Loading...
2200 - CEJ Engineers Inc - CA Youth Soccer and Recreation Development Program - Garvey Park E M F �, o C17602 �A �..o.9s9 9 PROFESSIONAL SERVICES AGREEMENT CALIFORNIA YOUTH SOCCER AND RECREATIONAL DEVELOPMENT PROGRAM- GARVEY PARK RENOVATION (CEJ ENGINEERS, INC.) 1. PARTIES AND DATE. This Agreement is made and entered into this rink day of OcTobt , 20 16 (Effective Date) by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and CEJ Engineers, Inc. with its principal place of business at 15859 East Edna Place, Suite 101, Irwindale, CA 91706 ("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 design 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 design CEJ ENGINEERS INC. Page 2 of 11 services necessary for the Project ("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, 2017, 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 CEJ ENGINEERS, INC. 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 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. 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. Joaquin Cervantes, or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultants 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 Consultants 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. CEJ ENGINEERS, INC. Page 4 of 11 3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 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 Seventeen Thousand Six Hundred Dollars ($17,600.00) 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 CEJ ENGINEERS, INC. Page 5 of 11 subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works' and "maintenance' 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. CEJ ENGINEERS, INC. Page 6 of 11 3.5.1.1 Grounds for Termination. City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents 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: CEJ Engineers, Inc. 15859 East Edna Place, Suite 101 Irwindale, CA 91706 Attn: Joaquin Cervantes Tel: (626) 893-9266 CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Rafael M. Fajardo, P.E., City Engineer 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, CEJ ENGINEERS, INC. Page 7 of 11 modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the 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 CEJ ENGINEERS, INC. Page 8 of 11 attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants. City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the 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. CEJ ENGINEERS, INC. 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. CEJ ENGINEERS, INC. 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] CEJ ENGINEERS, INC. Page 11 of 11 CITY OF ROSEMEAD CEJ ENGINEERS, INC. By: \-5• R .-,-.-w.; to B • - „ :r — i>/zb/fib Bill R. Manis, City Manager Date Date Name: 3o ,i A) a6 vrr"TG-- Attest: �02�� � Title: ?la TT Marc Donohue, City Clerk D to [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Name:Soft-�Lr A c-Eri+-L'agr'-fa Title: 12/C P1l-bSf 6G''i EXHIBIT A SCOPE OF SERVICES/ HOURLY RATES A-t An-3o3 52as- e+a tans.rcac. August 8, 2016 Mr. Rafael Fajardo, P.E. Acting Public Works Director City of Rosemead 8838 E.Valley Boulevard Rosemead, CA 91770 Subject: Proposal for the Garvey Park Restroom Renovation Project Dear Mr. Fajardo: CEJ Engineers, Inc. can provide the City of Rosemead with the technical expertise required to successfully complete the Project documents as shown above. The CEJ team will provide services for the aspects required for this project as per the scope of work. The following Exhibits are enclosed: o Exhibit A—Scope of work ❑ Exhibit B—Schedule of Hourly Rates CEJ Engineers, Inc. is excited about this opportunity to use our team's skills and expertise to assist the City of Rosemead with this Project. Please feel to contact us to discuss any aspect of this proposal. Respectfully Submitted, CEJ Engineers, Inc. City of Rpsemead Joaquin Cervantes, P.E. Pub&Works Department President 'Ensireeriryf Division RF Dore: 0.4131(16 15859 East Edna PL, Suite 101 , ✓ ;,ems Irwindale, CA 91706 rt (626)960-0152-Direct (626)960-9002-Fax (626) 893-9266-Mobile CEJ Engineers, Inc. 15859 East Edna PI.,Suite 101, Irwindale CA.,91706/626-960-0152 1 626.893.9266 ENGINEERS,as/C. - - i Exhibit A Scope of Work Project Understanding The