rental Man Hour $ 95.00 $ 95.00 $ 97.85 $ 100.00 $ 102.00
The crew and equipment can be modified to complete any type of miscellaneous tasks including special projects that may
consist of extraordinary work as directed by City staff The use of crew rental may be warranted due to inaccessibility by
equipment,in park locations,slope settings,or non-linear tree pruning.
23 Specialty Equipment(i.e.,Crane,95-ft Aerial Tower) Hour $ 150.00 $ 150.00 $ 155.00 $ 160.00 $ 165.00
On occasion the use of a crane or 95-foot aerial tower is necessary to safely operate the assigned tree operation. These prices
of quipment include the operator.
24 Emergency Response(Reg.Business Hours,Mon-Fri) Man Hour $ 110.00 $ 110.00 $ 113.00 $ 116.00 $ 119.00
25 Emergency Response(Evening,weekend,Holidays) Man Hour $ 125.00 $ 125.00 $ 128.00 $ 131.00 $ 135.00
The Contractor shall be required to provide emergency on call response for damaged trees due to storms or other reasons.
Emergency calls may occur at any given time. The Contractor will de provided with locations and the work to be done at each
location via telephone from a City authorized representative. Emergency work shall begin within 90 minutes of the initial
telephone call.
26 Certified Arborist Services Hour $ 170.00 $ 170.00 $ 175.00 $ 180.00 $ 185.00
On occasion,the City requires tree evaluations including written reports. The Contractor shall provide an hourly rate for a
Certified Arborist that can respond to the City's request(s)for the preparation of detailed arborist reports,tree risk assessment
reports tree evaluations and site inspections. Reporting can be generated on as little as one tree to an entire urban forest
population and is handled on a case-by-case basis. The rate will be applied should the City request a Certified Arborist on-site. �
City of Norco-RFP Tree Maintenance Page 2 of 3 Rate Schedule FY23/24 thru FY27/28
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
FY23-24 FY24-25 FY25-26 FY26-27 FY27-28
Unit Proposed Unit Unit Unit Unit
Item Description Measure Rates Rates Rates Rates Rates
27 GPS Tree Inventory Tree Site $ 4.00 $ 4.00 $ 4.50 $ 5.00 $ 5.50
At the City's direction,contractor will provide the City with a Global Positioning System(GPS)tree inventory collected by an
ISA Certified Ar6orist including coordinates for all trees in pu6lic spaces. This includes,but is not limited to,all publicly owned
trees on street rights-of-way,parks, City facilities and open spaces such as medians,greenscapes,etc. The address
information contained in inventory should be linked directly to a Geographical lnformation System(GIS)program,such as
ArcView. The inventory collector will identify the trees by their global coordinates of longitude and latitude.
28 Plant Health Care See below
At the direction of the City,the Contractor will provide plant health care services including but not limited to the following:
spraying,injecting,soil drenching as necessary to reduce a potentially harmful pest. This is done to maintain or improve the
selected tree's appearance, vitality,and safety,using the most cost-effective and environmentally sensitive practices and
treatments available.Plant Health Care involves routine monitoring and preventive treatments.All pesticide recommendations
are to be made by an in-house Pest Control Advisor in accordance with the Department of Pesticide Regulations.
a. Tree Canopy Spraying from ground level per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
b. Tree Canopy Spraying from aerial tower per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Foliar hydraulic spraying of recommended material.)
c. Insecticide or Fungicide Trunk Banding per diameter inch $ 8.00 $ 8.00 $ 8.25 $ 8.50 $ 8.75
Description:Trunk spray of recommended material.
d. PGR Trunk Banding per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Trunk spray of recommended material to regulate plant growth.
e. Insecticide or PGR Soil Application(Cambistat) per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Recommended insecticide soil injection or drench material to regulate plant growth.
f. Insecticide or Fungicide Soil Application per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Soil applied drench of recommended material.
g. Soil Injection Fertilization per diameter inch $ 8.00 $ 8.00 $ 8.25 $ 8.50 $ 8.75
Description:Soil applied injection of recommended material.
h. Soil Drenching Fertilization per diameter inch $ 8.00 $ 8.00 $ 8.25 $ 8.50 $ 8.75
Description:Soil application of recommended material.
i. Trunk Injection(Insecticide/Miticide) per diameter inch $ 9.00 $ 9.00 $ 9.25 $ 9.50 $ 9.75
Description:Trunk injected recommended material.
j. Trunk Injection(Fungicide) per diameter inch $ 9.00 $ 9.00 $ 9.25 $ 9.50 $ 9.75
Description:Trunk injected recommended material.
k. Trunk Injection(Insecticide&Fungicide Combo) per diameter inch $ 10.00 $ 10.00 $ 10.25 $ 10.50 $ 10.75
Description:Combination of one-time trunk injection of two recommended materials.
I. Avermectin Class Insecticide Injection per diameter inch $ 11.00 $ 11.00 $ 11.25 $ 11.50 $ 11.75
Description:Recommended trunk injection of Emamectin benzoate active ingredient.
COOPERATIVE PURCHASE
It is intended that any other public agency(e.g.,city,county district,public authority,public agency,municipality,and other political subdivision or public corporation)
shall have the option to participate in any award made as a result of this solicitation at the same prices.The City shall incur no financial responsibility in connection with
any purchase by another public agency.The public agency shall accept sole responsibility for placing orders and making payments to the vendor.
City of Norco-RFP Tree Maintenance Page 3 of 3 Rate Schedule FY23/24 thru FY27/28
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
�� � DATE(MM/DD/YYYY)
'4�0'2o CERTIFICATE OF LIABILITY INSURANCE
06I30/2022
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 IS 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 endorsement(s). �
PRODUCER CONTACT a
NAME:
aon rtisk znsurance Services west, znc. d
Los Angel es CA Offi ce (A/CONNo.Ext�: �866� 253-7122 jac.No.�: (800) 363-0105 0
707 wi 1 shi re Boul evard E-MAIL x
Suite 2600 ADDRESS:
�os Angeles CA 90017-0460 USA
INSURER(S)AFFORDING COVERAGE NAIC#
INSURED MSURERA: NdVlgdt0l'S 5pecialty znsurance Company 36056
West Coast Arborists, Inc. iNsuReae: Starr Indemnity & Liability Company 38318
2200 E Via Burton
Anaheim cA 92806 USA iNsurzeRc: Starr Specialty znsurance Company 16109
INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 570094282316 REVISION NUMBER:
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. Limits shown are as requested
INSR rypE OF INSURANCE �+DDL SUBR ppLICY NUMBER POLICY EFF POLICY EXP LIMITS
I M Y YY
e X COMMERCIALGENERALLIABIIITY ZOOOZOO141221 O7�OZ�ZOZZ O7�OZ�ZO23 EACHOCCURRENCE SZ�OOO�OOO
CLAIMS-MADE I X I OCCUR DAMAGE TO RENTED $1,OOO�OOO
L� PREMISES Eaoccurrence
MED EXP(Any one person) $S�OOO
PERSONAL&ADVINJURV �Z,OOO,OOO �
GEN'LAGGREGA�TE LIMITAPPLIES PER: GENERALAGGREGATE S4�OOO�OOO N
POLICY I ^ I ECT �LOC PRODUCTS-COMP/OPAGG S4�OOO�OOO �
�J �
OTHER: o
r
B AU70MOBILE LIABILI7Y 10 0019 8 19 8 2 2 1 O7�OZ�ZOZZ O7�Ol�2OZ3 COMBINED SINGLE LIMIT $Z�OOO�OOO �
Ea accident
X ANY AUTO BODILY INJURY(Per person) ••
O
SCHEDULED BODILY INJURY(Per accident) Z
OWNED AUTOS
AUTOS ONLY �
HIREDAUTOS NON-OWNED PROPERTYDAMAGE jp
Per accident V
ON�V AUTOS ONLY w
�
N
p' UMBRELLALIAB X OCCUR SE22EXCZ059NKIC OJ�OZ�ZOZZ O��OZ�ZOZ3 EACHOCCURRENCE SS�OOO�OOO V
X EXCESS LIAB CLAIMS-MADE AGGREGATE �S�OOO�OOO
DED RETENTION
C WORKERSCOMPENSATIONAND ZOOOOO4ZZH O��OS.�ZO22 O��O�.�ZOZ3 X PERSTATUTE OTH
EMPLOVERS'LIABILITY y/N Workers Comp CA
ANYPROPRIETOR/PARTNERIEXECUTIVE � N�A SIR applies per policy ter S cg C011f.�l 1O115 E.LEACHACCIDENT �]_�D�Q�QO�
OFFICERIMEMBER EXCLUDED?
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE �1�OOO�OOO
If yes,describe under E.L.DISEASE-POLICY LIMIT $1,�������
DESCRIPTION OF OPERATIONS below
_
DESCRIPTION OF OPERATIONS/LOCA710NS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) �
�J�V
��
�
�
�
�
CERTIFICATE HOLDER CANCELLATION �
�.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE �
EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PROVISIONS. �
west Coast Arborists� IIIC. AUTHORIZEDREPRESENTATNE
2200 E via surton �
anaheim Ca 92806 u5a �n ���� ���� ��� �
�
OO 1988-2015 ACORD CORPORATION.All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
W CA
City of Norco
Proposed Rates for Tree Maintenance Services
FY23-24 FY24-25 FY25-26 FY26-27 FY27-28
Unit Proposed Unit Unit Unit Unit
Item Description Measure Rates Rates Rates Rates Rates
1 Grid Tree Pruning Each $ 75.00 $ 75.00 $ 80.00 $ 85.00 $ 90.00
At the direction of CITY,pruning will be done per pre-designed districts along street segments,grids,or prune routes on a set
cycle to include trees of various sizes.Pruning consists of tree canopy raising over roadways,sidewalks,and in park locations;
work to include selective tree thinning,crown cleaning and structurally pruning the tree canopy;and for immature trees,re-
staking and/or retying,as needed. In addition pruning includes removing dead,broken,damaged,loose,diseased or insect
infested limbs,6ranches,and stubs.Small lim6s,including suckers and waterspouts shall be cut close to the trunk or branch
from which they arise.At a minimum,tree shall be pruned to provide a minimum clearance of fourteen(14)feet over the
roadway and seven(7)feet over walkways. Trees shall be pruned to remove any obstruction around traffic control devices,
traffic signs,and streetlights.Pruning shall be performed in accordance with the standards set forth by the International Society
of Arboriculture Pruning Standards(Best Management Practices)and the ANSI A300 Standards.
2 Clearance Tree Pruning Each $ 65.00 $ 65.00 $ 67.00 $ 69.00 $ 71.00
At the direction of CITY,pruning will be done per pre-designed districts along street segments,grids,or prune routes on a set
cycle to include trees of various sizes.Pruning consists of tree canopy raising over roadways,sidewalks,and in park locations.
At a minimum,tree shall be pruned to provide a minimum clearance of fourteen(14)feet over the roadway and seven(7)feet �
over walkways. Trees can be pruned to remove any obstruction around traffic control devises,traffic signs,and streetlights.
Pruning shall be performed in accordance with the standards set forth by the International Society of Arboriculture Pruning
Standards(Best Management Practices)and the ANSI A300 Standards.
3 Service Request Tree Pruning 0-12"DBH Each $ 75.00 $ 75.00 $ 80.00 $ 85.00 $ 90.00
4 Service Request Tree Pruning 13-24"DBH Each $ 125.00 $ 125.00 $ 132.00 $ 140.00 $ 150.00
5 Service Request Tree Pruning 25-36"DBH Each $ 225.00 $ 225.00 $ 235.00 $ 245.00 $ 255.00
6 Service Request Tree Pruning 37"&over DBH Each $ 275.00 $ 275.00 $ 285.00 $ 295.00 $ 300.00
At the request of the City,trees will be assigned for pruning outside of their set cycle for various reasons.Pruning may consist
of tree canopy raising over roadways,sidewalks,and in park locations;thinning,reducing,restoring and structurally pruning
the tree canopy in width and height reduction;and for immature trees,re-staking and/or retying,as needed. In addition pruning
includes removing all dead,broken,damaged,loose,diseased or insect infested limbs,branches,and stubs shall be removed.
Small limbs,including suckers and waterspouts shall be cut close to the trunk or branch from which they arise.At a minimum,
tree shall be pruned to provide a minimum clearance of fourteen(14)feet over the roadway and seven(7)feet over walkways.
