Loading...
HomeMy WebLinkAbout_ Contract - West Coast Arborists, Inc. - 2024391321008.1 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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, DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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 bu siness 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, 218 10 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. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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 t he 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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 hour s; 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 Mahoney 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. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1321008.1 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 By: ______ By: ____ Printed Name: Patrick Mahoney Dan Fox, City Manager Title: President By: ATTEST: Printed Name: Richard Mahoney Title: Secretary Kristina Santana, City Clerk Approved as to form: By: ____ 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 close in time to the execution of the Agreement, must be provided to the City. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 5/30/2024 5/30/2024 5/31/2024 6/19/2024 6/20/2024 EXHIBIT “A” DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 City Council STAFF REPORT 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 SUBJECT: Approval of 5-Year Tree Trimming, Removal, and Planting Contract with West Coast Arborists, Inc. RECOMMENDATION: 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. SUMMARY: 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. BACKGROUND: 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 intoboundariesCitythemaintenancewhichprogramfivedivides tree maintenance zones; typically, one zone per year is trimmed. During the year, minor additional maintenance in the other zones may/may not occur b ased 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. FISCAL IMPACT: 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. RELATIONSHIP TO STRATEGIC PLAN: 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. REVIEWED AND APPROVED BY: 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 ATTACHMENT(S): West Coast Arborist Proposal Fee Schedule Comparison West Coast Arborist Contract DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 City of Norco RFP/Q – Tree Trimming, Removal and Planting Contract Services DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 2 Setting the Gold Standard Table of Contents LETTER OF OFFER ............................................................................................................................. 3 COMPANY QUALIFICATIONS ......................................................................................................... 4 Company Introduction ........................................................................................................... 4 SCOPE OF SERVICES ....................................................................................................................... 6 TEAM QUALIFICATIONS .................................................................................................................. 9 PROJECT APPROACH AND MANAGEMENT............................................................................... 12 Workflow Timelines ................................................................................................................. 14 CLIENT REFERENCES ...................................................................................................................... 15 TEAM MEMBER RESUMES .............................................................................................................. 16 APPENDICES .................................................................................................................................. 