project consists of the renovation of an existing restroom at Garvey Park. Improvements include the removal of the existing restroom fixtures, tile, painting etc. The existing office space will be used to expand the proposed new restroom and mechanical room. Project Locations: The proposed project is located at Garvey Park. Project Team Management Project Manager—CEJ's designated Project Manager, under the general direction of the City Engineer, will be responsible for overseeing the aspects of project development and coordination. The project management and constant monitoring of the schedule with all parties involved in this project is critical to the successful completion of the project. • SCOPE OF WORK Engineering and Design Phase I. Civil Improvement Plans 1. Field Survey Perform a field survey necessary to design the intended project. We will establish horizontal and vertical ground control of the proposed building necessary to produce a digital building footprint within the project limits. 2. Storm Water Pollution Prevention Plan We will prepare a Storm water prevention plans for the proposed conditions. The storm water prevention plan will be prepared in accordance with the City of Rosemead Public Works Department standards. 3. Architectural Plans and Details Produce a set of Construction Documents drawings for the proposed restroom renovation based on schematic design plans, model discussed with the city and scope of work. The Architectural Design and Documentation Services package will include: / '� _—� City of Rosemead Garvey Park Restroom Renovation Project Pg 1 ENGINEERS,NC. ---'' a. Initial Schematic Design schemes as required to obtain City approval for design direction. This includes presentation graphics, renderings, etc. as necessary to illustrate the design intent. A presentation-quality physical model is not included. b. Design and documentation of Enhanced Schematic Design Phase, 50% CD Phase, and 90/100% CD Phase drawings and specifications. c. Design and specifications for the Office portion the Project. This includes a presentation to the Owner showing proposed interior colors, finishes, and fixture furniture. d. Coordination of all consulting engineering designs with the Architectural Scope of work. e. Management of the Permitting and Plan Checking process for the Architectural and Structural portions of work. f. Permitting and Plan Checking fees shall be paid by the City/Owner. g. Assistance with Bidding, including preparation of Addenda to Bidders, as required defining and clarifying construction documentation. h. Construction Observation: one job site meeting per week; review and response to RFIs, Submittals, etc.; Elaboration of Meeting Minutes. Analysis of Change Orders/Cost DELIVERABLES: Preliminary Planning Submittal a. Site Plan, b. Floor Plan, c. Elevation Views Final Building Submittal The 90% and 100% submittal materials will include the following: a. Title Sheet with vicinity map, General Notes, Signature Blocks, Legend, Sheet Index, and Utility Contact Information. b. Construction Plan Drawings c. Project Specifications a. Draft Bid and Final Schedule b. Engineers Estimate Including Quantity Calculations and Cost Data. ..� .b% City of Rosemead L ,. Garvey Park Restroom Renovation Project Pg 2 , CF J .am_^ Engineering during Construction a. Attend pre-construction meeting. b. Review and approve shop drawings and submittals. c. Provide consultation during construction including construction RFQ's and RFI's. This task involves responding in a timely manner(maximum 2 working days) at no additional cost to the City. d. Field visits and construction observations as necessary or as requested by the City. a Prepare record drawings (As-Built)from record information provided by the contractor. Exclusions: a. Construction Staking b. Structural Plan and Calculations c. Electrical Plans and Energy Calculations d. Hydrology/Hydraulics a Geotechnical report PROPOSED FEE Our proposed fee is based on the proposal required format and is not to exceed lump sum fee amount of$17,600. City of Rosemead Garvey Park Restroom Renovation Project Pg 3 t i �rENGINEERS,INC. Exhibit B Schedule of Hourly Rates CEJ ENGINEERS, INC. Effective July 1.2016 to June 30,2017 Hourly Rate Schedule ENGINEERING DIVISION SURVEYING DIVISION Principal Engineer 150.00 Senior Surveyor 150.00 Project Manager 140.00 Senior Survey Analyst 135.00 Senior Project Engineer 130.00 Survey Analyst II 120.00 Senior Engineer 115.00 Survey Analyst I 100.00 Associate Engineer 105.00 Survey Party Chief 105.00 Design Engineer 100.00 Field Party (Three) 190.00 Designer/CADD Drafter 95.00 Field Party (Two) 180.00 Clerical/Technical Aide 65.00 Field Party(One). 