Loading...
2400 – Recovered Organic Waste Products Procurement Services (Agromin)PROFESSIONAL SERVICES AGREEMENT RECOVERED ORGANIC WASTE PRODUCTS PROCUREMENT SERVICES (AGROMIN) PARTIES AND DATE. This Agreement is made and entered into this 8lIlln day of Vt PU , 2024 (Effective Date) by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and AGROMIN with its principal place of business at 201 Kinetic Drive, Oxnard, California 93030 ("Consultant'). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing recovered organic waste products procurement services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render Recovered Organic Waste Products Procurement Services ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant 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 Recovered Organic Waste Products Procurement services necessary for the City, herein referred to a "Services". The Services are more particularly described in Exhibit "A" attached hereto and AGROMIN Page 2 of 10 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. 3.1.2 Term. The term of this Agreement shall be for a three (3) year time period from Effective Date with the option for up to two (2) one-year extensions at the sole and absolute discretion of the City, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of the Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant 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. Consultant shall perform the Services expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. AGROMIN Page 3 of 10 3.2.5 City's Representative. The City hereby designates the City Manager, Ben Kim, 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. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative. Consultant will designate Cody Cain, or his designee, to act as its representative for the performance of this Agreement ("Consultant's Representative'). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her 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 Services under this Agreement. 3.2.7 Coordination of Services: Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees: Consultant 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. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant 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, Consultant 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 Consultant's failure to comply with the standard of care provided for herein. 3.2.9 Laws and Regulations. Consultant 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 Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall 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. AGROMIN Page 4 of 10 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit"B" attached to and part of this agreement. 3.2.11 Safety: Contractor shall execute and maintain its work so as to'avoid injury or damage to any person or property. In carrying out its Services, the Consultant 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 life saving 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. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement. The total compensation for Year One (October 8, 2024, through June 30, 2025) shall not exceed One Hundred Thousand Four Hundred Thirty -Six Dollars and Forty Cents ($100,436.40), for Year Two (July 1, 2025, through June 30, 2026) shall not exceed Sixty -Two Thousand Seven Hundred Ninety -Two Dollars and Fifty -One Cents ($62,792.51), and for Year Three (July 1, 2026, through June 30, 2027) shall not exceed Sixty -Two Thousand Seven Hundred Ninety -Two Dollars and Fifty -One Cents ($62,792.51), with the total contract compensation not to exceed Two Hundred Twenty -Six Thousand Twenty -Two Dollars ($226,022.00). Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Consultant shall submit to City a monthly itemized statement which indicates work completed and Services rendered by Consultant. 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: Consultant 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 Consultant 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 Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws'), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such AGROMIN Page 5 of 10 Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant shall make copies of the prevailing rates of per diem wages for each craft; classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection: Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant 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. Consultant 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 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 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. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: AGROMIN Page 6 of 10 CONSULTANT: Agromin 201 Kinetic Drive Oxnard, CA 93030 Attn: Cody Cain Tel: (805) 850-8797 CITY: City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Ben Kim, City Manager Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. 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. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 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 or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant 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. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the AGROMIN Page 7 of 10 Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 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. 3.5.5 Attorney's Fees: If either parry commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing parry in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all costs of such action. 3.5.6 Indemnification: To the fullest extent permitted by law, Consultant shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Consultant, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.7 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. 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the AGROMIN Page 8 of 10 successors and assigns of the parties. 3.5.12 Assignment or Transfer: Consultant 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. 3.5.13 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 deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, 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. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 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. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 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. 3.5.18 Prohibited Interests: Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant 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 Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants 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 AGROMIN Page 9 of 10 present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment: Consultant 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. Consultant 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. 3.5.20 Labor Certification: By its signature hereunder, Consultant 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 Worker's 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. 3.5.21 Authority to Enter Agreement: Consultant 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, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required: Consultant 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. [SIGNATURES ON NEXT PAGE] AGROMIN Page 10 of 10 CITY OF ROSEMEAD AGROMIN By- A '�(, '/ Ben Kim ity Manager Da SIgnattare Date Attest: �a Zy Ericka Hernan ez, City Clerk Date Approved as to Form: ich e I Richman City Attorney Name: Bju 4 �`�s `^Ail Print GSC) [If Corporation, TWO OR Vice President CORPORATE SEAL REQUIRED] SIGNATURES, President AND Secretary, AND OF CONTRACTOR Name: M vpr2g l� APiZ15d�j D to Title: (- AGROMIN EXHIBIT A SCOPE OF CONTRACT SERVICES SEE ATTACHED BID SCHEDULE/PROPOSAL Proposal for SB 1383 Procurement Solutions City of Rosemead -4, 7 , r JJMC California Compost" Powered by ` AG RO M I N° August 19, 2024 City of Rosemead Attn: Arlene Tieu 8838 E. Valley Blvd Rosemead, CA 91770 RE: Proposal for Recovered Organic Waste Products Procurement Services Dear Ms. Tieu, On behalf of California Wood Recycling, Inc. dba Agromin, I am pleased to offer our statement of qualifications to manage the procurement requirements for the City of Rosemead. Agromin, a corporation, was founded in 1972 and began processing and recycling organic waste in 1993. With over 30 years of experience managing organics, Agromin has since expanded its operations to manage organic materials for more than 200 jurisdictions throughout California. In addition to managing its own facilities, Agromin also markets and distributes compost for its strategic partners to facilitate the successful movement of products to market with the goal of promoting healthy soils throughout the state and West Coast. As the state's largest organic materials producer, Agromin assists jurisdictions with their SB 1383 procurement requirements. We believe true sustainability starts with the ground right under our feet. We work to help fulfill the sustainability initiatives of jurisdictions and our customers by providing high quality compost and composted mulches that help to protect the soil and conserve precious resources. In addition, with our innovative platform, CaIiforniaCompost. net, all tracking and recordkeeping requirements are completed for full compliance with SB 1383. Agromin currently brokers compost for many jurisdictions, where we have both the compost production facilities and existing customer outlets to utilize compost on behalf of the City of Rosemead. Agromin is supremely qualified in providing the goods and services required to perform this work. I, Bill Camarillo, CEO of Agromin, bill@agromin.com, am authorized to contractually bind Agromin for these services. Best Regards, Bill Camarillo CEO, Agromin 201 Kinetic Drive I Oxnard I California 193030 IT/805-485-9200 1 F/805-485-9233 1 www.agromin.com r� L • "We believe that true sustainability starts with the ground right under our .. . feet. If properly nurtured, our soil has the power to heal the earth and provide us all with the healthy food and vegetation we ; need to thrive. Inspired by the power of nature , and enhanced by modern science, our high- quality soil products help manage organic waste and protect our precious natural resources. The . , result is an innovative solution that balances both ecology and economics to cultivate ` l a planet that is truly sustainable - one .container, one community and one. , city at a time. - Bill Camarillo, CEO, Agromin ' l i ppa 30% Please Print on Post Consumer Content Recycled Paper Section 1. Approach, and Scope of Work 1. Agromin to deliver the following services as part of assisting the City's compliance with SB 1383 purchase requirements: a. License to access CaliforniaCompost.net Customer Portal where all records of completed transactions are stored, tracked, and formatted according to CalRecycle requirements. b. Partial fulfillment of City's 2024 SB 1383 Procurement volumes. c. Delivery of materials within City limits for use by the City for: i. City-wide compost/mulch give- away program (3.1— Procurement Scenario 2) ii. Compliant compost product to be provided (4.1— Product Sheet) d. Assistance in identifying Direct Service Provider(s) to receive delivery of compost/mulch in volumes necessary for the City's compliance. i. Compliant Compost & Mulch products N. Agreement between Direct Service Provider and Jurisdiction e. Production of all required paperwork for CalRecycle reporting to be found in the Jurisdiction Reports on the CaliforniaCompost.net website: i. Solid Waste Handling permit ii. Qualified compost with authorized lab test results complying with Title 14, STA, and OMRI certifications iii. Spreadsheet detailing all purchases, where it was used and what it was used for Login Credentials to be issued 2. Pricing for products available to the City: a. Compost 100 — $15/Ton (1 ton = 2 Cubic Yards) b. Composted Cover Mulch- $60/Ton (1 ton = 4 Cubic Yards) c. Delivery calculated per destination. (3.1 & 3.2 -Procurement Scenarios) d. Agromin will provide to the City two cases of lemons and two cases of avocados quarterly delivered to the destination of choice (Such as a food pantry or community event). 