Loading...
CC - Item 6A - Professional Services Agreement to Provide MS4 NPDES Permit Services for Fiscal Year 2020-21ROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER jA . M DATE: JUNE 23, 2020 SUBJECT: PROFESSIONAL SERVICES AGREEMENT TO PROVIDE MS4 NPDES PERMIT SERVICES FOR FISCAL YEAR 2020-21 SUMMARY On August 14, 2018, following an extensive Request for Proposal Process (Attachment A), the Rosemead City Council selected CWE to provide the City with Municipal Separate Storm Sewer System (MS4) National Pollutant Discharge Elimination System (NPDES) Permit services through June 30, 2019, for $179,979 (Attachment B). Additionally, the City amended the Agreement on December 17, 2019 (Attachment C) to have CWE continue their services through June 30, 2020. With that Professional Service Agreement term ending, the City of Rosemead received a proposal from CWE (Attachment D), in the amount of $89,947, to continue providing compliance services for 12 months through June 30, 2021, and annual reporting services through December 31, 2021. Staff is satisfied with the responsiveness and quality of services provided by CWE and recommends continuing to secure these services from CWE. DISCUSSION On November 8, 2012, the California Regional Water Quality Control Board, Los Angeles Region (Regional Board or LARWQCB) adopted the Coastal Los Angeles County MS4 NPDES Permit with Los Angeles County, the County Flood Control District, and 84 incorporated cities as Permittees. On July 27, 2013, the City of Rosemead joined the City of Los Angeles and 17 other agencies to form the Upper Los Angeles River (ULAR), an Enhanced Watershed Management Plan (EWMP) group. Since being retained, CWE has shepherded the City of Rosemead through the complexities of the LARWQCB MS4 NPDES Permit and related regulatory and implementation programs. CWE's technical and regulatory expertise, combined with their governing board relationships, has benefitted the City of Rosemead on issues that extend far beyond the originally contracted work. They are uniquely equipped to provide a range support services in anticipation of the fifth term MS4 Permit, currently under draft review, that will likely be adopted by the LARWQCB within this agreement term. AGENDA ITEM 6.A City Council Meeting June 23, 2020 Page 2 of 4 The City of Rosemead selected CWE from a comprehensive RFP process approximately 2 years ago. Due to the fact that CWE is intimately aware of the unique challenges the City of Rosemead faces regarding compliance, staff recommends entering into a Professional Services Agreement with CWE to steer the City of Rosemead through its compliance issues with the MS4 Permit through June 30, 2021, and with annual reporting through December 31, 2021. Following receipt of the City Notice to Proceed (NTP), CWE proposes to provide the following MS4 Permit Compliance Services through June 30, 2021, with annual reporting services to be provided through December 31, 2021. Task 1 — Remote Meetings: The ULAR EWMP Group and its Bacteria Load Reduction Strategy (LRS) Technical Subcommittee, which directly impacts the City, convenes monthly; the Los Angeles Permit Group (LAPG) meets during alternating months; and we anticipate the need to attend up to six (6) City Council, City Staff, Safe Clean Water Program (SCWP), or LARWQCB Permit adoption meetings. Meeting participation allows CWE to identify cost- effective draft fifth term MS4 Permit, ULAR EWMP and CIMP Group implementation strategies for City Management concurrence. We recommend budgeting for twenty-four (24) three-hour remote meetings and follow up activities prior to June 30, 2021. Task 2 — Safe Clean Water Program Assistance: Following voter passage of Los Angeles County Measure W, the SCWP, in November 2018, the County Board of Supervisors (BOS) authorized release of a Local Transfer Agreement which, assuming City Council adoption this summer, should annually return over $500,000.00 in impervious area based property assessment fees to the City. Proposed expenditures of SCWP monies must meet required implementation and accounting criteria then be reported back to the Los Angeles County BOS. CWE will assist the City Public Works and Finance Departments in budgeting these funds and developing the required documentation. Based on the directions of City management, local priorities, and evolving opportunities, CWE will also prepare one Regional BMP project application packet, following criteria identified by the Rio Hondo Watershed Area Steering Committee (WASC). Task 3 — City Staff and Contractor Training: The current MS4 Permit identifies four categories of mandatory annual staff and contractor training, which we condense into Planning/Construction and Illicit Connection/Illicit Discharge (IC/ID) training sessions to reduce costs. These two-hour presentations will be scheduled, in consultation with Field Supervisorial personnel, either at the beginning or end of a shift, for staffing efficiency. Presentation are made by CWE Senior Management, experienced with private and public agency cases, using an engaging, locally relevant, Microsoft Office Power Point® presentation made to between five and twenty city staff at a city facility with adequate equipment. The presentation begins with regulatory rationale and requirements, before moving on to illustrative case studies. Six slides per page handouts are distributed for those wishing to take notes or write down questions, along with a participation sign in sheet to include with the annual report. City staff and contractors are encouraged to ask questions, resulting in an informative training session that maintains participant staff interest. City Council Meeting June 23, 2020 Page 3 of 4 Task 4 — Public Information and Participation Program (PIPP): Remotely attend permit required quarterly County, Watershed, or WMP PIPP remote meetings. Prepare up to six (6) residential or primary education stormwater pollution source control informational pamphlets, web page, or similarly mutually agreeably, concept work products, suitable for City duplication and distribution or webmaster posting. Task 5 — Redevelopment Planning, Construction and Post -Construction Inspection Services: CWE is advised that the City has retained other firms to provide generic municipal planning, building, and construction inspection services; however CWE will provide supplemental MS4 Permit specific Low Impact Development (LID) plan checks, Construction Site Erosion Control and Post -Construction General Permit (CGP) Best Management Practices (BMPs) inspection Services, under the direction of state certified CWE Qualified Storm Water Pollution Prevention Plan (SWPPP) Developer or Practitioner (QSD/P). Up to four hours per month, or forty eight hours by June 30, 2021, would be dedicated to supporting other contract staff in the subject tasks; with plan review taking precedent over inspections, municipal construction site storm inspections taking precedent over those of private construction sites, and post -construction or CGP BMP implementation and maintenance inspections having the lowest priority. Task 6 — Public Facility and Retrofit Opportunity Inventory: CWE will prepare the MS4 Permit Part VI.9.c required electronic inventory of City Facility sites, including Part VI.9.d required identification and evaluation of concept level LID and BMP retrofit implementation opportunities. Task 7 — Illicit Connection/Illicit Discharge Investigation and Pollution Source Control: Understanding that primary enforcement responsibilities remain with City Code Enforcement Officers and Construction Inspectors, CWE we provide up to twenty hours of remote or onsite MS4 Permit required Illicit Connection/Illicit Discharge (IC/ID) Investigation and Pollution Source Control support services. This task emphasizes public education and outreach, over enforcement, and may extend to include the conceptualization of BMP implementation concepts to correct existing and prevent future discharges. Task 8 — Prepare 2020 and 2021 Individual Annual Reports: CWE will timely draft, in Microsoft Word® format, the City Individual Annual Report, based on past submittals, implementation data, transmittals, and the City website. This draft will highlight where additional City staff input on budgeting, planning, enforcement, and building safety tasks are needed. Based on City staff input, the draft will be timely submitted to the ULAR EWMP Group Coordinator, currently Dawn Petschauer of the City of Los Angeles, utilizing the Los Angeles County Watershed Reporting, Adaptive Management, and Planning System (WRAMPS) process. Following assemblage, the first draft will be reviewed by CWE for missing data or verbiage that could be adversely misconstrued, a final draft provided to the City for review, and the Unified Report converted by others into a Portable Document Format (PDF) file, for the LARWQCB submission by December 15th, with a copy provided to the City for recordation. City Council Meeting June 23, 2020 Page 4 of 4 STAFF RECOMMENDATION City Staff recommends that the City of Rosemead enter into a Professional Services Agreement with CWE to provide MS4 NPDES Permit Compliance and Reporting Services for a period of eighteen months to begin on, or about, July 1, 2020, through December 31, 2021, for an amount not -to -exceed $89,947. OTHER OPTION: That the City Council direct staff to advertise a Request for Proposal for MS4 NPDES services. FISCAL IMPACT The Fiscal Year 2020-21 approved budget anticipates receipt of approximately $500,000 in Measure W, Safe Clean Water Program, Local Transfer Support, of which $295,000 has been allocated to the Safe Clean Water Fund account 231-3035-5299. The Safe Clean Water Program is funded through Measure W, an impervious area based special parcel fee, approved by Los Angeles County voters on November 6, 2018. STRATEGIC PLAN IMPACT Stormwater Management and NPDES Permit compliance is in alignment with Strategy 3, Beautification and Infrastructure. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: C Chris dapte Director of Public Works Attachment A: Request for Proposal Process Attachment B: 2018-2019 Professional Service Agreement Attachment C: Amendment #1 Attachment D: Proposal from CWE Attachment E: Draft Professional Services Agreement Attachment A Request for Proposal Process CITY OF ROSEMEAD RFP No. 2018-01 REQUEST FOR PROPOSALS (RFP) TO PROVIDE MUNICIPAL, SEPARATE STORM SEWER SYSTEM (MS4) NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PERMIT PROFESSIONAL COMPLIANCE AND SUPPORT SERVICES The City of Rosemead's Public Works Department is requesting proposals to provide a Phase I Municipal Separate Storm Sewer System (MS4) National Pollutant Discharge Elimination System (NPDES) Permit professional compliance and support services as required by California Regional Water Quality Control Board, Los Angeles Region (LARWQCB) Order No. R4-2012- 0175-AO1, the amended Coastal Los Angeles County M84 NPDES Permit. BACKGROUND The Public Works Department administers the City of Rosemead's M84 Permit Program and local implementation of the City of Los Angeles led Upper Los Angeles River (ULAR) Enhanced Watershed Management Program (EWMP) and Coordinated Integrated Monitoring Program (CIMP) Plans. Permit enforcement is primarily though Rosemead Municipal Code (RMC) Chapter 13.16 and Sanitary Sewer Overflow (SSO) response services are provided by the Los Angeles County Consolidated Sewer Maintenance District (CSMD). Requested services will be provided annually from July 1st to June 301h and summarized within individual and watershed annual reports to be submitted to the LARWQCB by December 151h. Professional Services Agreement (PSA) and Notice to Proceed (NTP) issuance after July 18t may result in reprioritization of task scheduling and budgets, so that necessary work can be completed in a satisfactory and timely manner. REQUESTED SERVICES 1. Mee I : Attend kickoff meeting with City staff, six (6) regional meetings (such as LAPG, ULAR, or MS4 Permit related workshops), and four (4) informal City staff or management meetings or additional external meetings. Agenda and summaries will be prepared for each City meeting; however formal presentations will not be prepared. 2. Staff Training: State registered Qualified Industrial Stormwater Practitioner (QISP), Qualified Storm Water Pollution Prevention Plan (SWPPP) Developer (QSD), or Practitioner (QSP). Consultant staff shall provide annual training to designated City staff: a. Construction/Erosion Plan Review and Permitting (Permit Part VI.D.8.I.ii.(1)) b. Erosion/Sediment Control Plan Inspection (Permit Part VI.D.8.I.ii.(2)) c. Stormwater Targeted Public Employee and Contractor (Permit Part VI.D.9.k) d. Staff Illicit Connection/Illicit Discharge Response (Permit Part VI.D.10.01i,(5)) Page 1 of 6 r r r 3. Public Information and Participation Program: Develop activity specific public education content, regarding source control BMPs, use and disposal of MS4 Permit Part VI.D.S.d.i.(2) pollutants relevant to Rio Hondo Reach 3 and downstream receiving water Impairments, for incorporation by the City Webmaster or distribution by the City. 4. In ustrial/ggmg]ercial 11/C) F,acilitles Program: The City of Rosemead's Business License database consists of approximately 200 food service, 100 automotive repair, 20 Retail Gasoline Outlets (RGO), and 6 nursery facilities, while the state Stormwater Multiple Application and Report Tracking System (SMARTS) includes five (6) active traditional and one (1) No Exposure Certification (NEC) Industrial General Permit (IGP) holder. Each must be Inspected twice, at least six months apart, between December 28, 2012 and the effective date of the next M84 Permit tentative assumed to be July 1, 2019. For half of these facilities annually, Consultant would send a City reviewed pre -inspection notification letter on City letterhead, conduct inspections using a City reviewed form, and develop an I/C facility program tracking database with the attributes Identified In Permit Part VI.D.6.b.11. By July first, electronic scans of the completed Inspection forms, inspection photographs, significant business specific communications, I/C Program tracking database, and Geographic Information System (GIS) shape files would be submitted to the City's Project Manager. Consultant will review the City of Rosemead's Business License Fee Schedule and provide corresponding Standard Industrial Classification (SIC) and North American Industrial Classification System (NAILS) codes for future use by City staff, during the licensing process. Consultant will review Primary Business Activities (PBAs) In the Business License database and identify corresponding SIC and NAICs codes. Consultant will provide per inspection category rates, for newly identified facilities, follow up, and enforcement inspections. Consultant will provide the identified number, type and associated I/C Facility inspections services, identifying additional per inspection rates for each I/C identified category. At the conclusion of the permit service period in June, electronic scans of the completed Inspection forms, inspection photographs, significant business specific communications, the tracking database, and associated GIS shape file would be submitted to the City Project Manager. The actual number and categories of inspections completed will be subject to adjustment based on prioritization and funding. a. Two (2) traditional (NOI) IGP facility inspections with pre -inspection notification letter ; and development of a City approved IGP inspection form. b. One (1) IGP facility NEC verification inspection with pre -inspection notification letter, c. One (1) IGP Non -filer (businesses with SIC codes identified in Attachment A to the IGP) inspection with pre -inspection notification letter. d. One (1) IGP facility inspection, with pre -inspection notification letter, leading to Consultant drafting, or issuing on City Letterhead, an NOV letter. e. One hundred (100) Commercial Food Service (FS) inspections with pre -Inspection notification letter and development of a City approved FS inspection form. f. Fifty (60) Commercial Auto Repair or RGO inspections with pre -inspection ; notification letter and development of a City approved RGO inspection form. g. Twenty (20) Other inspections or visits, with pre -inspection notification letter, Including nurseries, validation of facility closure, denial of access, assessment of Page 2 of 6 tentative SIC/IGP Attachment A applicability. 5. Redevelopment Planning: RMC Chapter 13.16.180 incorporates Los Angeles County Code Chapter 12.84 Low Impact Development (LID) Standards in their entirety. Consultant will provide two (2) LID storm water project reviews, for each of four (4) projects of less than five acres, based on MS4 Permit Part VI.D.7 criteria. Larger projects would be reviewed on a negotiated time and materials basis. Developer provided Project and Best Management Practice (BMP) tracking data will be input into the Watershed Reporting Adaptive Management & Planning System (WRAMPs), other suitable City software, or database, using City provided Identification and passwords. 6. Redevelopment Construction Ingpgctio„n s: Once per month, for up to 12 days per year, Consultant will provide up to four (4) Erosion and Sediment Control Plan (ESCP), Construction General Permit (CGP), or City Project Inspections as prioritized by City staff. Consultant will draft inspection forms for City review prior to first Inspection. Correction and Enforcement (NOVs) actions will be a result of these inspections where appropriate and forwarded to the City for signature and delivery. Permit required construction inspection tracking data will be provided to the City Project Manager within one week following the inspection. 