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.