3. Terms: a. Launch date October 8, 2024 b. Terminating June 30, 2027 i. Purchase order with the City of Rosemead will remain open until all invoices have been received by the City and processed. `1AGROMIN Qualifications for Procurement Services • Page 5 30% Please Print on Post Consumer Content Recycled Paper rg [j] Scan the QR Code to Visit our Website! AGROMIN Think organic Neal the planet: rement Services • Page 6 a 30% Please Print on Post Consumer Content Recycled Paper 1.1 Compost Distribution Program Project Duration: October 8, 2024—June 30, 2027 Agromin offers two approaches to meet SB 1383 compliance, where the total cost of services is provided below. Agromin will utilize both options over the course of the calendaryear and has secured a not to exceed cost for the City. 1.2 Procurement Scenario A Agromin will make arrangements with Direct Service Providers (DSP) that are willing to receive compost or composted mulch and are in immediate proximity to Agromin's composting facility. The City would pay for the compost and/or composted mulch subsidy and for the minimal cost to transport/handle the compost/composted mulch to the DSP site. Regular bulk DSP deliveries The Procurement Scenario will include regular deliveries of full semi -trucks to Direct Service Provider (DSP). 0 Compost 100 costs $20 per ton delivered years 2024, 2025. Compost 100 costs $21 per ton delivered years 2026, and 2027. The increase in compost pricing reflects anticipated CPI increases. Scenario A 2024 1,636 $20 NA 9.75% $21.95 $35,910.20 2025 2,516 $20 NA 9.75% $21.95 $55,226.20 2026 2,516 $21 NA 9.75% $23.05 $57,987.51 2027 2,516 $21 NA 9.75% $23.05 $57,987.51 Total Scenario A: $207,111.42 `l AGROM IN Qualifications for Procurement Services • Page 7 a 30% Please Print on Post Consumer Content Recycled Paper 1.3 Procurement Scenario B Agromin's other SB 1383 Procurement Services that can be discussed include the following: • The City could require contractors working with public agencies to use Agromin's compost and mulch, or equivalent, in local projects. Agromin would provide competitive pricing that would be based on the project volume and product needed. • The City could market Agromin's finished products to its residents on their website, in outreach and education mailings, and to schools and institutions within the City. Regular bulk deliveries within the City The Procurement will include regular deliveries of full truckloads to the City of Rosemead • $150 per delivery inside City limits. • Location and frequency: Garvey Community Center (2/year), Rosemead High School (1/year), Rosemead and Garvey Parks (12/year). • Yearly: 300 CY of Compost 100 and 10 CY of Composted Cover Mulch delivered to City of Rosemead (15 deliveries) Scenario B 2024 300 10 $2,400 15 $150 $2,250 9.75% $15.00 $4,650 2025 300 10 $2,400 15 $150 $2,250 9.75% $15.00 $4,650 2026 300 10 $2,555 15 $150 $2,250 9.75% $15.50 $4,805 2027 300 10 $2,555 15 $150 $2,250 9.75% $15.50 $4,805 $18,910 Total Cost for Scenario A and Scenario B (2024-2027): $226,022 `IAGROMIN Qualifications for Procurement Services • Page 8 a 30% Please Print on Post Consumer Content Recycled Paper California Compost California Compost. net Platform Access There is password protected access to CaliforniaCompost.net, Agromin's Jurisdiction e- commerce platform. Cities can: a Online ordering and scheduling a 24/7 Online access to account a 8:00 — 4:30 M -F, 8-12 Saturday- Customer Support with dedicated Agromin staff assigned to City account a Quarterly and Annual updates on City's progress toward City's purchase targets a Jurisdiction Reports Vault with all required documents for CalRecycle reporting a Access to be provided upon signed Agreement *CalRecycle Calculations as per SB 1383, Article 12 Interested in a free procurement consultation and access to the Customer portal? California Poww"y Submit the form below and an Agromin Compost AGROMIN• representative will reach out. Enru Usemame u. a.e» Password ae sea. • tTen•Ipanea. anxs Forggtyour username? Reset your password Section 2. Project Team, Key Personnel and Resumes Resumes are available on the following pages. `JAGROMIN Qualifications for Procurement Services a Page 9 ® (805) 485-9200 M bcamarillo(cDagromin.com Q 201 Kinetic Dr. Oxnard, CA 93030 ® (805)485-9200 V dave(a)aoromin.com 0 201 Kinetic Dr. Oxnard, CA 93030 ® (805) 850-8797 a Cody@agromin.com Q 201 Kinetic Dr. Oxnard, CA 93030 is 30% Please Print on Post Consumer Content Recycled Paper BILL CAMARILLO Agromin CEO ROLES & RESPONSIBILITIES Bill Camarillo remains passionate after 28 years in the industry as the leader of one of the largest organics recyclers in California and the United States. He plays a key role in pioneering sustainability through organic waste conversion. RELATED PROJECTS • Limoneira Company I Organics Recycling 12004 - Present • Mountain View Organic Waste Processing Facility 12019 - Present • Simi Valley Recycling Center 12018 - Present DAVE GREEN Chief Operating Officer ROLES & RESPONSIBILITIES Dave is responsible for transforming over 1.2 million annual tons of organic material into finished products including renewable energy. He has leveraged his expertise to position Agromin for growth while maintaining a balance between environmental compliance and business opportunities. RELATED PROJECTS • Facilitator I City of Santa Barbara Food Waste Composting • Limoneira Company I Organics Recycling 12004 - Present • Agromin OC Chino Green Materials Composting CODY CAIN Executive Vice President of Sales & Marketing ROLES & RESPONSIBILITIES Cody has spent over 15 years involved in environmental and energy projects for alternative fuels, solar, oil, natural gas, carbon credits and biogas. Cain has coordinated four IPOs, founded fifteen companies and raised over $120 million for energy-related projects in the U.S. and Europe. RELATED PROJECTS • Web and market development for Agromin soil products • Rollout of California Compost Web Portal for organic waste procurement • Biogas Marketing and member of the international panel of biogas `y AGR0MIN Qualifications for Procurement Services • Page 10 ® (805)807-0677 V mike aaaaromin.com Q 201 Kinetic Dr. Oxnard, CA 93030 J ,f ® (805)889-8406 V Craig@agromin.com 0 201 Kinetic Dr. Oxnard, CA 93030 cc 4Q 30% Please Print on Post Consumer Content Recycled Paper MIKE ZWERNER General Manager ROLES & RESPONSIBILITIES Mike is responsible for managing over 300,000 tons of organic waste annually as well as managing Agromin's key strategic partners. Mike is responsible for all aspects of the organics business including operational, regulatory as well as developing programs and partnerships to distribute organic products. RELATED PROJECTS • Interthinx I Senior Vice President of Business Development • Homestore Inc. I Vice President of Sales and Marketing • Realtor.com I Managed more than 