HomeMy WebLinkAboutAGR-7677 - RPW SERVICES INC - MAINTENANCE SERVICES AGREEMENT FOR WEED CONTROL SERVICES - APRIL 30, 2024DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
DS
AGR-7677 S'T
MAINTENANCE SERVICES AGREEMENT
Maintenance Services: Weed Control Services]
THIS MAINTENANCE SERVICES AGREEMENT (the "Agreement") is made at
Orange, California, on this 30th day of April 2024 by and between the CITY
OF ORANGE, a municipal corporation("City") and RPW SERVICES, Inc., a California corporation
Contractor"),who agree as follows.
1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor
shall provide to the reasonable satisfaction of City the services set forth in Exhibit "A," which is
attached hereto and incorporated herein by this reference. As a material inducement to City to enter
into this Agreement, Contractor represents and warrants that it has thoroughly investigated and
considered the scope of services and fully understands the difficulties and restrictions in performing
the work. Contractor represents that it is experienced in performing the work and will follow the
highest professional standards in performance of the work. All services provided shall conform to all
federal, state and local laws,rules and regulations and to the best professional standards and practices.
The terms and conditions set forth in this Agreement shall control over any terms and conditions in
Exhibit "A" to the contrary.
Ruben Hernandez, Assistant Field Services Manager ("City's Project Manager"), shall be the
person to whom Contractor will report for the performance of services hereunder. It is understood
that Contractor's performance hereunder shall be under the supervision of City's Project Manager(or
designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the
extent required by City's Project Manager,and that all performances required hereunder by Contractor
shall be performed to the satisfaction of City's Project Manager and the City Manager.
2. Total Compensation, Annual Compensation and Fee Schedule.
a. Contractor's total compensation for all services performed under this
Agreement shall not exceed TWENTY-EIGHT THOUSAND NINE HUNDRED FIFTY DOLLARS
and 00/100 ($28,950.00) for three applications under option 1 set forth in Exhibit "A" without the
prior written authorization of City.
b. The compensation for services performed under this Agreement shall be paid
as specified in Exhibit "A".
c.The above fee shall include all costs, including, but not limited to, all clerical,
administrative, overhead, insurance, reproduction, telephone, travel, auto and equipment rental, and
all related expenses.
3.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.
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
b. All such invoices shall state the basis for the amount invoiced, including
services completed, the number of hours spent and any extra work performed.
c.City will pay Contractor the amount invoiced within thirty (30) days after the
approval of the invoice.
d. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
4. 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 therefor have been previously authorized in writing and approved by City as an amendment to
this Agreement. The amendment shall set forth the changes of work,extension of time,and adjustment
of the compensation to be paid by City to Contractor.
5. Licenses. Contractor represents that it and any subcontractors it may engage, possess
any and all licenses which are required under state or federal law to perform the work contemplated
by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses,
including a City of Orange business license, at its cost, during the performance of this Agreement.
6. Independent Contractor. At all times during the term of this Agreement, Contractor
shall be an independent contractor and not an employee of City. City shall have the right to control
Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement.
City shall not have the right to control the means by which Contractor accomplishes services rendered
pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities,
materials and equipment which may be required for furnishing services pursuant to this Agreement.
Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from
all matters relating to the payment of its subcontractors, agents and employees, including compliance
with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and
regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents
or employees employed by Contractor shall not, under any circumstances, be considered employees
of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City,
including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement
System benefits, or health, life, dental, long-term disability or workers' compensation insurance
benefits.
7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have
no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent.
Contractor shall have no authority, express or implied,to bind City to any obligation whatsoever.
8. Designated Persons. Except as otherwise authorized by City's Project Manager,only
the employees of Contractor shall perform work provided for under this Agreement. It is understood
by the parties that clerical and other nonprofessional work may be performed by persons other than
those designated.
