Loading...
2200 - CWE Corporation - On-Call Municipal Stormwater Permit Compliance Services .. �—miN CWE0000-01 SGONZALEZ '��f�® CERTIFICATE OF LIABILITY INSURANCE DATE2/3/2D/YYYY) 12/3/2020 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 License#0757776 CONTACT Irene Laine HUB International Insurance Services Inc. (A/C,PHONE (714)739-3184I (NC,No):(714)459-7216 6pointe Drive E-MAIL Suiteite 35 350 ADDRESS:Irene.Laine@hubinternational.com La Palma,CA 90623 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Crum&Forster Specialty Insurance Company 44520 INSURED INSURER B:West American Insurance Co 44393 CWE INSURER C:State Compensation Insurance Fund of California 35076 1561 E.Orangethorpe Avenue Suite 240 INSURER D: Fullerton,CA 92831 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD wVD IMM/DD/YYYY) IMM/DD/YYYY) 2,000,000 A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE X OCCUR X X EPK-133225 12/8/2020 12/8/2021 DAMAGE TO RENTED 100,000 PREMISES(Ea occurrence) $ • MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY Ta: LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ B COMBINED SINGLE LIMIT 1,000,000 AUTOMOBILE LIABILITY (Ea accident) $ X ANY AUTO BAW57609336 12/8/2020 1218/2021 BODILY INJURY(Per person) $ O OS ONLY ---1AUTOSULED A BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ C WORKERS COMPENSATION X STATUTE BOTH AND EMPLOYERS'LIABILITY Y/N X 9170147-20 12/1/2020 12/1/2021 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liab EPK-133225 12/8/2020 12/8/2021 Each Wrongful Act 2,000,000 A Professional Liab EPK-133225 12/8/2020 12/8/2021 Aggregate 4,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Rosemead is additional Insured with regard to the General Liability policy when required by a written contract,per the attached endorsement form EN0111-02/11.Primary&Non-Contributory with regard to the General Liability policy applies when required by a written contract,per-the attached - endorsement form EN0147 11/11,Waiver of Subrogation included.Waiver of Subrogation with regard to the Workers Compensation policy applies when required by a written contract,per the attached endorsement form 2572. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Rosemead ACCORDANCE WITH THE POLICY PROVISIONS. Department of Public Works 8838 E.Valley Blvd. Rosemead,CA 91770 AUTTHORIZEDD REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CWE Policy Number:EPK-133225 CRUM&FORSTER' Effective Dates:12/08/2020 - 12/08/2021 THIS ENDORSEMENT.CHANGE$ THE POLICY. PLEASE READ.ITZAREFULLY: ADDITIONAL, INSURED- OWNERS LESSEES OR CONTRACTORS this endorsement modifie§?irisurame provided under the following: 042nonEIRprA,LoENa.RAL LIAgnItyoov.EAOE PART :CONTRACTORS POLLU ION LiA8iLi'fr.COVEkAGE PART SCHEDULE Naito OfAdditiOnal Peliei(t)abitth)iidtiOn(t). Where Required EtyWritientontraci. • SECTION III WHO IS AN 1N$UREDMithintheCOiliniOn ProVitiOrit is'8-frithOedIo itteiud .at an additiOhal insured the person(s) or 9IV.rilizAtiO(§). indicated t in the Schedule shown above, but only with respect to liability caused, in whole or in Oari, by 'your work for that insured which is performed by you or by those acting orryour behalf: ALL OTHER TERMS AND CONDITIONS OFTHE POLICY'REMAIN UNCHANGED. ENQ111-0211. Pagel of 1 Insured'Name: CWE Policy#:EPK-133225 Policy Term: 12/8/2020 - 12/8/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRI;=UTORY ADDITIONAL INSURED WITH WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGEPART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organization(s) Where Required by Written Contract A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but only with respect to liability arising out of"your work"for that person or organization performed by you, or by those acting on your behalf. B. As respects additional insureds as defined above, this insurance also applies to "bodily•injury" or"property damage"arising out of your negligence whenthe following written contract requirements are applicable: 1. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insureds shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. 2. We waive any right of recovery we may have against the person(s) or organizatioi (s) indicated in the Schedule shown above because of payments we make for injury or damagearising out of "your work" performed under a written contract with that persons) or organization(s). 3. The term "additional insured" is used separately and not collectively, but the inclusion of more than one "additional insured"shall not increase the limits or coverage provided by this insurance. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any "claim" to which the coverage afforded by this.Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0147-1111 Page 1 of 1 STATE ENDORSEMENT AGREEMENT BROKER COPY COMPENSATION WAIVER OF SUBROGATION INSURANCE BLANKET BASIS 9170147-20 FUND RENEWAL SP HOME OFFICE 7-84-15-94 SAN FRANCISCO EFFECTIVE DECEMBER 1, 2020 AT 12.01 A.M. PAGE 1 OF 1 ALL EFFECTIVE DATES ARE AND EXPIRING DECEMBER 1, 2021 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME CWE 1561 E ORANGETHORPE AVE STE 240 FULLERTON, CA 92831 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. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION BLANKET WAIVER OF FOR WHOM THE NAMED INSURED SUBROGATION HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: NOVEMBER 25, 2020 2572 AUTHORIZED REPRESENT IVE PRESIDENT AND CEO SCIF FORM 10217 (REV.7-2014) OLD DP 217 �¢1 CWE0000-01 KMALDONADO AkC41G.R.0" DATE(MM/DD/YYYY) L------- CERTIFICATE OF LIABILITY INSURANCE 12/5/2019 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 License#0757776 CONTACT Irene Laine HUB International Insurance Services Inc. lcD°,Ne,Ext),(877)825-2681 1 FAX 951 231-2572 6 Centerpointe Drive,Suite 350 E-MAIL (NC,No):( ) La Palma,CA 90623 ADDRESS:cal.cpu@hubinternational.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Crum&Forster Specialty Insurance Company 44520 INSURED INSURER B:American Fire and Casualty Company 24066 CWE INSURERC:State Compensation Insurance Fund of California 35076 1561 E.Orangethorpe Avenue Suite 240 INSURER D: Fullerton,CA 92831 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: • REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MMIDD/YYYY) IMMIDDIYYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE X OCCUR EPK-129193 12/8/2019 12/8/2020 DAMAGE TO RENT rr 100,000 X X PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY JECT LOC PRODUCTS-COMP/OPAGG $ 4,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO BAA57609336 12/8/2019 12/8/2020 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ AUTOS ONLY NON-OWNEDUUOPROPERTY DAMAGE (Per accident) $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ C WORKERS COMPENSATION PEPERTUTE ETH AND EMPLOYERS'LIABILITY 9170147-19 12/1/2019 12/1/2020 1,000,000 OFFICER/MEMANY OPRIEER PARTNER E ECUTIVE Y/N N/A X E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liab EPK-129193 12/8/2019 12/8/2020 Each Wrongful Act 2,000,000 A Professional Liab EPK-129193 12/8/2019 12/8/2020 Aggregate 4,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Rosemead is additional Insured with regard to the General Liability policy when required by a written contract,per the attached endorsement form EN0111 02/11.Primary&Non-Contributory with regard to the General Liability policy applies when required by a written contract,per the attached endorsement form EN0147 11/11,Waiver of Subrogation included.Waiver of Subrogation with regard to the Workers Compensation policy applies when required by a written contract,per the attached endorsement form 2572. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Rosemead THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Department of Public Works 8838 E.Valley Blvd. Rosemead,CA 91770 AUTHORIZED REPRESENTATIVE '� 44 -4141.____ ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CWE E $` �� ,l Policy Number:EPK 129193 1 CRU M FORSTER' Effective Dates:12/08/19 - 12/08/20 r.l RrRK cos THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)or Organization(s); Where Required By Written Contract. SECTION III —WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but only with respect to liability caused, in whole or in part, by your world' for that insured which is performed by.you or by those acting on your behalf. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN011'1-0211 Page 1 of 1 Insured Name: CWE Policy#:EPK-129193 Poliy Term: 12/8/2019 - 12/8/2020 i! THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Pi-AMA-1r AND NON-CSNT11tUT.RY ADDITIONAL INSURED WITH WAIVER SF SU:R.GATI ��N This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s) Where Required by Written Contract A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but only with respect to liability arising out of"your work" for that person or organization performed by you, or by those acting on your behalf. B. As respects additional insureds as defined above, this insurance also applies to "bodily injury" or "property damage" arising out of your negligence when the following written contract requirements are applicable: 1. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insureds shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. 2. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for injury or damage arising out of "your work" performed under a written contract with that person(s) or organization(s). 3. The term "additional insured" is used separately and not collectively, but the inclusion of more than one "additional insured"shall not increase the limits or coverage provided by this insurance. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any "claim" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0147-1111 Page 1 of 1 STATE ENDORSEMENT AGREEMENT BROKER COPY COMPENSATIONWAIVER OF SUBROGATION INSURANCE BLANKET BASIS 9170147-19 FUND RENEWAL SP HOME OFFICE 7-84-15-94 SAN FRANCISCO EFFECTIVE DECEMBER 1, 2019 AT 12.01 A.M. PAGE 1 OF 1 ALL EFFECTIVE DATES ARE AND EXPIRING DECEMBER 1, 2020 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME CWE 1561 E ORANGETHORPE AVE STE 240 FULLERTON, CA 92831 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. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION BLANKET WAIVER OF FOR WHOM THE NAMED INSURED SUBROGATION HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: NOVEMBER 5, 2019 2572 AUTHORIZED REPRESENT IVE PRESIDENT AND CEO SCIF FORM 10217 IREV.7-2014I OLD DP 217 s M F iii 4 9 t 7, 0,....: CIVIC PRIDE741qt, J CoRPpRhTEO 1.° CITY OF ROSEMEAD 2018-2019 STORMWATER MANAGEMENT SERVICES (CWE) AMENDMENT#1 The Agreement that was made and entered into on the 29th day of August 2018 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 Boulevard, Rosemead, CA 91770 and CWE with its principal place of business at 1561 E. Orangethorpe Avenue, Suite 240, Fullerton, CA 92831, is hereby extended from the period of July 1st, 2019 through June 30th, 2020. All existing provisions of the original agreement, and previous extension of the period August 29th, 2018 through June 30th, 2019, shall remain intact. Signed: CITY OF ROSEMEAD CWE B : 1 -c�.� � cl By:\' . V2-12111,%1Wc: , da Date Vik Bapna Date City Manager C.'. s AE F 0198 • itO 9 O 01 AY& CIV➢'G PR4.ID E` bt AfC.RPpRATED,o PROFESSIONAL SERVICES.AGREEMENT 2018-2019 STORWATER MANAGEMENT SERVICES 1. PARTIES AND DATE. This Agreement is made and entered into this SI day of c s-- , 20 (S (Effective Date) by and between the City of Rosemead, a munici I 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 CWE with its principal place of business at 1561 E. Orangethorpe Avenue, Suite 240, Fullerton, California 92831 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Contractors. Contractors 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. Contractor represents that it is experienced in providing Stormwater Management 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 Contractor to render such ongoing general public works and professional services ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional compliance and support services necessary for the Project ("Services"). The Services and hourly rates are more particularly described in Exhibit A attached hereto and incorporated herein CWE Page 2 of 11 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 from Effective Date shown above to June 30, 2019, unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor 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 Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor 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 Contractor shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Contractor 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, Contractor may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Contractor 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 CWE Page 3 of 11 property, shall be promptly removed from the Project by the Contractor at the request of the City. 3.2.5 City's Representative. The City hereby designates the City Engineer or his or her 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 Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Contractor's Representative. Contractor hereby designates Mr. Jason Pereira, or his/her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/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. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, contractors and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees. Contractors shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub-contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Contractor shall keep itself fully informed of and incompliance with all local, state and federal laws, rules and regulations • CWE Page 4 of 11 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. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the entire duration of this Agreement an insurance coverage and policy 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 Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A)adequate life protection and 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. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement, as specified in the attached proposal (i.e., hourly rates, expenses, etc.), but F c`r * ,- d C U w:. _ ¶1J° 0:2) Such payments shall be made on an as-needed basis as directe. by e City. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. CWE Page 5 of 11 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor 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" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor 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 Contractor's principal place of business and at the project site. Contract 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 yVage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3)years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have CWE Page 6 of 11 been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor 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 Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 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: CONTRACTOR: CWE 1561 E. Orangethorpe Avenue, Suite 240 Fullerton, California 92831 Attn: Jason Pereira CITY: City of Rosemead 8838 E. Valley Bouolevard • Rosemead, CA 91770 Attn: City Engineer, Rafael M. Fajardo, P.E. 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 Contractor under this Agreement ("Documents & Data"). Contractor shall require all subcontractors to agree in writing that CWE Page 7 of 11 City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents& Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor 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 Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor 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 Contractor which is otherwise known to Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the 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 party commences an action against the other party, either legal, administrative or other, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 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, Contractors 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. 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. Contractor shall reimburse • CWE Page 8 of 11 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. 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 Contractors. City reserves right to employ other Contractors in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 `Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 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 Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, • employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 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, • CWE Page 9 of 11 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. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor further agrees to file, or shall cause its employees or subcontractors to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for 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. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, 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. CWE Page 10 of 11 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. • [Signatures on next page] • CWE Page 11 of 11 CITY OF ROSEMEAD CWE _ '_4/ .