500 employees CRAIG CAMPBELL. Organics Recycling and Compost Management ROLES & RESPONSIBILITIES Craig is responsible for managing the Jurisdiction accounts in Southern California and assisting with the management of a number of Agromin's compost facilities in the South. RELATED PROJECTS • Facility Management for Mid Valley Disposal • Operations Manager with Republic Service • VP of Rainbow Environmental Services We would like to thank Dave Green and Agromin... for continuous and reliable great service. No matter what the job or task... deliveries have always been on time and product quality has never been an issue. Thank you for always making it happen for us and we look forward to continuing to work with you in the future. �i -American Landscape `� AGROMIN Qualifications for Procurement Services • Page 11 a 30°% Please Print on Post Consumer Content Recycled Paper Section 3. Company Qualifications Agromin has over 30 years of experience managing organics and has grown into California's largest compost producer. Agromin currently manages organic materials for more than 200 jurisdictions throughout the state. In addition to operating its own facilities, Agromin also markets and distributes compost for its strategic partners to facilitate the successful movement of products to market with the goal of promoting healthy soils throughout the state and West Coast. Headquartered in Oxnard, CA, Agromin employs 180 individuals throughout California. Additionally, we have 25 pre-processing and composting facilities throughout the state. Agromin Facilities and Material Brokering Operations Key 0 Agromin Operated Facilities ❑ Material Brokering Arrangements 9 Kern Santa Ventura Los Angeles Barbara (� G San Bernardino Q Riverside San Diego — i Agromin is supremely qualified to meet these services due to our numerous strategic partnerships in the agriculture community as described in Section 1.2, Experience. `1AGROMIN Qualifications for Procurement Services • Page 2 dba Agromin a30% Please Print on Post Consumer Content Recycled Paper 3.1 List of all Agromin Operations in California by County Seal Beach Naval Weapons Station /OperatorCompany Name Windrow Seal Beach, Orange Burrtec Waste Industries California Wood Recycling Calabasas Landfill Organics Recycling Pre -Processing --- Agoura, Los Angeles dba Agromin Coachella Valley Compost Composting Windrow California Wood Recycling Scholl Canyon Landfill Organics Pre -Processing -- Glendale, Los Angeles dba Agromin Recycling Burrtec Waste Industries Edom Hill Compost California Wood Recycling Agromin-Bowles Green Material Composting Windrow Dos Palos, Merced dba Agromin Composting Rancho Murrieta, California Wood Recycling Highway 59 Organics Recycling Facility Composting Windrow Merced, Merced dba Agromin Agromin OC Ontario Green Materials Composting Windrow Oxnard, Ventura Ontario, San Agromin OC Seal Beach Naval Weapons Station Composting Windrow Seal Beach, Orange Burrtec Waste Industries Agua Mansa MRF Composting CASP (Negative Air) Riverside, Riverside Burrtec Waste Industries Coachella Valley Compost Composting Windrow Coachella, Riverside dba Agromin Operation Cathedral City, Burrtec Waste Industries Edom Hill Compost Composting CASP (Negative Air) Riverside California Wood Recycling Agromin-Van Vleck Ranch Agricultural Rancho Murrieta, Burrtec Waste Industries West Valley MRF Composting Windrow Bernardino dba Agromin Composting Operations Composting Windrow Sacramento California Wood RecyclingSacramento, Composting Operation Agromin OC Elder Creek Transfer Station Pre -Processing ---- Fallbrook, San Diego dba Agromin Corto Olive Commercial Organics Composting Windrow Sacramento California Wood Recycling Agromin-Enviro-Services Ag Compost Composting Windrow Hollister, San Benito dba Agromin Operation Chip and Grind Chip and Grind Dixon, Solana California Wood Recycling Agromin OC Ontario Green Materials Composting Windrow Oxnard, Ventura Ontario, San Agromin OC Composting Composting Windrow Bernardino Manufacturing/ Bagging Plant Agromin Ontario Green Material dba Agromin Ontario, San Agromin-Burrtec LLC Composting Composting Windrow Bernardino dba Agromin Operation Victorville, San Burrtec Waste Industries Victor Valley Compost Composting CASP (Negative Air) Bernardino Fontana,San Burrtec Waste Industries West Valley MRF Composting GORE (Positive Air) Bernardino California Wood Recycling Agromin-Limoneira Ag Material Composting Windrow Cadiz, San Bernardino dba Agromin Composting Operation Agromin OC Agromin OC Oceanside Green Materials Composting Windrow Fallbrook, San Diego California Wood Recycling Corto Olive Commercial Organics Composting Windrow Lodi, San Joaquin dba Agromin Processing Operation California Wood Recycling Agromin Yolo Land &Cattle Chip and Grind Chip and Grind Dixon, Solana dba Agromin California Wood Recycling Agromin Organics Recycling Composting Windrow Oxnard, Ventura dba Agromin California Wood Recycling Agromin Premium Soil Products Manufacturing/ Bagging Plant Oxnard, Ventura dba Agromin Blending California Wood Recycling Agromin-Limoneira Ag Composting Composting Windrow Santa Paula dba Agromin Operation California Wood Recycling Simi Valley Landfill Organics Recycling Pre -Processing ---- Santa Paula dba Agromin California Wood Recycling Mountain View Organic Waste Pre -Processing --- Oxnard, Ventura dba Agromin Processing Facility (Planned) `JAGROMIN Qualifications for Procurement Services • Page 3 a 30% Please Print on Post Consumer Content Recycled Paper 3.2 Experience The key to Agromin's success is its agriculture partners that have come to rely on Agromin's certified products. Through these relationships, Agromin distributes compost statewide. We ensure each aspect of the organic recycling process is managed to the highest degree, where our focus is on producing high-quality and marketable products. We understand that our partner jurisdictions must meet specific compliance mandates. For this reason, we utilize the right technology to ensure the successful collection and pre-processing of organic materials. We focus on technology-based solutions that allow us to help jurisdictions comply with regulations and produce viable, marketable products for a range of end -uses. A snapshot of our agricultural partners is included here that demonstrates our wide-ranging outlets for compostable products. AGROMIN LIMONEIRA Sustainability Looped: Limoneira is committed to being a catalyst for positive change In 2004, Limoneira Company continued its agricultural entrepreneurial spirit by partnering with Agromin to create an innovative organic recycling program. Limoneira and Agromin developed a 10 -acre facility on Limoneira land to receive green materials (lawn clipping, leaves, bark, plant materials) from throughout Ventura County. The material is converted into mulch that is spread in Limoneira orchards to curb erosion, improve water efficiency, reduce weeds and moderate soil temperatures. G vOR1T0 Corto is determined to protect ecosystems and ensure the healthiest soils. Corto detivers the freshest, most antioxidant -rich olive oil while actively working toward a more sustainable future for California agriculture. From grove to mill to FlavorLock' box, we are committed to protecting and preserving our most precious resources and local ecosystems white systematically reducing waste. From planting crops that encourage indigenous pest -fighting insects to installing owl boxes. Corto continues to experiment with alternative modes of pest control. We are taking concrete steps to keep emissions from greenhouse gasses like CO2 as low as possible thanks to our use of solar power combined with our high -efficiency planting method, and Flavor -ock' bag -in -box packaging, which has been shown to have the lowest Global Warming Potential when compared to other packaging alternatives. rt,VAGROMIN Qualifications for Procurement Services • Page 4 a 30% Please Print on Post Consumer Content Recycled Paper Section 4. References Agromin has provided procurement services for 25+ jurisdictions. The services for all below references include: 0 Transporting compost to farms and ranches on behalf of the jurisdiction. Ensuring the Direct Service Provider (DSP) agreement is signed and includes all reporting information for SB 1383 compliance. All jurisdictions have a portal on our Californiacompost.net website where their reporting documents are stored. (s If desired and feasible, the jurisdictions can order compost through the website to be used within their jurisdiction, though not all have an interest in that service. These services are directly related to the requested scope of services for the City of Rosemead. 1. Arriana Rabago, Environmental Specialist, City of Ventura Q 501 Poli Street, Ventura, CA 93001 V arabaao@cityofventura.ca.Rov ® (805) 652-4584 2. Simone Blackwell, Environmental Compliance Analyst, City of Eastvale O 12363 Limonite Avenue, Suite 900, Eastvale, CA 91752 V sblackwell@eastvaleca.Bov ® (951) 361-0900 3. Hong Lee, Program Coordinator, City of Gardena 0 1700 West 162nd Street, Gardena, CA 90247 V hlee(@cityofaardena org ® (310) 217-9500 4. Sarah Vaira, Environmental Specialist Supervisor, City of Folsom Q 50 Natoma St, Folsom, CA 95630 V svaira@folsom.ca.uslsvaira@folsom.ca.us (916) 355-7200 `JAGROMIN Qualifications for Procurement Services • Page 5 a 30% Please Print on Post Consumer Content Recycled Paper 4.1 The Agromin Value Unlike other competitors, Agromin has a unique focus on end use compost markets. Typically, commercial composting operations focus on the processing of feedstock to reduce waste volumes, which is appropriate. However, Agromir's approach is slightly different. The process is important, but Agromin is intent on creating a high-quality product instead. Focusing on the end-user of the compost allows Agromin to produce soil amendments that align with their needs. Agromin is a manufacturer of compost, but the soil amendments that are produced from that compost far surpass industry standards. 0�L t{ 0 Agromin's operations comply with the following quality programs: 0 CDFA— California Department of Food and Agriculture • Purpose—Organic Input Material Registration and Labeling of Product. G OMRI —Organics Material Research Institute • Purpose — Organic Listing compliance. 0 GAP/GHP Certification • Purpose— Food Safety. 0 California Leafy Greens Marketing Agreement (LGMA) • Purpose— Food Safety. 0 LGMA Compliant • Purpose —Food Safety for leafy greens. G U.S. Composting Council (USCG) • Purpose — Compost content and its soil products are clean and safe. 0 USCC Seal of Testing Assurance (STA Compost) • Purpose—To ensure transparency of compost products. 0 In addition, all of our facilities follow laws and regulations published by CalRecycle, California Air Resources Board (CARB), and State Water Resources Control Board (SWRCB). gig RECy� ro M7P, USCoComposting AF uncil UJc Seal of Testing p I_ Assurance For Organic Use • OMRI.org `JAGROMIN Qualifications for Procurement Services • Page 6 i a 30% Please Print on Post Consumer Content Recycled Paper 4.1 Product Sheet Agromin serves more than 25,000 customers in the four industry categories: agriculture, landscape, retail, and homeowners. By having such a diversified clientele, we stand apart from other composters for our expansive material outlet opportunities. LL Agromin is a leader in our community that has placed sustainability at the forefront of its operations. - City of Ventura 11 Our varied markets show that we are a trusted source for organic premium soil products that support sustainability. The information provided is for Agromin's OMRI Listed COMPOST 100® and Agromin's Composted Cover Mulch®, which are great soil amendments for around the house since it contains no animal materials or biosolids. Agromin's OMRI Listed COMPOST 100® and Composted Cover Mulch® are "clean green," made from recycled plant materials. GG Agromin has been great in furthering our sustainability objectives in Santa Barbara. - City of Santa Barbara `�IAGROMIN Qualifications for Procurement Services • Page 7 C&o California ue Compost ice, 30% Please Print on Post Consumer Content Recycled Paper COMPOST 100 The recycled "clean green" soil amendment Agromin's OMRI Listed COMPOST 1000 may be used in certified organic production or food processing and handling according to the USDA Program rule. Agromin's OMRI Listed COMPOST 10011 is a great soil amendment for around the house, since it contains no animal materials or biosolids. Agromin's OMRI Listed COMPOST 100® is "clean green," made from recycled plant materials. GENERAL USES: VEGETABLES APPLICATION RATE SQUARE FEET ► 100 PUBLIC WBRNS ae Soo 1000 Depth of 1" .5 Cubic Yards 1.5 Cubic Yards 3 Cubic Yards Depth of 2" .75 Cubic Yards 3 Cubic Yards b Cubic Yards Depth of 3" 1 Cubic Yards 5 Cubic Yards 10 Cubic Yards Application rates range from 1"to 3"deep depending on whether use is new application or used for maintenance. TO USE ONLINE VOLUME CALCULATOR AND TO PLACE AN ORDER, SCAN CODE OR VISIT AGROMIRCOM: Agmmin meen all geneol op.u4�g s'a�dartk as a congwmbbmawr khaMli o moon m Jlrya oWa in Semon 17852(.X12) dN. SR 1383 Regulations. `- AGROMIN Qualifications for Procurement Services 9 Page 8 California Compost % 4* 4) 30% Please Print on Post Consumer Content Recycled Paper COMPOSTED COVER MULCH l00% Recycled, Top Dressing, Wood Mulch ES -2 Mulch is ideal for cooling the root zone, reducing moisture loss, controlling erosion and preventing weed growth. ES -2 is perfect for all orchard applications and public works as it is Environmentally Safe (ES) and meets California Department of Transportation specifications. Uniform in size ranging from minus to 2", ES -2 Mulch is an environmentally sound way to add a finishing touch to any landscape. GENERAL USES: 0 APPLICATION RATE SQUARE FEET ► 100 500 1000 Depth of 1" .5 Cubic Yards 1.5 Cubic Yards 3 Cubic Yards Depth of 2" .75 Cubic Yards 3 Cubic Yards 6 Cubic Yards Depth of 3" 1Cubic Yards 5Cubic Yards 10 Cubic Yards TO USE ONLINE VOLUME CALCULATOR AND TO PLACE AN ORDER, SCAN CODE OR VISIT AGROMIN.COK Application rates range from 1 " to 3" deep depending on whether use is new application or used for maintenance. Agamnmeelsall ea.loyeaangaa�,d:asa mm amble mawkha Wg epenbo a facility as owned m Sedlon 17852(.X18) of the 5B 1383 Reg.laubn.c `,. AGROMIN Qualifications for Procurement Services • Page 9 INTEGRATE LIVESTOCK OF YOUR FARM OPERATION CROP DIVERSITY "Regenerative Agriculture" describes farming and grazing practices that, among other benefits, reverse climate change by rebuilding soil organic matter with the use of compost and biochar to restore degraded soil biodiversity. This process draws carbon into the soil while simultaneously improving the water cycle. Lawrence Livermore Labs released a report, which featured natural climate solutions in which compost and biochar are used to sequester carbon into soils leading to carbon neutrality by 2045. These programs are noted as the most cost-effective climate solutions at a cost of only $11 per metric ton of carbon dioxide. By contrast, the California Air Resources Board (CARB) regulatory offset price is about $29 per metric ton. Natural climate solutions are estimated to result in negative emissions of 21.6 million metric tons of CO2 per year which will be needed in order to get to carbon neutral by in 2045. These solutions require participation of the agriculture industry that have vast land assets throughout California. Integrating compost into regular growing practices will mitigate environmental impacts from farming, as well as capture carbon within the soil. MAINTAIN LIVING ROOT YEAR-ROUND The Climate Action Reserve develops voluntary GHG offsets and is working on a Soil Enrichment Protocol, which will provide a strong basis for CARB's regulatory protocol. These programs allow the industry to mon- etizing carbon negative emissions and helps provide some incentives for the use of compost at agricultural sites. Compost production and use is now viewed as an important part of moving the State toward carbon neutrality. The January 2019 Draft California 2030 Natural and Working Lands Climate Change Imple- mentation Plan looks to double down on compost and mulch use by adding 31,000 to 62,000 acres each year through 2030. Additionally, the plan is to increase mulching on cropland at a rate of 10,400 to 20,800 acres per year. According to new research, soil could act as a significant carbon sink, holding up to three times as much carbon as is found in the atmosphere. Farmer across the State need, education, funding and technical support to integrate compost and mulch into their regular farming practices. Dirt can save the Earth and make the planet more resilient, provided that increasing quantities of recycled organics (such as compost, mulch, and biochar) are reintroduced to the world's soils each year. Qualifications for Procurement Services e Page 10 a 30% Please Print on Post Consumer Content Recycled Paper Section 5. Standard City Contract and Insurance Requirements Agromin has reviewed the attached Standard City Contract and Insurance Requirements and will comply with all aspects of the Agreement. Agromin would like the City to consider the flowing notes and exceptions to the contract. 1. Section 3.3.5 Prevailing Wages This text is duplicated in the Contract. 2. Section 3.5.1.1 Grounds for Termination: City may, by written notice to Contractor, terminate the whole or any part of this Agreement effective for the next calendar year at aRy time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof,'t least seven a" days b4gFe the Agromin often schedules compost procurement for jurisdictions months in advance. Should the City terminate the contract mid -year, Agromin may have already committed procurement tonnage for the City, which it will be unable to fulfill for our customers. 3. Section 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers for all claims related to the scope of services defined in this Agreement that arise out of any alleged acts, omissions or willful misconduct of the Contractor. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding that are a result of any alleged acts, omissions or willful misconduct of the Contractor. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. `yAGROMIN Qualifications for Procurement Services • Page 11 a 30% Please Print on Post Consumer Content Recycled Paper Agromin will indemnify the City against any items related to Agromin's failures Insurance Requirements, Part 10: Contractor agrees to ensure that subcontractors who hold a contract with the Contractor, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. Agromin will implement this with subcontractors who hold contracts with Agromin `VAGROMIN Qualifications for Procurement Services • Page 12 E \ ƒ / z� || !| !| | | | | | | | | | ! ! | E ! / � \� C $ | I | \ ! ! ! .\ z !| i ixA \ | | | � ° ) | f 1 !§! ool jsodwn.m _m z� Section 6. Addenda Acknowledgement Agromin acknowledges there have been no addenda issued by the City of Rosemead. `VAGROMIN Qualifications for Procurement Services 9 Page 14 ornia rowereu uy � .+S TM ` AGROMIN° ti� DOSt r■l . YY...i � t 4 • AS ♦ �� rc �� IFF Y . ., .{n �� 4 Tam IQ 6 Rooted in Tomorrow AGROMIN EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the World Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage andpolicy limits setforth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance: Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Contractor shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees and volunteers. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy AGROMIN form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Requirements not limiting: Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in AGROMIN scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor `s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. AGROMIN 14. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the tern of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. ACO ® CERTIFICATE OF LIABILITY INSURANCE DATEIMMI22' os09/19120240z4 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER AssuredPartners of California Ins Services, LLC CONTACT NAME: Richard Martinez PHO, AICN o Ex (805) 585E147 AIe Na (805) 585-6147 ADOAREss: richard.martinez@assuredpartners.com 196 S. Fir Street INSURER(S) AFFORDING COVERAGE NAIC# P.O. BOX 1388 INSURERA: AIG Specialty Ins Co 26883 Ventura CA 93002-1388 INSURED INSURERB: National Union Fire Ins Co of Pittsburgh, PA 19445 INSURER C : Old Republic Ins Co 24147 California Wood Recycling, Inc. INSURER D: DBA: Agromin INSURER E: 201 Kinetic Drive INSURER F: Oxnard CA 93030 CERTIFICATE NUMBER: 24/25 GL/AU/XSANC REVISION NUMBER: COVERAGES vr... •,v�.�.. -.... 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 CONTRACTOR 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. IN R TYPE OF INSURANCE AM NSD 9M MD POLICY NUMBER MMIODYEFF MMIDDIYYYY EXP LIMITS 8838 E. Valley Blvd., COMMERCIAL GENERALLIABILITY Rosemead CA 91770 ,( )iI 2J 4Lel� EACH OCCURRENCE $ 1'000'000 DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 CLAIMS -MADE OCCUR MED EXP (Any we person) S 25,000 A Y Y EG6684087 07/27/2024 07/27/2025 PERSONAL& ADV INJURY $ 1,000000 GEN'L AGGREGATE LIM IT APPLIES PER: 1:1JECT PRO - POLICY PRO- Fx_1 LOC GENERALAGGREGATE $ 2.000,000 PRODUCTS - COMPIOP AGO $ 2,000,000 $ OTHER. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea ars Gent $ 1'000'000 BODILY INJURY (Par person) $ ANYAUTO BODILY INJURY (Per accitlenp $ B OMED X SCHEDULED AUTOS ONLY HIRED NON -ME xAUTOS ONLY AUUTOS ONLY Y 148-16-501 07/27/2024 07/27/2025 PROPERrV DAMAGE PerauAGem $ E U MBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4.0001000 A EXCESS LI AB CLAIMS -MADE EGU6684089 07/27/2024 07/27/2025 DEC I X RETENTION $ 0 $ WORKERS COMPENSATION X1 STATUTE I I OERHL C AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOWPARTNERrEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) NIa Y MVJC 307760-24 07Po1Y2024 07/01/2025 E. L. EACH ACCIDENT $ 110001000 EL.DISEASE-EA EMPLOYEE $ 1.000,000 E.L. DISEASEPOLICYLIMIT E If yes, desenbe under1,0001000 DESCRIPTION OF OPERATIONS belay DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORO 101, Additional Remarks Schedule, may be attached if more space is required) GL: Certificate Holder, its officials, employees and agents are Additional Insured as respects to operations of the Named Insured per form 142245082021. GL/AU: This Insurance is Primary to any other Insurance per forms (G L) 141641062021 & (AU) CAOOO 11013. GUAUNVC: A Waiver of Subrogation is added in favor of the Additional Insured per forms (GL) 1432960921, (AU) CA04441013 & (WC) WC0403060484. Endorsements apply only as required by current Written contract on file. r1A1JCEI I ATNTM U 1Btl6-200 ACORD CORPORA TiON. All rights reserved. ACORD 25 (2016103) 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. City of Rosemead 8838 E. Valley Blvd., AUTHORIZED REPRESENTATIVE Rosemead CA 91770 ,( )iI 2J 4Lel� U 1Btl6-200 ACORD CORPORA TiON. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD General Liability: EG6684087 technical reports, laboratory data, field notes, expert reports, investigations, data collected, invoices, regulatory correspondence, or any other documents relating to such emergency response costs. Applicable to All Coverages Failure to timely notify us of (i) an occurrence or an offense which may result in a claim, (ii) emergency response costs under Coverage D-3 or Coverage E-5 or (iii) a claim or suit shall not automatically invalidate coverage under this Policy; provided, however, that all of the following conditions are met: a. Timely notice must have been inadvertently provided to another insurer; and b. Notice must be provided to us as soon as possible once you become aware that such notice was inadvertently provided to another insurer; and c. Such subsequent notice to us must not, in our sole discretion: (i) materially prejudice our defense or claims handling of any claim or suit; or (ii) materially increase our costs for any claim or suit. Solely as respects Coverage D, in any event, notice must be provided to us during the policy period or during the extended reporting period, if applicable. 3. Legal Action Against Us No person or organization has a right under this Policy: a. To join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. To sue us on this Policy unless all of its terms have been fully complied wth. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we ml not be liable for damages that are not payable under the terms of this Policy or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured, and the claimant or the claimant's legal representative. 