2
DocuSign Envelope ID: B2A55BDB-4A76-4E92-9F89-B60004963472
9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of
any part of this Agreement or of funds to be received under this Agreement shall be of any force or
effect unless the assignment has had the prior written approval of City. City may terminate this
Agreement rather than accept any proposed assignment or subcontracting. Such assignment or
subcontracting may be approved by the City Manager or designee.
10. Term. The term of this Agreement shall be for 7 months, commencing on May 1,
2024, and ending on December 30, 2024.
11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall
do all things necessary and incidental to the prosecution of Contractor's work.
12. Reserved.
13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its
control, other than those delays caused by City, shall be an extension of time. No matter what the
cause of the delay, Contractor must document any delay and request an extension of time in writing at
the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length
of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause
it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be
incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be
paid that exceed the not to exceed amount stated in Section 2.a,above, absent a written amendment to
this Agreement.
14. Reserved.
15. Equal Employment Opportunity. During the performance of this Agreement,
Contractor agrees as follows:
a. Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex,national origin,mental or physical disability, or any
other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and
that employees are treated during employment, without regard to their race, color, religion, sex,
national origin, mental or physical disability, or any other basis prohibited by applicable law. Such
actions shall include, but not be limited to the following: employment, upgrading, demotion or
transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of
compensation and selection for training, including apprenticeship. Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, a notice setting forth
provisions of this non-discrimination clause.
b. Contractor shall, in all solicitations and advertisements for employees placed
by, or on behalf of Contractor, state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex,national origin, mental or physical disability,
or any other basis prohibited by applicable law.
3
DocuSign Envelope ID B2A55BDB-4A76-4E92-9F89-B60004963472
C.Contractor shall cause the foregoing paragraphs (a) and(b) to be inserted in all
subcontracts for any work covered by this Agreement,provided that the foregoing provisions shall not
apply to subcontracts for standard commercial supplies or raw materials.
16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the
making, or in any way attempt to use its position as a contractor to influence any decision of City in
which Contractor knows or has reason to know that Contractor, its officers, partners, or employees
have a financial interest as defined in Section 87103 of the Government Code.
17. Indemnity.
a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend
and hold City, its City Council and each member thereof, and the officers, officials, agents and
employees of City(collectively the "Indemnitees") entirely harmless from all liability arising out of:
1) Any and all claims under workers' compensation acts and other
employee benefit acts with respect to Contractor's employees or subcontractor's employees arising
out of Contractor's work under this Agreement, including any and all claims under any law pertaining
to Contractor or its employees' status as an independent contractor and any and all claims under Labor
Code section 1720 related to the payment of prevailing wages for public works projects; and
2) Any claim, loss, injury to or death of persons or damage to property
caused by any act,neglect,default,or omission of Contractor,or person,firm or corporation employed
by Contractor, either directly or by independent contract, including all damages due to loss or theft
sustained by any person, firm or corporation including the Indemnitees, or any of them,arising out of,
or in any way connected with the work or services which are the subject of this Agreement, including
injury or damage either on or off City's property; but not for any loss, injury, death or damage caused
by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk,
shall indemnify any and all claims,actions,suits or other proceedings that may be brought or instituted
against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or
satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit
or other proceedings as a result of coverage under this subparagraph.
b. Reserved.
c.Except for the Indemnitees, the indemnifications provided in this Agreement
shall not be construed to extend any third party indemnification rights of any kind to any person or
entity which is not a signatory to this Agreement.
d. The indemnities set forth in this section shall survive any closing,rescission,or
termination of this Agreement, and shall continue to be binding and in full force and effect in
perpetuity with respect to Contractor and its successors.