7. Post -Construction BMP Inspections: City has eight (8) terminated and five (5) active CGP projects identified in SMARTS, for which LID and BMP criteria were unavailable during ULAR Reasonable Assurance Analysis (RAA) and EWMP development. City will assemble, for onsite review, SUSMP, SWPPP, BMP design, and maintenance covenants for the projects. Over three (3) days, Consultant will use Best Professional Judgment (BPJ) and City reviewed forms, to inspect and assess, the effectiveness of visible post -construction BMPs, not inspected during the prior two years. Consultant will record Post -Construction BMP inspection, and tracking data, as identified in MS4 Permit Parts VI.D.7.d, VI.D.7.d.lv.(1)(a), and VI.D.9.h.x, and provide the City with GIS shape and data files with collected observations. 8. Public Facility Inventory; Consultant will develop an electronic Inventory of public facilities based on the criteria identified in Permit Part VI.D.9.c.1, with facility specific information as Identified in Part VI,D.9.c.ii. 9. I.nvegtory of Regional BMP Development Onnortunities: The LARWQCB approved ULAR EWMP Plan reported that City of Rosemead's pollution source control needs were equivalent to 106 acre-feet of runoff capture at a planning level cost of $110 million. Consultant will overlay the City of Rosemead's sub -watersheds Identified in the ULAR EWMP Plan Table 7A-33 onto a suitable aerial map provided by the City. Private and public parcels, potentially suitable for retrofitting with BMPs as pollution source controls, will then be identified based on criteria Identified in Permit Part VI.D.9.lii. These parcels will be identified for the City's Project Manager to be used by the City of Rosemead's Planning Division, along with Permit recommended retrofitting concept identified in Permit Part VI.D.9.d.v. These recommendations ("smaller retrofit projects") could then be included during Conditional Use Permit (CUP) developer negotiations and as part of the background information provided at the City's Planning Commission Hearings. Page 3 of 6 Consultant will identify multiple regional BMP projects for strategic and cost-effective analysis, and based on the findings, propose at least one retrofit opportunity suitable for Implementation as a regional BMP, complimentary in volume to the 80 to 106 acre-feet of captured volume Identified In the ULAR EWMP Plan for the City of Rosemead, at an estimated planning level cost of significantly less than $110 million. The proposed regional BMP should be the most cost-effective, practical, sensible, and politically sensitive; and must include an implementation schedule as well as financial strategies (e.g, grants, private -public partnership, bonds, etc.), strive to comply with the on-going regulatory compliance requirements, Consultant will undertake a concept analysis of the regional BMP, as well as smaller retrofit projects (particularly those requiring private/public partnership), and identify a short list of competitive projects for purpose of grant application, for review by the City's Project Manager. Based on City's input, Consultant shall prepare a feasibility study (for the suite of project[s]) suitable for submission as a Proposition 1 Stormwater Implementation Grant, Groundwater (if projects can demonstrate recharge benefit), and/or other future grants, The feasibility study should also include project phasing (e.g. Phase 1 -- smaller projects, Phase 2 — Regional BMP, etc.) for use in multiple grant application submittals, if deemed necessary and advantages, depending on various projects' readiness, Since second round grant applications are anticipated for submission during the summer of 2018, the Consultant should provide an estimate for preparing and supporting such a grant application as an additional service task. 10. Public Activity Mangag ent: Consultant will allot one person for a day per month, for twelve (12) months, to observe public activities or facilities and provide written suggestions regarding how those activities or facilities could be modified to improve pollutant source control efforts, similar to Permit Part VI. D.9.1.111 for road reconstruction. Normally a half day each, would be spent on making observation and preparing cost-effective suggestions. City supervisory staff would be encouraged to suggest service needs during the first three weeks of each month; however, failing such suggestions, the Consultant would provide the City's Project Manager with a suggested facility or activity to observe for concurrence. 11. Trash TMDL Compliance: Trash full capture device connector pipe screens are to be installed within City of Rosemead's catch basins prior to Consultant selection. Consultant will conceptualize an alternative compliance trash capture study focusing on areas tributary to unprotected catch basins, seek LARWQCB staff Input on study objectives and methods, then undertake a spring pre -DGR study to improve the DGR study outcome. DGR studies must be conducted over two summers and will be included in future PSAs or separately contracted. 12. IC/ID Investioation and Elimination: Consultant shall provide a time and materials rate sheet, with point of contact, to be utilized if 24-hour, 365 day a year environmental engineering triage and assessment services, are needed. Whenever possible, routine IC/ID investigation and elimination services shall be undertaken within 20 hours of Consultant notification, or 72 hours of the City having become aware of the discharge. Actions and measures undertaken in conformance with this paragraph will conform, as closely as possible, to Permit Part VI.D.10 requirements and objectives, including post -event documentation and enforcement assistance. The Consultant cost estimate shall Include the first 16 person hours of routine Investigation and elimination services. Page 4 of 6 13, Annual Report: Fallowing each July to June service period, the Consultant will assist City staff in preparing draft and final Individual M84 Permit Annul Report submittals to the ULAR EWMP Group Lead Agency. Consultant will follow submission directions to assure that a complete and acceptable annual report is submitted in a timely fashion, PROPOSAL INFORMATION Contents are limited to 25 pages and must include: A. A Cover Letter summarizing the proposal, B. Credentials and Experience: • A brief history of the consulting firm and summary of clients for which these services have been supplied within the last five years. • Provide proof of any applicable certifications and/or licenses held by staff. C. Sub -contracted services: • Provide a list of sub -contracted services to be used for work that your company is unable to provide (if any), along with their qualifications and proof of any applicable certifications and/or licenses held by staff. D. Fees: • Outline a proposed fee schedule for services anticipated and identify the rate of compensation for the professionals involved. In addition, identify the rate of compensation for the professionals involved, by position/title held within your organization. TENTATIVE SCHEDULE Request for Proposals release date: Monday, January 81h, 2018 Proposal due date Thursday, February 8th, 2018 Staff reviews proposal to determine finalist Week of February 22, 2018 Recommendation to award contract with selected Consultant Tuesday, March 13, 2018 DIRECTIONS FOR DELIVERY OF PROPOSAL Three (3) copies of the project proposal shall be delivered in a "sealed fashion" no later than higgo, Thursday. Febfuapt 8th. 2018, to: City of Rosemead - City Clerk's Office 8838 E. Valley Boulevard Rosemead, CA 91770 Attn: Rafael M. Fajardo, City Engineer Public Works Department/Engineering Division Page 5 of 6 SELECTION CRITERIA The City will consider only those proposals received by the indicated deadline, Selection will be made on the following criteria: • Professional qualifications and experience, • Satisfaction of current/former clients. • Ability to meet insurance requirements. • Ability to be available in emergency situations. CONTRACT PERIOD The Contract period shall be from the date of execution through June 301h of the following year. This contract has the possibility of annual extensions based on performance and pending City Council approval. DISCRETION AND LIABILITY WAIVER The City reserves the right to reject all proposals or to request and obtain, from one or more of the environmental consultants submitting proposals, supplementary information that may be necessary for City staff to analyze the environmental consultants' proposals, pursuant to the selection criteria contained herein. The City is not liable for the costs incurred by the environmental consultants for the preparation of this proposal. The City may require environmental consultants to participate in additional rounds of more refined submittal before the ultimate selection of an environmental consultants made. These rounds could encompass revision of the submittal criteria In response to the nature and scope In the initial proposals. The environmental consultant, by submitting a response to this RFP, waives all rights to protest or seek any legal remedies whatsoever regarding any aspect of this RFP. All proposals shall be binding for a period of sixty (60) days after the delivery date and may be retained by the City for examination and comparison. DRAFT AGREEMENT Attached is a draft copy of the City's standard Professional Services Agreement. This draft Is subject to change and pursuant to review by the City Attorney. Page 6 of 6 INSURANCE REQUIREMENTS The proposer shall provide Certificate of Insurance evidencing minimum coverage of $1,000,000 in Professional Liability, General Liability, Automobile Liability Coverage and Worker's Compensation and Employer's Liability. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A: VII, licensed to do business in California and satisfactory to the City. All certificates and endorsements must be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. BUSINESS LICENSE The successful Consultant shall obtain a City of Rosemead Business License prior to commencing work, Page 7 of 6 CITY OF ROSEMEAD BID PROPOSAL FORM BID PROPOSAL: I, the undersigned, hereby propose to furnish In accordance with the specifications. SEE ATTACHED PROFESSIONAL FEES AND RATE SCHEDULE. PLEASE COMPLETE THIS FORM. IT IS MANDATORY FOR YOUR BID TO BE CONSIDERED RESPONSIVE. List exceptions to Bid: ATTACH A SEPARATE SHEET. Estimated delivery date: ARO. BID BY: company name Address ugly, titate, up Authorized Signature (Name printed) Title Telephone Number Fax Number Date Ownership; Sole ; Partnership Corporation_; _(State of Inc,)__ C-1 Attachment B 2018-2019 Professional Service Agreement PROFESSIONAL SERVICES,AGREEMENT 2018-2019 STORWATER MANAGEMENT SERVICES 1. PARTIES AND DATE. This Agreement is made and entered into this 21_ day of ; 20J& (Effective Date) by and between the City of Rosemead, a munielpfil organization organized under the laws of the State of California with Its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and CWE with its principal place of business at 1561 E. Orangethorpe Avenue, Suite 240, Fullerton, California 92831 ("Contractor"). City and Contractor are sometimes Individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Contractors. Contractors desires to perform and assume responsibility for the provision of certain professional services required by the Clty.on the terms and conditions set forth in this Agreement. Contractor represents that It Is experienced in providing Stormwater Management services to public clients, is licensed in the State of California, and is familiar with the pians of City. 2.2 Project: City desires to engage Contractor to render such ongoing general public works and professional services ("Services") as set forth In this Agreement, 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and Incidental and customary work necessary to fully and adequately supply the professional compliance and support services necessary for the Project ("Services"). The Services and hourly rates are more particularly described in Exhibit A attached hereto and incorporated herein OWE Page 2 of 11 by reference. All Services shall be subject to, and performed In accordance with, this Agreement, the exhibits'attached hereto and Incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from Effective Date shown above to June 30, 2019, unless earlier terminated as provided herein. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates; independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an Independent contractor basis and not as an employee.. Contractor retains the right to perforin similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel In connection with their performance of Services under this Agreement and'as required by law. Contradtor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to; social security taxes, income tax withholding, unemployment. insurance, disability Insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals In a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Contractor has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Contractor may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Contractor cannot agree as to the substitutiop of key personnel, City shall be entitled to terminate this Agreement for cause. As disbussed below, any personnel who fail or refuse to perform the Services in a manner acceptable tO the City, or who qre determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or CWE Page 3 of 11 property, shall be promptly removed from the Project by the Contractor at the request of the City. 3.2.5 City's Representative. The City hereby designates the City Engineer or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2,6 Contractor's Representative. Contractor hereby designates Mr, Jason Pereira, or his/her designee, to act as its representative for the perfofmance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, contractors and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees. Contractors shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, Its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business' License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractbr's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub-contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform, the Services in a manner acceptable to the City, shall. be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to,work on the Project. , 3.2.9 Laws and Regulations. Contractor shall keep itself .fully informed of and incompliance with all local, state and federal laws, rules and regulations CWE . Page 4 df 11 in any manner affecting the performance of the Project or the Services, including all CaVOSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing itto be contraryto such laws; rules and -regulations and without giving written notice td the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, Indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the Indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the entire duration of this Agreement an insurance coverage and policy as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety. Contractor shall execute and maintain its work so' as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) Instructions In accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or Injuries; and (C) adequate facilities for the proper Inspedtion and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, Including authorized reimbursements, for all Services rendered under this Agreement, as specified in the attached proposal (i.e., hourly rates, expenses, etc.), but JIMUM 111V Such payments shall be made on an as -needed basis as cl'u'ed e y e City. P ra ork may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which Indicates work completed and hours ' of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. ewE Page 5 of 11 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, st seq., ("Prevailing Wage Laws'), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is .$1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contract shall defend, Indemnify and hold the City, Its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurato records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly Identifiable. Contractor shall allow a representative of City during .normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.6 General Provisions. 3.5.1 Termination of Agreement. 3.5.1,1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the .effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have CWE Page 6 of 11 been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for Cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such doodment and other information within fifteen (15) days of the request. . 3.5.1.3 Additlonal Services. In the event this Agreement is terminated in whole or In part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR.: CWE 1561 E. Orangethorpe Avenue, Suite 240 Fullerton, California 92831 Attn: Jason Pereira CITY: City of Rosemead. 8838 E. Valley Bouolevard Rosemead, CA 91770 Attn: City Engineer, Rafael M. Fajardo, P.E. Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.53.1 Documents & Data; Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property, embodied In plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed In any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ("Documents & Data"). Contractor shall require all subcontractors to agree in writing that CWE Page 7 of 11 City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes Intended by this Agreement shall be at City's sole risk. 3,5,3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by -or provided to Contractor In connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Contractor which Is otherwise known to Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project In any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; FurtherActs. 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. 