110a0 CONSTRUCTION MANAGEMENT/INSPECTION LANDSCAPE ARCHITECTURE Operations Manager 110.00 Senior Landscape Architect 110.00 Supervising Public Works Observer 105.00 Associate Landscape Architect 100.00 Senior Public Works Observer 95.00 Public Works Observer 90.00 Construction Manager 110.00 Construction Engineer 85.00 REIMBURSABLE EXPENSES Reproduction....................................Cost Subconsultant Services..................... Cost plus 10% Automobile Transportation . . Current rate Delivery, Freight, Courier. .Cost Agency Fees ....................................Cost Commercial Travel/Subsistence......... Cost Additional Whim aa%lficeav,s may be added to the now listing dung the year as new position are created.The above schedule isfn straight time.eluepdnting, reproduction.messenger%ernes,and printing Mu beImMCM at oust plus ten patent(10%).A subconsultent management fee of ten paint(10%1410e added tome dried cost of all subcontinent sonless to provide for the cost cradministration,consultation.and oadJMlm.Veld July 1,2018Nru June net not than five thaeaR&,Mend maybe raised once per year to the value of Mange of the Consumer Price Index to the Los Mgee40range County area, percent per year. City of Rosemead Garvey Park Restroom Renovation Project Pg 4 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 B-1 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 Consultants 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 B-2 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 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 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. 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.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 Consultants 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 B-4 AC RO----evil CERTIFICATE OF LIABILITY INSURANCE DATEIMMIOOIYYm `/ 09/28/2016 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: H 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 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 CD? CT Hiscox Inc.d/b/a/Hiscox Insurance Agency in CA PHONE (888)202-3007 _ I la.Npp. 520 Madison Avenue ADDRESS'' contact @hiscox.com 32nd Floor INSURER(S)AFFORDING COVERAGE NAIL ' New York,NY 10022 INSURER A: Hiscox Insurance Company Inc 10200 • INSURED INSURERS: CEJ Engineers INSURER C: 15859 E edna pl suite 101 INSURER m ' INSURER E'. irwindale CA 91706 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 ADDLSUBR POLICY EFF POLICY EXP - LTR INVO WVO POLICY NUMBER IMMIDDM'WI IMWDDM'VYI LIMITS X I COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000.000 CLAIMS-MADE 1 X OCCUR I DAMAGE TO RENTED PREMISES(Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 A 1 V UDC-1633612-CGL-16 109/18/201609/18/2017 PERSONAL&ADV INJURY ._$ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE 'i $ 2,000,000 X POLICY jECi 1 LOS 1 I PRODUCTS-COMP/OP AGG $ S/T Gen.Agg. OTHER 1 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S ANY AUTO BODILY INJURY(Per person) IS 1 IALL OWNED SCHEDULED 1 BODILY INJURY(Per accident) S AUTOS AUTOS I HIRED AUTOS AUTOS NED I(Per a¢d nOAMAGE $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIM •MADE AGGREGATE $ _ • ' i DEO I RETENTIONS ' S WORKERS COMPENSATION PE 0TH- AND EMPLOYERS'LIABILITY YIN 'OFFICER/MEMB R EXCLUDED,EXECUTIVE NIA ELEALH ACCIDENT S (Mandatory In NH) SE•EA EMPLOYEE.S yes. EL DISEA ..