4
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
18. Insurance.
a. Contractor shall carry workers' compensation insurance as required by law for
the protection of its employees during the progress of the work. Contractor understands that it is an
independent contractor and not entitled to any workers' compensation benefits under any City
program.
b. Contractor shall maintain during the life of this Agreement the following
minimum amount of comprehensive general liability insurance or commercial general liability
insurance: the greater of(1)Two Million Dollars($2,000,000)per occurrence; or(2)all the insurance
coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury,
death and property damage and be written on an occurrence basis.
c.Contractor shall maintain during the life of this Agreement, the following
minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One
Million Dollars($1,000,000); or(2) all the insurance coverage and/or limits carried by or available to
Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-
owned and hired vehicles and be written on an occurrence basis.
d. Any insurance proceeds in excess of or broader than the minimum required
coverage and/or minimum required limits which are applicable to a given loss shall be available to
City. No representation is made that the minimum insurance requirements of this Agreement are
sufficient to cover the obligations of Contractor under this Agreement.
e.Each policy of general liability and automotive liability shall provide that City,
its officers, officials, agents, and employees are declared to be additional insureds under the terms of
the policy,but only with respect to the work performed by Contractor under this Agreement. A policy
endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of
an endorsement, City will accept a copy of the policy(ies) which evidences that City is an additional
insured as a contracting party. The minimum coverage required by Subsection 18.b and c,above,shall
apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the
general or automobile liability minimums set forth below shall be maintained for the duration of the
Agreement.
f.The insurance policies maintained by Contractor shall be primary insurance and
no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor
will determine its own needs in procurement of insurance to cover liabilities other than as stated above.
g. Before Contractor performs any work or prepares or delivers any materials,
Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing
the aforementioned minimum insurance coverages on forms acceptable to City, which shall provide
that the insurance in force will not be canceled or allowed to lapse without at least ten(10)days' prior
written notice to City.
5
DocuSign Envelope ID. B2A55BDB-4A76-4E92-9F89-B60004963472
h. All insurance maintained by Contractor shall be issued by companies admitted
to conduct the pertinent line of insurance business in California and having a rating of Grade A or
better and Class VII or better by the latest edition of Best Key Rating Guide.
i.Contractor shall immediately notify City if any required insurance lapses or is
otherwise modified and cease performance of this Agreement unless otherwise directed by City. In
such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs
and any and all damages resulting therefrom,by way of set-off from any sums owed Contractor.
j.Contractor agrees that in the event of loss due to any of the perils for which it
has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor
hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with
respect to the services of Contractor herein,a waiver of any right to subrogation which any such insurer
may acquire against City by virtue of the payment of any loss under such insurance.
k. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to City for review and
approval. All coverages for subcontractors shall be subject to all of the requirements stated herein.
19. Termination. City may for any reason terminate this Agreement by giving Contractor
not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice,
Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the
termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all
allowable reimbursements incurred to the date of termination in compliance with this Agreement,
unless termination by City shall be for cause, in which event City may withhold any disputed
compensation. City shall not be liable for any claim of lost profits.
20. 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. City and its
authorized representatives shall have access to and the right to audit and reproduce any of Contractor's
records regarding the services provided under this Agreement. Contractor shall maintain all such
records for a period of at least three (3) years after termination or completion of this Agreement.
Contractor agrees to make available all such records for inspection or audit at its offices during normal
business hours and upon three (3) days' notice from City, and copies thereof shall be furnished if
requested.
21. Compliance with Laws/Background.
a. Contractor shall be knowledgeable of and comply with all local, state and
federal laws which may apply to the performance of this Agreement.
b. The work provided for in this Agreement constitutes a "public works," as that
term is defined in Section 1720 of the California Labor Code, for which prevailing wages must be
paid, to the extent Contractor's employees will perform any work that falls within any of the
6
DocuSign Envelope ID: B2A55BDB-4A76-4E92-9F89-B60004963472
classifications for which the Department of Labor Relations of the State of California promulgates
prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall
pay not less than the specified prevailing rates of wages to all such workers and shall comply with all
statutory requirements thereunder. Statutory provisions for penalties for failure to comply with
prevailing wage laws will be enforced. The general prevailing wage determinations for crafts can be
located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR).