3.6.6 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or Injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, Its officials, officers, employees, agents, Contractors and contractors arising out of or in . connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own coati expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be -brought or instituted against City, Its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse CWP Page S of 11 City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs Incurred by, each of them in connection therewith or In enforcing the indemnity herein provided. Contractor's obligation to Indemnify shall not be restricted to insurance proceeds, if any, received bythe 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 Ageeement shall be governed by the laws of the State of California. Venue shall be In Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Contractors. City reserves right to employ other Contractors In connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 'Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of. law, this Agreement or any Interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, qiccording to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City Include its elected officials, officers, employees, agents, and volunteers except as otherwise specified In this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver. No walver'of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, CWE Page 9 of 11 benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3,516 -No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.97 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. 3.5.98 Prohibited Interests. Contractor maintains and warrants that It has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that It has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor further agrees to file, or shall cause its employees or'subcontractors to file, a Statement of Economic interest with the City's Filing Officer as required under state law in the performance of the Services, For breach or violation of thI$ warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall Include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification. By its signature hereunder, Contractor certifies that It is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.29 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the Individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. OWE Page 10 of 11 3.6 Subcontracting. 3,6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated In this Agreement. [Signatures on next page] . OWE Page 11 of 11 CITY OF ROSEMEAD OWE All to%*% -7 . US t By:S 2 loxia Molledat City Manager 11D to Attest: '- Erlckq' Hernandez, City Clerk Date Approved as to Form: i wi, / 1. /f "I wl r achel Richman Date City Attorney Name: 'O t V, Title: c -c -j -fl Title: 5e±e No, EXHIBIT A SCOPE OF SERVICES/ HOURLY RATES A-1 O M &City of Rosemead - MS4 NPDES Permit Professibnal Compliance and Support Services dC0 BOMD FOR PROFESSIONAL BNGlNEBRS, LAND SURVEYORS, AND GEOLOGISTS Tt�e/wA6aQNmdnl piA�Lefe74� �e/rtM�F.MY Kathryn Louise -H Thomas pAYLYUCN/H�AfA ~ PROFa5510NAL8NmN68A UI gv111iadls0e�iee him wa►eArm"wd'Ubaw mrt+wouutvmAroeeu, WNW Wan"W"Am ' CmNw,A'aC �ivp . TMH'r7YNy.IwArsre,raaooM.1� C. Subcontracted Services YaaaabppMe�eCKtlbThmev BCW& RohstcauMOa nal6NambfvkPMw"VA dgement "tt.y9wo"BA um" "AftftrwymQ5 CWE does not anticipate any subconsultants to be utilized for the services outlined In the City's RFP. D. Fees While we cannot put a price on environmental sustainability, CWE understands first and foremost financial resources are at the front of many clients' minds, and are a strong priority. We don't perpetually speculate about spurious regulatory interpretations that leave you worrying about potential risk exposure and changing regulatory priorities, While each Permittee has different competing internal priorities, CWE has the experience to cost-effectively apply your limited dollars where they will provide the greatest compliance benefit, and make the added effort to secure public agency grant funding. For example, Project Manager Dr, Gerry Greene recently procured over $10 million in Proposition 1 Stormwater Implementation Grant support for permitting, design, and construction of the John Anson Ford Park, regional BMR Cistern, with a 10% Watershed Management Area (WMA) match that required only a 1.5% project match from the City of Bell Gardens. Our fees reflect a- commitment to providing,the City with top-notch services, using streamlined comr)iunlcation, and taking necessary actions within consequential scheduling deadlines. A proposed fee schedule for services anticipated, and hourly rates for professional, staff members by title are provided on the following pages. The most significant task in the budget Is associated with the Inventory of Regional BMP Development ppportunitles and CWE would gladly suggest clarifications to that scope of work that might allow the City to more cost-effectively achieve its objectives. In brief, we recommend the City focus on one project and develop documentation sufficient to support grant applications, rather than tie compliance to the procurement of private parcels. Our City of Rosemead Bid Proposal Form Is provided in Appendix A. CWE takes no exceptions from the City's contract requirements. -11- cwr' City of Rosemead MS4 NPDES Permit Professional Compliance and Support Services Cost + 10% D.I Rate Sheet $118 Enalneer/Sclentist Ratel"Our Principal $240 Senior Project Manager $236 Project Manager $206 Technical Manager $203 Task Leader $180 Principal Engineer $175 Senior Engineer $166 Project Engineer $145 Staff Engineer $121 Assistant Engineer $98 Senior Environmental Scientist $148 Environmental Scientist $123 Environmental Analyst $91 Construptisp Services Construction Manager $169 Senior Construction Inspector $129 Construction Inspector $114 Field Surv��r Licensed Surveyor $157 3 -Person Survey Crew $221 2 -Person Survey Crew $178 support Services Cost + 10% GIS Specialist $118 Senior Engineering Technician $96 Engineering Technician $84 CADD Designer $98 Project Coordinator $87 Administrative Assistant $79 _Generall Direct Expenses Cost + 10% Subcontract Services Cost + 10% Specialized Computer Applications (per Dour) $15 Mileage Current IRS Rate Field Vehicle -- Hourly $12/hour Field Vehicle — Dally $80/day Field Vehicle — Monthly $1,500/month B&W Photocopies (per page) $0,10 Color Photocopies (per page) $0.50 Rates will be adjusted annually based on the US Department of tabor, Bureau oP labor Statistics, Consumer Price Index for All Urban Consumers. Rates for Reid equipment, health and safety equipment, and graphical supplies presented upon request. Based on CWE maintaining General tlability insurance for bodily Injury and property damage with an aggregate limit of $2,000,000. per occurrence. In the event the client desires additional coverage, CWE will, upon the client's written request, obtain additional insurance and adjust the above billing rates accordingly. ' AM -12- LWE City of Rosemead E„�,d,.,,�,. MS4 NPDES Permit Professional Cd I ®.2' Pee Schedule , City of Rosemead MS4 NPDES Permit Professional Professional Service Fee Prepared by CWE on 02/07/2018 GTSS eOlis, Task 118 CAO • Admin Designer• -Assistk 98 79 ' Mll ag ' $0.545 1 Meetings 1.1 Six Regional LAPD, ULAR MS4P Meetings 420 1.2 Four Informal City Meetings (Agenda/Summary) 240 2 Staff Training 2.1 Construction/Erosion Control Revlew/Permittin 60 2.2 Erosion Sediment Contorl Plan Inspection 60 2.3 Stormwater Targeted Public Employee & Contra 60 2.4 Cltv Staff IC ID Response 60 3 Public Information and Participation Program 16 4 Annual Industrial/Commerclal Facilities Program i 4.1 Food Service (200/2=100) $9,500 4.2 Auto(i00 /RGO 2fl /Nurse 6 (126/2=63) i $7,560 4.3 5 Traditional/1 NEC IGP (0/2=3) 750 4.4 1 BL data, Notification ltr, Form, GIS tracking databEr 5 lRedevelopment Planning (2 Reviews/4 projects, < $100 6 Redevelopment Construction Inspections <=4/mo 720 7 Post -Construction BMP Inspections 13 CGPs 180 8 Public Fadll Inventory 60 9 Inventory of Regional BMP Development Opportu 16 64 180 10 Public Activity Management Da Month 840 11 Trash TMDL Alternative Compliance -Study 660 12 IC/ID Investigation & Elimination first 16 hrs, then 120 13 Annual Report 60 Total Fee and Hours i& 64 16, 1973' • 1,17,916 Cwz EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain Insurance in conformance with the requirements set forth below. Contractor will use existing coverage ,to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend,supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth In this section constitute the minimum amount of coverage required. Any Insurance proceeds available to City In excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equlvalent: Defense costs must be paid in addition to limits, There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage. form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but In no event to be less that $1,000,000 per accident, If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. Excess or Umbrella Liability Insurance (Over Primary) if used to most 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 behaif' basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time Insured's liability is determined, not requiring actual payment by the Insured first. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor, subContractors or others Involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to. review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or ME omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by Insurers that are admitted carriers In the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of Insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1, Contractor agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contractor also agrees to require all contractors, and subcontractors to do likewise. 2. No liability Insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right pf subrogation prior to a loss. Contractor agrees to waive subrogation rights against City, regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All Insurance coverage and limits provided by Contractor and available or applicable to this agreement are Intended to apply to the full extent:of the.policies. Nothing contained In this Agreement or any other agreement relating to the City or Its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain -any provision or definition that would serve to eliminate so-called "third party action over" claims, Including any exclusion for bodily injury to an employee of the insured or'of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make' any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of Insurance evidencing all of the coverages required and' an additional insured B-2 endorsement to Contractor's general liability policy, shall be delivered to,City at or prior to the execution of this Agreement. In the event such proof of any insurance Is not delivered as required, or In the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any Insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8, , Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. -Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is Intended to apply first and on a primary, noncontributing basis 'in relation to any other Insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who Is brodght onto or Involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, -all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees not to self -Insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it w111 not allow any contractor, subcontractor, Architect; Engineer or other entity or, person in anyway involved in the performance of work on the project contemplated by this agreement to s®If insure its obligations to City, If .Contractor's existing coverage Includes a deductible or self -Insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or seifnsured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. if such change results Insubstantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. B-3 13. For purposes of applying Insurance coverage only, this Agreement will be deemed to have been executed Immediately upon any party hereto taking any steps that can be deemed to be In furtherance of or towards performance of this Agreement. 14. Contractor acknowledges and agrees that any actual or alleged fallure on the part of City to inform Contractor of non-compliance with any Insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder In this or any other regard. 15. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation Is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional Insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement, Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to CIty, its. employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements, nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or Insured to be limiting or all- inclusive. 19.These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other s6ctions and provisions of this Agreement to the extent that any other section or provision conflicts with or Impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved In any way with the project reserves the right to charge.City or Contractor for the cost of additional Insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. it Is not the Intent of City to B-4 reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to Involve City. M CVVEQ000-01 ILAINE CERTIFICATE OF LIABILITY INSURANCE DATEQNMIDDIYYY() 1211112017 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 hoder IS an ADDITIONAL INSURED, the policy(fes) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, au Jeat to the terms and conditions of the policy, certain policies may require an endorsement. A statement on Ibis certificate does not confer righ to the certificate holder In Ileu of such endorsement(s). PRcoucoR Llcenee 0767778 I 02blAOT HUB International Insurance Services no. ifNJe.sYn. f714} 739-3177 NOON 739.3186 CA 90623 INSURED CWE 1661 E. Orangethorpe Av6nue Suite 240 Fullerton, CA 92031 j L-- nwm-- .n ,Renvn. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOIWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENTWNTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE: AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I SRTYpE pF INSURANCE OAL BR POUCY NUMBER PO IC OLIOY BXP LIMITS A X COMMERCIALGENERALLIABILITY CLAIM84 RADE nX OCCUR EPK-120302 1210812017 1210812018 MCH OOCURBENOF2,001),000 D G Tp RENTED 100,000 MED EXP one oersonl 8 10,000 PERSONAL &ADV IJ Y S 2,000,006 GER GOR LIMITAPPLI SPER: X. POLICY ] lJ LOC GENERAL AGGREOATE 4,000,000 PRODUCTS-COMPIOPAGO S 4,Oo0,000 eMel ED SINGLE LIMn 1,0 00 ar OTHER:S AUTOMOBILE LIABILITY a er er X AApNNyyyY��,,��AUTO BAAGTOO9336 1210812017 12/08/2018 BOD! UU a c dant I{E AETTOS ONLY AAUTN6p8yUyLyE�Op Al OONLY ABTfOP$ONLY dt PE e� AMA.. S s ' UMBRELLA LIAROCCUR HOLAIMS-MAPE EACH OCCURRENCE AGQRE9M EXCESS UAB DEO I I RETENTION a S C A �eSJE eCOMPENSAnpp I LIABtL171f AND EMALOYERWL I E I�rORmmUrIXECUTIVE YI �Rp/p�Re ee� Yan�atory In HH) De deb 10'A OF 0 T bdow I Llab NIA A 8770147.17 EPK-120302 12/0112017 12!081201 T 12101!2018 1210812078 X P OTH- E e. EAC Accloenr 1,000,000 DISEASE -EAEMPLOYE 1,000,000 E L 1,000,000 Each Wrong I Act 2,000,000 jPfofes8IOnBI A Professional Llab ' EPK-120302 12108/2017 7210812018 Aggregate 4,000,000 DESCRIPTION OroRATIONe1LOCAnONSIV61(ICLES(ACORO101,AddlUonalRemarks so duce, may beallachedifmore spaoeIsr aired City of Rosemea 19 additional [neured a respects General Liability per endorsement #EN0147f1111. Gsnera.iah llty Is primary and non-contrlbalory per endorsement #EN0147.1111. Generel Lta IIIty waiver of subrogation applies per endorsement #EN0147-1111. Workers Compensation waiver of subrogation applies per endorsement #2572. 4 uhrc viv�n SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Rosemead THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PR6�1810N8. Department of Public Works 8838 E, Valley Blvd. Rosemead, CA 81770 AUTHORIZEDREPR@SENTATIVE ACORD 25 (2016103) lEJ7ilDD-!V'10NVVRU{,VRt VrwrrV,1, Ii1111y-„0100c,rwv. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED WITH WAIVER OF SUBROGATION This endorsement modifies insurance provided under the foilowft COMMERCIAL: QENERAL UABILITY CQVEMGE PART O<3NTRAE`Tglik$ PQLWTiON LIA131LITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART SCHEDULE A. S�GT1011I III •- WHO IS AN INSURPM withjn the Common Provisions Is amended to. include as an additional Insured the person(s) or organlzation(s) Indicated In the Schedule shown above, but only with respect -to liability arising out of "your work" for that person or organization performed by you, or by those acting on your behalf. B. As respects additional Insureds as defined above, this Insurance also applisa to "bodily Injury" or "property damage" srlsing out of your negligence wheft the following written contract requirement* erre appllcablw. 1. Coverage avalfable under-thls coverage part shall apply as. primary Insurance. Any.other Insuranoe available to these additional Insureds shall apply as excess- and not contribute as primary to the insurance afforded by this-ondorsemsht. 2. We walve any right of recovery we may have against the person(s) or organization(s) Indicated In the Schedule shown above because, of payments we make for Injury or damage *rising ouf of "your work" performed under a written contract with that person(a) or organization(s). S: The term "additional Insured" is used separately end not collectively, but the iricluslort of more than one "arlditlonal Insured" shall not Increasethe limits or coveraga provided by this Insuranco. This Endorserhent dod9 not rellhetate ot- inbrease the Limits of insurance applicable to any "claim" to which the coverage afforded by this Endorsement applies. ALL OYIiER TERMS AND CONDITIONS OP THE POLICY REMAIN UNCHANGED. ENO147-1111 Page 1 of 1 ENPORSGMENT AGREEMENT WAIVISR OF SUBROGATION BLANKET BASS BROKER COPY HOMO OFFICE SAN FRANCISCO EFFECTIVE DECEMBER 1, 201.7 AT 1.2.01 A.M. ALLSFMCTIVR DATOBAR9 AND EXPIRING DECEMBER 11 2018 AT 12.01 A.M. AT 12;01 AM PACIFIC STANDARD TIME OR THR TIME INDICATED AT PACIFIC STANDARD TIME C4?8 1561 E ORANGETHORPS AVE STE 240 FULLERTON, CA 92631 WE RAVE THE RIGHT TO RECOVER OUR PAYMENTS FRON ANYONE LIABLE FOR AN INMRY COVERED BY THIS POLICY, WE WILY. NOT.RNFORCE OUR RIGHT AGAINST THE PIERSON OR ORGANIZATION NAMED IN THE SCHEDULE, THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU PERFORM, WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCUOULS PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED RAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER JOB DESCRIPTION BLANKET WAIVER OF SUBROGATIOX 9170147-17 RENEWAL SP 7-84-»15--94 PAGE 1 OF 1 NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE 'PERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS SNDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO. NOVENSSR 2, 2017 AUTHORIZED REPRESENT WE PRESOFNT AND CE0 2572 PROFESSIONAL SERVICES AGREEMENT ON-CALL MUNICIPAL STORMWATER PERMIT COMPLIANCE SERVICES (CWE CORPORATION) 1. PARTIES AND DATE. This Agreement is made and entered into this /s day of , 20,E (Effective Date) by and between the City of Rosemead, a municipal or n- atlon organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and CWE Corporation with its principal place of business at 1561 E; Orangethorne Avenue, Suite 240, Fullerton, CA 92831-5202 ("Consultant"). City and Consultant are sometimes Individually referred to herein as "Party" and collectiVely as "Parties." 2. RECITALS. 2.1 Consultant. ' Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this.Agreement. Consultant represents that it Is experienced In providing municipal stormwater permit compliance services to public clients, Is licensed In the State of California, and Is familiar with the plans of City. 2.2 • Project. City desires to engage Consultant to render such ongoing general public works and professional engineering services ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant promises and agrees to furnish to the• City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional municipal stormweter permit compliance services consulting services necessary for the Project CWE CORPORATION Page 2 of 11 CServices" ). 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. 3.9.2 Term. The term of this Agreement shall be from Effective Date shown above to June 30, 2016, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3,2,1 Control and Payment of Subordinates; Independent Contractor, The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive djrection 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 Consultants conformance with the Schedule,. City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to•the approval of City. 3.2.4 Substitution of Key Personnel.' Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause, As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable CWE CORPORATION Page 3 of 11 to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. . 3.2.5 City's Representative. The City hereby designates the Director of Public Works, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Consultant shall not accept direction or orders from any pdrson other.than the City's Representative or his or her designee. 3.2.6 Consultant's Representative. Consultant hereby designates Mr. Gerald E. Greene, DEnv, PE, QEP, QSD/P., or his/her designee, to act as its representative for the performance of this Agreement, ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and aat 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 omisslons which are caused by the Consultant's failure to comply with the standard of care provided for herein. Any employee of the Consultant or its sub -consultants who is determined by the City to be uncooperative, Incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who falls 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. 32.5 Laws and Regulations. Consultant shall keep itself fully Informed of CWE CORPORATION . Page 4 of 11 and In compliance with all local, state and federal laws, fules and regulations In any manner affecting the performance of the Project or the Services, including all CaVOSHA 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 ol'aim 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 a][ times be In compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work Is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) Instructions In accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement, as specified In the attached Consultant proposal (i.e., hourly rates, expenses, etc.), but not to exceed Twenty Thousand Dollars ($20,000.00) per fiscal year. Such payments shall be made on an as -needed basis as directed by the City. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Consultant shall submit to City a monthly Itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, CWE CORPORATION Page 5 of 11 within 45 days of receiving such- statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing -by City. 3.3.4 Extra Work, At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra World' 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, at 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 them 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 ilablilty arising out of any failure or alleged failure to comply with the Prevailing Wage Daws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly Identifiable, Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records -and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of. three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 . Grounds for Termination. City may, by written notice CWE CORPORATION Page 6 of 11 to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such. termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. if this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents and Data and other information of any kind prepared by Consultant in connection with the p6rformance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services.. In the event this Agreement is , terminated In whole or in part as provided herein, City may procure, upon such terms and In such manner as It may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices, All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide In writing for this purpose; CONSULTANT: CWE Corporation 1561 E. Orangethorne Avenue, Suite 240 Fullerton, CA 92831-5202 Attn: Gerald E. Greene, DEng, PE, QEP, QSD/P Tel: (714) 526-7500 CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Director of Public Works Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit In the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data; Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, rhodify, reuse, or sublicense any and all copyrights, designs, and other intellectual OWE CORPORATION Page 7 of 11 property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed In any tangible medium of expression, Including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data'). Consultant shall require all subcontractors to agree In writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty In regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in. any way In Its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. 3,5.3.2 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. 3.5A Cooperation; f=urther Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or other, arising out of or In connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such' action. 3.5.6 Indemnification. Consultant shall defend, indemnify and hold the City, Its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, In any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Consultant, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, Including without limitation the payment•of all consequential damages and attorneys fees and other• related costs and expenses. Consultant shall defend, at CWE CORPORATION Page 8 of 11 Consultant's awn 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. Cl#y 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. 3.5.92 Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agrgement 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. 