-_. desmmnode, DESCRIPTION OF OPERATIONS below ' E L DISEASE-POLICY LIMIT S DESCRIPTOR OF OPERATIONS I LOCATORS I VEHICLES IACORD 101,Additional Remarks Schedule.may be attached If more space is required) City of Rosemead is an additional insured. CERTIFICATE HOLDER CANCELLATION City of Rosemead 8838 E.Wiley Boulevard SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Rosemead.CA 91]]0 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ®1988-2014'ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD PROOF OF INSURANCE PROOF OF INSURANCE VEHICLES ON POLICY C': Interinsurance Exchange of the Automobile Club YEAR MAKE VER LD.p NAIC q.15598 2012 MIA OPTIMA HYBRID HNAGM4ADBC5024126 Named Insured Policy Number CAA093078210 CERVANTES JR,JOAQUIN co 'o Effective Date:09/27/2016 Expiration Date:09/27/2017 This policy provides at least the minimum amounts of liability Insurance required by the CA VEH CODE SECTION 16056 for the specified venoms and named insureds and may provide coverage for other persons and other vehicles as provide]try the insurance ponry — IF YOU HAVE AN ACCIDENT CALL OUR 2417 AAA ACCIDENT ASSIST HOTLINE 1-800-67-CLAIM (1-8110-512-5246) After an accident,follow these 5 easy steps. Step 4. Call our W Accident Assist Hotline at 1-800-67 CLAIM (1-800-672-5246)to report the accident and,if necessary,have Step t'. Gel the names and addresses of all persons your vehicle lowed to the repar shop or location of your involved in the accident,e.g.,pedest ians.witnesses,other w preference passengers,etc. Step 5'. Safety writ or the tow truck.Our independent sennce Step 2: Gel the driver's license number and insurance o provide s'tow trucks always display the AAA emblem Information or the driver(s)of the other vehicles) no not admit responsibility for or discuss me circumstances Mme accident Step 3. Wnte down the vehicles)license plate,including wit anyone other mar the police sr en auubor2ed Aura Club cfeims state of registration reyrasentelive.Do not disclose your porcy emus ro anyone. Coverage Subject to poicY terms and:unite. For questions or hanges to your policy,call 1-827-122-2100.Monday Nrougt Friday from 7 e m to 9 p m.or Seorday from 0 a m to 5 p.m. Place the Proof of Insurance in each vehicle insured under your policy. In addition,we suggest that each listed driver carry a card.Under California law,drivers and owners of a motor vehicle must be able to establish financial responsibility at all times. These cards become invalid on the expiration or termination date of the policy. �LCC'lalMl0un 0328116 th 6165 PIO; • ACCORD® CERTIFICATE OF LIABILITY INSURANCE DATEIMMvorrYYY) `/ 09128/2016 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 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 CONTACT NAME'. Hiscox Inc.d/b/a/Hiscox Insurance Agency in CA PHONE ExD., (888)202-3007 I FAX No): 520 Madison Avenue ADDRESS: contact @hiscox.com 32nd Floor INSURER(S)AFFORDING COVERAGE NAIL/ New York,NY 10022 INSURER A: Hiscox Insurance Company Inc 10200 INSURED INSURER B: CEJ Engineers,Inc INSURER C'. 15859 E Edna PI,Suite 101 INSURER D) INSURER E: ' Irwindale CA 91706 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS 15 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 ADDLISUBR POLICY EFF POLICY UP I LIMITS LW INSD'.,wVD POLICY NUMBER IMM/DDM'YYI I MM/DDAYYYI'i ' COMMERCIAL GENERAL LIABILITY ' EACH OCCURRENCE _ S DAMA(`£TO RENTED i CLAIMS-MADE OCCUR PREMISES(Ea occurrence) S MED EXP(Any one person) S PERSONAL Sr AOV INJURY 5 GERI AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 5 POLICY _JECT PRO- ICY _. LOC , _._. PRODUCTS 00 OPAGO $ OTHER $ AUTOMOBILE LIABILITY COMBINED SNGLELMIT $ ANT AUTO BODILY INJURY(Per person) 5 ALL OWNED SCHEDULED BODILY INJURY[Per accident) S AUTOS NON-OWNED • UT OWNED j PROPERTY DAMAGE S HIRED AUTOS AUTOS (Per asseenO I S UMBRELLALIAR I OCCUR EACH OCCURRENCE 5 • EXCESS LWB ICLAIMS-MADE AGGREGATE S DED RETENTIONS $ WORMERS COMPENSATION PER 0TH- AND EMPLOYER S'LABRrr IN I .STATUTE _ I ER._ ANYPRDPRETORm EXECUTIVE ^/NIA. EL.EACH ACCIDENT IS (mandatory in NH)% WOEO ( E L.DISEASE-EA EMPLOYEE $descnbe under If DESCRIPTION OF OPERATIONS below I I E L DISEASE•POLICY LIMIT S Professional Liability Each Claim: $ 2,000,000 A Y UDC-1560477-EO-16 03/30/2016 03/30/2017 Aggregate: $2,000,000 DESCRIPTION OF OPERATIONS I LOCADONS I VEHICLES(SURD 101,Additional Remarks Schedule,may be attached it more apace is required) City of Rosemead is an additional insured. CERTIFICATE HOLDER CANCELLATION City of Rosemead 8838 E.Valley Blvdj SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Rosemead,CA 91770 THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTXORVFDREPRESEHTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD