Loading...
2200 - CEJ Engineers Inc. - Safe Routes to School - Sidewalk Gap Closure - Delta Avenue from Mission Drive to Wells Street - Design ServicesSAFE ROUTES TO SCHOOL — SIDEWALK GAP CLOSURE — DELTA AVENUE FROM MISSION DRIVE TO WELLS STREET'- DESIGN SERVICES (CEJ EINGINEERS, This Agreement is made and entered into this 2 day of 20L (Effective Date) by and between the Cit�y of Rosemead, a municipeit"organization organized under the laws of the State of California with its principal place of business at 88,38 E. Valley Blvd., Rosemead, California 91770 ("City") and CEj Engineers, Inc, with its principal place of business at 18800 Amar Road, Suite 1313, Walnut, CA 91789 ("Consultant"). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties," 2.1 Consultant. Consultant desires to perform anid assume responsibility for the, provis,ion of certa professional services required by the City on the terms and conditions set forth in th Agreement, Consultant represents that 'it is exp,erienceid in, providing design services public clients,, is licensed in the State of California, and is familiar with the plans of Cityl 2.,2 Project., City desires to engage Consultant to render such professional design services for the Safe Rout�es, to School — Sidewalk Gap Closure — Delta Avenue from �Mission Drive to! Wells Street ongoing general public works and professional engineering services ("Services") as set forth in this Agreement. 3. 1.1 General Scope of Services. Consultant promises and, agrees toil furnish to the City all labor, materialsi, tools, equipment, services, and incidental and CEJ ENGNEERS, H'X �gage 2 of 11 customary work necessary to fully and adequately supply the professional desi,c, services consulting services necessary for the Project ("Services"), The Services a 0 hourly rates are ' more particularly described in Exhibit A attached hereto and incorporat herein by reference. All Services shall be subject to, and performed in accordance wit this Agreement, the exhiblits attached hereto and incorporated herein by referenice, a 0 all applicable �local, state and federal laws, rules and regulations. I 3.1.2 Term, The term of this Agreement shall be from effective, date shown above to December 31�, 2018, unless earlier terminated as provided herein, Consultant shall compete the Services, within the term of thiis Agreement, and'shall meet any other established schedules and deadlines. 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 perf6rm:inig 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 d�ue such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for al�l reports and ob,ligations respecting such additional personnel, including,, but not limited to: social secu* taxes, income tax withholding, unemployment insurance, disability insurance, and, workers' colimpiensation insurance. 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 SchedWe, City shall respond to Consultant's submittals in a timely manner. Upon reof City, eurrr��nlrdm-A Schedule of Services, 1 1 Conformance to Applicable Requirements. All work prepared hN Consultant shall be subject to the approval of City. 11 3.2.4 Substitution of Key Personnel. Consultant has repres- - entitled to terminate this Agreement for cause. As discussed below, any personnel 8 Standard of Care; Performance of Employees. Consultant shall perform all Services under this Agreement in a skillful and competent maniner, consistent with the standards generally recognized as being empiloye,d by professionals in the same discipline in the State of California, Consultant represents and maintains that it i's skilled in the professionall calling necessary to perform the Services. Consultant warrants that 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, includiing a City Business License, and that such licenses and approval's 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 ernployee of the Consultant or its sub-c:onsultanits 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 fafls 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 ENGUNFFRS, H14C Flagof 11 3.2.9 Laws and Regulations. Consultant shall keep itself fully iinformed 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 requirementand shall give all notices required by law. Consultant shalll be liable for all violations Of SlUch laws and regulations in connection with Services. If the Consuiltan,t 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, indeminify 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, 3.2.10.1 Time for Compliance, Consultant shall maintain prior to thf. beginning of and for the entire duration of this Agreement an insurance coverage and policy as specified in Exhibiit B attached to and part of this agreement, 3.211 Safety. Contractor shall execute and maintain its work so, to avoid injury or damage to any person or property. In carrying out its Services, th Contractor shall at all times be icompliance with all applicable local, state and feder laws, ruiles and regulations, and shall exercise all necessary precautions for the safety• 0 6 0 ME MOMS inITIT110111- 3.3.1 Compensation. Consultant shall receive compensation, inclur authorized reimbursements, for all Services rendered under this Agreement, as specifi in tile attached Consultant proposaI (i.e., hourly rates, expenses, etc.), bUt not to exce Thirty-Eighit Thousand Three Hundred Eig�hty Dollars ($38,380.00). Such payments sh be made on an as -needed basis as directed by the City, Extra Work may be authorize as described below, and if authorized, will be compensated at the rates and manner s forth in this Agreement. 