� _ `o _ . ' 8 ► - By: v-o 32 3 2__ loria Molleda, City Manager er Date DD t� e Name: \I 6Prio Attest: Title: C-c 0 Ericka, Hernandez, City Clerk Date JTf of xore smoR ©res;0e, -MORA a-0 flit. 0 Approved as to Form: By: / _ _rem mir / Name: 5;:sr,._ ?ere r 1AA481/8 achel Richman Date City Attorney Title: Scw No cY,5,ra4-e • EXHIBIT A SCOPE OF SERVICES/ HOURLY RATES A-1 t. ' City of Rosemead OSE EAD MS4 NPDES Permit Professional Compliance and Support Services ( �C . BOARD FOR PROFESSIONAL ENGINEERS, ` �tv's LAND SURVEYORS,AND GEOLOGISTS ;,f[;a,,' TO To Cen OTulWnuam '' '.::'%' To ThePmsislws of f]upier 7.lllvt ion Safslu•Dv>inev.eM Pmressims CWa ( Kathryn Louise-H Thomas ( I IS DULY LICENSED ASA 1 PROFESSIONAL ENGINEER _ I N Civil Engineering Iv The Slav of CalZaandHCvWIMToPIITLe RigNs and _&.t4R` 'Rem @p welleges Coofcrt<J In5aO CM, I Water Board$cGrf Wittee-N[i�i[Yrpjg itvp'i tt 4g ttTrc WITNESS OUR HAND AND SEAL -*You are logged-In as:Katie Thomas-CWE ' ' Ceaifeme No.0 x5752 Illhtsaccountement does not belong to you,please log out 1 of Co;�.�, Tim teeny of Mar.WM al Sauatenm.Calihrcnia. CBPELSG-QSD Acknowled 9 ,( �/ BOARD FOR PROFESSIONAL ENGINEERS, Your CBPELS OSI)registration is Complete.Your CEPELS License number is now your QSD Certification number n� E y, LANA SURVEYORS.AND GEOLOGISTS First Name: Katie K4'=L'` Last Name: Thomas 4l ::aavLaa a.Mmrgels-Rca�nRe orr satla xonrn A. n,r.E.-DouJprcnuam Effective Date:Jun 24,2017 l��� .�_�. �__ _._.__ __.. (-Rehm to Male rku� ( C. Subcontracted Services . CWE does not anticipate any subconsultants to be utilized for the services outlined in the City's RFP. A D. Fees . While we cannot put a price on environmental sustainability, CWE understands first and foremost o financial resources are at the front of many clients'minds, and are a strong priority. We don't perpetually o C. speculate about spurious regulatory interpretations that leave you worrying about potential risk exposure and changing regulatory priorities. While each Permittee has different competing internal priorities, CWE o ( has the experience to cost-effectively apply your limited dollars where they will provide the greatest compliance benefit, and make the added effort to secure public agency grant funding. For example, o Project Manager Dr. GerryGreene recently procured over$10 million in Proposition 1 Stormwater Implementation Grant support for permitting, design, and construction of the John Anson Ford Park, , regional BMP Cistern, with a 10% Watershed Management Area (WMA) match that required only a 1.5% project match from the City of Bell Gardens. Our fees reflect a commitment to providing the City with top-notch services, using streamlined communication, and taking necessary actions within consequential scheduling deadlines. ( A proposed fee schedule for services anticipated, and hourly rates for professional,staff members by title are provided on the following pages. The most significant task in the budget is associated with the Inventory of Regional BMP Development Opportunities and CWE would gladly suggest clarifications to _ that scope of work that might allow the City to more cost-effectively achieve its objectives. In brief, we recommend the City focus on one project and develop documentation sufficient to support grant applications, rather than tie compliance to the procurement of private parcels. Our City of Rosemead Bid Proposal Form is provided in Appendix A. CWE takes no exceptions from the ` City's contract requirements. F`r 1 C f City of -osemead 0 Cr EAD MS4 NPDES Permit Professional Compliance and Support Services ( .1 ',•4te Sheet Enoineer/Scientist Rate/Hour Principal $240 Senior Project Manager $236 Project Manager $206 Technical Manager $203 Task Leader $180 ( Principal Engineer $175 Senior Engineer $166 Project Engineer $145 Staff Engineer $121 Assistant Engineer $98 k. Senior Environmental Scientist $148 Environmental Scientist $123 Environmental Analyst $91 Construction Services f Construction Manager $169 \ Senior Construction Inspector $129 ;a Construction Inspector $114 I A Field Survey _ Licensed Surveyor $157 3-Person Survey Crew $221 c { 2-Person Survey Crew $178 0 o. Support Services GIS Specialist $118 ( Senior Engineering Technician $96 Engineering Technician $84 0 CADD Designer $98 Project Coordinator $87 g Administrative Assistant $79 i General Direct Expenses Cost + 10% 4. Subcontract Services Cost + 10% '. Specialized Computer Applications (per hour) $15 Mileage Current IRS Rate Field Vehicle- Hourly $12/hour . Field Vehicle- Daily $80/day Field Vehicle - Monthly $1,500/month ii B&W Photocopies (per page) $0.10 Color Photocopies (per page) $0.50 Rates will be adjusted annually based on the US Department of Labor,Bureau of Labor Statistics,Consumer Price Index for All Urban Consumers. 1 Rates for field equipment,health and safety equipment,and graphical supplies presented upon request. Based on CWE maintaining General Liability Insurance for bodily injury and property damage with an aggregate limit of$2,000,000 per occurrence. In the event the client desires additional coverage,CWE will,upon the client's written request,obtain additional insurance and adjust the above billing rates accordingly. u - 12 - j •''•' ,, ems z / C�ii t y of Rosemead 7' 0 7' 0 S E EA S Tndo^.Small Timm Amcrla;r MS4 NPDES Permit Professional Co Dot Fee Schede e City of Rosemead MS4 ikiPIOES Permit Professional Professional Service Fee Prepared by CWE on 02/07/2018 GIS CAD . Admin Mileage a , `:> • oecialist Designer Assistant h. ODCs¢ Task 1 Meetings 1.1 Six Regional (LAPG, ULAR, MS4P) Meetings ! 420 1.2 Four Informal City Meetings (Agenda/Summary) .j 240 2 Staff Training 2.1 Construction/Erosion Control Review/Permitting 60 2.2 Erosion/Sediment Contorl Plan Inspection 60 2.3 Stormwater Targeted Public Employee &Contracte 60 2.4 City Staff IC/ID Response ! 60 3 Public Information and Participation Program 16 4 Annual Industrial/Commercial Facilities Program 4.1 Food Service (200/2=100) $9,500 4.2 Auto(100)/RGO(20)/Nursery(6) (126/2=63) i $7,560 4.3 5 Traditional/1 NEC IGP (6/2=3) I $750 4.4 BL data, Notification It, Form, GIS tracking databa 5 Redevelopment Planning (2 Reviews/4 projects, <! $100 6 Redevelopment Construction Inspections <=4/mor 720 7 Post-Construction BMP Inspections (13 CGPs) 180 8 Public Facility Inventory 60 9 Inventory of Regional BMP Development Opportun 16 64 180 10 Public Activity Management(Day/Month) 840 - 11 Trash TMDL Alternative Compliance Study 560 12 IC/ID Investigation &Elimination first 16 hrs, then; 120 13 Annual Report 60 Total Fee and Hours _ H 16 64 16, $1,973 - $17,910 CA/IMI EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, 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 and policy limits set forth 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 using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. 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 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's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. 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. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a"pay on behalf" basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor, subContractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or B-1 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. 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 with an edition prior to 1992. 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 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 B-2 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 selfinsured 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. B-3 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. 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 term 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 B-4 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. • • B-5 ..--r--.."4) CWE0000-01 ILAINE .44C®,R®' DATE(MM/DD/YYYY) 4.....--- CERTIFICATE OF LIABILITY INSURANCE 12/11/2017 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(les)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 License#0757776 CONTACT LI NAME: HUB International Insurance Services nc. PHONE 714 739-3177ax jA/c,No 714 739-3188 6 Centerpointe Drive (a/c,No,Ext):( ) ):( ) #350 E-MAILDRESS: La Palma,CA 90623 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Crum&Forster Specialty Insurance Company 44520 INSURED INSURER B:American Fire and Casualty Company 24066 CWE INSURER C:State Compensation Insurance Fund of California 35076 1561 E.Orangethorpe Avenue Suite 240 INSURER D: Fullerton,CA 92831 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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. ILTR NSR I LICY EXP TYPE OF INSURANCE ASD DDLSUBRWVDI POLICY EFF POLICY NUMBER (MM/DD/YYYY)I(MM/DD((YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY ' I I EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE X OCCUR EPK-120302 12/08/2017 12/08/2018 DAMAGE TO RENTED 100,000 PREMISES(Ea occurrence) $ I MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO BAA57609336 12/08/2017 12/08/2018 BODILYINJURY(Perperson) $ OWNEDi SCHEDULED AUTOS ONLY _ j AUTOS BODILY INJURY(Per accident) $ AUTOS ONLY NON-OWNEDUUTNPROPERTY aERTYDAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ I DED RETENTION$ I $ C WORKERS COMPENSATION i 1 X PER OTH- AND EMPLOYERS'LIABILITY I STATUTE ER Y/IN 9170147-17 12/01/2017 12/01/2018 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE 1 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? 