Trees shall be pruned to remove any obstruction around traffic control devises,traffic signs,and streetlights.Pruning shall be
performed in accordance with the standards set forth by the International Society of Arboriculture Pruning Standards(Best
Management Practices)and the ANSI A300 Standards.
8 Coco/King Palm Pruning Each $ 70.00 $ 70.00 $ 72.00 $ 74.00 $ 76.00
9 Washingtonia Robusta Pruning Each $ 80.00 $ 80.00 $ 80.00 $ 85.00 $ 90.00
10 Date Palm Pruning Each $ 275.00 $ 275.00 $ 283.00 $ 290.00 $ 298.00
Pruning shall be performed in accordance with the standards set forth by the International Society of Arboriculture Pruning
Standards(Best Management Practices)and the ANSI A300 Standards. The trimming shall provide a symmetrical shape and
aesthetically pleasing appearance typical of the species.Standard palm tree pruning will fall under this category and will include
the removal of dead and declining fronds&seed pods.Excludes skinning.
11 Palm Tree Skinning Linear Foot $ 34.00 $ 34.00 $ 35.00 $ 36.00 $ 37.00
City of Norco-RFP Tree Maintenance Page 1 of 3 Rate Schedule FY23/24 thru FY27/28
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
FY23-24 FY24-25 FY25-26 FY26-27 FY27-28
Unit Proposed Unit Unit Unit Unit
Item Description Measure Rates Rates Rates Rates Rates
12 Tree and Stump Removal(regardless of size) Dia.Inch $ 48.00 $ 48.00 $ 49.00 $ 50.00 $ 51.00
13 Tree Only Removal(regardless of size) Dia.Inch $ 30.00 $ 30.00 $ 30.50 $ 31.00 $ 31.50
14 Stump Only Removal(regardless of size) Dia.Inch $ 18.00 $ 18.00 $ 18.50 $ 19.00 $ 19.50
After CITY determines that a tree requires removal, CITY will prepare a list of trees to be removed,notifies homeowners,and
submits lists to Contractor. CITY is responsible for marking trees so that they are easily identifiable by Underground Service
Alert and the Contractor. Contractor calls Underground Service Alert(USA)and prepares internal work order.Crew removes
tree and hauls all debris.Crew grinds stumps to a depth of approximately eighteen(18')inches.All holes will be backfilled with
a combination of native soil and minimal stump grindings and compacted to avoid settlement.
15 Root Prune trees(typical 10 foot length) Linear Foot $ 24.00 $ 24.00 $ 25.00 $ 26.00 $ 27.00
At the direction of City staff,roots shall be pruned adjacent to the edge of the sidewalk,curb and gutter or other improvements.
Root pruning cuts shall be performed using root pruning equipment specifically designed for this purpose with cutting teeth
sharpened adequately to sever roots in a clean manner.Root pruning cuts adjacent to the sidewalk and curb shall be four(4)
inches wide and twelve(12)inches deep and a minimum of five(5)feet in each direction from the centerline of the tree.
16 Plant 15-gallon tree Each $ 200.00 $ 200.00 $ 206.00 $ 212.00 $ 218.00
17 Plant 15-gallon tree with Root Barrier Each $ 225.00 $ 225.00 $ 232.00 $ 239.00 $ 246.00
18 Plant 24"box tree Each $ 400.00 $ 400.00 $ 412.00 $ 424.00 $ 436.00
19 Plant 24"box tree with Root Barrier Each $ 425.00 $ 425.00 $ 438.00 $ 450.00 $ 462.00
20 Plant 36"box tree Each $ 1,295.00 $ 1,295.00 $ 1,333.00 $ 1,350.00 $ 1,375.00
Tree planting includes the tree,stakes,ties,labor and initial watering at time of installation as directed by City staff. Planting
lists should be compiled by the Inspector and submitted monthly or as needed.
21 Tree Watering Day $ 855.00 $ 855.00 $ 880.65 $ 900.00 $ 918.00
At the direction of the City,watering is performed 6y a one-man crew with a water truck who will water various tree routes
including newly planted trees,landscape median and young trees that are three(3)years old and younger. Watering may also
be performed on an as-needed basis.
22 Crew Rental Man Hour $ 95.00 $ 95.00 $ 97.85 $ 100.00 $ 102.00
The crew and equipment can be modified to complete any type of miscellaneous tasks including special projects that may
consist of extraordinary work as directed by City staff The use of crew rental may be warranted due to inaccessibility by
equipment,in park locations,slope settings,or non-linear tree pruning.
23 Specialty Equipment(i.e.,Crane,95-ft Aerial Tower) Hour $ 150.00 $ 150.00 $ 155.00 $ 160.00 $ 165.00
On occasion the use of a crane or 95-foot aerial tower is necessary to safely operate the assigned tree operation. These prices
of quipment include the operator.
24 Emergency Response(Reg.Business Hours,Mon-Fri) Man Hour $ 110.00 $ 110.00 $ 113.00 $ 116.00 $ 119.00
25 Emergency Response(Evening,weekend,Holidays) Man Hour $ 125.00 $ 125.00 $ 128.00 $ 131.00 $ 135.00
The Contractor shall be required to provide emergency on call response for damaged trees due to storms or other reasons.
Emergency calls may occur at any given time. The Contractor will de provided with locations and the work to be done at each
location via telephone from a City authorized representative. Emergency work shall begin within 90 minutes of the initial
telephone call.
26 Certified Arborist Services Hour $ 170.00 $ 170.00 $ 175.00 $ 180.00 $ 185.00
On occasion,the City requires tree evaluations including written reports. The Contractor shall provide an hourly rate for a
Certified Arborist that can respond to the City's request(s)for the preparation of detailed arborist reports,tree risk assessment
reports tree evaluations and site inspections. Reporting can be generated on as little as one tree to an entire urban forest
population and is handled on a case-by-case basis. The rate will be applied should the City request a Certified Arborist on-site. �
City of Norco-RFP Tree Maintenance Page 2 of 3 Rate Schedule FY23/24 thru FY27/28
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
FY23-24 FY24-25 FY25-26 FY26-27 FY27-28
Unit Proposed Unit Unit Unit Unit
Item Description Measure Rates Rates Rates Rates Rates
27 GPS Tree Inventory Tree Site $ 4.00 $ 4.00 $ 4.50 $ 5.00 $ 5.50
At the City's direction,contractor will provide the City with a Global Positioning System(GPS)tree inventory collected by an
ISA Certified Ar6orist including coordinates for all trees in pu6lic spaces. This includes,but is not limited to,all publicly owned
trees on street rights-of-way,parks, City facilities and open spaces such as medians,greenscapes,etc. The address
information contained in inventory should be linked directly to a Geographical lnformation System(GIS)program,such as
ArcView. The inventory collector will identify the trees by their global coordinates of longitude and latitude.
28 Plant Health Care See below
At the direction of the City,the Contractor will provide plant health care services including but not limited to the following:
spraying,injecting,soil drenching as necessary to reduce a potentially harmful pest. This is done to maintain or improve the
selected tree's appearance, vitality,and safety,using the most cost-effective and environmentally sensitive practices and
treatments available.Plant Health Care involves routine monitoring and preventive treatments.All pesticide recommendations
are to be made by an in-house Pest Control Advisor in accordance with the Department of Pesticide Regulations.
a. Tree Canopy Spraying from ground level per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
b. Tree Canopy Spraying from aerial tower per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Foliar hydraulic spraying of recommended material.)
c. Insecticide or Fungicide Trunk Banding per diameter inch $ 8.00 $ 8.00 $ 8.25 $ 8.50 $ 8.75
Description:Trunk spray of recommended material.
d. PGR Trunk Banding per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Trunk spray of recommended material to regulate plant growth.
e. Insecticide or PGR Soil Application(Cambistat) per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Recommended insecticide soil injection or drench material to regulate plant growth.
f. Insecticide or Fungicide Soil Application per diameter inch $ 7.00 $ 7.00 $ 7.25 $ 7.50 $ 7.75
Description:Soil applied drench of recommended material.
g. Soil Injection Fertilization per diameter inch $ 8.00 $ 8.00 $ 8.25 $ 8.50 $ 8.75
Description:Soil applied injection of recommended material.
h. Soil Drenching Fertilization per diameter inch $ 8.00 $ 8.00 $ 8.25 $ 8.50 $ 8.75
Description:Soil application of recommended material.
i. Trunk Injection(Insecticide/Miticide) per diameter inch $ 9.00 $ 9.00 $ 9.25 $ 9.50 $ 9.75
Description:Trunk injected recommended material.
j. Trunk Injection(Fungicide) per diameter inch $ 9.00 $ 9.00 $ 9.25 $ 9.50 $ 9.75
Description:Trunk injected recommended material.
k. Trunk Injection(Insecticide&Fungicide Combo) per diameter inch $ 10.00 $ 10.00 $ 10.25 $ 10.50 $ 10.75
Description:Combination of one-time trunk injection of two recommended materials.
I. Avermectin Class Insecticide Injection per diameter inch $ 11.00 $ 11.00 $ 11.25 $ 11.50 $ 11.75
Description:Recommended trunk injection of Emamectin benzoate active ingredient.
COOPERATIVE PURCHASE
It is intended that any other public agency(e.g.,city,county district,public authority,public agency,municipality,and other political subdivision or public corporation)
shall have the option to participate in any award made as a result of this solicitation at the same prices.The City shall incur no financial responsibility in connection with
any purchase by another public agency.The public agency shall accept sole responsibility for placing orders and making payments to the vendor.
City of Norco-RFP Tree Maintenance Page 3 of 3 Rate Schedule FY23/24 thru FY27/28
DocuSign Envelope ID:44AB4616-3F66-492GAF68-02E3AC897593 `
MARIPOSA
Fee Estimate for Services Requested Fee Estimate
(Per Specifications of this RFP/Q)
City of Narco Pruning Cycle 1 Prunir�Cycle 2 Rruning Cycle 3 Pruning Cycle 4 Pruning Cycle 8
Tree Maintenance 5ervices F1f 2Q23-2Q24 FY 2Q24-2�25 FY 2Q2S-2�26 FY 2Q26-2Q27 Flf 2�27-2�28
Item E�escriptic�n Unit Unit Price Llnit Price Unit Price Uni#Rrice lJnit Price
1 Grid Tree Pnaning-Work ConfarmingTa histarie pruningpatterns Each $ 74.[�Q $ 77.[JQ $ 81.Q0 $ 85,�7�Q � 89.Q0
2 5tre�t Tre�Trimmir�g-per written speeificatian Eac� � 10�,Q� $ 114.0�7 $ 11�.00 $ 121.00 $ 127.0�
2 5enrice RequestTree Pruning
2a t�-12" dbh Eac� $ 74,tJ0 $ 77.Q(7 $ 81.00 $ 85.00 � 89.00
Zb 13-24" dbh Each $ 12Q.LQ $ 126.QQ $ 132.C1� � 13�.Q0 $ 146,Q0
�� ��-���� dbn Each � zoo.aa � �so.ao � ��o.aa � ��Z.Qa � �4�.00
2d aver37" dbh Each $ 30f�.OQ $ 315.Q� $ 331.�0 $ 348.QC1 $ 365.OQ
3 Parkf5lape Aesth�etieTreeTrimming- �uek�t Each � 11a.OQ $ 116.C1C1 $ 122.QQ $ 128.QL $ 134.OQ
4 Parkf5lapeAestheticTreeTrimming-Clim6er Each $ 22Q.�10 $ 231.�1C1 $ 242.QQ $ 254.Q0 $ 267.C1C1
5 Tree Raising E���, � ��.Qo � ��.ao � ��.a� � �z.Q� � ��.oQ
6 Palm Tree Trimming Each $ 1�C1.LQ $ 1�5.OQ $ 11Q.C1� $ 115.�10 $ 121.0�
7 PalmTreeSkinningf5haping Each $ 3QC1.C1Q $ 315.Q0 $ 33C1.00 $ 34�.�0 $ 362.Oa
8 Palm Tree 5eed Pad Only Remaval Eacl� $ 10Q.L10 $ 1�5.Q� $ 11Q.Q0 $ 115.QL $ 121.0�
9 Tr�e 8� 5tump Remaval Qiameter Inch � Sa.oQ � ��.oQ � S�.QQ � s�.�a � �o.oa
1Q Tree Only Remo�+al aiameter Inch $ 38.�10 $ 4Q.�1C1 $ 42.QQ $ 44.Q[J $ 46.f1C1
11 5tump Dnly Rema�ral aiameter Inch $ 22a0 $ 23.�Q $ 24.�0 $ 25.C1Q $ 26.0�
12 Plant 15 gallon tree Wf warranty E�ch $ 210.Q0 $ 22[�.Q�J $ 231.(7(l $ 242.Q0 $ 254.[JQ
1� Plant 15 gallon tree w{ Raat�arri�er wf warranty Each $ 24�.QQ $ 252.Q0 $ 264.�C1 $ 277.�0 $ 291.0�
14 Plant 24" k�axtree �v/warranty Each $ 60�.00 � 63L.Q� $ 661.�0 $ 6g4.(]L $ 729.OQ
15 Rlant�4" baxtree tivf Root Barrier wf warranty Each $ 65C1.Q0 $ 683.Q� � 717.C1Q $ 75�.QQ $ 791.0f7
16 Plant 36" k�axtree wf warranty Each � 1,35Q.Q0 $ 1,417.QC1 $ 1,487.�0 $ 1,561.QQ $ 1,639.�[]
17 Raot Pruning Linear Ft $ 5Q.a0 $ 53.LQ $ 55.�0 $ 57.5Q � �o.00
18 Crew Rental -R�r Person Haur $ 110.Q[l $ 116.Q�J $ 122.Q0 $ 128.QQ $ 134.OQ
19 Emergency Crew Rental - Per Persan -Reg. Bus. Hours Haur $ 115.OQ $ 121.LQ $ 127.Q0 $ 133.QQ $ 14Q.Q0
ZL Erner�ency Crew Rental -P�r Person -After Hrs, Wkds, Holiday Ho�ar $ 14Q.L0 $ 147.00 $ 154.Q0 $ 162.[]L $ 170,OC1
21 5p�ecialty Equiprrient Rental Haur $ 2QQ.C10 $ 21Q.C1� � 22Q.C1Q $ 231.aQ $ 242.OIJ
22 Arborist5ervices {Reportv�+riting, RiskAssessm�nt) Haur $ 175.Q0 $ 184.QC1 $ 193.�0 $ 2�2.QQ $ 212.�[]
23 GP5 Tree Inventory Each $ 4.0�1 $ 4.2Q $ 4.4Q $ 4.60 $ 4.8�
�
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
CITY OF NORCO
CONTRACT AGREEMENT
TREE TRIMMING, REMOVAL, AND PLANTING CONTRACT SERVICES
FISCAL YEARS 2023-24 THROUGH 2O27-28
1. Parties and Date.
This Agreement is made and entered into this 17t" day of May, 2023 by and between the
City of Norco, a municipal corporation of the State of California, located at 2870 Clark
Avenue, Norco, California 92860, County of Riverside, State of California, (hereinafter
referred to as "City")and West Coast Arborists, Inc., a corporation with its principal place
of business at 2200 E. Via Burton Street,Anaheim, CA 92806 (hereinafter referred to as
"Contractor"). City and Contractor are sometimes individually referred to as "Party" and
collectively as "Parties" in this Agreement.
2. Recitals.
2.1 Contractor.
Contractor desires to perform and assume responsibility for the provision of certain
maintenance services required by The City on the terms and conditions set forth in this
Agreement. Contractor represents that it is experienced in providing tree trimming,
removal, and planting contract services to public clients, that it and its employees or
subcontractors have all necessary licenses and permits to perform the Services in the State
of California, and that is familiar with the plans of the City.
2.2 Services.
City desires to engage Contractor to render such services for Tree Trimming, Removal, and
Planting Contract Services ("Services") as set forth in this Agreement.
3. Terms.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Contractor promises and agrees to furnish
to the City all labor, materials, tools, equipment, services, and incidental and customary
work necessary to fully and adequately supply the tree trimming, removal, and planting
contract services on an as-needed basis necessary for said Services. The Services are
more particularly described in Attachment A attached hereto and incorporated herein by
reference. All Services shall be subject to, and performed in accordance with this
Agreement, the exhibits attached hereto and incorporated herein by reference, and all
applicable local, state and federal laws, rules and regulations.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
3.1.2 Term. The terms of this Agreement shall be from July 1, 2023 through
June 30, 2028, with the option to renew for two (2) one-year terms. Contractor shall
complete the Services within the term of this Agreement, and shall meet any other
established schedules and deadlines. The Parties may, by mutual written consent, extend
the term of this Agreement if necessary to complete the Services.
3.2 Responsibilities of Contractor.
3.2.1 Control and Pavment of Subordinates; Independent Contractor. The
Services shall be provided by Contractor. Contractor will determine the means, methods
and details of providing the necessary Services subject to the requirements of this
Agreement. City retains Contractor on an independent Contractor basis and not as an
employee. Any additional personnel conducting Services under this Agreement on behalf
of Contractor shall also not be employees of City and shall at all times be under
Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and
other amounts due such personnel in connection with conducting Services under this
Agreement and as required by law. Contractor shall be responsible for all reports and
obligations respecting such additional personnel, including, but not limited to: social security
taxes, income tax withholding, unemployment insurance, disability insurance, and workers'
compensation insurance.
3.2.2 Schedule of Services. Contractor shall perForm the Services
expeditiously, within the term of this Agreement, and in accordance with the timeframe set
forth herein. Contractor represents that it has the professional and technical personnel
required to provide Services in conformance with such conditions. In order to facilitate
Contractor's conformance with the Services timeframe, City shall respond to Contractor's
Requests for Information in a timely manner. Upon request of City, Contractor shall provide
a more detailed schedule of anticipated perFormance to meet the Services timeframe.
3.2.3 Conformance to Applicable Requirements. All work prepared by
Contractor shall be subject to the approval of City.
3.2.4 Citv's Representative. The City hereby designates the Director of
Public Works, or his designee, to act as its representative for the performance of this
Agreement ("City's Representative"). City's Representative shall have the power to act on
behalf of the City for all purposes under this Agreement. Contractor shall not accept
direction or orders from any person other than the City's Representative or his or her
designee.
3.2.5 Contractor's Representative. Contractor hereby designates Patrick
Mahoney - President, or his designee, to act as its representative for the performance of
this Agreement("Contractor's Representative"). Contractor's Representative shall have full
authority to represent and act on behalf of the Contractor for all purposes under this
Agreement. The Contractor's Representative shall supervise and direct the Services, using
his best skill and attention, and shall be responsible for all means, methods, techniques,
sequences and procedures and for the satisfactory coordination of all portions of the
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Services under this Agreement.
3.2.6 Coordination of Services. Contractor agrees to work closely with City
staff in providing said Services and shall be available to City's staff, Contractors and other
staff at all reasonable times.
3.2.7 Standard of Care; Performance of Employees. Contractor shall
perForm all Services under this Agreement in a skillful and competent manner, consistent
with the standards generally recognized as being employed by professionals in the same
discipline in the State of California. Contractor represents and maintains that it is skilled in
the professional calling necessary to perform the Services. Contractor warrants that all
employees and subcontractors shall have sufficient skill and experience to perForm the
Services assigned to them. Finally, Contractor represents that it, its employees and
subcontractors have all licenses, permits, qualifications and approvals of whatever nature
that are legally required to perform the Services, including a City Business License, and
that such licenses and approvals shall be maintained throughout the term of this
Agreement. As provided for in the indemnification provisions of this Agreement, Contractor
shall perform, at its own cost and expense and without reimbursement from the City, any
services necessary to correct errors or omissions which are caused by the Contractor's
failure to comply with the standard of care provided for herein. Any employee of the
Contractor or its sub-contractors who is determined by the City to be uncooperative,
incompetent, a threat to the adequate or timely completion of the Agreement, a threat to the
safety of persons or property, or any employee who fails or refuses to perForm the Services
in a manner acceptable to the City, shall be promptly removed from the Project by the
Contractor and shall not be re-employed to perform any of the Services or to work on the
Project.
3.2.7.1 Period of PerFormance and Liquidated Damages.
Contractor shall perform and complete all services under this Agreement within the term set
forth in Section 3.1.2 above ("PerFormance Time"). Contractor shall perform the Services in
strict accordance with any completion schedule or Project milestones described in
Attachment 1 attached hereto, or which may be provided separately in writing to the
Contractor. Contractor agrees that if the Services are not completed within the
aforementioned PerFormance Time and/or pursuant to any such completion schedule or
Project milestones developed pursuant to provisions of this Agreement, it is understood,
acknowledged and agreed that the City will suffer damage. Pursuant to Government Code
Section 53069.85, Contractor shall pay to the City as fixed and liquidated damages, and not
as a penalty, the sum of, $100.00 per day.
3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of
and in compliance with all local, state and federal laws, rules and regulations in any manner
affecting the perFormance of the Services, including all Cal/OSHA requirements, and shall
give all notices required by law. Contractor shall be liable for all violations of such laws and
regulations in connection with the Services. If the Contractor perForms any work knowing it
to be contrary to such laws, rules and regulations and without giving written notice to the
City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
defend, indemnify and hold City, its officials, directors, officers, employees and agents free
and harmless, pursuant to the indemnification provisions of this Agreement,from any claim
or liability arising out of any failure or alleged failure to comply with such laws, rules or
regulations.
3.2.8.1 Employment Eligibility; Contractor. By executing this
Agreement, Contractor verifies that it fully complies with all requirements and restrictions of
state and federal law respecting the employment of undocumented aliens, including, but not
limited to, the Immigration Reform and Control Act of 1986, as may be amended from time
to time. Such requirements and restrictions include, but are not limited to, examination and
retention of documentation confirming the identity and immigration status of each employee
of the Contractor. Contractor also verifies that it has not committed a violation of any such
law within the five (5)years immediately preceding the date of execution of this Agreement,
and shall not violate any such law at any time during the Term of the Agreement.
Contractor shall avoid any violation of any such law during the Term of this Agreement by
participating in an electronic verification of work authorization program operated by the
United States Department of Homeland Security, by participating in an equivalent federal
work authorization program operated by the United States Department of Homeland
Security to verify information of newly hired employees, or by some other legally acceptable
method. Contractor shall maintain records of each such verification, and shall make them
available to the City or its representatives for inspection and copy at any time during normal
business hours. The City shall not be responsible for any costs or expenses related to
Contractor's compliance with the requirements provided for in Section 3.2.8 or any of its
sub-sections.
3.2.8.2 Employment Eliqibility; Subcontractors, Contractors, and
Sub-subcontractors. To the same extent and under the same conditions as Contractor,
Contractor shall require all of its subcontractors, Contractors, and sub-subcontractors
performing any work or Services relating to this Agreement to make the same verifications
and comply with all requirements and restrictions provided for in Section 3.2.8.1.
3.2.8.3 Employment Eliqibility; Failure to Compl rL. Each person
executing this Agreement on behalf of Contractor verifies that they are a duly authorized
officer of Contractor, and understands that any of the following shall be grounds for the City
to terminate the Agreement for cause: (1) failure of Contractor or its subcontractors,
Contractors, sub-subcontractors or subcontractors to meet any of the requirements
provided for in Sections 3.2.8.1 or 3.2.8.2; (2) any misrepresentation or material omission
concerning compliance with such requirements (including in those verifications provided to
the Contractor under Section 3.2.8.2); or (3) failure to immediately remove any person
found not to be in compliance with such requirements.
3.2.8.4 Labor Certification. By its signature hereunder,
Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor
Code which require every employer to be insured against liability for Workers'
Compensation or to undertake self-insurance in accordance with the provisions of that
Code, and agrees to comply with such provisions before commencing the performance of
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
the Services.
3.2.8.5 Equal Opportunitv Emplovment. Contractor represents
that it is an equal opportunity employer and it shall not discriminate against any
subcontractor, employee or applicant for employment because of race, religion, color,
national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but
not be limited to, all activities related to initial employment, upgrading, demotion, transfer,
recruitment or recruitment advertising, layoff or termination. Contractor shall also comply
with all relevant provisions of City's Minority Business Enterprise program, Affirmative
Action Plan or other related programs or guidelines currently in effect or hereinafter
enacted.