3.3.2 PaymenitofCompe�nsation, Consulitantshall, submitto City a, month itemized statement which! ind�i�cates work completed and hours of Services rendered Consultant. The statement shall describe the amount of Services a:nd supplies provid since the initial commencement date, or since the start of the subsequent billing period J_ as appropriate, through the date of the statement. City shall, I and at the project site. Consultant shall defend, indemnify and hold the City, its e1ected officials, officers, employees and agents free and harmless from any claim! or liability arising out of any failure or aIIeged failure to comply with the Prevailing Wage Laws. 3.4.1 Maintenance and Inspection. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred uinder this Agreement. All such records shall be clearly identifiable. Consultant sihaIl alillow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pUrsuaint to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, payment under this Agreement. 3.5.1 Termination of Agreement, 15.1.1 Grounds for Termination. City may, by written notice to ConsuItant, terminate the whole or any part of this Agreement at any time and without CEJ ENGNEERS, M. Page 6 of: I I 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: - CE,J Engineers, Inc, 18800 Amar Road, Suite 1313 Walnut, CA 91789 Attn: Joaquin Cervantes City of Rosemead Rosemead, CA 91770 Attn: Rafael M. Fajardo Such notice shall be deemed made when personally delivered or when maile foirty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid a addressed to the party at its applicable address. Actual notice shall be deemed adequa I notice on the date actual notice occurred, regardless of the method of service. I 3.5,3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property. This Agreement creates a non-exclusive aindl 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 � . ,,,. • w r 4N' SMI A6 � � . , � � � ., .. N • "" N; �. w �r • � • • �^ CEJ ENGINEERS, ��'!I"�C Page 8 Of 11 agents or VOlUnteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, off icials, officers, employees, agents or voilunteers, in any such suit, act�ion or other legal proceeding, Consultant shal'il reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and' ,all legal expenses and costs incurred by each oerewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall! not be restricted to insurance piroceed'is, 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 mod�ified by a writing sigined 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 M CEJ ENGIVEERS, NC, Page 9 of 11 CEJ ENGNEER S, INC, Page 10 of 11 3.5.22 Counterparts, This Agreement may be signed in counterparts, each *f which shall constitute an original. 3,61 Prior Approval Required. Consultant shall not subcontract any portion of the work required by this Agreement, except as ex�pres,sly 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. CEJ ENGINEERS, HC Page 11 of 11 CEJ ENGINEERS, INC, E! oria Molleda, City Manager Date Date Name: JµA-6k,�i AJ 6,6^11-41AS Title: 12 q ks -0, k Eriga ti6rihandez, City Clerk De Rachel Richman, City Attorney Date [If Coirporaition, TWO SIGNATURES, Plresident OR Vice Presdent AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Title: lvqa�- w L�l �111-111 or OF ROSE.W&W Rafael Fajardo, P,E City Engineer 8838 E. Valley Boulevard' Rosemead, CA 91770 SUBJECT: PRC)POSAL FOR SR2S SIDEWALK GAP CLOSURE PROJECT A r DELTA AVENUE FISSSION DRIVE TO WELLS STREET (RFP NO. 2018-16) Dear Mr. Fajardo, CEJ Engineers is pleased to have the opportunity to submit this proposal for professional engineering services related to the City's project. CEJ Engineers specializes in street design and street improvement projects. Our staff has extensive experience in preparing street construction plans, drainage studies, utility coordination, master plans, and preparing PS&E for various projects in accordance with local and regional standards and policies. Our key personnel has more than 40 years of experience in working and communicating with a wide spectrum of relevant public agencies throughout Orange County and the Los Angeles County. CI J's personnel have provided professional consulting services to cities, special districts, and other governmental agencies within Southern California and Caltrans. CEJ is dedicated to professional quality and technical excellence through a proactive QA/QC program, The C team will provide services for the aspects required for this project as per the scope of work. The following Exhibits, are enclosed: 1-I Exhibit A — Scope of work 0 Exhibit B — Proposed Fee We believe the CEJ Team provides the right combination of experienced staff, Project understanding, and local knowledge to successfully assist the City of Rosemead with Engineering Services. Please feel free to contact us, to discuss any aspects of this proposal or to arrange for, an interview at (626) 667-8675 or at jcervantes@ccJ-eng.corn. Respectrully Submitted, 71 .... . ..... iao—uhi'C'ervantes, P.E. Principal CEJ Engineers, Inc. 18800 Arnor Rd, Suite 813 Wolnut G4 91789 Al �"'I������������������������������������������� IMS Firmintroduction ......................... ..-~-.----................. -..-._-.......... ------- ............... __.3 Qualifications of Project Team ................................. -.—__--'-_........ ............ ..._-_.-~.......... 3 ScopeOf Work __...... ........... ~.................... .-._.__............ ................ _............. __._-_-..5 ProjectManagement ... -........... ..... -___................. ... ~..... -_....... -......... .................... ...... ,_5 ProjectUnderstanding ............... -'--- ....... —.................... -..... --- ...................................................... '-G Plans, Specifications 6&8stimates.-.... --- ......... -........ ............ ._................... ....... ~.................. --..6 ProjectSwbmitbrb-_....... --- ...... .......... ...................... -_...~--__..__----.__-................... _.q ProposedFee-_ ........................ --___---_..._......... -........ __........... --~........ -_~~'^^''-~~^9 J P E 2 1, Firm Introduction CEJ is a privately -owned engineering corporation that provides, a full range of professional civil engineering dedicated to serving public agencies. CEJ is a certified Small Business Enterprise (SBE) and Disadvantaged Business Enterprise (DBE) that has met the special needs of cities, counties, special districts, as well as state and federal agencies. We offer a full complement of Civil Engineering, Traffic Engineering andl Surveying capabilities. Qualifications of Project Tearn CEJ is highly capable and qualified to perform the tasks outlined in the RFP. We are confident that our qualifications listed throughout this proposal will further illustrate our ability to meet the City's expectations for responsiveness, quality, level of service, expertise and commitment. A successful partnership for the type of services being requested by the City of Rosemead involves choosing the appropriate Project Manager and team with diverse capabilities. Team members need the experience and knowledge to quickly resolve design challenges and field issues, but they also need excellent communication skills to interact with the various parties that become involved. CEJ offers a qualified team of professionals with the technical qualifications, and diverse capabilities necessary to undertake the design for the City's project, The following briefly outlines the responsibilities and qualifications of each of our team members. These individuals are committed to this project for its duration, 0 Project Manager key point of contact. Mr. Joaquin, Cervantes, P.E., has over 20 years of experience. Mr. Cervantes will be assigned as our Project Manager for this project and as Principal of CEJ Engineers; he will have the authority to negotiate on behalf of the Company. He has extensive experience with various city capital improvement projects including several storm drain and flood control projects. He will' be the primary point of contact with the City and will be supported by the staff resources of the firm. He has over eighteen years of civil engineering experience. Mr. Cervantes has assisted in the design and preparation of plans and specifications for street improvements, hydraulics, drainage, engineering planning, flood control, storm drain, sanitary sewer, highway interchange projects for numerous public agencies in Southern California. Education: 1998 B.S, Civil Engineering California State Polytechnic University, Pomona, Registration: California No. C70635, Civil Mr. Miguel Esparza, E.I.T, t, Slim will serve as the lead civil staff design engineer and is a Senior Engineer with CEJ Engineers, Inc, He has over 20 years of experience in civil engineering specifically in highway, street improvement, and traffic engineering projects. His experience also includes highway/street design, alternative studies, utility coordination, Storm water Pollution Control Plans (SWPPP) cost estimating, grading, railroad grade separations, stage construction/traffic handling, and detour plans. Education: 1998 B.S, Civil Engineering California State Polytechnic University, Pomona 2001 M.S. Civil Engineering, California State University, Long Beach Registration: California E.I.T Mr. Carlos UireAa, P.L.S., willserve as the lead surveyor, his qualifications include over 18 years of professional work as a Land Surveyor. Mr. Ure6a; has direct exposure to, management of office staff and field staff, sales, client relations, cost estimating and proposal generation, commercial ALTA surveys, control surveys including GPS, Boundary, Topographic, Extensive Construction Calculations, survey research for utility mapping and coordination and project management coordination and implementation. Mr. Urefia will be responsible for the design of cross-sectional survey, and topography. and the preparation of right-of-way documents as necessary. Education: 2000 B.S, Civil Engineering, California State Polytechnic University, Pomona! Registration: Licensed Land Surveyor (PLS), California, License No. 8234 Staffing Availability CEJ recognizes that the key to successful project execution is dependent upon the key personnel and have they will manage their time to participate in the project. CEJ will dedicate the appropriate staff on the projects and insure that the staff has the required schedules to be able to properly execute the project. Below is a table indicating the staff availability. Key Personnel Role AvallaWity Carlos Alvarado, P.E QA/QC 10 % to 25% Joaquin Cervantes, P,E Project manager 60% to 80% Miguel Esparza, E.I.T Design Engineer60% to 80% Carlos Ureha, PLS Land surveyor 50% 1 As demonstrated in the above descriptions of our key personnel, CEJ is, proposing experienced personnel that will provide best practices to every task. Our key personnel, backed by experienced support personnel, are assigned lead roles to ensure continuity across all services. Scope Of Work The following tasks will give a detailed description of the professional services included in this Scope of Work and our Project Approach. Project Management The team management and close coordination with all parties involved in the project is critical to the successful completion of any project. CEJ takes pride in the high level of service we provide to our clients. Three key elements to successful project management include a Project Kick-off Meeting, and Project meetings. Project Kick-off Meeting A Project Kick-off Meeting will be scheduled to include the decision makers and policy enforcement staff from the governing agencies and utility companies associated with this project (Project Team). Project Meetings CEJ will attend project meetings as required. We anticipate we will need to attend a total of 3 meetings (kick-off and 2 design meetings). The primary and most important fundamental aspects to the execution of any construction contract is the adherence to an established Quality Assurance/Quality Control (QA/QC) plan. CEJ proposes Carlos Alvarado as QA/QC manager for all task orders. He has over 40 years of experience in management and oversight of public agency projects, These QA/QC procedures are implemented from initial scoping through agency review and approval. As the QA/QC manager, Carlos Alvarado's responsibilities will include the following: )0 Review project scope, schedule, and budget after the kick-off meetings, > Review progress at critical stages of the project, > Make technical suggestions, > Provide management recommendations, )> Review deliverables prior to submission );> Review the overall project to make certain the projects standards are being achieved Prwject Understanding CEJ conducted a field review of the, subject street within the Project limits, The project is located' at Delta Avenue from Mission drive to Wells street. The Improvements include grading, removals and installation of new sidewalk, retaining curbs, driveways and curb gutter reconstruction, tree planting and appurtenant improvements. The following describes the scope of work: Delta Av u ssion Drive� to ........... ��_ I Drive,, ... ­, algaStre,et) Delta Avenue is a two lane road, classified as Residential Street. It is 40 feet wide with a total distance of approximately 1,700 LF. Existing Conditions: There is currently no sidewalk on both sides of the street except for a few locations and large sections of damaged driveways and curb and gutter. raMT, =—Ii =.— Our assessment is to construct new sidewalk on both sides on the street and remove and replace large sections from curb to curb at locations where severe cracking is observed, The City's construction budget will determine the extent of the repairs, sidewalk and curb and gutter replacement. CEJ will: prepare conceptual design for the proposed hardscape and landscape improvements as well a preliminary construction, cost estimates to adequately assess the extent of the construction improvements as shown on the RFP. Structural calculations In addition, Structural Calculations will be prepared for the proposed retaining wall along this segment of homes. Structural calculations will be prepared and submitted to the City for review and approval. Plans4. iss & Estimates Task I- Field Condition Asses smentlTopographic Survey 1,1 Prepare afield survey to assess the physical conditions and utilities within the project area. 1.2 Meet with City staff to define and clarify the work plan and project elements and obtain all project data from the City. We will review all City -supplied information and neighborhood concerns. 1.3 We will coordinate with all utility companies to determine underground, surface, and overhead facilities. CEJ Comply with the City -adopted "Utility Coordination Procedures." Determine where i rzy jff"'V )"f i') rx_'V�Y' �"'P g', g" ....... .. . interfaces with existing facilities will occur as a result of the future of this project. In addition, we will consult with affected utility companies and resolve any conflicts. We will prepare a utility log and include findings in our biweekly status reports 1.4 Perform topographic surveys at the necessary locations as necessary to design the intended improvements. CEJ will establish horizontal and vertical ground control necessary to produce a 1"=40' scale digital topographic map within the street right-of-way and beyond the street right-of- way where required. 1.5 CEJ will establish existing and proposed controls including centerline, street geometrics, and right- of-way throughout the project limits. Elevations will be based on the Los Angeles County Department of Public Works (LACDPW). 1.6 We will provide a topographic map showing detailed survey at 1"=40' scale using AutoCAD on 24" X 36"' sheets. The map will show all existing conditions, will identify all features include BCR, ECR, flow -lines, centerlines, angle points, top of curb, spandrels, pavement striping, utilities, structures, walls, trees and landscape, underground and surface utilities, poles, hydrants, catch basins, signs, valves, manholes. The Plans, Specification, and Estimates will conform to the Cit y of Rosemead's standards and practices. 2.1 CEJ will provide clear, concise, and complete drawings with Latest version of AutoCAD and Civil3l) software. The design will be plotted using permanent drafting ink on mylar, and drafted an twenty- four inch by thirty-six inch (24"06") mylar sheets. The plans will be prepared under the supervision of a Civil Engineer registered in the state of California who will sign the final plans. The original drawings and the electronic data of these drawings will be submitted to the City, along with a CD in AutoCAD format upon completion. 2.2 CEJ will conduct all necessary research to establish precise location of all utilities and utility easements for each project. CEJ will provide the utility with a preliminary notification/request for current information letter and up to three relocation notices viae certified mail CEJ will consult with affected utility companies requiring relocations, and resolve any conflicts, keeping City staff informed in writing, including the possibility of undergrounding utilities presently on poles along the project area. Comply with Caltrans' "Mianual on High and Low Risk Underground Facilities within Highway Rights -of -Way, Construction plains will include telephone numbers of utilities, and other affected: agencies; power poles; driveway approaches; edge of pavement; waiter service relocation and/or installation if necessary; sewer manhole cover and water valve cover adjustment if necessary; and other utility's that are of benefit to the design of the project. 01111100 INP'11'11'1-_,��', 1111V (",'J 2.3 Retaining wall plans and Structural calculations CEJ will prepare retaining wall plans and structural calculations for the proposed retaining wall along the segment of homes as necessary. Structural calculations will be prepared and submitted to the City for review and approval. INIFIRMINIM RPM' I III I III III �Igi CEJ will use the City provided "Boiler Plate' and prepare the project's contract specifications using the latest edition of the Greenbook (Standard Specifications for Public Works Construction). The City will provide a copy of a sample specification for reference. CEJ will prepare and submit a final construction cost estimate. Preliminary construction estimates will be updated monthly, and will be submitted to the, city as design work progresses. CEJ will prepare a final detailed engineer's estimate prepared in Microsoft Excel spreadsheet format that includes the bid items described within the contract specifications. The estimate will be based upon recent bid prices for similar projects as maintained by CEJ and Caltrans. Backup quantity calculations will be provided showing detailed computations for accuracy of the quantities upon request. During the bidding process remain "on-call" to provide analysis and interpretation of the drawings and Specifications. When requested to do so, prepare and issue addenda to address concerns of potential bidders. 0 Attend pre-bid meeting. * Engineering, During Construction * Attend pre -construction meeting. • Review and approve shop drawings and submittals., • Provide consultation during construction including construction, RFQ!s and RFI's. • Prepare record drawings (as -built) from record information provided by the contractor. Y ProjectSubmittals The final plans will be submitted in three (3) submittals and will consist of the following submittals and materials. The 60% submittal materials will include thefollowing; 60% Improvement Plans Title Sheet with vicinity map, General Notes, Signature Blocks, Legend, Sheet Index, Utility Contact 'Information. 0 Utility Plans • Sidewalk Plans, Profiles, Sections, Details, and Construction Notes • Construction Plans with base mapping including survey and utility locations. The 85% submittal materials will include the following: 0 85,% Improvement Plans 85% Specifications 85% Engineers Estimate - Including Quantity Calculations and Cost Datai, 100% Final Submittal Material will include the following item: 0 100% Improvement Plans, — on mylar and stamped by the Engineer 0 100% Specifications — Stamped by the Engineer a 100% Engineers Estimate - Including Quantity Calculations and Cost Data, Final plans, specifications, and estimates will be provided on "D' size mylar, three sets of copy's and in electroinic format to the City on a CID and PDF version. CEJ will also prepare AS -Built Plans UEZ�= Proposed fee is enclosed in a separate document. See exhibit "B" attached EXHIBIT" " CITY OF ROSEMEAD Rafael Fajardo City Engineer, P.E 8838 E. Valley Boulevard Rosemead, CA 91770 S1JE3JFCT.- PROPOSAL, FOR SR2S SIDEWALK GAP CLOSURE PROJECT AT DELTA AVENUE FROM MISSSION DRIVETO WELLS STREE'r (RFP NO. 2018-16) Dear Mr, Fajardo, CEJ Engineers is pleased to have the opportunity to submit this FEE proposal for professional engineering services related to the City's project. Proposed Fee Our proposed fee is based on the proposal required format and is not to exceed lump sum fee amount of $38,380 based on established hourly rates. Respectfully Submitted, .165-p-ifi-Cervantes, P.E. Principal CEJ Engineers, Inc., 18800 Amor Rd, Suite 613 Walnut CA 91789 (626) 667 -8675 -office (626) 893-9266 -Cell ;,XHIBIT "B" eri r: City of Rosemead C EJ Engine ,j j fJ: SR2S Sidewalk Gap Closure Proje!ct-Delta Ave , NO: SUMMARY PROPOSAL FEE rE: 05/29118 Page I of I so TaskI TOPOGRAPHIC-S-U—IRVEY Aass PositiordNam—e"", Ro—tirs A Two - Man Survey Crew 16 $1■ 80$2,880 B S�Jrvoy Ana�st 10 $120 $1 200 C CADD Designer I Technician 20 $85 $1,700 LABOR: 'Task OR 7 CONSTRUCTION 15RAVIIN S Street Plan Senior Engineer 40 $140 $ sod .-Nineer I Senior Desi ner $120 1 0 $2 - chnidan so .40 00 StrucCaIcs SructuralE20i $140 $2,800 . ... . ..... �Senj rDe I - _ 9 . -., sqner is 32 Pre-bld meeting —1- 4 Review Shop Drawings/RFI'S 2 11 4 Prepare Record Drawings LA13OR: Total Labor at Billing Rates --$37,420 Reimbursable Expenses $960 Proposal By / Project Manager j22quln Cervarrte x, P.E EXP11BIT "B" C'EJ EN GINEERS, INC. ENGINEERING DIVISION PrincivaLLavjneer--. ..... ....... PrW'ect SeniorPro�ectf -ineer.-, .... Associate Engineer.,.,,...... ..... Design Engineer- .............. Designer/CADD Drafter ...... Clerical/Technical Aide ...... ............. ........150, 00 ...... 140.00 ...... 130.00 115.00 105.00 10!0.00 ...... 95,00 .... - 65.00 LANDSCAPE ARCHITECTURE' Senior Landscape Architect ---........ ...... I I 0.00 Associate Landscape Architect-..-, ... 11.1100.00 Reproduction .......... Cost jURVEYING DIVISION Senior Surveyor- .... ...... - .............. 150.00 Senior Survey Analyst ..............................135.00 Survey Analyst 11 ................ --- ...... ...... 120,00 Survey Analyst I .......... ............................100.00 Survey Party Chief.. ................................105.00 Field' Party (Three) .................... _ .............133.00 Field Party (Two)............... 150.00 Field Party(One).. . 110.00 cONSI-RUCLION-mANAG�E-MEN�TiiNsPECTION Operations Manager ..................... - ......... � I 10.00 Supervising Public Works Observer... .... - 105.00 Senior Public Works Observer ... 95,00 Public Works Observer .... ...... ............ ., go, oo Construction manager....... ............... 11 1 0,00 Construction Engineer ................................. 85,00 Subconsultant Services ............ . . -.. - Cost plus 13% Automobile Transportation ............ - ... Current rate Delivery, Freight, Courier.., . ............ Cost Agency Fees .. -.. . ....... Cost Commercial Travel/ Subsistence......... Cost Additional billing classificaffans, may be added to the above listing during the year as new positions are created. The above schedule is for straight time. Blueprinting, reproduction, messenger services„ and pointing Wit be invoiced, at cost plus ten, percent (fLrA). A suboonsuitant management fee often percent (10%), Will be added to tike direct cost of all suboonsultant services to provide, for the cost of administration, consultation. and coordination. Valid July 1, 2016 thea June 30, 2017. thereafter, the rates maybe ralsed once per year to the value of change of the Consumer price Index for the Los Angelest0range County area, but not more than five percent per year. Prior to the beg inning of and throughout the duration of theTTork, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will' use existing coverage to comply with these reqiuirements, 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 appable to a given loss, will be available to City. ma - Commercial General Liability Insurance using Insurance Services Office "Commerci.' General Liability" polli'cy form CG 00 01 or the exact equivalent. Defense costs must paid in addition to limits. There shall be no cross, liability exclusion for clairns, or suits one insured against anothier, Limits are subject to review but in no event less th $1,000,0100 per occurrence. I Business Auto Coverage on ISO BusJness Auto Coverage form CA 00 01 including symboll 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000i,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liabiility policy described above. If Consultant or Consultant's employees will use personal a�utos inany way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Excess or Umbrella Li:ability Insurance (Over Primary) if used to meet limit requiirements, shal�l 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 maximium $25,000, self-inisiured retention for liability not covered by primary but covered by the umbrella,, Coverage shall be provided on a "pay on r- w- 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 exclus,ion precluding coverage for claims or suits by one insured against another. Cover.rte shall be aoj�licable to Cit�,,r, for in'ute to em­lotees of Conisulta d, -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. M omissions of the consultant and "Covered Professional Services" as designated in t policy must specifically include work performed under this agreement. The policy Ii shall be no less than $1,000,000 per claim and in the aggregate. The policy must"pay behalf of' the insured and must include a provision establishing the insurer's duty defend. The policy retroactive date shall be on or before the effective date of th I 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 Cotsultant: 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 19,92. 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 M itndorsement 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 2nd no replacement coverage is provided, City has the rig;ht, but not the duty, to tobtain any insurance it deems necessary to protect its interests under this or any tither 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 optioini. 