1 N/A • (Mandatory in NH) I E.L.DISEASE-EA EMPLOYEEI$ 1'000'000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 A Professional Liab EPK-120302 12/08/2017 12/08/2018 Each Wrongful Act 2,000,000 A Professional Liab I EPK-120302 12/08/2017 12/08/2018 Aggregate 4,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Rosemead is additional insured as respects General Liability per endorsement#EN0147-1111. Genera Liability is primary and non-contributory per endorsement#EN0147-1111. General Liability waiver of subrogation applies per endorsement#EN0147-1111. Workers Compensation waiver of subrogation applies per endorsement#2572. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Rosemead THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Department of Public Works 8838 E.Valley Blvd. Rosemead,CA 91770 AUTHORIZED iREPRESENTATIVE %i f - ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED WITH WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following.: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organization(s) Where Required.by Written Contract A. SECTION Ill — WHO IS AN INSURED. within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but only with respect to liability arising out of "your work" for that person or organization performed by you, or by those acting on your behalf. B. As respects additional insureds as defined above, this insurance also applies to "bodily injury" or"property damage"arising out of your negligence when the following written contract requirements are applicable: 1. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insureds shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. 2. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for injury or damage arising out of"your work" performed under a written contract with that person(s) or organization(s). 3. The term "additional insured" is used separately and not collectively, but the inclusion of morethan one "additional insured"shall not increase the limits or coverage provided by this insurance. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any."claim" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0147-1111 Page 1 of 1 0 - ENDORSEMENT AGREEMENT BROKER COPY p_�, r.� , WAIVER OF SUBROGATION UjNIBLANKET BASIS 9170147-17 ' RENEWAL SP HOME OFFICE 7-84-15-94 SAN FRANCISCO EFFECTIVE DECEMBER 1, 2017 AT 12.01 A.M. PAGE 1 OF 1 ALL EFFECTIVE DATES ARE AND EXPIRING DECEMBER 1, 2018 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME CWE 1561 E ORANGETHORPE AVE STE 240 FULLERTON, CA 92831 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 Tkth 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. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION BLANKET WAIVER OF ® FOR WHOM THE NAMED INSURED SUBROGATION. HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: NOVEMBER 2, 2017 ev.4" -/€1/# do-7..1e", je..e.":2.4.0%.-. 2572 AUTHORIZED REPRESENT IVE PRESIDENT AND CEO PROFESSIONAL SERVICES AGREEMENT • •- - - - • CORPORATION) PARTIES AND DATE. This Agreement is made and entered into this / s L day of 2Q/ (Effective Date) by and between the City of Rosemead, a municipal or anization 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 CWE Corporation with its principal place of business at 1561 E. Orangethorne Avenue, Suite 240, Fullerton, CA 92831 -5202 ( "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 municipal stormwater permit compliance 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 such ongoing general public works and professional engineering 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 professional municipal stormwater permit compliance services consulting services necessary for the Project CWE CORPORATION Page 2 of 11 ( "Services "). The Services and hourly rates are more particularly described in Exhibit A attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from Effective Date shown above to June 30, 2016, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this 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 CWE CORPORATION Page 3 of 11 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. . 3.2.5 City's Representative. The City hereby designates the Director of Public Works, or his or her 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 Contract. 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 hereby designates Mr. Gerald E. Greene, DEnv, PE, QEP, QSD /P., or his /her 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. Any employee of the Consultant or its sub - consultants who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant and shall not be re- employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of CWE CORPORATION Page 4 of 11 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. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Consultant shall maintain prior to the beginning of and for the entire duration of this Agreement an insurance coverage and policy 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 Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and 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, as specified in the attached Consultant proposal (i.e., hourly rates, expenses, etc.), but not to exceed Twenty Thousand Dollars ($20,000.00) per fiscal year. Such payments shall be made on an as- needed basis as directed by the City. Extra Work may be authorized, as described below, and if authorized, 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 hours of 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, CWE CORPORATION Page 5 of 11 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" projects. If the Services are being performed as part of an applicable "public works" or "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 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 CWE CORPORATION Page 6 of 11 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 and 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: CONSULTANT: CWE Corporation 1561 E. Orangethorne Avenue, Suite 240 Fullerton, CA 92831 -5202 Attn: Gerald E. Greene, DEnv, PE, QEP, QSD /P Tel: (714) 526 -7500 CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Director of Public Works 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 CWE CORPORATION Page 7 of 11 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. 3.5.12 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 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 party commences an action against the other party, either legal, administrative or other, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification. 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 CWE CORPORATION Page 8 of 11 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 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. CWE CORPORATION Page 9 of 11 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 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. CWE CORPORATION Page 10 of 11 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] CWE CORPORATION Page 11 of 11 CITY OF ROSEMEAD By: J AI , City 4anager a e Attest: City Cle k Date By: V �'� -- u 2 2..) t Date Name: — \(t\< 6PRP P> Name: 34s'-, [If Corporation, TWO SIGNATURES; President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Title: �GL�1 Ern 00 C ' +` S"k EXHIBIT A SCOPE OF SERVICES/ HOURLY RATES A -1 CWE 1561 E. ORANGETHORPE AVENUE SUITE 240 FULLERTON, CA 92831 -5202 (714) 5267500 PHONE (714) 5267004 FAX www.cwecorpxom November 27, 2015 Mr. Rafael M. Fajardo, PE City Engineer City of Rosemead 8838 East. Valley Boulevard Rosemead, CA 91770 Proposal to Provide On -Call Municipal Stormwater Permit Compliance Services Dear Mr. Fajardo, CWE is pleased to offer the City of Rosemead this proposal to provide On -Call Municipal Separate Storm Sewer System (MS4) National Pollutant Discharge Elimination System (NPDES) Permit Compliance Services and are providing you with the enclosed Statement of Qualifications as a demonstration of the broader range of services that our firm is ready to provide to you and the City. CWE continues to grow by consistently providing our municipal clients with an experienced industry- leading team of professionals skilled in managing and delivering civil and environmental engineering projects. CWE is a CASQA and APWA Section award - winning