18 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 4 Setting the Gold Standard COMPANY QUALIFICATIONS Company Introduction WEST COAST ARBORISTS, INC. (WCA) is a family-owned and operated union company employing over 1,100 full-time employees providing tree maintenance and management services. We are proudly serving over 3300 municipalities and public agencies. We provide superior and safe tree care operations seven days a week, 24 hours a day throughout California and Arizona. OUR VISION As a corporate citizen, WCA’s responsibility and accountability are to the communities where we do business. We hold ourselves to the highest standards of ethical conduct and environmental responsibility, communicating openly with our customers and the communities in which we work. It is our goal and vision to lead the industry in state-of-the-art urban tree care and management services. 100% CUSTOMER SATISFACTION Customer satisfaction is our top priority. We guarantee your complete satisfaction with every facet of our services. Our dedication to customer service has earned WCA a reputation unrivaled in the industry for dependability, integrity, quality and courtesy. We authorize our employees to do whatever is necessary to achieve the highest quality results. We know that high quality work saves our customer’s valuable time and is far more cost effective if we do our work properly the first time. We are committed to courteous and prompt customer service to fully resolve any issue. COMPANY INFORMATION President: Patrick Mahoney Organization Type: Corporation Established: 1972 Federal Tax ID: 95-3250682 DIR Registration: 1000000956 Members of Laborers’ Union: LiUNA! SAM Entity ID: CFJMVMJ9NSD1 CORPORATE OFFICE 2200 E. Via Burton St. Anaheim, CA 92806 REGIONAL OFFICES Escondido, CA Fresno, CA Indio, CA Phoenix, AZ Riverside, CA Sacramento, CA San Diego, CA San Jose, CA San Francisco, CA Santa Clarita, CA Stockton, CA Ventura, CA CONTRACT ADMINISTRATION Victor Gonzalez, Vice President Corporate Office Phone (714) 991-1900 Fax (714) 956-3745 Email: vgonzalez@wcainc.com FIELD MANAGEMENT Martin Cortez, Area Manager Riverside Office 21718 Walnut Ave. Grand Terrace, CA 92313 Phone (909) 783-6544 Fax (909) 783-6515 Email: mcortez@wcainc.com EMERGENCY RESPONSE 24/7 1 800 LIMB DOWN DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 5 Setting the Gold Standard 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, C27, C31, C21, A & B Over $8,500,000 line of credit available Annual financial audits available upon request Bonded by ARCH, an A+ rated company 1,100+ employees 330+ contracts with public agencies 95+ Certified Arborists 155+ Certified Tree Workers Drug-free workplace 14,000 sq. ft. company-owned Headquarters (Anaheim) 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 Avg. 20,000 trees planted annually over past 3 years Avg. 250,000 trees inventoried annually over past 3 years Fully insured with insurance up to $25 million Federal Tax ID #95-3250682, current on all taxes and fillings with state and federal government Sales volume over $140 million annually Fleet of approximately 1,600 pieces of equipment Active Memberships: Tree Care Industry Association (TCIA) International Society of Arboriculture (ISA) League of California Cities (LCC) California Parks & Recreation Society (CPRS) Association of California Cities| Orange County (ACCOC) Maintenance Superintendents Association (MSA) California Landscape Contractors Association (CLCA) Street Tree Seminar (STS) California Urban Forest Council (CaUFC) American Public Works Association (APWA) DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 6 Setting the Gold Standard 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% 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 7 Setting the Gold Standard 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. 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. Tree Planting We can replace trees that have been removed and plant new trees in accordance with the City’s specifications. We are prepared financially and logistically to acquire and purchase selected tree species for tree planting. At a minimum of 48 hours in advance we will inform Underground Service Alert 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. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 8 Setting the Gold Standard 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. WCA provides the technology, management, and civic experience that makes it the preferred tree management partner across the West. 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 9 Setting the Gold Standard TEAM QUALIFICATIONS Introduction West Coast Arborist’s (WCA) is a company comprised of a management team and a safety committee. Staff members have diverse educational backgrounds including accounting, business administration, engineering, and forestry. 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. Staff members have diverse educational backgrounds including accounting, business administration, engineering, and forestry. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 10 Setting the Gold Standard DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 11 Setting the Gold Standard WCA’s ISA Certified Arborists ADAN BALTAZAR REYNAGA WE-7786AT HERMINIO PADILLA WE-7552AUTM JOSE MANUEL PEREZ WE-0818AT REBECCA A. MEJIA WE-2355A ANDREW JOSEPH PINEDA WE-12738A 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-1171A ANDREW JOSEPH ONDREJECH WE-13817A ISAAC GARZA, JR. WE-8689A JUAN ORTIZ WE-8514AT ROBERT EDWARD KNIGHT WE-11564AT BENJAMIN EUGENE BORDSON WE-10777A ISAAC ONTIVEROS WE-8567A JUAN P. LAIJA, JR. WE-13425A ROBERT D. THOMPSON WE-0915AU BRIAN C. KIRKEGAARD WE-10476AT ISAIAS BARAJAS MACIAS WE-10979AT JULIO C. GARCIA VAZQUEZ WE-11175AT ROBERT A. WRIGHTSON WE-10411A BRIAN M. KOCH WE-0341A ISIDRO ESTRADA BARBOZA WE-11685A JUSTIN LEE MENZEL WE-11756A ROSE M. EPPERSON WE-1045A CALVIN F. HAUPT WE-7634A J. ALONSO GARCIA-LOPEZ WE-8499A KANAMI MARIE OTANI WE-13275A RYAN R. COLBERT WE-13154A DANE JENSEN WE-12014A JAIME ROGELIO HERNANDEZ WE-5297AT 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. GUZIK WE-3182AU 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 LORENZO PEREZ WE-7443AT STEPHEN GLENN DAVIS, JR. WE-10894AUTM DAVID GLYN EVANS WE-1588A JERRY A. ROWLAND WE-6353A MANUEL BRIANO WE-8791AT STEVE B. HUNT WE-1044AT DEBORAH DEPASQUALE WE-3812A JOEL LOPEZ WE-10871AT MARCO A. PADILLA JIMENEZ WE-8621AT TIMOTHY R. PATTERSON WE-12037A EDIBERTO SERNA SALAZAR WE-11051AT JOHN LEE PINEDA WE-10367AUT MARIO A. GONZALEZ WE-13119A TYLER KEASBEY LEHMANN WE-13460A EDUARDO VARGAS WE-11058AT JORGE MAGANA WE-3460A MATEO ARVIZU WE-10151AT VICTOR M. GONZALEZ 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 HERNANDEZ WE-2037AT JOSE M. CORTEZ TORRES WE-8539AUT MICHAEL LOUIS YOUNG WE-11687AT WILLIAM STEVE PONCE WE-6461A FRANCIS LEO MALABUYOC WE-12279AT JOSE MANUEL JIMENEZ URQUIZO WE-11111AT MICHAEL ANTHONY NUNES WE-12943A GENARO VICENTE CORONEL WE-12740A JOSE INEZ MANCILLA WE-10983AT MITCHELL ANDREW OWENS WE-12619AT GERARDO MARTINEZ GARCIA WE-11358A JOSE M. CHAVARRIA MANZO WE-11210AT NESTOR M. CABRERA MORA WE-13613AT GERARDO PEREZ WE-9131AT JOSE A. ALVAREZ WE-10908AT NESTOR VALENCIA WE-11359A GONZALO REGALADO WE-9952AT JOSE ALFREDO GONZALEZ WE-6475AT OSCAR GUTIERREZ WE-12783AT HECTOR MONTES WE-8079AUT JOSE LUIS DELREAL WE-11231AT PATRICK O. MAHONEY WE-1172A WCA’s ISA Certified Tree Worker/Climbers AN BALTAZAR REYNAGA WE-7786AT GABRIEL GAMINO WE-11167T JOSE M. MUNIZ GARCIA WE-11686T SALUSTIO SANCHEZ ARROYO WE-11462T ADAN RODRIGUEZ WE-11281T GABRIEL MERCADO RUIZ WE-11568T JOSE MANUEL PEREZ WE-0818AT SAMUEL JIMENEZ WE-11109AT ADOLFO S. RUIZ WE-11294T GAMALIEL MANZANO CORONA WE-12280T JUAN AMADOR ARCE WE-11480T SANTOS MACIAS LEMUS WE-10980T ADRIAN MUNOZ WE-13987T GEORGE HERNANDEZ PEREZ WE-12269T JUAN BECERRA WE-10932T SEAN PATRICK SULLIVAN WE-10050AT ALFREDO ANGEL LOPEZ WE-11334T GERARDO MARTINEZ GARCIA WE-10997T JUAN C. LOPEZ GARCIA WE-12918T SERGIO LOPEZ-RIVERA WE-10957T ANDRES ROMAN WE-11285T GERARDO PEREZ WE-9131AT JUAN MARQUEZ WE-10987T SERGIO MACIAS-PEREZ WE-10920T ANDREW JOSEPH ONDREJECH WE-13817AT GERARDO PEREZ BADILLO WE-13986T JUAN ORTIZ WE-8514AT STEFAN