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 linsurer 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 bas,is 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, allll 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 giiving 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. ME 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to i�nform Consultant of non-compliance with any insurance reiqulirement 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 req�uired 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 an�d/or adiditioinal 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. 0. 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. 1. 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 agreement. Any such provisions are to be deleted with: reference to City. It is not M., the intent of City to reimburse any third party o for the cost of complying with these requirements. There shall be nrecourse 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 DATE (M MIDdYYYY') CERTIFICATE OF LIABILITY INSURANCE 07131=18 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 CER'TIFIC'ATE 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 be endorsed. If SUBROGATIOIN IS WAIVED, subject to the term 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 hien of such endorsemment s „ PRODUCER CONTACT. NAM9E Hiscox Inc. dIbYal His ax Insurance Agency in C.A PHONE Q7 ..� (888) 202 30, �rAx _._ Iaarq,.,Ngt 520 Madison Avenue APE-MAIL RI conlact(dhNscox.ccrmn 32nd Floor .... ......, _ _....... New York, NY 10022 . ..... §)rMf9RR!N9c ar!we q ......... .,..,.... rdric.�.... ., INSURER A : Hiscox Insurance Company Inc 10200 INSURED INSURER B ______ .... _ ._. ...... _..._..._ _ _.. _ CEJ Engineers INSURER C 18800 Amar Rd ate i11 S' Wal nut, CA 51T8'0 NlsuraFwac INSURER E tNSURE.R 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. NCTWIT'HSTANMNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER', DOCUMENT V'WIT'H 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 REDU'CE'D BY PAID CLAIMS. Ihdit .,, . ...,. _._7'"Y'PE i7r' INSURANCE ....... AT7i1I.. a ......._,... F°Cb&.NC'MNUMI�ER...__ (MDMA IU VY'Y" &fCS'C7PYYVw , LIMXtTS X COMMERCIAL GENERAL LIABILITY EctiC,HOCCURSrIENC.,Ei $ 1,000,.000 AEE 0 RFKTED ..., ...... CLAIIwMs-MMAflIi C T r:UrM Wu q I L z.Cl c T m p._ s 100,000 _, _ _ MwEED EAIs. AbuT mrurs Fersc ay S 5,000 A _ . Y UIDC-1833612-CGL-18 0911812017 ()9/1892018, 1,000,000 G N L AGGRW TaATE V_IM IT APP IE;S PER GENERAL AGAGR CATE S 2,I000,000 FICLIIdCY EC !"E G IIEC r LTA PRr Lbtl.VlsTS.:. (L m MC N' ADCa SIT Oen . Agcd . CTHIER,; $ ,, AUTOMOBILE LIABILITY I COMBINED SINGLE LIMIT S ANY AUTO BODILY INJURY (Parperson) $ ALL OWNED SCHEEK)ll.r.D ...... .. .. _,_ ._. .,.... _., BODILY INJURY CE ar =31�II � $ .... AUTOS Au 8 4"Il'a .. ...., .. ..., NQ,7WOW4EDEdDW.4tiL',V Cfi,MAmrE^ S , a HIRECAUTOS AUTOS I Rte, fil ...,.. .,w.�.., _. ...._. 1 UM IIBR.ELLA UAB OCCUR EACH o""ra, C LAREEINC,E S EXCESS LIAB l' �,.t.,AIM&MADEAC'zGRE(rAEEE $ LED RETENTION S $ NTORKE:RSCOMMPEN.SATION maF , �"yTH� AND EMPLOYERS' LIABILXTY Y) N L....._... ...._.......____._ ... .._,., ANYPROPRIE'TDRRPAR,rNFRfr..1 E(r,'4)I'IIIVE. E.V_ LAC t i,MX; L 1074 hl9 .......LL,_ OFFICER/ME'M9BEREXGLUDEIYd WA (Mandatory lin NNI IT yas� descra••be tinder.. ..... ..... .... I,;t,til.RiPTVf;NOFOPERATIONSbeo _ E_II,.IM9E7FAS&w-6';'JhITvV.VMNIT _$_._.._ DESCRIPTION Of, OPERATIONS P LOcA71ONS m VEHICLES QACORD 101, Add9i4lor+ai Remarks Sct'wedrAe, may be ardacMved IT more space d requlredl Per City Contract, the Mcllrawr ing are listed as addI icnaii Insureds, Cily LkT Rosemead, its rad'vasis, employees s and agents. For all Pubfir. 'Wor" CDntrooros L01 EIII City of Rosemead SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 88 38 East Valley Blvd THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Rosemead CA, 91770 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENT'A'TIVE � @ 1988-2014 ACORD CORPORATION. Ali rights reserved. ACCORD 25 (201'4/01) The ACO,RD name and logo are registered marks of ACOIRD COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 MA, L �.' � M - Z This endorsement modifies insurance provided under the following: 10101 & I kh 14 tie] ra 4 Lei a M M U U M I WVA 1001TA: 1 9"17541 a a 1-11 12 Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Per City Contract Requirements, the City of Rosemead following is listed as additional insured; City, its officials, employee and agents. Information required to complete this Schedule, if not shown above, will be shown in the Declarations, A. Section 11 - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in, the Schedule, but only with respect to liability for "bodily injury' "property damage" or "'personal and advertising injury" caused, in whole, or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, - in the performance of your ongoing operations for the additional insuiired(s) at the location(s) designated above However: 1. The i�ns,urance afforded to such additional insured only app[ies to the extent permitted by law�� and coverage provided to the additional insured required by a contract or agreement, the insurance afforded to such additional insured! wilil not be broader than that which you are required by the contract or agreement to provide, for such additional insured. With respect to the afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bod'ily injury" or "property damage" occurring after, 1. All work, including materials, parts or equipment furnished in coon with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other