3.2.8.6 Air Qualitv. To the extent applicable, Contractor must
fully comply with all applicable laws, rules and regulations in furnishing or using equipment
and/or providing services, including, but not limited to, emissions limits and permitting
requirements imposed by the South Coast Air Quality Management District (SCAQMD)
and/or California Air Resources Board (CARB). Although the SCAQMD and CARB limits
and requirements are more broad, Contractor shall specifically be aware of their application
to "portable equipment", which definition is considered by SCAQMD and CARB to include
any item of equipment with a fuel-powered engine. Contractor shall indemnify City against
any fines or penalties imposed by SCAQMD, CARB, or any other governmental or
regulatory agency for violations of applicable laws, rules and/or regulations by Contractor,
its subcontractors, or others for whom Contractor is responsible under its indemnity
obligations provided for in this Agreement.
3.2.9 Insurance.
3.2.9.1 Time for Compliance. Contractor shall not commence
work under this Agreement until it has provided evidence satisfactory to the City that it has
secured all insurance required under this section. In addition, Contractor shall not allow
any subcontractor to commence work on any subcontract until it has provided evidence
satisfactory to the City that the subcontractor has secured all insurance required under this
section.
3.2.9.2 Minimum Requirements. Throughout the life of this
Contract, Contractor shall pay for and maintain in full force and effect all policies of
insurance required hereunder with an insurance company(ies) either (i) admitted by the
California lnsurance Commissioner to do business in the State of California and rated not
less than "A- VII" in Best's Insurance Rating Guide, or (ii) as may be authorized in writing
by City Manager or his/her designee at any time and in his/her sole discretion. The
following policies of insurance are required:
(i) COMMERCIAL GENERAL LIABILITY insurance which shall be at least as
broad as the most current version of Insurance Services Office (ISO) Commercial General
Liability Coverage Form CG 00 01 and include insurance for "bodily injury," "property
damage" and "personal and advertising injury" with coverage for premises and operations
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
(including the use of owned and non-owned equipment), products and completed
operations, and contractual liability (including, without limitation, indemnity obligations
under the Contract) with limits of liability of not less than the following:
$1,000,000 per occurrence for bodily injury and property damage
$1,000,000 per occurrence for personal and advertising injury
$2,000,000 aggregate for products and completed operations
$2,000,000 general aggregate applying separately to the work perFormed
under the Contract
(ii) COMMERCIAL AUTOMOBILE LIABILITY insurance which shall be at least as
broad as the most current version of Insurance Service Office (ISO) Business Auto
Coverage Form CA 00 01, and include coverage for all owned, hired, and non owned
automobiles or other licensed vehicles (Code 1 Any Auto)with limits of liability of not less
than $1,000,000 per accident for bodily injury and property damage.
(iii) WORKERS' COMPENSATION insurance as required under the California
Labor Code.
(iv) EMPLOYERS' LIABILITY insurance with limits of liability of not less than
$1,000,000 each accident, $1,000,000 disease policy limit and $1,000,000 disease each
employee.
(v)PROFESSIONAL LIABILITY Professional Liability (Errors and Omissions)
insurance appropriate to Contractor's profession, with limits of liability of$2,000,000 per
claim/occurrence and $2,000,000 policy aggregate.
In the event Contractor purchases an Umbrella or Excess insurance policy(ies)to meet the
minimum limits of insurance set forth above, this insurance policy(ies) shall "follow form"
and afford no less coverage than the primary insurance policy(ies).
Contractor shall be responsible for payment of any deductibles contained in any insurance
policies required hereunder and Contractor shall also be responsible for payment of any
self-insured retentions. Any deductibles or self-insured retentions must be declared to, and
approved by, the City Manager or his/her designee. At the option of the City Manager or
his/her designee, either: (i) the insurer shall reduce or eliminate such deductibles or self-
insured retentions as respects to VVTA, its board members, officers, officials, employees
and agents; or (ii) Contractor shall provide a financial guarantee, satisfactory to VVTA's
Executive Director or his/her designee, guaranteeing payment of losses and related
investigations, claim administration and defense expenses. At no time shall the City be
responsible for the payment of any deductibles or self-insured retentions.
All policies of insurance required hereunder shall be endorsed to provide that the coverage
shall not be cancelled, non-renewed, reduced in coverage or in limits except after 30
calendar day written notice has been given to City. Upon issuance by the insurer, broker,
or agent of a notice of cancellation, non-renewal, or reduction in coverage or in limits,
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Contractor shall furnish City with a new certificate and applicable endorsements for such
policy(ies). In the event any policy is due to expire during the work to be perFormed for
City, Contractor shall provide a new certificate, and applicable endorsements, evidencing
renewal of such policy not less than 15 calendar days prior to the expiration date of the
expiring policy.
The General Liability and Automobile Liability insurance policies shall be written on an
occurrence form. The General Liability (including ongoing and completed operations) and
Automobile Liability shall name City and its officers, officials, employees, agents and
volunteers as an additional insured. Such policy(ies) of insurance shall be endorsed so
Contractor's insurance shall be primary and no contribution shall be required of City. The
coverage shall contain no special limitations on the scope of protection afforded to the City
and its officers, officials, employees, agents and volunteers. The Workers' Compensation
insurance policy shall contain a waiver of subrogation as to City and its officers, officials,
employees, agents and volunteers. Should Contractor maintain insurance with broader
coverage and/or limits of liability greater than those shown above, City requires and shall
be entitled to the broader coverage and/or the higher limits of liability maintained by
Contractor. Any available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to City.
If the Professional Liability (Errors and Omissions) insurance policy is written on a claims-
made form:
1. The retroactive date must be shown, and must be before the effective date of the
Agreement or the commencement of work by Contractor.
2. Insurance must be maintained and evidence of insurance must be provided for
at least 3 years after any expiration or termination of the Agreement or, in the
alternative, the policy shall be endorsed to provide not less than a 3-year
discovery period.
3. If coverage is canceled or non-renewed, and not replaced with another claims-
made policy form with a retroactive date prior to the effective date of the
Agreement or the commencement of work by Contractor, Contractor must
purchase extended reporting coverage for a minimum of 3 years following the
expiration or termination of the Agreement.
4. A copy of the claims reporting requirements must be submitted to VVTA for
review.
5. These requirements shall survive expiration or termination of the Agreement.
Contractor shall furnish City with all certificate(s) and applicable endorsements effecting
coverage required hereunder. All certificates and applicable endorsements are to be
received and approved by the City Manager or his/her designee prior to City's execution of
the Agreement and before work commences.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
If at any time during the life of this Agreement or any extension, Contractor or any of its
subcontractors fail to maintain any required insurance in full force and effect, all work under
this Agreement shall be discontinued immediately, and all payments due or that become
due to Contractor shall be withheld until notice is received by City that the required
insurance has been restored to full force and effect and that the premiums therefore have
been paid for a period satisfactory to City. Any failure to maintain the required insurance
shall be sufficient cause for City to terminate this Agreement. No action taken by City
hereunder shall in any way relieve Contractor of its responsibilities under this Agreement.
Upon request of City, Contractor shall immediately furnish City with a complete copy of any
insurance policy required under this Agreement, including all endorsements, with said copy
certified by the underwriter to be a true and correct copy of the original policy. This
requirement shall survive expiration or termination of this Agreement.
The fact that insurance is obtained by Contractor shall not be deemed to release or
diminish the liability of Contractor, including, without limitation, liability under the indemnity
provisions of this Agreement. The duty to indemnify City and its officers, officials,
employees, agents and volunteers shall apply to all claims and liability regardless of
whether any insurance policies are applicable. The policy limits do not act as a limitation
upon the amount of indemnification to be provided by Contractor. Approval or purchase of
any insurance contracts or policies shall in no way relieve from liability nor limit the liability
of Contractor, its principals, officers, employees, agents, persons under the supervision of
Contractor, vendors, suppliers, invitees, sub-Contractors, subcontractors, or anyone
employed directly or indirectly by any of them.
If Contractor should subcontract all or any portion of the services to be performed under
this Agreement, Contractor shall require each subcontractor to provide insurance protection
in favor of City and its officers, officials, employees, agents and volunteers in accordance
with the terms of each of the preceding paragraphs, except that the subcontractors'
certificates and endorsements shall be on file with Contractor and City prior to the
commencement of any work by the subcontractor.
3.2.10 Safety. Contractor shall execute and maintain its work so as to avoid
injury or damage to any person or property. In providing Services, the Contractor shall at
all times be in compliance with all applicable local, state and federal laws, rules and
regulations, and shall exercise all necessary precautions for the safety of employees
appropriate to the nature of the work and the conditions under which the work is to be
perFormed. Safety precautions as applicable shall include, but shall not be limited to: (A)
adequate life protection and lifesaving equipment and procedures; (B) instructions in
accident prevention for all employees and subcontractors, such as safe walkways,
scaffolds, fall protection ladders, bridges, gang planks, confined space procedures,
trenching and shoring, equipment and other safety devices, equipment and wearing apparel
as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate
facilities for the proper inspection and maintenance of all safety measures.
3.3 Fees and Payments.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
3.3.1 Rates and Total Compensation. Contractor shall receive
compensation, including authorized reimbursements,for all design services rendered under
this Agreement at the rates set forth in Exhibit B attached hereto and incorporated herein
by reference. Extra work may be authorized, as described below, and if authorized, will be
compensated at the rates and manner set forth in this Agreement. The total contract shall
be based on a contract unit cost as described in attachment"B"for services provided to the
City for a "not to exceed" amount of $250,000 annually.
3.3.2 Payment of Compensation. Contractor shall submit to City a monthly
itemized statement which indicates work completed by Contractor. The statement shall
describe the amount of Services and supplies provided since the initial commencement
date, or since the start of the subsequent billing periods, as appropriate, through the date of
the statement. City shall, within 45 days of receiving such statement, review the statement
and pay all approved charges thereon.
3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for
any expenses unless authorized in writing by City.
3.3.4 Extra Work. At any time during the term of this Agreement, City may
request that Contractor perform Extra Work. As used herein, "Extra Work" means any work
which is determined by City to be necessary for the proper completion of the Services, but
which the parties did not reasonably anticipate would be necessary at the execution of this
Agreement. Contractor shall not perform, nor be compensated for, Extra Work without
written authorization from City's Representative.
3.4 Accounting Records.
3.4.1 Maintenance and Inspection. Contractor shall maintain complete and
accurate records with respect to all costs and expenses incurred under this Agreement. All
such records shall be clearly identifiable. Contractor shall allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of such
records and any other documents created pursuant to this Agreement. Contractor shall
allow inspection of all work, data, documents, proceedings, and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
3.5 Ownership of Materials and Confidentiality
3.5.1 Documents&Data; Licensinq of Intellectual Propertv. This Agreement
creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or
sublicense any and all copyrights, designs, and other intellectual property embodied in
plans, specifications, studies, drawings, estimates, and other documents or works of
authorship fixed in any tangible medium of expression, including but not limited to, physical
drawings or data magnetically, electronically or otherwise recorded or stored, which are
prepared or caused to be prepared by Contractor under this Agreement ("Documents &
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Data"). All Documents& Data shall be and remain the property of the City, and shall not be
used in whole or in substantial part by Contractor on other projects without the City's
express written permission. Within thirty (30) days following the completion, suspension,
abandonment or termination of this Agreement, Contractor shall provide to City
reproducible copies of all Documents & Data, in a form and amount required by City. City
reserves the right to select the method of document reproduction and to establish where
the reproduction will be accomplished. The reproduction expense shall be borne by City at
the actual cost of duplication. In the event of a dispute regarding the amount of
compensation to which the Contractor is entitled under the termination provisions of this
Agreement, Contractor shall provide all Documents & Data to City upon payment of the
undisputed amount. Contractor shall have no right to retain or fail to provide to City any
such documents pending resolution of the dispute. In addition, Contractor shall retain
copies of all Documents & Data on file for a minimum of five (5)years following completion
of said Services, and shall make copies available to City upon the payment of actual
reasonable duplication costs. In addition, before destroying the Documents & Data
following this retention period, Contractor shall make a reasonable effort to notify City and
provide City with the opportunity to obtain the documents.
3.5.2 Subcontractors. Contractor shall require all subcontractors to agree in
writing that City is granted a non-exclusive and perpetual license for any Documents& Data
the subcontractor prepares under this Agreement. Contractor represents and warrants that
Contractor has the legal right to license any and all Documents & Data. Contractor makes
no such representation and warranty in regard to Documents & Data which were prepared
by design professionals other than Contractor or its subcontractors, or those provided to
Contractor by the City.
3.5.2 Right to Use. City shall not be limited in any way in its use or reuse of
the Documents and Data or any part of them at any time, provided that any such use not
within the purposes intended by this Agreement without employing the services of
Contractor shall be at City's sole risk.
3.6 General Provisions.
3.6.1 Termination of Agreement.
3.6.1.1 Grounds for Termination. City may, by written notice to
Contractor, terminate the whole or any part of this Agreement at any time and without
cause by giving written notice to Contractor of such termination, and specifying the effective
date thereof, at least seven (7) days before the effective date of such termination. Upon
termination, Contractor shall be compensated only for those services which have been
adequately rendered to City, and Contractor shall be entitled to no further compensation.
Contractor may not terminate this Agreement except for cause.
3.6.1.2 Effect of Termination. If this Agreement is terminated as
provided herein, City may require Contractor to provide all finished or unfinished
Documents and Data and other information of any kind prepared by Contractor in
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
connection with the performance of Services under this Agreement. Contractor shall be
required to provide such document and other information within fifteen (15) days of the
request.
3.6.1.3 Additional Services. In the event this Agreement is
terminated in whole or in part as provided herein, City may procure, upon such terms and in
such manner as it may determine appropriate, services similar to those terminated.
3.6.2 Delivery of Notices. All notices permitted or required under this
Agreement shall be given to the respective parties at the follow address, or at such other
address as the respective parties may provide in writing for this purpose:
Contractor:
West Coast Arborists, Inc
2200 E. Via Burton Street
Anaheim, CA 92806
Attention: Patrick Mahoney - President
City:
City of Norco
2870 Clark Avenue
Norco, CA 92860
Attention: Director of Public Works
Such notice shall be deemed made when personally delivered or when mailed, forty-eight
(48) hours after deposit in the US Mail, first class postage prepaid and addressed to the
party at its applicable address. Actual notice shall be deemed adequate notice on the date
actual notice occurred, regardless of the method of service.
3.6.3 Cooperation; Further Acts. The Parties shall fully cooperate with one
another, and shall take any additional acts or sign any additional documents as may be
necessary, appropriate or convenient to attain the purposes of this Agreement.
3.6.4 Attorney's Fees. If either party commences an action against the other
party, either legal, administrative or otherwise, arising out of or in connection with this
Agreement, the prevailing party in such litigation shall be entitled to have and recover from
the losing party reasonable attorney's fees and all other costs of such action.
3.6.5 Indemnification. To the furthest extent allowed by law, Contractor shall
indemnify, hold harmless and defend the City and its officers, officials, employees, agents
and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and
damages (whether in contract, tort or strict liability, including but not limited to personal
injury, death at any time and property damage), and from any and all claims, demands and
actions in law or equity (including reasonable attorney's fees and litigation expenses) that
arise out of, pertain to, or relate to the negligence, recklessness or willful misconduct of
Contractor, its principals, officers, employees, agents or volunteers in the perFormance of
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
this Agreement.
If Contractor should subcontract all or any portion of the services to be performed under
this Agreement, Contractor shall require each subcontractor to indemnify, hold harmless
and defend the City and its officers, officials, employees, agents and volunteers in
accordance with the terms of the preceding paragraph.
This section shall survive termination or expiration of this Agreement.
3.6.6 Entire Agreement. This Agreement contains the entire Agreement of
the parties with respect to the subject matter hereof, and supersedes all prior negotiations,
understandings or agreements. This Agreement may only be modified by a writing signed
by both parties.
3.6.7 Governing Law. This Agreement shall be governed by the laws of the
State of California. Venue shall be in Riverside County.
3.6.8 Time of Essence. Time is of the essence for each and every provision
of this Agreement.
3.6.9 Citv's Right to Emplov Other Contractors. City reserves right to
employ other Contractors in connection with said Services.
3.6.10 Successors and Assiqns. This Agreement shall be binding on the
successors and assigns of the parties.
3.6.11 Assignment or Transfer. Contractor shall not assign, hypothecate or
transfer, either directly or by operation of law, this Agreement or any interest herein without
the prior written consent of the City. Any attempt to do so shall be null and void, and any
assignees, hypothecates or transferees shall acquire no right or interest by reason of such
attempted assignment, hypothecation or transfer.
3.6.12 Construction; References; Captions. Since the Parties or their agents
have participated fully in the preparation of this Agreement, the language of this Agreement
shall be construed simply, according to its fair meaning, and not strictly for or against any
Party. Any term referencing time, days or period for performance shall be work days
(Monday through Friday, excluding holidays). All references to Contractor include all
personnel, employees, agents, and subcontractors of Contractor, except as otherwise
specified in this Agreement. All references to City include its elected officials, officers,
employees, agents, and volunteers except as otherwise specified in this Agreement. The
captions of the various articles and paragraphs are for convenience and ease of reference
only, and do not define, limit, augment, or describe the scope, content or intent of this
Agreement.
3.6.13 Amendment; Modification. No supplement, modification or amendment
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
of this Agreement shall be binding unless executed in writing and signed by both Parties.
3.6.14 Waiver. No waiver of any default shall constitute a waiver of any other
default or breach, whether of the same or other covenant or condition. No waiver, benefit,
privilege, or service voluntarily given or performed by a Party shall give the other Party any
contractual rights by custom, estoppel or otherwise.
3.6.15 No Third-Party Beneficiaries. There are no intended third-party
beneficiaries of any right or obligation assumed by the Parties.
3.6.16 Invalidity; Severabilit rL. If any portion of this Agreement is declared
invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the
remaining provisions shall continue in full force and effect.
3.6.17 Prohibited Interests. Contractor maintains and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working
solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that
it has not paid nor has it agreed to pay any company or person, other than a bona fide
employee working solely for Contractor, any fee, commission, percentage, brokerage fee,
gift or other consideration contingent upon or resulting from the award or making of this
Agreement. Contractor further agrees to file, or shall cause its employees or
subcontractors to file, a Statement of Economic Interest with the City's Filing Officer as
required under state law in the performance of the Services. For breach or violation of this
warranty, City shall have the right to rescind this Agreement without liability. For the term
of this Agreement, no member, officer or employee of City, during the term of his or her
service with City, shall have any direct interest in this Agreement, or obtain any present or
anticipated material benefit arising therefrom.
3.6.18 Equal Opportunity Emplovment. Contractor represents that it is an
equal opportunity employer and it shall not discriminate against any subcontractor,
employee or applicant for employment because of race, religion, color, national origin,
handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to,
all activities related to initial employment, upgrading, demotion, transfer, recruitment or
recruitment advertising, layoff or termination. Contractor shall also comply with all relevant
provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other
related programs or guidelines currently in effect or hereinafter enacted.
3.6.19 Labor Certification. By its signature hereunder, Contractor certifies
that it is aware of the provisions of Section 3700 of the California Labor Code which require
every employer to be insured against liability for Workers' Compensation or to undertake
self-insurance in accordance with the provisions of that Code, and agrees to comply with
such provisions before commencing the perFormance of the Services.
3.6.20 Authority to Enter Aqreement. Contractor has all requisite power and
authority to conduct its business and to execute, deliver, and perForm the Agreement. Each
Party warrants that the individuals who have signed this Agreement have the legal power,
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
right, and authority to make this Agreement and bind each respective Party.
3.6.21 Counterparts. This Agreement may be signed in counterparts, each of
which shall constitute an original.
3.7 Subcontracting.
3.7.1 Prior Approval Required. Contractor shall not subcontract any portion
of the work required by this Agreement, except as expressly stated herein, without prior
written approval of City. Subcontracts, if any, shall contain a provision making them subject
to all provisions stipulated in this Agreement.
Name of Contractor: West Coast Arborists, Inc.
*gy:
Patrick Mahoney - President
NOTE: SIGNATURES OF CORPORATE OFFICIALS MUST BE NOTARIZED.
Attach Certificate of Notary Acknowledgement
OWNER: CITY OF NORCO, a municipal corporation
*
gy:
Robin Grundmeyer, Mayor
ATTEST:
Dana Roa, CMC, City Clerk
APPROVED AS TO FORM:
Harper & Burns, LLC, City Attorney
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
EXHIBIT A
TREE TRIMMING, REMOVAL, AND PLANTING
CONTRACT SERVICES RFP
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
EXHIBIT B
CONTRACTOR PROPOSAL & FEES
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
GENERAL LIABILITY ENDORSEMENT
CITY OF NORCO
2870 Clark Avenue
Norco, CA 92860
(951) 270-5678
A. POLICY INFORMATION Endorsement #
1. Insurance Company
Policy Number
2. Policy Term (From) (To)
Endorsement Effective Date
3. Named Insured
4. Address of Named Insured
5. Limit of Liability Any One Occurrence/Aggregate
$ /
6. Deductible or Self-Insured Retention (Nil unless otherwise specified):
7. Coverage is equivalent to:
Comprehensive General Liability Form GL0002 (Ed. 1/73)
Commercial General Liability "Occurrence" Form CG0001
8. Bodily Injury and Property Damage Coverage is:
"occurrence"
Note: The City of Norco standard insurance requirements specify "occurrence" coverage.
"Claims-made"coverage is not acceptable. If commercial general liability form or equivalent
is used, the general aggregate must apply separately to this location/project or the general
aggregate must be twice the occurrence limit.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
9. Description of Project:
The City utilizes a 5-year trimming program (divided up into grids) intended to trim
every tree within a 5-year period and is provided on the City's website so residents
can know what year their frontage trees might be trimmed. The City Tree Trimming
Contract will provide tree trimming services of all public trees within the city limits of
the City of Norco. The contractor shall provide all labor, equipment, tools, fuel,
materials, dumping, insurance, supervision, and all other items needed to deliver
excellent tree maintenance services.
B. POLICY AMENDMENTS
This endorsement is issued in consideration of the policy premium. Notwithstanding any
inconsistent statement in the policy to which this endorsement is attached or any other
endorsement attached thereto, it is agreed as follows:
1. INSURED. As respects any work performed on the above described Project, the
City of Norco, its elected or appointed officers, officials, employees, consulting
engineers, and volunteers are included as insured with regard to damages and
defense of claims arising from: (a) activities performed by or on behalf of the
Named Insured, (b) products and completed operations of the Named Insured,
or (c) premises owned, leased, or used by the Named Insured.
2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the
Named Insured on the above described Project for or on behalf of the City of
Norco; or(b) products sold by the Named Insured to the City of Norco for use on
the Project; or(c) premises leased by the Named Insured from the City of Norco,
the insurance afforded by this policy shall be primary insurance as respects the
City of Norco, its elected or appointed officers, officials, employees, consulting
engineers, or volunteers; or stand in an unbroken chain of coverage excess of
the Named Insured's schedule underlying primary coverage. In either event, any
other insurance maintained by the City of Norco, its elected or appointed officers,
officials, employees, consulting engineers, or volunteers shall be in excess of
this insurance and shall not contribute with it.
3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as
broad as:
(1) Insurance Services Office Form Number GL 0002 (Ed. 1/73),
Comprehensive General Liability Insurance and Insurance Services Office
form number GL 0404 Broad Form Comprehensive General Liability
endorsement; or
(2) Insurance Services Office Commercial General Liability Coverage,
"Occurrence" Form CG 0001; or
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
(3) If excess, affords coverage which is at least as broad as the primary
insurance forms referenced in the preceding Sections (1) and (2).
4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies
separately to each insured who is seeking coverage or against whom a claim is
made or a suit is brought, except with respects to the Company's limit of liability.
5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR
LOSS. Any failure to comply with reporting provisions of the policy shall not
affect coverage provided to the City of Norco, its elected or appointed officer,
officials, employees, consulting engineers or volunteers.
6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be
suspended, voided, canceled, reduced in coverage or in limits except after 30
days prior written notice by certified mail return receipt requested has been given
to the City of Norco. Such notice shall be addressed as shown in the heading of
this endorsement.
C. INCIDENT AND CLAIM REPORTING PROCEDURE
Incidents and claims are to be reported to the insurer at:
ATTN:
(Title) (Department)
(Company)
(Street Address)
(City) (State) (Zip Code)
(Telephone Number)
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE
INSURER
I, , warrant that I have authority to
(Print/Type Name)
bind the below-listed insurance company and by my signature hereon do so bind this
company.
SIGNATURE OF AUTHORIZED REPRESENTATIVE
(Original Signature required on endorsement furnished to the City of Norco)
ORGANIZATION:
TITLE:
ADDRESS:
TELEPHONE:
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
AUTOMOBILE LIABILITY ENDORSEMENT
CITY OF NORCO
2870 Clark Avenue
Norco, CA 92860
(951) 270-5678
A. POLICY INFORMATION Endorsement#
1. Insurance Company
Policy Number
2. Policy Term (From) (To)
Endorsement Effective Date
3. Named Insured
4. Address of Named Insured
5. Limit of Liability Any One Occurrence/Aggregate
$ �
6. Deductible or Self-Insured Retention
(Nil unless otherwise specified):
$
B. POLICY AMENDMENTS
This endorsement is issued in consideration of the policy premium. Notwithstanding any
inconsistent statement in the policy to which this endorsement is attached or any other
endorsement attached thereto, it is agreed as follows:
1. INSURED. The City of Norco, its elected or appointed officers, officials,
consulting engineers, employees and volunteers are included as insured with
regard to damages and defense of claims arising from: the ownership, operation,
maintenance, use, loading or unloading of any auto owned, leased, hired or
borrowed by the Named Insured, regardless of whether liability is attributable to
the Named Insured or a combination of the Named Insured and the City of
Norco, its elected or appointed officers, officials, employees, consulting
engineers or volunteers.
2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named
Insured for or on behalf of the City of Norco, the insurance afforded by this policy
shall: (a) be primary insurance as respects the City of Norco, its elected or
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
appointed officers, officials, employees, consulting engineers or volunteers; or
(b) stand in an unbroken chain of coverage excess of the Named Insured's
primary coverage. In either event, any other insurance maintained by the City of
Norco, its elected or appointed officers, officials, employees or volunteers shall
be in excess of this insurance and shall not contribute with it.
3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the Named
Insured at least as broad as:
(1) Insurance Services Office form number CA 00001 (Ed. 1/78), Code 1 ("any
auto") and endorsement CA 0025.
(2) If excess, affords coverage which is at least as broad as the primary
insurance forms referenced in the preceding Section (1).
4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies
separately to each insured who is seeking coverage, or against whom a claim is
made or a suit is brought, except with respect to the Company's limit of liability.
5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR
LOSS. Any failure to comply with reporting provisions of the policy shall not
affect coverage provided to the City of Norco, its elected or appointed officer,
officials, employees, consulting engineers or volunteers.
6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be
suspended, voided, canceled, reduced in coverage or in limits except after 30
days prior written notice by certified mail return receipt requested has been given
to the City of Norco. Such notice shall be addressed as shown in the heading of
this endorsement.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
C. INCIDENT AND CLAIM REPORTING PROCEDURE
Incidents and claims are to be reported to the insurer at:
ATTN:
(Title) (Department)
(Company)
(Street Address)
(City) (State) (Zip Code)
(Telephone Number)
D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE
INSURER
I, , warrant that I have authority to
(Print/Type Name)
bind the below-listed insurance company and by my signature hereon do so bind this
company.
SIGNATURE OF AUTHORIZED REPRESENTATIVE
(Original Signature required on endorsement furnished to the City of Norco)
ORGANIZATION:
TITLE:
ADDRESS:
TELEPHONE:
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
WORKER'S COMPENSATION/EMPLOYER'S LIABILITY ENDORSEMENT
CITY OF NORCO
2870 Clark Avenue
Norco, CA 92860
(951) 270-5678
A. POLICY INFORMATION Endorsement #
1. Insurance Company
("the Company")
Policy Number
2. Effective Date of this Endorsement
3. Named Insured
7. Employer's Liability Limit (Coverage B)
B. POLICY AMENDMENTS
In consideration of the policy premium and notwithstanding any inconsistent statement in
the policy to which this endorsement is attached or any other endorsement attached
thereto, it is agreed as follows:
(1) Cancellation Notice. The insurance afforded by this policy shall not be
suspended, voided, canceled, reduced in coverage or in limits except after 30
days prior written notice by certified mail return receipt requested has been given
to the City of Norco. Such notice shall be addressed as shown in the heading of
this endorsement.
(2) Waiver of Subrogation. The Insurance Company agrees to waive all rights of
subrogation against the City of Norco, its elected or appointed officers, officials,
agents and employees for losses paid under the terms of this policy which arise
from work performed by the Named Insured for the City of Norco.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE
INSURER
I, , warrant that I have authority to bind
(Print/Type Name)
the below-listed insurance company and by my signature hereon do so bind this company.
SIGNATURE OF AUTHORIZED REPRESENTATIVE
(Original signature required on endorsement furnished to the City of Norco)
ORGANIZATION:
TITLE:
ADDRESS:
TELEPHONE:
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Form YY�9 Request for Taxpayer Give Form to the
(Rev.December2014) Identification Number and Certification requester.Donot
�epartment of the Treasury send to the IRS.
Intemal Revenue Service
1 Name(as shown on your fncome tax return).Name is required on thfs Ifne;do not leave thfs Ifne blank.
2 Busfness nameJdfsregarded entfty name,ff dffferent from a6ove
N
d
m
f0
�- 3 Check appropriate 6ox for federal tax dassification;check only one of the following seven boxes: 4 Exemptfons(codes apply only to
� certaln entities,not indivlduals;see
� ❑Indfvfdual/sole propnetor or ❑ C Corporatfon ❑ S Corporatfon ❑ Partnershfp ❑Trust/estate instructions on a e 3
a O single-member LLC Exempt payee code(if any)
�.•U �Lfmfted ifa6flfty company.Enter the tax classfffcatfon(C=C corporatfon,S=S corporatfon,P=partnershfp)►
? Note.For a sin le-member LLC that is disre arded,do nat check LLC;check the a Exemption from FATCA reporting
`p g g ppropriate box in the line abave for
� y the tax dassfffcatfon of the sfngle-member owner. code(ff any)
— c
d � ❑Other(see instructions)� (appries ro accounts marntarneo oursicre me u.s.�
— 5 Address(num6er,street,and apt.or sufte no.) Requester's name and address(optfonal)
U
d
G
� 6 City,state,and ZIP cade
�
�
7 List account number(s)here(optional)
Taxpayer ldentification Number(TIN]
Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number
backup withholding.For individuals,this is generally your social security number(SSN).However,for a � -� -�
resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3. For other
entities,it is your employer identification number(EIN). If you do not have a number,see How to get a
TIN on page 3. or
Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for Employer identification num6er
guidelines on whose number to enter.
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me�;and
2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b�I have not been notified by the Internal Revenue
Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am
no longer subject to backup withholding;and
3. I am a U.S.citizen or other U.S.person(defined below);and
4.The FATCA code(s�entered on this form(f any�indicating that I am exempt from FATCA reporting is correct.
Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and di�idends on your tax return.For real estate transactions,item 2 does not apply.For mortgage
interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and
generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the
instructions on page 3.
Sign Signature of
Here 11.S.persan� Date►
General I nstructions •Form 1098(home mortgage fnterest),1098-E(student loan fnterest),1098-T
�tu�t�o�>
Sectfon references are to the Intemal Revenue Code unless othenvfse nuted. .Form 1099-C(canceled debt)
Future develapments.Information a6out developments affectfng Form W-9(such .Form 1099-A(acqufsftion or a6andonment of secured property)
as legislation enacted after we release it)is at www.irs.gov/fw3.
llse Form W-9 only ff you are a 11.S.person(ndudfng a resfdent alien),to
Purpose of Form provfde your correct TIN.
An indfvidual or entity(Form W-9 requester)who fs reqwred to file an fnformatfon 1f you do rrot return Form W-9 to the requesfer wlth a TIN,you mfght be sub1ect
return wfth the IRS must o6tafn your correct taxpayer fdentfffcatfon number(fIN) to backup wrthholding.See Whatis backup wrthholdrrrg?on page 2.
whfch may 6e your socfal securfty num6er(SSN),fndfvfdual taxpayer fdentfffcatfon By sfgnfng the fflled-out form,you:
num6er(ITIN),adaption taxpayer identification num6er(ATIN),ar emplayer 1.Certify that the TIN you are givfng fs correct(or you are waitfng for a num6er
identification number(EIN),to report on an information retum the amount paid to to 6e issued),
yau,or other amount reportable on an fnformatfon retum.Examples of fnformatfon
retums include,but are not limited to,the following: 2.Certify that you are not subject to backup withhalding,or
•Form 1099-INT(fnterest earned or paid) 3.Clafin exemptfon from 6ackup wfthholdfng ff you are a 11.5.exempt payee.If
•Form 1099-0IV(dividends,including those from stacks or mutual Tunds) appGca6le,you are also certffying that as a 11.S.person,your alloca6le share of
any partnership income from a 11.5.trade or busness is not su6ject to the
•Form 1099-MISC(vanous types of fncome,pnzes,awards,or grass proceeds) wfthholdfng ta�c on forefgn partners'share of effectfvely connected fncome,and
•Form 1099-B(stock or mutual fund sales and certafn other transactfons 6y 4.Certify that FATCA code(s)entered on this form(if any)indicating that you are
6rokers) exempt from the FATCA reportfng,is correct.See Whatfs FATCR repoKlrrg?on
•Form 1099-5(proceeds from real estate transactions} page 2 for further fnformatfon.
•Form 1099-K(merchant card and thfrd party network transactfons)
Cat.No.10231X Form W-9(Rev.12-2014)
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Form W-9(Rev.12-2014) Page`�
Nate.IF you are a IJ.S.person and a requester gives you a form oiher ihan f orm 3.The IRS tells the requester[hal you fumished an incorreci TIN,
W-9 to reyuest your T1N,you must use the requester's form ii it is su6stantially q,�e IRS tells you that you are suhject to�ackup wfthholding 6ecause you did
similar to this Form W-9. not report all your irrterest and divVdends on your t�mlum(for reporta6le interest
Definition of a U.S.person.For federal tax purposes,you are considered a U.S. and dividends only),or
�erson ff you are. 5.You do not certffy to the requester that you are not su6ject to 6ackup
•An indfvfdual who fs a 11.5.cftizen or IJ.S.resfdent alfen; vdithholdfng under 4 a6ove(for reporta6le fnierest and divfdend accounts opened
•A partnership,cnrporation,company,or assodation created or organized m the after 19&3 only).
Unlled Stales or undar the laws of the Unfted Stales; Certafn payees and payments are exempt from backup wdhholdfng.See F_xempt
•An astate{other ihan a toreign estate);ar payee code on page 3 and the separate Instniciions for the Requesier of Fprm
W-9 for more information.
•A dumesiic hust(as defined In Regulations sectian 301.7701-7).
Also see Specra!ruJes for parbrerships a6ove.
Special rules for partnerships.Partnerships that conduct a trade or business in
the llnded StatPs are generally requfred to pay a wfthhnldfng#ax under section What is FAT�A reporting?
1446 on any foreign partners'share of effectively connected taxa6le income from
such business.Furiher,m certafn cases where a Form W-9 has not been received, 1he Foreign ArcouN Tax Campliance Act(FATCA}requires a participating fareign
the rules under secilon 1446 require a partnership to presunie that a partner Is a financVal insidution to report all Llnited States account holders that are specffied
foreign person,and pay the section 1446 withholding tax.Therefore,if yati are a Llnited States persons.Certain payees are exempt from FATCA repnrting.See
U.S.person thai fs a partner in a partnership conductfng a trade or busfness in#he Exemption from FATCA reporting code c�n page 3 and the Instn�ctinns for the
lJnited States,prouide Form W-9 to the partnership to establish your 11.5.status Requester of Form W-9 ior more fnformation.
and avoid sectian 1448 withholding on your share of partnership income.
In ihe cases belnw,the 1'ollowinc�persan must give Form W-9 to the partnership Updating Your Information
for purposes of esta6lishfng fts 11.5.status and avoidfng wfthholdfng on fts You musi provide updated informatfon tn any person to whom you claimed to 6e
allocable share nf net income from the partnership conducting a trade or 6usiness an exem�t payee if you are no longer an exempt payee and anticipate receiving
fn the Un�ted States: reportable payments fn the future from ihis person.For example,ynu may need ia
•In the case oi'a dfsregarded entity with a L1.S.owner,the U.S.nwner otihe provfde updated information if you are a C corporatfon that elects to he an S
disregarded entity and not ihe entfty; corpora#ion,or if you no longer are tax exempt.In addition,you must iumish a new
Form W-9 rfthe name or TIN changes for the account;for axample,if the grantor
•In the case of a grantor trust wiih a IJ.S.grantor or other IJ.S.owner,generally, nf a grantor trusi dies.
the U.S.grantor ar ather U.S.owner of the grantor trust and not the trust;and
•In the case of a L1.S.hust(other than a grantor trtist),the U.S.tr�ist{other than a P211��tI�S
grantar trust)and nat the k�eneficianes af the trust. Failure to fumish TIN.If you fafl to furnYsh your correci TIN fo a requester,you are
Foreign person.If you are a foreign person or the IJ.S.bianrh of a 1'orefgn bank subject tn a penalty of$50 for each such failure unless ynur failure is due to
[hat has elected to 6e treated as a 11.5.�erson,do not use Form W-9.Instead,use reasonable cause and not to wflliul neglect.
the appropi iate Form W-8 or Form$233(see Pu6lication 515,Withhaldiny o(Tax Civil penalty for false information with respect ta withhalding.If yau make a
nn Nonresfdent Aliens and Forefyn Entftfes). false statement with no reasona6le 6asis that resul[s in nn 6ackup withholding,
Nanresident alien wha hecomes a resident alien.Generally,only a nonresident you are suhjecl to a$500 penal[y.
alien individual may use the terms of a tax treaty to reduce or eliminate U.S.tax on Criminal penaliy for falsifying information.Wfllfully falsffying certfffcatfons or
certain types af fncome.However,most tax treaties contain a provfsfon knawn as �fffrmaifons rriay subject you to cronfnal penaltfes�ncludfng ftnes and/or
a"saving dause.°Exceptions specified in the saving dause may permrt an impnsonment.
exemption frnm tax to continue for certain types of income even after the payee
has athenvise hecome a L1.S.resident alien for tax purposes. Misuse ofTlNs.li the requester diseloses or uses TINs in violation af federal law;
If you are a IJ,S,resident alfen who fs relyfng on an excepiion contained in the the requester may 6e suuject t�ci�nl and cnmfnal penalties.
sa�rfng dause oi a tax treaty to daim an exemptfon from 11.5.tax on certam ty�es
af income,yau must attach a statement ta Farm W-9 that specfffes the following Specific I nstructions
ffve ftems:
1.The treaty country.Generally,U�is musi be the same treaty under which ynu Line 1
claimed exempiion from tax as a nonresident alien. You must enter one of the following an this line;do not leave this line blank,The
2.The treaty artide addressing the income. name should match the name on your tax return.
3.The artde num6er(or location}in the tax treaty that contains the saving If thfs F�rm W-9 Ys for a jofnt account,Ifst first,and then cfrde,the name of the
dause and its exceptions. person or entity whose i�um6er you entered in Part I of Form W-9.
4.The type and amount of fncome that qualfffes for the exemptfon from tax. a. IndividuaL Generally,enter the name shoavn on your tax return.IT you ha�e
changed your last name wfthout fnforming the Sacial Security Administrahan(SSA)
5.Sufffcfent facts to justfiy the exemption from tax under the terms of the treaty nf ihe name change,enter your ffrst name,ihe last name as sh�wn on your socfal
article. securfty card,and your new last name.
Example.�.rtfcle 20 of the 11.S.-Chfna income tax treaty allows an exemptfon Note.ITIN applicaM:Enter your individual name as it was entered on your Form
from t�for scholarship in��me received 6y a Ghinese studenttemporarily present vy_�applicat�on,line 1 a.This should also be the same as the name you antered on
in ihe Uniled States.Under L1.S.law,this student will 6ecome a resident alfen for the Farm 104011[140�L'1040EZ you filed with your ap�lication.
tax purposes if his or her stay in tha llnited States exceeds 5 calendar years.
Hnwever,paragraph 2 of the first Protocol to the L1.S.-China treaty{dated April 3Q 6. Sole proprietor or single-mem6er LLC.Enter your indiuidual name as
1984)allows ihe provisions of Artfde 20 to r.dntinue to apply even after the shown on your 1040I1040A/1040EZ on line 1.You may enter your 6usfness,trade,
Chinese student 6ecomes a resident alien of the lJnited States.A Chinese student �r"dofng 6usfness as"(�LiA)name on Ifne 2.
who qualifies for thfs exception(under�aragraph 2 of the first protocol)and is c. Partnership,LLC that is not a single-member LLC,G Corporation,ar S
relyfng on thfs exceptfon to clafm an exemption from[ax on hfs or her scholarshfp Corporation.Enter the entiry's name as shown on ihe entity's tax retum on line 1
❑r Pellowship income would attach to Form W-9 a statement ihat indudes the and any busfness,trade,or�6A name on line 2.
intormaiion descnbed above to support that�xemption. d. Other entities.Enter your name as shown on requfred U.S,federal t�
ft you are a nonresident alien or a foreign antity,give the requester the documents on Ilne 1.This name should match the name shown on tha charter or
apprnpriate com�leted Form W-F4 or Form 8233. nther legal document creatiny the entity.You may enter any business,trade,ar
�BA name on lin�2
Backup Withholding e. Disregarded entity.For IJ.S.federal tax purposes,an entity that is
What is hackup withholding?Persons makfng certain payments to you must disregarded as an entity separate hom fts owner is treated as a"dfsregarded
under certain conditions wiihhold and pay to the IRS 28%oi such paymenis.This en4ty.° See Regulatfons secGnn 301.7701-2(c)(2)(0}.Enter the owner's name on
fs called"6ackup withholdfng"' Payments that may 6e su6ject to backup line 1.The name of the entity entered on line 1 should never 6e a dlsregarded
withholding indude interest,ta;c-exempt inierest,dividends,6roker and 6arter entity.The name on line 1 should be the nameshown on the income tax retum on
exchange transactions,reMs,royalties,nonemployee pay,payments made in whfr.h the fncome should be reparted.For example,if a ioreign LLC that fs treated
settlement of payment card and thfrd party nehn�ork transactions,and certam as a disregarded entity for IJ.S.federal tax purposes has a single owner that is a
�ayments from fishing 6oat operators.Real estate transactions are not su6ject io U.S.persan,the L1.S.nwner's name is required to be provided on line 1.If the
6ackup wfthhaldfng. direct owner ot the entity fs also a dfsregarded entfty,enter the first owner that is
You will not be subject to 6ackup wf#hholdfng on payments you recefve ff you not disregarded for federal ta�c purposes.Enter the dfsregarded entfty's name on
give the requester your cnrrect TIN,make the proper certifications,and report�II Ifne 2,"Business nameldfsregarded enirty name"ffthe owner ofthe disregarded
yaur taxable interest and dnridends on yaur tan retum. entity is a forefgn person,the owner must r.omplete an approprfate Form W-8
instead of a Fonn W-9. This is the case even if the forei�n person has a IJ.S.TIN.
Payments you receive will be subject to backup withholding if:
1.You do nnt iumish ynur TIN tn the requester,
2.You du not cartify your TIN when required(see the Part II instructions on page
3 for details),
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Form W-9(Rev.12-2014) Page 3
Llne 2 `However,the tollowYng payments made to a corporation and re�orta6le un Form
It ynu have a 6usiness name,trade name,�BA name,or disregarded entity name, 1099-MISC are nnt exempt frnm 6ackup wfthhalding:medical and health care
you may enter ft on line 2. payments,attomeys'fees;gross�roceeds paid to an attomey reportal�le under
section 6045(fl,and�ayments for services�aafd 6y a tederal execuiiva agency.
Line 3 Exemption from FATCA reporting code.The tollowfng codes identffy payees
Check the appropnate box in line 3 for the U.S.federal tax dassfication of tFre that are exemptfrom reporting under FATCA.These codes apply to persons
person whose name is entered on line 1.Check only one box in line 3. submitting this Yorm Por accounts mainiained outside of the United States by
Limited LiahiliTy Company{LLC].If the name nn Ifne 1 fs an LLC treated as a certain forefgn ffnancial fnstitufYons.ThereFore,if you are only su6mittfng thfs torm
for an account you hold fn the lJnfted States,you may leave thfs ffeld blank.
partnershlp for L1.S.federal t�c purposes,uhack tha"Limited Lia6ility Company" Consuft with the person requesting this fc�rm if you are ui�certain'rfthe financfal
6ax and enter"P"in the space piovided.IT the LLC has filed Form 8832 or 2553 to institution is su6�ect to these requfrements.A requester may fndicate that a code fs
he taxed as a corporatfon,check the"LYmfted Liability Company"box and fn the not required by r�rovidfng you wfth a Form W-9 with"Not Applica6le"(or any
space provided enter"C"for C cnrporatfon or"S"for 8 corporatfon.If it is a simVlar fndfcation)wrrtten or printed on ihe line for a FATCA exemptfon code.
single-mem6er LLC that is a disregarded enfih/,do not check the"Limited Li:a6flfty
Compan�'6ox;instead checkthe first 6ox In fine 3"Individuallsole proprietor or A—An organization exempt from tax under section 501(a)or�rry indiV�dual
sfngle-member LLC." retirement plan as deffned fn section 7701(a)(3�
B—The lJnited States or any of its agencfes or fnstrumentalftfes
Line 4, Exemptians
If ynu are exempt from 6ackup withholding and/or FATCA reporting,enter in the C—,4 state,the�istrfct of ColumbYa,a U.S.commonwealih or possessYnn,nr
a ro nate s ace in Ime�1 an ode s that ma a I to Vou. any of iheir political su6divisions or instrumentalfties
PP P P V� I) Y PPY
Exempt payee code. n—A corporatfon the sfock of whfch fs regularly traded on one or more
�Stablfshed securftfes markets,as desr,rfbed in Regulations section
• Generally,indnnduals{includmg sole proprfetors)are not exempt trom packu� 1.1472-1(c)(1)O
�vithholding. E—A corpora#fon that is a member nf the same expanded affflfated group as a
• Except as�rovided below,corporations are exempt hom 6ackup wrthholdfng corporatfon descrfbed fn RegulaLons section 1.1472-1(c)(1)O
for certain payments,indudfng Interestand dividends. F—A dealer fn secunties,commodii�es,or demiafivefinancial insiruments
• Carporatinns are not exempf from backup avithholding for payments made in (ncludfng notfonal pnncipal contrar.ts,iutures,forwards,and options)tha#is
settlement of payment card nr third�arty network transactions. registered as such under the laws of ihe United Staies or any state
• Gorporations are not exempt from backup withholding with respect to attomeys' G—A real estate investment iri�st
fees or gross proceeds paid to attomeys,and corporations that provide medical or H—A regulated investmeni company as defined in section 851 or an entity
heaflh care servir,es are noi exem�t wdh iesper,t to payments reporta6le on Form registered at all times during Lhe tax year und�r the Investment Company Act nf
1099-MISC. 1940
The followmg codes identifij payees that are eacempt frorn backup wrthholding. I—A common trust fund as defir7ed in section SII4(a)
Enter the appropnate code fn the space m IYne 4.
1—An orgarnzation exem�t liom t�under sectYon 501(a),any IRA;or a J—A bank as defined in section 581
custodial accouni unde�section 403(6}(7)iF the account satisffes the requirements K—A 6roker
of sectfon d01(fl(2) L—A trust exempt fram k�c undar sectini�664 or described in seciion 4947(a1(1)
2—The Llnfted Siates ar any of fts agencfes or instrumentalfties M—A tax exempt trust under a sectfon 403{b)plan flr sectfon 457(g)plan
3—Astate,#he�fstrict of Colum6ia,a 11.S.commonwealth or possessfon,or Note.You may wish ta consul#with the financial instituGon requesting this form to
any nf their political subdivisions nr instrumentalities determine whether the FATCA code and/or exempt payee code shauld be
4—A forefgn government or any of its pnlitfcal su6dfvisions,agencfes,or com�leted.
instrum entaGti es
Line 5
5—A corporation
6—A daaler ln securities or commoditfes requfred to regYster in the llnited Enter your address(number,sireei,and apartment or suite num6er).This is where
States,the�fstrict ot Columbfa,or a IJ.S.commonwealth or pnssessfon the requester af this Form W-9 will mail ynur informatian returns.
7—A Tutures cammissinn merchant registered with the Camniadity Futures Line 6
Tradfng Coinmissfon Enter�/our city,state,and ZIP cnde.