B. KALLENBERG WE-10730AT ANTHONY DOUGLAS FONG II WE-12051T GERARDO A. ORDUNO WE-11036T JUAN C. PENA-ARIAS WE-11327T STEPHEN GLENN DAVIS, JR. WE-10894AUTM ANTONIO CASTELLANOS WE-11203T GONZALO REGALADO WE-9952AT JUAN TELLEZ TAPIA WE-11137T STEVE B. HUNT WE-1044AT ANTONIO GARCIA CONTRERAS WE-11173T HARLEY THOMAS DAVIS WE-13430T JUAN C. TORRES-COVARRUBIAS WE-12343T TRISTON JAMES POWERS WE-12211T ARIEL ALONSO WE-10906T HECTOR MONTES WE-8079AUT JULIO C. GARCIA VAZQUEZ WE-11175T TYLER KEASBEY LEHMANN WE-13460AT ARMANDO O. LOPEZ WE-10953T HERIBERTO CORONEL WENCESLAO WE-11218T LEONARDO RAMOS WE-11264T VENTURA GOMEZ WE-11180T ARMANDO SOTO WE-11131T HERMINIO PADILLA WE-7552AUTM LEONEL CORTEZ WE-8625AT WALLACE BURCH WE-0713AT AURELIO PAZ-GUZMAN WE-11084T HUGO ANGEL RINCON WE-8710AT LETUSA MUAAU, JR. WE-11021T BENJAMIN EUGENE BORDSON WE-10777AT HUMBERTO CHAVARRIA WE-11207T LORENZO ARREOLA-MURILLO WE-13612T BRIAN C. KIRKEGAARD WE-10476AT ISAIAS BARAJAS MACIAS WE-10979AT LORENZO PEREZ WE-7443AT BRIAN NORTON WE-12678T ISRAEL A. RAMIREZ WE-11567T LUIS P. PEREZ WE-11245T CANDELARIO PRIEGO WE-12781T J. SOCORRO GARCIA WE-11172T LUIS A. MUNOZ RAMIREZ WE-11023T CARLOS IXTA WE-11106T JAIME ROGELIO HERNANDEZ WE-5297AT MANUEL BARRAGAN WE-10925T CARLOS LEYVA BARAJAS WE-12620T JAMES PAUL SPECK II WE-10858AT MANUEL BRIANO WE-8791AT 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-8621AT CELESTINO PEREZ WE-11243T JESUS E. GARCIA ARCE WE-13723T MARCOS RICHARD-MARTINEZ WE-10989T CESAR GUADALUPE VALENZUELA REYES WE-11076T JOEL LOPEZ WE-10871AT MATEO ARVIZU WE-10151AT CESAR WENCESLAO WE-10968T JOEL MARTINEZ WE-10992T MELCHOR LEMUS WE-11237T CUAUHTEMOC AMEZCUA QUEZADA WE-14058T JOEL ORTIZ WE-11039T MICHAEL ALAN DA SILVA II WE-12207T DANIEL CHAVARRIA WE-10292AT JOEL M. RIVERA WE-11273T MICHAEL LOUIS YOUNG WE-11687AT DANIEL ELIZARRARAS WE-13611T JOHN LEE PINEDA WE-10367AUT MIGUEL AYALA WE-10924T DANIEL RIVAS WE-10850T JONATHAN GARCIA HERNANDEZ WE-13989T MIGUEL MACIAS WE-10978T DANIEL WILLIAM VILLA, II WE-13609T JORGE ARREOLA-HERNANDEZ WE-11321T 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-11110T NELSON R. AGUIRRE WE-10901T DEMETRIO OSEGUERA WE-11043T JOSAFAT MONTOYA WE-11015T NESTOR M. CABRERA MORA WE-13613T EDIBERTO SERNA SALAZAR WE-11051T JOSE AGUAYO WE-10899T NICOLAS GODINA WE-11907T EDUARDO AVILA WE-10812T JOSE ABEL CANCINO WE-11192T OSCAR GUTIERREZ WE-12783T EDUARDO HERNANDEZ WE-12917T JOSE AGUSTIN CARRILLO WE-11200T PEDRO CUEVAS WE-11765T EDUARDO VARGAS WE-11058AT JOSE M. CORTEZ TORRES WE-8539AUT PEDRO GARCIA WE-11168T EDWIN ANTONIO FUENTES WE-12777T JOSE R. GRANADOS WE-11186T PEDRO ADALBERTO HERNANDEZ ALTAMIRANO WE-11095T FAUSTO GUZMAN WE-11083T JOSE JIMENEZ WE-11108T PEDRO SANDOVAL WE-11301T FELIX GARCIA WE-11170T JOSE JIMENEZ HERNANDEZ WE-11113T RAMON ZUNIGA GOMEZ WE-10977T FELIX HERNANDEZ WE-2037AT JOSE MANUEL JIMENEZ 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-11075T JOSE M. CHAVARRIA MANZO WE-11210AT RAUL MANZO HERNANDEZ WE-10985T FRANCISCO LOPEZ WE-10952T JOSE RODRIGUEZ WE-11277T RAUL TELLEZ TAPIA WE-11138T FRANCISCO RAMIREZ WE-11259T JOSE ALEJANDRO VALENZUELA WE-11674T RENE ROSALES WE-7941AT FRANCISCO VILLANUEVA WE-10965T JOSE A. ALVAREZ WE-10908T ROBERT EDWARD KNIGHT WE-11564T FRANCISCO F. WENCESLAO BARAJAS WE-10969T JOSE ALFREDO GONZALEZ WE-6475AT ROMUALDO GAETA LUNA WE-11165T FRED LOPEZ-PASTOR WE-13988T JOSE LUIS DELREAL WE-11231AT SALOMON SILVA WE-11053T DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 12 Setting the Gold Standard 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 plan that incorporates the following: Certified personnel Safety Pruning specifications and guidelines Sound equipment 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 Special shifts including weekends and evenings can be arranged in accordance with the Agency’s specifications. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 13 Setting the Gold Standard 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. Scheduling of Work The Area Manager is responsible for scheduling work which shall conform to the Agency’s schedule of performance. We recommend equal distribution of work throughout the course 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. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 14 Setting the Gold Standard Workflow Timelines GRID PRUNING FLOWCHART (Within 30-day Completion) REMOVAL FLOWCHART (Within 15-day Completion) PLANTING FLOWCHART (Within 15-day Completion) EMERGENCY FLOWCHART (Within 1-3 hour Response / 24-hour Completion) PLANT HEALTH CARE FLOWCHART DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 15 Setting the Gold Standard 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 and plant health care for pests and more. Contact: Phillip Marino, Parks & Maintenance Supervisor 303 E. B Street, Ontario, CA 91764 ~ (909) 229-6557 ~ pmarino@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 planting over 100 trees annually. 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. Contact: Chuck Hays, Public Services Director 16489 Orange Way, Fontana, CA 92335 ~ (909) 350-6530 ~ chays@fontana.org 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. Contact: Erick Reeves, Parks Division Coordinator 1270 W. Park Ave. #J, Redlands, CA 92373 ~ (909) 798-7853 ~ ereeves2@cityofredlands.org 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 removals, tree planting, GPS tree inventory updates and emergency response. Contact: Chris Erickson, Public Works Supervisor 521 N. Langstaff St., Lake Elsinore, CA 92530 ~ (951) 674-5170 ~ cerickson@lake-elsinore.org ANNUAL BUDGET: $212,000 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 16 Setting the Gold Standard 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Client Name / RFP Name 17 Setting the Gold Standard 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) 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. 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 PRE-JOB BRIEFING DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 CREW EVALUATION DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 1 Setting the Gold Standard APPENDIX A: EQUIPMENT & CERTIFICATIONS Equipment Our modern fleet undergoes daily inspection prior to use to ensure efficiency and safety. All equipment is routinely serviced, painted, and detailed. All equipment used during the duration of this project will meet state and federal safety requirements and have all up-to-date certifications, as required. CHP Biennial Inspection of Terminal Certification We have successfully been awarded the CHP Biennial Inspection Award of Recognition. This inspection has assisted our company in instituting several safety programs, as well as our Preventative Maintenance Program utilized by our in-house fleet department. The inspection reviews our vehicle maintenance and repair records, our procedural methods and policies for vehicle maintenance and operations. This certification ensures that our vehicles operate safely. Telematics (GPS) 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 saving on unnecessary fuel expenditures Reduce emissions by helping drivers improve their habits such as speed and idle time, and reducing total miles driven which will significantly reduce harmful greenhouse gas emissions Improve dispatching with landmarks and driving directions, GPS units helps us to better dispatch so that we can service more customers, faster Recover stolen vehicles reducing liability costs which can be passed on to customers DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 2 Setting the Gold Standard Type Make/Model Description VIN Aerial Tower 2012 FORD F650 TECO W/65' 3FRNF6HP4CV246833 Aerial Tower 2019 FORD F750 / TEREX - XT PRO 60 1FDNF7AY7KDF03761 Aerial Tower 2019 FORD F550 / TEREX LT 40 1FDUF5GY4KDA04858 Aerial Tower 2002 GMC C7500/COMBO HI-RANGER XT5 1GDL7H1E52J507471 Aerial Tower 2018 FORD W/HI-RANGER 5FB-52 F750 w/ HIRANGER 1FDPF7AY4GDA02388 Aerial Tower 2017 FORD F750W/TEREX XTPRO 60-70 1FDPF7AY0HDB07057 Aerial Tower 2008 FORD F550 W/HI-RANGER TL38P 1FDAF57R18ED97801 Aerial Tower 2019 FORD F750 /TEREX XT PRO 56 COMBO 1FDNF7AY3KDF02753 