t�han another contractor or subcontractor engaged in performing operations for a principdl as a part of the same project. CG 20 10 04 13 Oq Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insuirance afforded to these ad•itional!! insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is requireontract or agreement, the moist we will pay on behalf of the additional insured is the amount of �nsurance�� 1. Required by the contract or agreement� or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 C Insurance, Services Office, Inc,, 20712 CG 20 10 0413 PROOF OF INSURANCE ----------------------------- VEHICLES ON POLICY Interinsurance Exchange of the Automobile Club YEAR MAKE MODEL VEH LD, # NAIL # 15598 2006 TYTA TACOMA DEL CAB LN 3TMKU72N18M017283 2007 MBNIZ 04CCLASSM1.360 4JGBB86E,97A155537 Named Insured Policy Number OAA0,930782 ill 0 JOAQUIN CERVANTES JR DBA: CEJ ENG NEERS, INC. UJ ul ORWERS ON POLICY 40 CEr?VANTFSJR,JOAQl,lIN Effective D'ate: 09127,(2017 Expiration Date: 0912712015 This policy provides at least the minkrurn amounts of liability Insurance required by the CA VEH CODE SECTION 10056 for the specified vehicles and named insureds and may provide coverage for other persons and other vahtles as provided by the insurance policy -------------------------------------------------------------------------------------------------------------------- IF. Yot'?i*_1-b4"%1'F �1 ',�N'E After ain accident, follow these 5 easy steps: Step 4: Call our AAA Accident Assisi Hotline at 1 -800 -67 -CLAIM - - - - - - - - -- - - - - - - - (1-800-672-5246) to report the accident and, if necessary, have Step 1: Get the names and addresses of ail persons your vehicle towed to the repair shop or location of your involved in the accident, e.g.. ppciestrians,witriesses, other w preference passengers, etc. If I W Stop 5, Safely wall for the tow truck, Our independent service Step 2: Get the drivers hcense number and insurance 0 prolviders'tow trucks always display the AAA emblem information of the driver(s) of the other vehide(s) I Stop 3� Write down the veWcle(s) ficense including I Do not admit responsibility for or oiscuss the citramstances of the accident m1h anyone other Irian rhol Auto Club plate, I police or an authorized claims state of registratjon Co not dr sclose your policy limits: to anyone Cov,crage subject to policy terms and limits. For questions or changes to your policy, owl 1i -87T-422-2100, Monday through Friday from 7 a M to 9 p rn or Saturday from 8 am to 5 p m L---------------------- — --------------------------- ------ - 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 of termination date of the policy, r------------------------------------- ------------- PROOF OF INSURANCE Interinsurance Exchange of the Automobile, Club NAIL Ak 15598 Named Insured Policy Numbiter CAA09307821 0 JOAQUIN CERVANTES JR Effective Data 09/2712017 Expiration Date-, 09127/2018 - - - - - - - - - ----' - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - I - - - - - - - - - - - - - I VEHICLES ON POLICY 01 YEAR MAKE MODEL VEH LD, 9 11 2DO8 MA TACOMA DBL CAB LN 3TMKU72N15M017283 2007 MBNZ M CLASS ML350 4JGBB88E97Ai55537 9 DRIVERS ON POLICY CF_RVAWtESJR,J0AQUIN This policy provides at least the minitnun amounts of Vabifty lrisurance required by the CA VEH CODE SECTroN 16055 for the specified Vehicles and named Insumcis and array provide coverage for other persons and other vehicles as proVded by the !nsulance policy, --------------------------------------------------------------------- IF YOU [litAVE. �"I'j IDD WI, C 11 Lt. 7 After an accident, follow these 5 easy stops: i Step, 1: Got the names and addresses of all persons involved in the accident, is,g., pedestrians, witnesses, other Passengers, etc, Stop 2: Got the drivei's 0cense number and insurance o Information of the diriver(s) of the Other vehicle(s) I Stop 1 Write down the vehicWs) license plate, including : state of registration l_W,-bPQl GAA 1 W22 19,1 7 Step* Call out AAA Accident Assist Hotline at 1 -800 -67 -CLAIM (1500=072-5246) to report the accident and, if necessary, have your vehicle towed to the repair shop or location of your w preference Stop 5Safely wait fear the tow truck, Our independent service Providers'llow, trucks always display the AAA emblem Do not admit responsibiffly tor or discuss the Oroumgtancasr of the accident with anyone other than the police or an authorized Auto Club claims representative, Do not disclose your policy limits to anyone, Coverage subject to policy terms and limits. For questions or changes to your pollcy, catl 1-877422.21 DO, Moinday 1hrough FrIday from 7 9-m to 9 P nm of -Saturday from 8 a.rn, to 5 p,m - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - A Step* Call out AAA Accident Assist Hotline at 1 -800 -67 -CLAIM (1500=072-5246) to report the accident and, if necessary, have your vehicle towed to the repair shop or location of your w preference Stop 5Safely wait fear the tow truck, Our independent service Providers'llow, trucks always display the AAA emblem Do not admit responsibiffly tor or discuss the Oroumgtancasr of the accident with anyone other than the police or an authorized Auto Club claims representative, Do not disclose your policy limits to anyone, Coverage subject to policy terms and limits. For questions or changes to your pollcy, catl 1-877422.21 DO, Moinday 1hrough FrIday from 7 9-m to 9 P nm of -Saturday from 8 a.rn, to 5 p,m