4. Other Insurance Applicable to Coverages A, B and E If other valid and collectible insurance is available to the insured for damages or loss we cover under Coverages A, B or E of this Policy, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share Wth all that other insurance by the method described below. However, regardless of whether b. below applies, in the event that a written contract or agreement or permit requires this insurance to be primary for any person or organization Wth whom you agreed to insure and such person or organization is an insured under this Policy, we will not seek contributions from any such other insurance issued to such person or organization. b. Excess Insurance This insurance is excess over: 141641 06/2021 Page 32 of 48 C16500 ENDORSEMENT NO. 5 This endorsement, effective 12:01 AM, July 27, 2024 Forms a part of Policy No: EG 6684087 Issued to: CALIFORNIA WOOD RECYCLING, INC. By: AIG SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - COVERAGES A, B AND E - DESIGNATED PERSON(S) OR ORGANIZATION(S) ENDORSEMENT Solely as respects Coverages A, B and E, SECTION II - WHO IS AN INSURED is amended to include as an insured the person(s) or organization(s) shown in the Schedule below, but only with respect to bodily injury, property damage, personal and advertising injury, environmental damage or emergency response costs caused in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: A. In the performance of your work; or B. In connection with your premises owned by or rented to you. SCHEDULE Name of Additional Insured Person(s) or Organization(s): BLANKET BASIS WHERE REQUIRED BY WRITTEN CONTRACT All other terms, conditions, and exclusions shall remain the same. AUTHORIZED REPRESENTATIVE or countersignature (in states where applicable) 142245 (08/2021) PAGE 1 OF 1 CI6555 ENDORSEMENT NO. 12 This endorsement, effective 12:01 AM, July 27, 2024 Forms a part of Policy No: EG 6684087 Issued to: CALIFORNIA WOOD RECYCLING, INC. By: AIG SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US ENDORSEMENT It is hereby agreed as follows: SECTION IV - CONDITIONS, Paragraph 7. Transfer of Rights of Recovery Against Others to Us - Applicable to Coverages A, B, C and E is amended by the addition of the following at the end of such subparagraph: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make under Coverage A, B, C and E for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name of Person or Organization: BLANKET BASIS WHERE REQUIRED BY WRITTEN CONTRACT All other terms, conditions, and exclusions shall remain the same. AUTHORIZED REPRESENTATIVE or countersignature (in states where applicable) 143296 (09121) PAGE 1 OF 1 C16603 Auto: 148-16-501 b. Under Covered Autos Liability Coverage, we agree in writing that the "insured" has an obligation to pay or until the amount of that obligation has finally been determined by judgment after trial. No one has the right under this policy to bring us into an action to determine the "insured's" liability. 4. Loss Payment — Physical Damage Coverages At our option, we may: a. Pay for, repair or replace damaged or stolen property; b. Return the stolen property, at our ex- pense. We will pay for any damage that results to the "auto" from the theft; or c. Take all or any part of the damaged or stolen property at an agreed or appraised value. If we pay for the "loss", our payment will include the applicable sales tax for the damaged or stolen property. 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. B. General Conditions 1. Bankruptcy Bankruptcy or insolvency of the "insured" or the "insured's" estate will not relieve us of any obligations under this Coverage Form. 2. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally conceals or misrepresents a material fact concerning: a. This Coverage Form; b. The covered "auto"; c. Your interest in the covered "auto"; or d. A claim under this Coverage Form. 3. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically pro- vide the additional coverage as of the day the revision is effective in your state. 4. No Benefit To Bailee — Physical Damage Coverages We will not recognize any assignment or grant any coverage for the benefit of any person or organization holding, storing or transporting property for a fee regardless of any other provision of this Coverage Form. 5. Otherinsurance a. For any covered "auto" you own, this Coverage Form provides primary insur- ance. For any covered "auto" you don't own, the insurance provided by this Cov- erage Form is excess over any other collectible insurance. However, while a covered "auto" which is a "trailer" is connected to another vehicle, the Covered Autos Liability Coverage this Coverage Form provides for the "trailer" is: (1) Excess while it is connected to a motor vehicle you do not own; or (2) Primary while it is connected to a covered "auto" you own. b. For Hired Auto Physical Damage Coverage, any covered "auto" you lease, hire, rent or borrow is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Covered Autos Liability Coverage is primary for any liability assumed under an "insured contract d. When this Coverage Form and any other Coverage Form or policy covers on the same basis, either excess or primary, we will pay only our share. Our share is the proportion that the Limit of Insurance of our Coverage Form bears to the total of the limits of all the Coverage Forms and policies covering on the same basis. 6. Premium Audit a. The estimated premium for this Coverage Form is based on the exposures you told us you would have when this policy began. We will compute the final pre- mium due when we determine your actual exposures. The estimated total premium will be credited against the final premium due and the first Named Insured will be billed for the balance, if any. The due date for the final premium or retrospective premium is the date shown as the due date on the bill. If the estimated total premium exceeds the final premium due, the first Named Insured will get a refund. b. If this policy is issued for more than one year, the premium for this Coverage Form will be computed annually based on our rates or premiums in effect at the Page 8 of 11 ® Insurance Services Office, Inc., 2011 CA 00 01 10 13 ❑ POLICY NUMBER: 148-16-501 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: CALIFORNIA WOOD RECYCLING, INC. DBA AGROMIN HORTICULTURAL PRODUCTS Endorsement Effective Date: 07/27/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED IS REQUIRED BY WRITTEN CONTRACT TO PROVIDE A WAIVER PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss' under a contract with that person or organization. CA 04 44 10 13 ®Insurance Services Office, Inc., 2011 Page 1 of 1 11 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 04-84) POLICY NUMBER: MWC 307760 24 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be otherwise due on such remuneration. PERSON OR ORGANIZATION AS REQUIRED PER CONTRACT SPECIFICATIONS TO THE EXTENT ALLOWABLE BY LAW DATE OF ISSUE: 07/01/24 % of the California workers' compensation premium SCHEDULE JOB DESCRIPTION @1998 by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. From the WCIRB's California Workers' Compensation Insurance Forms Manual@ 1999.