Aerial Tower (90') 2017 FORD F750 W/1090i BOOM 1FDPF7AY3HDB05996 Aerial Tower (90’) 2019 FORD F750 W/1090i BOOM 1FDPF7AY4KDF08781 Arrowboard 2013 WANCO SOLAR ARROW BOARD Arrowboard 2018 WANCO ARROW BOARD 5F11S1011J1004467 Arrowboard 2015 WANCO WTSP55-LSAC ARROW BOARD 5F11S1015F1004804 Chipper 2018 VERMEER BC1500 BRUSH CHIPPER (GAS) 1VR2181V3K1009416 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) 1VR7141Y0H1003087 Chipper 2018 VERMEER BC1500 BRUSH CHIPPER 1VR2181V3J1009009 Chipper 2016 VERMEER BC1500 BRUSH CHIPPER 1VR2181V7H1008410 Dump Truck 2018 FORD F450 STUMP TRUCK 1FDUF4GY6JED03724 Dump Truck 2019 FORD F750 CHIPPER TRUCK 1FDNF7AY9KDF02725 Dump Truck 2019 FORD F650 CHIPPER TRUCK 1FDNF6AY1KDF11817 Dump Truck 2013 FORD F650 DUMP TRUCK 3FRNF6HP2CV246832 Dump Truck 2018 FORD F750 1FDNF7AY4KDF01787 Dump Truck 2018 FORD F750 1FDNF7AY6KDF01788 Dump Truck 2018 FORD F350 STUMP TRUCK 1FDRF3G68JED01228 Dump Truck 2015 FORD F550 SUPER DUTY 1FDUF5GY5GEA85032 Dump Truck 2015 FORD F650 CHIPPER TRUCK 1FDNF6AY5GDA03034 Dump Truck 2017 FORD F650 CHIPPER TRUCK 1FDNF6AY9HDB05180 Dump Truck 2017 FORD F550 CHIPPER TRUCK 1FDUF5HY3HED72045 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 1GB0CUEG9FZ520128 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 3 Setting the Gold Standard Pickup 2020 DODGE RAM 2500 PICKUP 3C6MR4AJ3LG181253 Pickup 2018 DODGE RAM 1500 SLT PICKUP 3C6JR6ET9JG171138 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 3C6JR6ET0LG210797 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 1FVMG5D2XKHKG8662 Roll-Off Truck 2015 FREIGHTLINER 108 SD ROLL OFF 1FVHG5CY5GHHD7903 Roll-Off Truck 2019 FREIGHTLINER 108SD ROLL OFF/PUSHER VALEW 1FVMG5D26KHKG8660 Roll-Off Truck 2018 FREIGHTLINER 108SD ROLL OFF/PUSHER 1FVMG5FE5JHKA6396 Stump Grinder 1997 VERMEER SC252 STUMP GRINDER 1VRN071FXT1001057 Stump Grinder 2018 VERMEER SC802 STUMP CUTTER 1VR2151J1J1003107 Stump Grinder 2018 VERMEER SC802 STUMP CUTTER 1VR2151J4K1003121 Stump Grinder 2005 VERMEER SC802 STUMP GRINDER 1VR2151J661000145 Stump Grinder 2015 VERMEER SC802 STUMP CUTTER 1VR2151J0G1002054 Trailer 1996 VERMEER TRAILER CARRIER FOR G46 1VRN091J2T1000517 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 4 Setting the Gold Standard 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. Through our ability to dedicate specific pieces of equipment for this project, we believe it will lead to a successful program. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 5 Setting the Gold Standard OSHA Certification of Aerial Equipment DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 6 Setting the Gold Standard DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 7 Setting the Gold Standard 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: 10/11/22 – 10/11/26. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Setting the Gold Standard 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 As we work with, or near, the public, we are mindful that we will most likely be the first person the public contacts. We have a full-time Customer Service Department with each Customer Service Representative (CSR) trained in addressing concerned residents and bystanders. Complaints & Damage Resolution Should there be any property damage, we adhere to specific 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. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Setting the Gold Standard 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 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). 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. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Setting the Gold Standard 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. 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 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. 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. 