&—A real estate investmerrt trust
9—An entity regfstered at all times durfng thetax year under the Investment Part I.Taxpayer ldentification Number{TIN)
Com�any Act of 1940 Enter your TIN in the apprapriate hox.If you are a resident alien and you do noi
1�—A common trust fund operated bV a uank under section 584{a) have and are not eligible to get an SSN,your TIN is ynur IRS individual taxpayer
identificatfon nurn�er pTIN).Enter it in the social security number 6ox�If you do riot
1 1—A financfnl fnstftutfon have an ITIN,see Ho�v to get a TIN below.
12—A middleman known in ihe invesimeni communfty as a nominee or If you�re a sola�roprieior and you have an EIN,you may enter eiiher your SSN
custodian or EIN.However,the IRS�reters that you use your SSN.
13—A trust exempt from tax under sectf on 664 or descrfbed m section 4947 If you�re a sfngle-mem6er LLC that fs disregarded as an entfty separate from fts
The tollowing chart shows typas of payments ihat may 6e exempt from 6ackup owner(see Limited Lia6ility Company(LLC)on this page),enter the owner's SSN
withholding.The chart applies to the exempt payees listed a6ove,1 [hrough 13. (or EIN,ff the owner has one).Do not enter the dfsregarded entity's EIN.If the LLC
is dassrfied as a corporatfon or partnership,enter the entiry's EIN.
IF the paymerrt is for... THEN the paymerrt is exempt for... Note.See the charl on page 4 for further clar�Fcation of name and TIN
com6f nati ons.
Interest and df�idend payments All exempt payees except How to get a TIN.If you do rfot have a TIN,apply for one immedfately.To apply
for 7 for an SSN,yei Form SS-5,Applfcatfon fnr a Social Secunty Card,frnm your local
SSA office or get thfs form onlfne at wvv�ncssa.gov.You may also yet thfs form 6y
&oker transactions Exempt payees 1 through 4 and 6 calliny 1-800-772-1213.Use Form W-7,Application for IRS Individual Taxpayer
through 11 and all C carparations.S Identification Nt�mber,to�pply for an ITIN,or Fnrm SS-4;Application for Emplayer
curporatfons must not enter an exempt Identiffcatfon Num6er,to apply for an EIN.You can apply for an EIN onlfne 6y
payee code 6ecause they are exempt accessfng the IRS we6sfte at www.irs.gov/businesses and clfckfng on Employer
only Tor sales of noncouered securities Identification Num6er(EIN)under Starting a[3usiness.You can get Forms W-7 and
acqufred prior to 2012, SS-d from the IRS 6y visding IRS.gov or 6y callfng 1-800 TAX-FnRM
(1-800-829�676).
Barter exchange transactfons and Exempt payees 1 through 4 If you are asked to complete Farm W-9 6ut do nat have a TIN,apWly for a TIN
�5atronage dfvfdends and m�rite"Applied For"in the space for[he TIN,sign and date the farm,and giv�it
Payments over$600 required to be Uenerally,exempt�ayees t�the requester.For interest and dfvidend paymenis,and certain�aymenfs made
re orted and direct sales over$5,U00� 1 throu h 5� wfth respect to readfly trada6le inshuments,generally you will have 60 days to get
p g a TIN and give it to the requester 6efore you are subject to 6ackup wfthholdfng on
payments.The 60-day rule does nat apply to other rypes of payments.You will be
Payments made fn settlement of Exempt payees 1 ihrough q subject to backup wfthholding on all such payments i.intfl you provfde your TIN to
payment card or Lhird party network ihe requester.
transactions Note.Enterfng"Applied For'means that you have already applfed for a TIN or that
1 you intend to apply for one soon.
See Fnrm 1099-MISC,Miscellaneous Income,and its instructians.
Caution:A disregarded(1.S,entity thathas a forelgn o�Nnermustuse the
approprfate Form IN-8.
DocuSign Envelope ID:44AB4616-3F66-492C-AF68-02E3AC897593
Form W-9{Rev. 12-2014) Page 4
PBCt ��. Ci�CtIfIC�tlUll �Vou must show your Indlvidual name and you may also enter your busihess or DBAname on
ihe"8usiness namel�sregarded entiry"name line.ti'ou may use elther your SSN or EIN[f you
To esta6lish ta the withhalding ayent that you are a U.S.person,or resident alien, have one),but me i RS encourages you ro use your Ssr.l
sfgn Form W-9.You may 6e requested to sfgn 6y the wfthholdfng agent everr rf °List first and circle the name ot the trust,estate,or pension irust.�Do not furnish rhe TII�I of the
dems 1,4,or 5 6elow fndfcate rftherwfse. personal representative or trustee ui�less the legal en7iN itself Is nor deeignaTed in the account
For a joint account;only the person whose TIN is shown in Part I should sign title j Also see Special roles for partnerships on page 2
{when required).In the case c1t a dfsregarded enfity,the�erson idantified on Ifne 1 'Note.Grantor also must provide a Form W-9 to trustee of rrust
must syn.6cempt�ayees,see Exemptpayee code earlfer. Nate.If nn name fs cfrcled when more than one name fs Ifsted,the num6er wfll 6e
Signature requirements.Complete the certification as indicated in items 1 considered i�6e ihat oi the first name Ifsted.
through 5 6elow.
1.Irrterest,dividend,and 6arter exchange accounts opened hefore 1984 Secure Your Tax Records from Identity Theft
and hroker accourrts considered active during 1983.You musi gf�e your ldentfty thett occurs when someone uses yaur personal informatfon such as your
correct TIN,h�rt you do not have to sign ihe certffication. name,SSN,or other identifying informatinn,tivithout your permission,to cammit
2.I�rterest,dividend,hroker,and 6arter exchange accounts opened after fraud ar other crimas.An identity ihief may use your SSN to get a jnY�or may file a
198�i and hraker accaunts considered inactive during 1983.You must sign the tax retum using your SSN to rer,enre a refund,
certification or 6ackup withholding will apply.If you are su6�eci to 6ackup To reduce your rlsk:
withholdfng and you are merely provfdfng your correct TIN to the requester,ynu .protect your SSN,
m«st eross out Item 2 in the certification before signing the form.
•Ensure yaur emplayer is pratecting yaur SSN,and
3.Real estate transactions.Ycau must sign Ihe certiffcatfon.You may cross out
item 2 of the r.ertificatinn. •Be careful when choosfng a tax preparer.
4.Other paymerrts.You must yf�e your carrect TIN,but you do not have to sgi� If your tax records are affected by identfty theft and you receiire a notice from
the certffir,atfon unless you have been noiitied that you have previously given an the IRS,respond right away tn the name and phone num6er printed on the IRS
incorrect TIN."�ther payments°include payments made in the course of the notice or letter.
requester's trade or�usiness for rents,royalties,goods{other than 6ills fur If your tax records are not currently affected f�y Identf ty theit but you think you
merchandise),medical and heal#h care servfces(fnduding payments to are at risk due ta a last or stolen purse or wallet,quesiiona6le credi[card ar,iivity
corporations),payments to a nonemployee for services,payments made in nr credit report,contact the IRS Identity Theft Hotline at 1-800-908-4490 or submit
s�ttlement nf payment card and thlyd party neiVrnrk transactlons,payments t� Form 14039.
cerlain fishinc�uaat crev��mem6ers and iishermen,and gross praceeds paid tn For more information,see Pu6lication 4535,Identity Theft Prevention and Uctim
attnrneys(including payments tn cnrparatians).
Assistance.
5.Mortgage irrterest paid hy you,acquisition or a6andonment of secured Vfctfms of fdentfty theft who are experiencing eronomic harm or a system
property,cancellation of debt,qualified iuition program payments{under problem,or are seekfng help m resolving tax problems that have not been resolved
sectian 529},IRA,Coverdall ESA,Archer MSA or HSA coirtrihutions or through nnrmal rhannels,may 6e eligi6le for Taxpayer Advocate Sen+ice(fAS)
distri6utions,and pension distri6utions.You must yive your correct TIN,hut you assistance.You can reach TAS 6y calling the TA8 toll-free case intake line at
do r�ot have to sfgn the c�rtfffcatfon. 1_g77 777�77g qr TTY/TQ�1-800 829-4U59,
What Name and Number To Gir+e the Requester Protect yourself from suspicious emails or phishing schemes. Phishing is the
creatinn and use of email and we6sites designed to mimiclegitimate 6usiness
For this type of accourrt: Give name and SSN of: emafls and vdehsftes.The most cnmmon act Ys sending an emafl ta a iiser falsely
claimfng to be an establfshed legftfmate enterpnse fn an attempi lo scam the user
1.Individual llie individu�l inio surrendenng prfvate informatfon that will t�e used for identfty theft.
2.Two or mare individuals(jaint The acival pwner oTthe account ar, The IRS does not fnftfate contacts wfth taxpayers,ria emails.Alsu,the IRS does
account) if comk�fned iunds,the first not request personal detafled fnformatfon throuyh emafl or ask taxpayers for the
indi�ndual an the accnunt' PW num6ers,passwords,or similar secret access information for their credit card,
3.Custadian acc�unt of a minar 1he minor- hank,or other ffnancial accounts.
(Unfiorm Gift to Mfrrors Act) II'you receYve an unsolfcfted email claYming ko be from the IRS,lorward thfs
A.a.The usual revoca6le savings The grantar-trustee' message to phishingC�irs.gov.You may also repori misusa of the IRS name,logo,
trust(grantar is also lrusiee} or other IRS property to the Treasury Inspector General tor Tax Administration
6.So-r,alled trust account that is me actual oUmer' (fIGTA}at 1 800 366-4484.Yau can forward suspfcfous emails to the Federal
not a legal nr valid trust undar Trade Commission at:spam�uce.gov or contact them at Uvww.ttc.gov/idtheft or
state I aw 1-877-IDTHEf-T(1-877-438-4338).
5.Sole proprietorship or disregarded The owner' Vfsft IRS.yos�tc�learn more ahout fdentity theft and how to reduce your nsk.
entity own�d by an fndfvfdual
6_Grant�r trust filing i.inder Optional llie gr�nte�r' Pri�aey Act Notice
Form 1099 Rlfng Method 1 (see
Regufations sectlon 1.671 4(b}(2)(f} Section 610�J of the Intetnal Revenue G�de requires you to provide your correct
{A)} TIN ta�ersons(ncludfng federal agencYes)who are requfred to file fnformatfun
retums with the IRS to report interest,diuidends,or certain oiher income paid to
For this type of account: Give name and EIN ofi ypu;martgage interest yau paid;the acquisition ar abandanment of secured
7.Disregarded eniity noi owned by an The owner pr�perty;the cancellation of de6t;or contri6utfons you made to an IRA,Archer
fndivldual MSA,or HSA.The person collectfng this form uses the fnformation on the torm to
8.A valfd trust,estate,or pensfon trust Legal entity' file informatian returns with the IRS,reporting the above iniarmatian.Ra�fine uses
nf this informatinn include giving it to the�epartment of Justice for civil and
9.Gnrporatiun or LLC electing The corporation crfmfnal litfgatfon and to cftfes,states,the Dfstnct of Columbfa,and U.S.
corporate status on Form 8832 or commonwealths and possessions for use in administering their laws.Tlie
Form 2553 information alsn may 6e disclosed to oiher countries under a treaty,to federal and
10.Assocfation,dub,relfgfous, The organiza6on state agencfes to enforce ci�fl and cnmmal laws,or to federal law enforcement and
chantable,educational,ar ather t<oc- frrtellfgence agencies to combat terronsm.You must pro�fde your TIN whethee or
exempt organization not you are requfred to file a tax return.llnder section 3406,payers must generally
11-Partnership or multf-member LLC The parinershl� withhold a percentage of taxa6le fnterest,dfvfdend,and certain other payments to
a payee who daes nat give a TIN to the payer.Certain penalties may alsa apply for
12.A braker ar registered nominee The braker ar naminee pra�iding false ar fraudulent infarmation.
13.Account wiih the C]epartment of Thie public eMity
Aynculture in ihe name of a pu6lic
entity(such as a state ar lacal
gavernment,schnal district,nr
pnson)that recelves agneultural
program payments
14.Urantor trust filing under the Farm The trust
1041 Filing Methad nr the Optinnal
Form 1099 Rlfng Method 2(see
Regulations sectian 1.671-4(b)(2)(i}
�B))
'List first and circle the nam e of the person whose num bar You(urnish If onlY one person on a
�olnt accourit has eri SSN,that person's number must he turnisheU_
�Clyde the minor's name and iumish the minoY's SSN