Additionally, to perform work under this Contract, Contractor must meet all State registration
requirements and criteria, including project compliance monitoring.
c.Contractor represents and warrants that it:
1) Has complied and shall at all times during the term of this Agreement
comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders,
including,without limitation, the Immigration Reform and Control Act of 1986(IRCA); and
2) Has not and will not knowingly employ any individual to perform
services under this Agreement who is ineligible to work in the United States or under the terms of this
Agreement; and
3) Has properly maintained, and shall at all times during the term of this
Agreement properly maintain, all related employment documentation records including, without
limitation,the completion and maintenance of the Form I-9 for each of Contractor's employees; and
4) Has responded, and shall at all times during the term of this Agreement
respond, in a timely fashion to any government inspection requests relating to immigration law
compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland
Security, the Department of Labor, or the Social Security Administration.
d. Contractor shall, upon request of City, provide a list of all employees working
under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such
employees are eligible to work in the United States. All costs associated with such verification shall
be borne by Contractor. Once such request has been made, Contractor may not change employees
working under this Agreement without written notice to City,accompanied by the verification required
herein for such employees.
e.Contractor shall require all subcontractors to make the same representations and
warranties as set forth herein.
f.If Contractor or subcontractor knowingly employs an employee providing work
under this Agreement who is not authorized to work in the United States,and/or fails to follow federal
laws to determine the status of such employee,that shall constitute a material breach of this Agreement
and may be cause for immediate termination of this Agreement by City.
g. All personnel performing any services to City under this Contract shall possess
sufficient experience and security records to perform the work at public facilities. Contractor shall
conduct and complete, to City's satisfaction, sufficient background checks to ensure no personnel
7
DocuSign Envelope ID: B2A55BDB-4A76-4E92-9F89-860004963472
performing services under this Contract is listed on the National Sex Offender Public Registry
NSOPR"). Contractor shall monitor personnel security records to ensure no existing or new
employees performing services under this Contract are added to the NSOPR or convicted of any crimes
that would disqualify them from adhering to conduct conducive to public safety.
h. All costs associated with the documentation and verification required herein
shall be borne by Contractor. Contractor shall require all subcontractors to provide the same
documentation and verification when hired to perform services under this Contract. City has the right,
in its sole and absolute discretion, to reject any employee of Contractor assigned to perform services
for City,with or without cause,at the time of such assignment or at any time thereafter,and Contractor
shall remove that employee from providing services to City to the extent permitted by law and any
applicable collective bargaining agreement. City's rights under this Article shall not be exercised in
an arbitrary or capricious manner, or with the intent of forcing a termination of this Contract.
i.Contractor agrees to indemnify and hold City, its officials, and employees
harmless for, of and from any loss, including but not limited to fines, penalties and corrective
measures, City may sustain by reason of Contractor's failure to comply with said laws, rules and
regulations in connection with the performance of this Agreement.
22. Governing Law and Venue. This Agreement shall be construed in accordance with
and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction
of California courts. Venue for any dispute arising under this Agreement shall be in Orange County,
California.
23. Integration. This Agreement constitutes the entire agreement of the parties. No other
agreement, oral or written, pertaining to the work to be performed under this Agreement shall be of
any force or effect unless it is in writing and signed by both parties. Any work performed which is
inconsistent with or in violation of the provisions of this Agreement shall not be compensated.
24. Notice. Except as otherwise provided herein,all notices required under this Agreement
shall be in writing and delivered personally,by e-mail, or by first class mail,postage prepaid, to each
party at the address listed below. Either party may change the notice address by notifying the other
party in writing. Notices shall be deemed received upon receipt of same or within 3 days of deposit
in the U.S. Mail, whichever is earlier. Notices sent by e-mail shall be deemed received on the date of
the e-mail transmission.
CONTRACTOR"CITY"
RPW SERVICES, Inc.City of Orange
2473 E. Orangethorpe Avenue 300 E. Chapman Avenue
Fullerton, CA 92831 Orange, CA 92866
Attn.: Jeanne Jones Attn.: Ruben Hernandez
Telephone: 714-870-6352 Telephone: 714-532-6480
E-Mail: jjones@rpwservicesinc.com E-Mail: rernandez@cityoforangc.org
8
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
25. Counterparts. This Agreement may be executed in one or more counterparts, each of
which shall be deemed an original, but all of which together shall constitute one and the same
instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as
original signatures.
IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year
and day first above written.
CONTRACTOR" CITY"
RPW SERVICES, INC., a California CITY OF ORANGE, a municipal corporation
corporation
DocuSigned by: DocuSigned by:
Lratt U3U4o tOw,u.S G. 6sti.A.
By: ED1250C1FDD5444 By 8Gd 4F SBC.3QA tdg6
Printed Name: Paul Webb Thomas C. Kisela, City Manager
Title: President
DocuSigned by:
jt Lvtt t, ,,oln t.S
By: \-7nDRF2f'SnR2Qd1'1 ATTEST:
Printed Name: Jeanne Jones DocuSigned by:
Title: Secretary
flR2RF DCRRRFFd9A
Pamela Coleman, City Clerk
APPROVED AS TO FORM:
Mike Vigliotta, City Attorney
DocuSigned by:
1IAtt.USSa k. C,Y'oSiuwaif t,
CA668FBD9045487
by Melissa M. Crosthwaite
Senior Assistant City Attorney
NOTE:The City requires the following signature(s) on behalf of the Contractor:
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.
9
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
EXHIBIT "A"
SCOPE OF SERVICES
Beneath this sheet.]
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
Care Spy, Customer
1"' ei Information: City of Orange
43, r ls>:Micah Jean, Tree Services Coordinator
i ,s
Weed abatement-various locations
lr F citywide).
s-dInc.7118704= Co'-
A TREATMENT PROPOSAL
le foa,uo0
aa
Date: 4/17/2024
Weed Abatement Services;
Please see the below options for weed control services of the City's outlined arterials/ROWs, freeway underpasses,
medians, railroad crossing islands, and stop islands. Pricing includes labor and materials.
Treatment Recommendations:
Treatment Recommendation(s) Frequency Costs
Option 1- Weed control with Glyphosate and Pre- Recommended every other $9,650.00 per application
Emergent materials. month (8 week intervals)
Option 2- Weed Control with Organic materials. Recommended every 28,950.00 per application
month (4 week intervals)
Arterials/ROW
Address Crossstreets
Direction of
Traffic
Lincoln Ave N Batavia and N Orange Olive Rd E/W
Meats Ave N Glassell and N Santiago Blvd E/W
Taft Ave N Main St and Santiago Blvd E/W
Katella Ave N Main St and Wanda Rd E/W
SANTIAGO CANYON RD. N Linda Vista and N Meads Ave E/W
Collins Ave N Eckhoff St and N Mallard St E/W
Walnut Ave N Main St and N Malena St E/W
Chapman N Lewis St and Canyon View Ave E/W
La Veta Ave S Wheeler PI and S Esplanade E/W
Disclaimer& Limitations
Trees are living organisms and their life span cannot be predicted. Consultations, written reports and appraisals are considered an unbiased
professional opinion and do not constitute a complete tree risk assessment or warranty against continued decline,failure,or tree mortality. The health
and condition of trees will change throughout the year, recommendations are only based on limited visual observations gathered at the time of
inspection. We cannot predict secondary or re-infestation from pests or diseases.As such,additional applications or treatment revisions may he needed.
There is no guarantee,expressed or implied,that problems or deficiencies in the trees may not arise in the future.RPW Services cannot guarantee that
any proposed treatments will save a tree or he effective if proper cultural practices (i.e. irrigation, mulching,pruning,fertilization, etc.) are not
followed. However, we do guarantee that the materials will be applied correctly and at the maximum allowable rate as determined by the product
labels and site conditions.
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
Lewis St- East side only
W Chapman Ave and Garden Grove
N/S
Blvd
The City Drive W Chapman and W Metropolitan Way N/S
Main St Taft and W La Veta Ave N/S
Batavia Lincoln Ave and W La Veta Ave N/S
Glassell Taft and E River Ave N/S
Tustin St
E Santa Ana Canyon Rd and E
N/S
Fairhaven Ave
Yorba E Chapman Ave and E La Veta Ave N/S
Prospect Bond Ave and E Fairhaven Ave N/S
Cannon Via Escola and E Chapman N/S
Freeway Underpass
Freeway Underpass Street
55 FREEWAY LINCOLN
55 FREEWAY TAFT
55 FREEWAY KATELLA
55 FREEWAY CHAPMAN
57 FREEWAY ORANGEWOOD
22 FREEWAY TUSTIN
22 FREEWAY GLASSELL
22 FREEWAY CITY DRIVE
5 FREEWAY CITY DRIVE
5 FREEWAY CHAPMAN
Railroad Crossing Islands
Address Crossstreets
870 N. ECHOFF ECHOFF & COLLINS
675 N.BATAVIA BATAVIA &ANGUS
2095 N. BATAVIA BATAVIA & GROVE
731 W. TAFT TAFT & CASE
141 W. TAFT TAFT& GLASSELL
125 E. TAFT TAFT & ORANGE-OLIVE
227 E. MEATS MEATS & ORANGE-OLIVE
600 E. LINCOLN LINCOLN & ORANGE-OLIVE
2
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
415 W. WALNUT WALNUT & CYPRESS
341 W. COLLINS COLLINS & CYPRESS
RIVERDALE RIVERDALE & ORANGE-OLIVE
303 W. KATELLA KATELLA & XTRA
1481 N. MAIN MAIN &TRENTON
725 N. MAIN MAIN & SHELLEY
469 W. PALMYRA PALMYRA& CYPRESS
401 W. LA VETA LA VETA & MONTGOMERY
426 W. ALMOND ALMOND & CYPRESS
504 W. CHAPMAN CHAPMAN &ATCHISON
501 W. PALM PALM & CYPRESS
Medians
1405 W. CHAPMAN CHAPMAN & MAIN
2756 N. TUSTIN TUSTIN & LINCOLN
4002 W. METROPOLITAN METROPOLITAN & CITY DR.
4045 W. GARDEN GROVE
GARDEN GROVE BLVD & LEWIS
BLVD
4035 W. CHAPMAN CHAPMAN & LEWIS
3520 The City Way E. THE CITY WAY E. & THE CITY DR. S
105 E. LINCOLN GLASSELL & LINCOLN
3201 N. GLASSELL GLASSELL & RIVERDALE
SANTIAGO CANYON RD. SANTIAGO & JAMBOREE
CHAPMAN CHAPMAN & JAMBOREE
TUSTIN TUSTIN & QUINCY
530 S. GLASSELL LA VETA & GLASSELL
1783 N. BATAVIA BATAVIA & TAFT
CANNON CANNON & VIA ESCOLA
SANTIAGO SANTIAGO & NEWPORT
JAMBOREE JAMBOREE & CANYON VIEW
CHAPMAN CHAPMAN & TRAILS END LN
CHAPMAN CHAPMAN & NEWPORT
WALNUT WALNUT & MILFORD
WALNUT WALNUT & PARK LN
3
DocuSign Envelope ID:B2A55BDB-4A76-4E92-9F89-B60004963472
KATELLA KATELLA& MAIN
KATELLA KATELLA & XTRA WAY
WALNUT WALNUT & PARKER
HEWES HEWES &ADOBE WAY
Stop Islands
WALNUT WALNUT & CAMBRIDGE
CANNON CANNON & AVENIDA PALMER
CANNON CANNON & CREEKSIDE
CANNON CANNON & CLIFFWAY
ESPLANADE ST. ESPLANADE ST. & PALMYRA
ESPLANADE ST. ESPLANDE ST. & La VETA
La VETA La VETA & CHIPWOOD
La VETA La VETA & PROSPECT
COLLINS COLLINS & HANDY
If you have further questions, feel free to give me a call or email. Thank you.
Ken Rokosz
QAL #104550
PCA #72993
Office: 714-870-6352
4