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. WCA is dedicated to health and safety for trees, employees, and the community. DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 Holder Identifier : 7777777707070700077761616045571110744517136235444307761315572514102071543455377303100771505131276131107327131467015462072553544166220320704330465327773007166337572067230076727242035772000777777707000707007 7777777707070700073525677115456000762011543522013507624101560277533071227223171330140713223735316210107133236353162001071222373530720100712222734307311007132336243073111077756163351765540777777707000707007Certificate No : 570094282316 CERTIFICATE OF LIABILITY INSURANCE DATE( MM/DD/YYYY) 06/30/2022 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).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.PRODUCER Aon Risk Insurance Services West, Inc.Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE A/ C. No. Ext):E-MAIL ADDRESS:INSURER(S) AFFORDING COVERAGENAIC #866) 283-7122 INSURED36056NavigatorsSpecialtyInsuranceCompanyINSURER A:38318Starr Indemnity & LiabilityCompanyINSURER B:16109Starr Specialty Insurance CompanyINSURER C: INSURER D:INSURER E:INSURER F:FAX A/ C. No.):(800) 363-0105 CONTACT NAME:West Coast Arborists, Inc.2200 E Via Burton Anaheim CA 92806 USA 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 POLICY EXP MM/DD/ YYYY) POLICY EFF MM/ DD/ YYYY)SUBR WVDINSRLTRADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS- MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence)MED EXP ( Any one person)PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: 2,000, 000 1,000, 000 5,000 2,000,000 4,000,000 4,000,000B 07/ 01/ 2022 07/01/ 20231000100141221 PRO- JECT OTHER:AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person)PROPERTY DAMAGE Per accident)XBODILYINJURY (Per accident)2,000,000B07/01/2022 07/01/ 2023 COMBINED SINGLE LIMIT Ea accident)1000198198221 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED 5,000,0005,000,00007/ 01/ 2022UMBRELLA LIABA 07/01/2023SE22EXCZ059NKIC RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E. L. EACHACCIDENT $1,000,000 X OTH-PER STATUTEC07/01/2022 07/01/2023 Workers Comp CA SIR applies per policy terms & conditions 1,000, 000 Y / N Mandatory in NH)ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below 1,000,000 1000004228 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attachedif morespaceisrequired)CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVEWest Coast Arborists, Inc.2200 E Via Burton Anaheim CA 92806 USA ACORD 25 (2016/03)1988- 2015 ACORD CORPORATION. All rights reserved.The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.DocuSign Envelope CITY OF NORCO CONTRACT AGREEMENT TREE TRIMMING, REMOVAL, AND PLANTING CONTRACT SERVICES FISCAL YEARS 2023-24 THROUGH 2027-28 1. Parties and Date. This Agreement is made and entered into this 17th 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 Payment 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 City’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 Eligibility; 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 Eligibility; Failure to Comply. 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 Opportunity Employment. 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 Quality. 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 Insurance 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; Licensing of Intellectual Property. 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 City’s Right to Employ Other Contractors. City reserves right to employ other Contractors in connection with said Services. 3.6.10 Successors and Assigns. 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; Severability. 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 Employment. 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 Agreement. 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. By: Patrick Mahoney - President NOTE: SIGNATURES OF CORPORATE OFFICIALS MUST BE NOTARIZED. Attach Certificate of Notary Acknowledgement OWNER: CITY OF NORCO, a municipal corporation By: 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 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593 DocuSign Envelope ID: 44AB4616-3F66-492C-AF68-02E3AC897593