provider of water resources, watershed management, transportation, environmental, planning, design, engineering, and construction support services. Clients trust CWE to provide innovative and sustainable solutions to complex problems that impact municipal civil infrastructure, water resources, and the environment. CWE municipal clients, along with the MS4 Permit services provided, include: San Bernardino County Flood Control District On -Call (NPDES) Municipal Stormwater Program Regulatory Assistance, seven Los Angeles County MS4 Permit Watershed Management Program (WMP) and Enhanced WMP (EWMP) Plans, City of Glendora NPDES MS4 Permit Compliance Administration, City of Santa Clarita Stormwater Program Implementation Assistance, and Los Angeles County Mass Emission and Tributary Station Water Quality Monitoring. Related services include analyzing water quality priorities, evaluating existing and alternative Best Management Practice (BMP) or Watershed Control Measures (WCMs), developing and implementing monitoring programs, preparing BMP and Low Impact Development (LID) guidance manuals, developing hydromodification management procedures, conducting public outreach, and preparing annual compliance reports. Over the last ten years as a firm, and three decades as individuals, we have provided these services for dozens of clients including the Cities of Arcadia, Azusa, Bell, Bell Gardens, Bradbury, Carson, Commerce, Cudahy, Downey, Duarte, Los Angeles, Maywood, Monrovia, San Gabriel, Santa Monica, Sierra Madre, Torrance, Tustin, and Vernon, along with the Counties of Los Angeles, Orange, San Bernardino, and San Diego. With the Los Angeles Regional Water Quality Control Board (LARWQCB) having provided comments to guide revision of the draft Upper Los Angeles River EWMP on October 21, 2015, the City of Rosemead is at a crossroads in implementing the July 1, 2015 amended 2012 Coastal Los Angeles County MS4 Permit. Within a few months, the City must fully implement extensive new permit requirements, commit to decades of costly local WCMs and regional BMPs, or potentially face immediate compliance monitoring associated with implementation of the "baseline" permit requirements, without benefit of the protections provided through the WMP or EWMP processes. Our staff is already assisting other Rio Hondo watershed "Engineering Solutions to Improve the'Quality of Life." Mr. Rafael M. Fajardo, PE November 27; 2015 Page 2 agencies, both above and below the City, with permit implementation, water quality monitoring, and BMP design services, so we are intimately familiar with the precise issues you will soon face and are ready to guide City Management and staff by providing cost - effective solutions to watershed -sized challenges. Given the many potential options and alternatives remain available to the City, CWE would propose to provide up to twenty thousand dollars ($20,000) in On -Call Municipal Stormwater Permit Compliance Services, on a Time and Materials basis, based on our 2016 Rate Sheet shown on the following page. Typically, CWE and agency representatives would meet and identify an initial mix of minor anticipated services (e.g. attend meetings, review EWMP /CIMP revisions, staff. conference calls) with service levels, while reserving approximately half the purchase order amount for unidentified future needs. Once these minor tasks and levels are agreed to, CWE will then be able to provide the agency with immediate response or progress toward work product development. The Scope of Work for more substantial tasks, such as annual report preparation or industrial inspections, would be outlined, level of service, progress schedule defined with City staff input, and then, after receiving written directions to proceed from City staff, the task initiated. As minor tasks limits are approached, CWE would then advise the City Staff to decide whether replenishment is warranted. This approach to project and task definition, assures that our staff are available when the City needs them, but limits unexpected surprises resulting from scope creep or multiple agency staff providing CWE with assignments, without complete internal authorization. While CWE has found this approach to On -Call Service provision effective, we remain open to your preferences and preferred approach to Project Management and Purchase Order or Contract control. Whichever MS4 Permit implementation and compliance path the City eventually chooses to follow, CWE is eminently qualified to provide guidance and whichever services are most appropriate to that path. We are an integrated firm with a reputation for delivering engineering solutions that improve the quality of life in a cost - effective and holistic manner. Our emphasis is on the development and implementation of real world solutions that are practical and cost - effective to create value for our clients and enhance our communities and environment. Our Principals formed CWE to provide clients, such as the City of Rosemead, with exceptional service to address challenging stormwater and urban runoff regulations, while providing solutions that serve their needs and exceed expectations. By selecting CWE, you get an experienced firm that understands the importance of client satisfaction. Our proactive, spirited approach to building positive relationships has been one of the primary reasons for our success and repeat clients. CWE submits this Statement of Qualifications not simply as an expression of interest, but as a personal statement of our commitment to providing the leadership and resources necessary to render timely and responsive services to the City. We look forward to further discussing our qualifications for this opportunity. If you have any questions or require additional information, please contact me at (714) 526 -7500 Ext. 207 or agreeneCla cwecorp.com Respectfully submitted, Gerald E. Greene, DEnv, PE, QEP, QSD /P Director of Stormwater Enc. CWE7 2016 Raft Shoe Engineer /Scientist Rate /Hour Principal $250 Senior Project Manager $218 Project Manager $194 Technical Manager $191 Task Leader $169 Principal Engineer $164 Senior Engineer $156 Project Engineer $137 Staff Engineer $114 Assistant Engineer $92 Senior Environmental Scientist $116 Environmental Scientist $85 Construction Services Construction Manager $160 Senior Construction Inspector $122 Construction Inspector $107 Field Survey $92 Licensed Surveyor $145 3- Person Survey Crew $204 2- Person Survey Crew $165 SunDort Services GIS Specialist $112 Senior Engineering Technician $90 Engineering Technician $79 CADD Designer $92 Project Coordinator $82 Administrative Assistant $75 General Direct Expenses Cost + 10% Subcontract Services Cost + 10% Specialized Computer Applications (per hour) $15 Mileage Current IRS Rate Field Vehicle — Hourly $12 /hour Field Vehicle — Daily $80 /day Field Vehicle — Monthly $1,500 /month B &W Photocopies (per page) $0.10 Color Photocopies (per page) $0.50 Rates will be adjusted annually based on the US Department of Labor, Bureau of Labor Statistics, Consumer Price Index for All Urban Consumers. Rates for field equipment, health and safety equipment, and graphical supplies presented upon request. Based on CWE maintaining General Liability Insurance for bodily injury and property damage with an aggregate limit of $2,000,000 per occurrence. In the event the client desires additional coverage,. CWE will, upon the client's written request, obtain additional insurance and adjust the above billing rates accordingly. Submitted Of Rosemead �w a a 4 STATEMENT a i Table of Contents TABLEOF CONTENTS.— ......................... ............................................. .................................... a FIRM PROFILE .............................................. ...................................... .................... ................... 1 CERTIFICATIONS............................................................................................... ............................... 2 OFFICELOCATIONS ............................................................................................ ............................... 2 KEYPERSONNEL ........................................................................................ ............................... 3 SERVICE AREAS AND PROI ECTS ................................................................ ............................... B 50 •—_ 1 innovative and sustainable solutions to solve complex problems involving civil infrastructure, water resources, and the environment. Our portfolio includes complex projects like the award - winning City of Los Angeles Garvanza Park Rainwater Capture and Use; and the Burnett Avenue Street Rehabilitation and Storm Drain Design; Los Angeles Department of Water and Power (LADWP) Owens Lake Dust Mitigation Program Phases 7a, 9, and 11; California. Confidential Utility Provider Serrano Valley Transmission Towers Hydrology and Hydraulics Study; Orange County John Wayne Airport (JWA) On -Call Environmental Engineering; Orange County Sheriff - Coroner Department Spill Prevention, Control, and Countermeasures (SPCC) Plans; and California Confidential Utility Provider Stormwater Permitting and Construction Inspections; among many other important projects. We have served municipal clients including, but not limited to the Counties of Orange, Los Angeles, San Diego, and San Bernardino, and Cities of Los Angeles, Torrance, Carson, Garden Grove, Huntington Beach, Santa Clarita, Covina, and Moreno Valley; utility agencies including the LADWP, Metropolitan Water District of Southern California (MWD), Palmdale Water District, and two large confidential California utility providers; airports including JWA, Los Angeles World Airports (LAWA), and San Diego County Regional Airport Authority (SDCRAA); and other clients including the California Department of Transportation (Caltrans), Port of Long Beach (POLB), Los Angeles County Fire Department (LACoFD), and San Diego and Rio Hondo Community College Districts. CWE is an integrated firm with a reputation for delivering engineering solutions that improve the quality of life in a cost - effective and holistic manner. Our goal is to provide clients with exceptional service that exceeds their expectations and serves their needs. We develop and implement real world solutions that are practical and cost - effective to create value for our clients and enhance our communities and environment. -1- p r Orange County 1561 E. Orangethorpe Avenue Suite 240 Fullerton, California 92831 San Diego 6640 Lusk Boulevard Suite A205B San Diego, California 92121 Utah 925 E. 1040 S. Suite 101 Springville, Utah 84663 -2- -W Certification Certifying Agency Federal 8(a) firm U.S. Small Business Administration State Minority and California Unified Certification Program (CUCP) Disadvantaged Business Enterprise MBE and DBE MBE California Public Utilities Commission CPUC Supplier Clearinghouse Small Business California Department of General Services Enterprise SBE Local Community Business County of Los Angeles CBE Program Enterprise CBE Local Business City of Los Angeles Enterprise LBE MBE and DBE City of Los Angeles Emerging Business City of Los Angeles Office of Small and Disabled Veteran Business Enterprise (EBE) Enter rise Services SBE The Network, NETConnect, Metropolitan Water District of Southern California, City of San Diego, San Diego County Water Authority, Minority Business Development Agency, Los Angeles Unified School District, Port of Los Angeles, Port of Long Beach, Los Angeles Community College District r Orange County 1561 E. Orangethorpe Avenue Suite 240 Fullerton, California 92831 San Diego 6640 Lusk Boulevard Suite A205B San Diego, California 92121 Utah 925 E. 1040 S. Suite 101 Springville, Utah 84663 -2- -W The following is an overview of our key personnel and their experience and knowledge in the various areas of civil engineering, water resources, stormwater management, environmental engineering, and construction support services. Complete resumes highlighting education, relevant experience, and licenses are readily available upon request. Vik Bapna, PE, CPSWQ, QSD /QSP Projects Principal ® Bellflower Boulevard Rehabilitation from Vik Bapna is a Principal of CWE with 24 e years of experience in the planning, engineering, management, and construction of civil engineering projects. He has extensive experience developing preliminary designs and construction documents for infrastructure and site development projects. Vik has managed over $100 million in large - scale, multi - disciplinary projects for federal, state, and municipal agencies. He is a registered Civil Engineer, a Certified Professional in Stormwater Quality (CPSWQ), and a Qualified Stormwater Pollution Prevention Plan (SWPPP) Developer and Practitioner (QSD /P). Vik's experience includes working for the Los Angeles County Department of Public Works (LACDPW) and Flood Control District as a Senior Civil Engineer and Stormwater Manager for the Los Angeles River, San Gabriel River, and Las Angeles Harbor Watersheds for over 15 years. Oak Street to South Street • Santa Anita Avenue Improvements from Fawcett Avenue to Durfee Avenue • Burnett Avenue Street Rehabilitation and Storm Drain Design • LADWP Owens Lake Dust Mitigation Program Phases 7(a), 9, and 11 • City of Torrance Stormwater Basin and Treatment Wetlands Enhancement Design • California Confidential Utility Provider Serrano Valley Hydrology and Hydraulic Analysis • City of Los Angeles Garvanza Park Rainwater Capture and Use • Tuxford Storm Drain Design and Street Improvements • City of Carson Reflections Park_ Design • Persico Commercial Development Design • Los Angeles River and Tributaries Metals TMDL Implementation Plan nz CWE offers our clients important benefits including... Demonstrate Lessons Proven Ability to Readiness to Strong ability to learned while project complete begin technical provide performing r managers projects providing staff exceptional broad range with diverse on time services to meet consulting of project experience. '' and within immediately. your needs. services. types for budget. our clients. Jason Pereira, PE, CPSWQ, QSD /P, CGP -ToR Projects Principal Jason Pereira is a Principal of CWE with 21 r ± r years of professional experience in the j planning, design, and project management of civil infrastructure and site development projects in the public and private sector. His experience includes includes preparing PS &Es for complex design projects, performing engineering plan reviews, grading and drainage design, and managing improvement projects for parks and other various public projects. In addition to his civil design experience, Jason has performed stormwater permit compliance duties and developed TMDL implementation strategies to reduce pollutant loads to water bodies and ensure Industrial and Municipal National Pollutant Discharge Elimination System ( NPDES) Permit compliance. He is a certified Construction General Permit Trainer of Record (CGP -ToR), and has developed and administered training courses to municipal clients throughout Southern California. Prior to joining CWE, Jason served as a Civil Engineer for the LACDPW and Flood Control District for 13 years. • City of Burbank Johnny Carson Park Improvement and Stream Restoration • Peck Park Canyon Enhancement Proposition 0 Pre - Design and Design • Compton Creek Storm Drain Daylighting Feasibility Study and Preliminary Design • City of Santa Clarita Hydromodification Analysis • San Bernardino County Flood Control District On -Call Regulatory Assistance to the San Bernardino County NPDES Stormwater Program • County of Orange John Wayne Airport On -Call Environmental Engineering Services • Southern California Confidential Utility Provider Stormwater Permitting and Construction Inspections • Rio Hondo Community College District On -Call Civil Engineering Design • Rio Hondo /San Gabriel River Water Quality Group Enhanced Watershed Management Program (EWMP) • City of Westlake Village Undero Canyon Road Bridge Improvement • SDCRAA Stormwater Management m William Young, PE Director of Engineering William Young has 34 years of experience in the management, design, and construction of public works and land development projects. Recent responsibilities include project nmffwl� management, public presentations, and development of project staff. His experience in the field of civil engineering has covered a diverse range of projects throughout the State of California. The range of projects and tasks include channel and storm drain facilities design, erosion control, storm water permitting, master plans of drainage, floodplain studies, CLOMR/LOMR processing, commuter rail facilities, street and highway design, pavement rehabilitation, sewer and water design, pump station design, and stormwater detention facilities. His career experience includes three years of field surveying. Survey experience includes field topography, boundary, construction staking, and as -built verification for roadway improvements, utilities, and flood control projects. -5- Projects • City of Torrance North Well Field Phase II Design • City of Irvine Assessment District Eastfoot Retarding Basin • US Army Corps (USACE) of Engineers Los Angeles District Rio Salado Oeste Channel Restoration and Grade Control Structure • City of Burbank Mariposa Storm Drain • Port of Long Beach Pier B Rail Facility Infrastructure Program • Lower Ortega Highway (La Pata) Widening • City of San Diego Florida Canyon Drainage and Erosion Improvements • County of Ventura Watershed Protection District Santa Paula Creek Watershed Planning • East Construction Authority Alameda Corridor Temple Avenue Train Diversion • Amtrak Los Angeles Union Station Run - Through Tracks Project Study Report • Victor Valley Wastewater Reclamation Authority Satellite Plant Design • City of Glendora Sewer Master Plan Update Gerald Greene, DEnv, PE, QEP, QSD /P Projects Director of Stormwater Dr. Gerald Greene is CWE's Stormwater Director and has 28 years of diverse experience performing and coordinating complex stormwater management services. Gerry has comprehensive experience leading Municipal NPDES Permit and Industrial Waste program compliance efforts to meet California Regional Water Quality Control Board (RWQCB) requirements. He has provided legal council on the review and comment of Federal and State water quality laws, policies, and permits for Municipal Separate Storm Sewer System (MS4) discharges and receiving water beneficial uses. In addition to broad stormwater experience, Gerry has a wide range of civil engineering design experience including retention /detention cisterns, drainage systems, parking lot reconstruction, roadways, and runoff treatment facilities. He has prepared grant applications that have been submitted to and approved by various boards and committees. Prior to joining CWE, Gerry worked for 10 years as a Principal Civil Engineer and Stormwater Manager for the City of Downey. M ® Congressman Steve Horn Way Low Impact Development Street Design ® Mojave River Watershed Group (MRWG) On -Call Stormwater Management Program Implementation and Regulatory Assistance © Los Angeles River Upper Reach 2 Watershed Management Program (WMP) and Coordinated Integrated Monitoring Program (CIMP) • City of Downey Municipal NPDES Permit Annual Report Preparation, Program Education and Outreach, and Staff Training Assistance • City of Carson Pesticides and Polychlorinated Biphenyls (PCBs) TMDL Monitoring and Reporting Plan (MRP) and Quality Assurance Project Plan (QAPP) • Los Angeles Conservation Corps Compton Creek Natural Park at Washington Elementary • Temescal Canyon Stormwater Best Management Practice (BMP) and Penmar Water Quality Improvement Projects Pre - Design Phase II • City of Carson Trash Reduction Grant Application Assistance 3 r { Ben Willardson, PhD, PE, QSD /P Director of Water Resources Dr. Ben Willardson is CWE's Water Resources Director. He has 17 years of experience compiling and analyzing data for flood control infrastructure for special studies related to " hydrology, hydraulics, and sediment transport and developing BMP sizing criteria on a region -wide basis. Ben has also managed the operation of 14 dams and 27 spreading grounds for flood control and water conservation within the complex flood control system serving Los Angeles County. Ben also represented the interests of the County during discussions with the Los Angeles Regional Water Quality Control Board and US Environmental Protection Agency (USEPA) regarding discharge of water from Superfund sites into the flood control system. Ben has acted as an expert witness for litigation related to flooding and has also conducted asset assessment for asset management programs related to flood control channels and road pavements. Port of Long Beach Port -Wide Capital Improvement Stormwater Master Plan Caltrans District 7 North Fork Matilija Creek Geomorphology, Fish Passage, and Engineering Los Angeles County Department of Parks and Recreation Don Wallace Multiuse Trail Connector ® Pacoima Dam Spillway Analysis ® Arroyo Seco Hydrology and Hydraulics Study City of Agoura Hills Water Quality Master Plan • City of Los Angeles Bureau of Engineering Potrero Canyon Design Services • Los Angeles County TMDL Design Storm Analysis City of Los Angeles Bureau of Sanitation TMDL Specialized and Expert Services Los Angeles County Burn Policy Methodology for the Santa Clara River Watershed Pilot Project City of Ontario Mill Creek Wetlands Feasibility Analysis and Design Peer Review Los Angeles County Flood Control District Eaton Dam Spillway Hydraulic Analysis -7- � ,M CWE is a service- orientei committeit CWE provides a full complement of consulting, engineering, and environmental services. Our diverse staff is extensively experienced in areas including civil engineering, stormwater and watershed management, land planning, water resources, environmental, and construction support. Project experience highlights are included on the following pages, and detailed project descriptions are available upon request. e Or Projects Bellflower Boulevard Rehabilitation from Oak Street to South Street City of Torrance North Well Field Phase II Design Burnett Avenue Street Rehabilitation and Storm Drain Design ti LADWP Owens Lake Dust Mitigation Program Phases 7a, 9, and Io Watershed Conservation Authority Azusa Wilderness Park Structural Improvements and Stream Restoration City of Los Angeles Garvanza Park Rainwater Capture and Use (pictured above) Lean Arch, Inc. Smart and Final Civil Engineering Design Rio Hondo Community College District On -Call Civil Engineering Design y Persico Commercial Redevelopment USACE Fairfield ARC Stormwater Control Plan Los Angeles County General Hospital Design -Build Wellness Center M Projects California Confidential Utility Provider Serrano Valley Transmission Towers Hydrology and Hydraulics Study Caltrans District 7 Matilija Creek Geomorphology, Fish Passage Analysis, and Civil Engineering Design (pictured above) City of Torrance Stormwater Basin and Treatment Wetlands Enhancement Design (CASQA Award - Winning) Caltrans District 7 Solstice Creek Channel Stability and Rock Slope Protection Analysis City of Los Angeles Bureau of Engineering Potrero Canyon Design Services Port of Long Beach Port -Wide Capital Improvement Stormwater Master Plan / City of Ontario Mill Creek Wetlands Analysis and Design Peer Review Los Angeles County Flood Control District Eaton Dam Spillway Hydraulic Analysis Los Angeles County Department of Parks and Recreation Don Wallace Multiuse Trail Connector Hydrology and Hydraulic Analysis slim Projects Caltrans District 7 Corridor Stormwater Management Study and ° Water Quality Volume Hydrology ° ° a ° Los Angeles Department of Water and Power Stormwater Capture Master Plan San Bernardino County Flood Control District On -Call Regulatory Assistance to the San Bernardino County NPDES Municipal r' Stormwater Permit r r Machado Lake Nutrient TMDL Source Identification Study, Monitoring and Reporting Plan, and Implementation Plan Marina del Rey Harbor Bacteria, Toxics, and Multi Pollutant TMDL Implementation Plan P e Los Angeles River and Tributaries Metals TMDL Implementation Plan Rio Hondo /San Gabriel River Water Quality Group EWMP Los Angeles River Upper Reach 2 WMP and CIMP San Diego Community College District Stormwater Design and Management Services City of Santa Clarita Stormwater Management Implementation Assistance - 11 - r� Projects Caltrans District 7 Groundwater Monitoring for I-105 and I -10 John Wayne Airport On -Call Environmental Engineering Services City of Glendora NPDES, Water Quality Administration, and FOG Control Program r Orange County Sheriff - Coroner Department SPCC Plans (pictured above) y California Correctional Institution Tehachapi SPCC Update Confidential Aerospace Fortune 50 Manufacturer Environmental Compliance Program City of Glendora Sewer Master Plan Update Southern California Confidential Utility Provider Phase I and II Environmental Site Assessments j Weldmac Manufacturing Company Industrial SWPPP I General Industrial Activities Stormwater Permit Compliance Assistance for Larry Fricker Company, Inc. McLane Southern California Distribution Center Environmental Services - 12 - Projects Los Angeles County Department of Public Works As- Needed Construction Related Services Dominguez Channel Greenway Phase 1 and 2 Qualified SWPPP Practitioner (QSP) Services (pictured above) ° o Termino Avenue Storm Drain Cofferdam and Diversion Plan City of Los Angeles Garvanza Park Rainwater Capture and Use s ^ Construction Administration (CASQA Award - Winning) Southern California Confidential Utility Provider Stormwater 1 Permitting and Construction Inspections City of Torrance Stormwater Basin and Treatment Wetlands Enhancement Design and Construction Management Coachella Valley Fugitive Dust Control Los Angeles Conservation Corps Compton Creek Natural Park at Washington Elementary Construction Management City of Torrance Machado Lake Trash Screen Catch Basin Construction Administration City of Los Angeles Rainwater Harvesting Pilot Program and Downspout Disconnection Design -Build -13- Or EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth 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. Consultant shall provide the following types and amounts of insurance Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be, paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. 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 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. 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. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self - insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is determined, not requiring actual payment by the insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or M omissions of the consultant 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. 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 Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant 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 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant 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. Consultant shall not make any reductions in 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 1= endorsement to Consultant'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 anytime 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 Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant 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 Consultant 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. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant 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 Consultant'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 Consultant, which may include reduction or elimination of the deductible or selfinsured 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 Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. M- 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. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant 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. Consultant 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. Consultant shall provide proof that policies of insurance required herein expiring during the term 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 Consultant'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 Consultant under this agreement. Consultant 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. Consultant 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 Consultant for the cost of additional insurance coverage required by this MM 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. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant 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. M 8 CWE0000 -01 ILAINE '` CERTIFICATE OF LIABILITY INSURANCE 12)14/2015 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(Sj, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pollcles may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of su endomemem(s). PRODUCER License # 0757776 HUB International Insurance Services Inc. 6 Cerderpolnte Drive #350 La Palma, CA 90623 - NAME: CT PxoNE 3177 FAK ( 714 739. a c No : 714 7393188 �� ADDRESS: INSURE S)AFFORDING COVERAGE NATO* INSURER A: Crum & Forster Specialty Insurance Company 44520 X POLICY ❑ j2�T F1 LOG PRODUCTS - COMP /OP AGG 6 INSURED INSURER B; Hartford Accident and Indemnity Company 22357 CWE INSURER C: Fireman's Fund Insurance Company 21873 1561 E. Orengethorpe Avenue Suite 240 INSURERD: COMBINED SINGLE LIMIT Fullerton, CA 92831 INSURER E: B INBURERF: - nnvicenn_cc CGOTIFICATC NI IMRFR- RFVIRNRN 11111MRFR. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. AODLSUBR INR TYPEOFINSURANCE INSD POLICY NUMBER MN /D -EFF MMIDDY EXP UNITS A X COMMERCUILGENERALLIAMUITY EACH OCCURRENCE $ 2,000,00 CLAIMS -MADE I—XI OCCUR EPK- 110780 1210812015 12!0812016 PREMISES Eaec mnce S 100 ,00 MED EXP (Any one person) $ 10 PERSONAL &ADV INJURY $ 2,000,000 GEN - L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE It 4,000,000 X POLICY ❑ j2�T F1 LOG PRODUCTS - COMP /OP AGG 6 4,000,000 OTHER S AUTOMOBB.E UARILITY COMBINED SINGLE LIMIT $ 1,000,000 B X ArIy AU{0 - 72UECZN6302 12108/2016 12/00/2016 BODILY INJURY (For parson) $ BODILY INJURY(PUr abadam) $ ALLOWNED SCHEDULED AUTOS NONA INNEO X X PROPERTY DAMA E Paracoltlem $ HIRED AUTOS AUT08 S UMBRELLA LIAR EACH OCCURRENCE $ HOOGUR AGGREGATE $ EKCESSLV\B CLAIMS -MADE OED RETENTION $ $ WORKERS COMPENSATION X ER STATUTE ER C AND EMPLOYERS LIABILITY ANY PROPRIETORIPARTNEWEXECUTIVE YIN VVZC81030004 17101/2015 12101/5016 EL EACH ACCIOEM $ 1,000,00 {Mandatoryln NH)CLUDEO7 E.L DISEASE- EA EMPLOYE $ 1,000,00 E.L DISEASE - POLICY LIMIT $ 1,000,00 "r tleeaibe under DESCRIPTION OF OPERATIONS babes A Professional Llab EPK410780 17!0812015 1210812016 Each Occurrence 2,000,00 A Claims -Made EPK- 110780 12!0812015 12/08/2016 Aggregate 4,000,00 OFSORIPTIONOFOPI TIONSf LOCATIONS/VEHICLES(ACORD 101,Aedlllomi Remaem Sche dule , mayha etleched Ymom aWee Is "trod) City of Rosemead Is additional Insured as respects General Liability perendorsement 9ENO320 -0211. Genera Liability Is primary and non-contributory per endorsement #EN0118A211. General Liability waiver of subrogation applies per endorsement #EN010e-0211. Workers Compensation waiver of subrogation applies per endorsement 0=040306. City of Rosemead Department of Public Works 8838 E. Valley Blvd. Rosemead, CA 91770 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORRED REPRESENTATIVE C)1966 -ZU14 AGUHO GUNFUHAIIUN. All ngnts TeServeO. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD part or the hufw .I group Jul This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Persons or Organization(s Where Required by Written Contract A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but solely with respect to "claims" caused in whole or in part, by "your work" for that person or organization performed by you, or by those acting on your behalf. This'insurance shall be primary and non - contributory, but only in the event of a named insured's sole negligence. B. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for "damages" arising out of "your worle' performed under a designated project or contract with that person(s) or organization(s). C. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any "claim" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN011 8-0211 Page 1 of 1 r Vart Of Hr-Q FRI group THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Person(s) or Location And Description Of Completed Or anization s ^--rations Where Required by Written Contract Where Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 111 — Who Is An Insured within the Common Provisions is amended to include as an insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury' or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard ". ENO320 -0211 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LA This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART ONSITE CLEANUP COVERAGE PART Fkm = SECTION VI — COMMON CONDITIONS, item 17. Transfer Of Rights of Recovery Against Others To Us within the Common Provisions is amended by the addition of the following: Solely as respects the person(s) or organization(s) indicated in the Schedule shown above, we waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we male? for "damages" arising out of your ongoing operations or "your work" performed under a written contract with that person(s) or organization(s) and Included In the "products - completed operations hazard ". However, this waiver shall not apply to "damages" resulting from the sole negligence of the person(s) or organization(s) indicated in the Schedule shown above. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0109 -0211 Page 1 of 1 r Workers' Compensation and Employers' Liability Insurance Policy Waiver of Our Right to Recover From Others Endorsement - California WC 04 03 06 It the following information 1s net complete, refer to the appropriate Schedule attached to the po(tcy. Insured Califqrnia Waters1led Engineering Corporation Producer Hub International Schedule Pergola or Orgoatudon Policy Number WZC81030004 EMT&e Date 12101/2015 Job Description BLANKET WAIVER ANY PERSON(S) OR ORGANIZATIONS) WHOM THE INSURED AGREES, IN A WRITTEN CONTRACT AdditlamdPremiva % We have the right to recover our payments fame any one liable for an iojury covered by this policy. We will not enforce eta tight against the parson or organiration named in the Schedule. (rhis agreement applies only to the extent that you perform weak under it writtmt contract that requires you to obtain this agreement &otn us) You must maintain payroll reoonb awamely segre- gating the remuneration of your employees while en. gaged in the work described in the Schedule. The additional premiran for this endorsement shall be the petceatagc, as shown in the Schedule applicable to this endorsement of the Cnlit'oraia workers eompea- satioa premium otherwise due on such remuneration. M Fmn mm be aaechW to Ghaage Fmdmeemem wh= ®Ned Baer the pity u Wrinm One of tr Fh*=09 Fund 1maena"CDrupmle9 ae named in Ne poliDy