3.5.93 Construction; References; Captions. Since the Parties or their agents have participated fully In the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for. or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified In this Agreement. The captions of the various articles and paragraphs are for convenience. and ease of reference only, and do not define, limit, augment, or describe the scope, content, or Intent of this Agreement. CWE CORPORATION page 9 of 11 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver, No waiver of any default shall constitute a waiver of any other default dr 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 jurisdictidn, the remaining provisions shall continue in full force and effect, 3.5.18 Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any.fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer.or employee of City, during the term of his or her service with City, shall have any direct Interest In this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.19 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program; Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted, 3.5.20 Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. CWE CORPORATION Page 10 of 11 3.5.21 Authority to Enter Agreement, Consultant has all requisite power and authority to conduct its business and to execute,' deliver, and perform the Agreement. Each Party warrants that the Individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.22 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required, Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, If any, shall contain a provision making them subject to all provisions stipulated In this Agreement. [Signatures on next page] -0 CWE CORPORATION Page 11 of 11 CITY OF ROSEMEAD CWE CORPORATION gy;- By: V . 20' J AI City ane er a a Dat 9 Name: \(\K y6p►EW PA Attest: Title: Geo ity Cle k Date [if Corporation, TWO SIGNATURES; President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] By: .0- - V' Name:ksm 1�.�r ►r+•- Title: Se-e�r±- ljb CorPatjv. S"A EXHIBIT A SCOPE OF SERVICES/ HOURLY RATES 6 A-1 November 27, 2015 Mr. Rafael M. Fajardo, PE City Engineer City of Rosemead 8838 East Valley Boulevard Rosemead, CA 91770 OWE 1564 E. ORANOErHORPL' AVENUO SUITE240 FULLERTION, CA 92881-6202 (M) 526.750D PHONE (714) 526.7004 FAX www.owecorp.com Proposal to Provide On -Call Municipal Stormwater Permit Compliance Services Dear Mr. Fajardo, CWE Is pleased to offer the City of Rosemead this proposal to provide on -Call Municipal Separate Storm Sewer System (MS4) National Pollutant Discharge Elimination System (NPDES) Permit Compliance Services and are providing you with the enclosed Statement of Qualifications as a demonstration of the broader range of services that our firm Is ready to provide to you and the City. CWE continues to grow by consistently providing our municipal clients with an experienced industry-leading team of professionals sldlled In managing and delivering civil and environmental engineering projects. CWE Is a CASQA and APWA Section award-winning provider of water resources, watershed management, transportation, environmental, planning, design, engineering, and construction support services. Clients trust CWE to provide Innovative and sustainable solutions to complex problems that Impact municipal civil Infrastructure, water resources, and the environment. CWE municipal clients, along with the MS4 Permit seNloes provided, Include: San Bernardino County Flood Control District On -Call (NPDES) Municipal Stormwater Program Regulatory Assistance, seven Los Angeles County MS4 Permit Watershed Management Program (WMP) and Enhanced WMP (EWMP) Plans, City of Glendora NPDES MS4 Permit Compliance Administration, City of Santa Clarlta Stormwater Program Implementation Assistance, and Los Angeles County Mass Emission and Tributary Station Water Quality Monitoring. Related services. include analyzing water quality priorities, evaluating existing and alternative Best Management Practice (BMP) or Watershed Control Measures (WCMs), developing and Implementing monitoring programs, preparing BMP and Low Impact Development (LID) guidance manuals, developing hydromodificatlon management procedures, conducting public outreach, and preparing annual- campllance reports, over the last ten years as a firm, and three decades as individuals, we have provided these services for dozens of clients Including the Cities of Arcadia, Azusa, Bell, Bell Gardens, Bradbury, Carson, Commerce, Cudahy, Downey, Duarte, Los Angeles, Maywood, Monrovia, San Gabriel, Santa Monica, Sierra Madre, Torrance, Tustin, and Vernon, along with the Counties of Los Angeles, Orange, San Bernardino, and San Diego. With the Los Angeles Regional Water Quality Control Board (LARWQCB) having provided comments to guide revision of the draft Upper Los Angeles River EWMP on October 21, 2015, the City of RQs6mead Is at a crossroads in Implementing the July 1, 2015 amended 2012 Coastal Los Angeles County MS4 Permit. Within a few months, the City must fully Implement extensive new permit requirements, commit to decades of costly local WCMs and regional BMPs, or potentially face immediate compliance monitoring associated with implementation of the "baseline" permit requirements, without benefit of the protections provided through the WMP or EWMP processes. Our staff Is already assisting other Rio Hondo watershed "Engineering Solutions to improve the'Quallty of Life." Mr. Rafael M. Fajardo, PE November 2712015 Page 2 agencies, both above and below the City, with permit Implementation, water quality monitoring, and BMP design services, so we are Intimately familiar with the precise Issues you will soon face and are ready to guide City Management and staff by providing cost-effective solutions to watershed-slzed challenges. Given the many potential options and alternatives remain available to the City, CWE would propose to provide up *to twenty thousand dollars ($20,000) In On -Call Municipal Stormwater Permit Compliance Services, on a -nme and Materials basis, based on our 2016' Rate Sheet shown on the following page. Typically, CWS and agency representatives would meet and Identify an initial mix of minor anticipated services (e.g. attend meetings, review F_WMP/cIMP revisions, staff. conference calls) with service levels, while reserving approximately half the purchase order amount for uhldentifled future needs. Once these minor tasks and levels are agreed to, CWE will then be able to provide the agency with Immediate response or progress toward work product development. The Scope of Work for more substantial tasks, such as annual report preparation or Industrial Inspections, would be outlined, level of service, progress schedule defined with City staff input, and then, after receiving written directions to proceed from City staff,'the task Initiated. As minor tasks limits are approached, CWE would then advise the CIty Staff to decide whether replenishment is warranted. This approach to project and task definition, assures that our staff are available when the City needs them, but limits unexpected surprises resulting from scope creep or multiple agency staff providing CWE with assignments, without complete Internal authorization. While CWE has found this approach to On -Call Service provision effective, we remain open to your preferences and preferred approach to Project Management and Purchase Order or Contract control. Whichever MS4 Permit implementation and compliance path the City eventually chooses to follow, CWE Is eminently qualified to provide guidance and whichever services are most appropriate to that path. We are an Integrated firm with a reputation for delivering engineering solutions that Improve the quality of Ilfe In a cost-effective and holistic manner. Our emphasis Is on the development and implementation of real world solutions that are practical and exist -effective to create value for our clients and enhance our communities and environment Our Principals formed CWE to provide clients, such as the City of Rosemead, with exceptional service to address challenging stormwater and urban runoff regulations, while providing solutions that serve their needs and exceed expectations. 13y selecting CWE, you get an experienced firm that understands the Importance of client satisfaction, Our proactive, spirited approach to building positive relationships has been one of the primary reasons for our success and repeat clients, CWE submits this Statement of Qualifications not simply as an expression of Interest, but as a personal statement of our commitment to providing the leadership and resources necessary to render timely and responsive services to the Clty. We look forward to further discussing our qualifications for this opportunity. If you have any questions or require additional information, please contact me at (714) 5264500 Ext. 207 br careen . cweoorn.com, Respectfully submitted, Gerald E. Greene, DEnv, PE, QEP, QSDJP Director of Stormwater Enc. VIII to Sheet gjneer(5cientfst Rate/Haar Principal $250 Senior Project Manager $218 Project Manager' $194 Technical Manager $191 Task leader $168 Principal Englneer $164 Senior Engineer ' $156 Project Engineer $137 Staff Engineer $114 Assistant Engineer $92 Senior Environmental Scientist $116 Environmental Scientist $85 Construction Services Construction Manager $160 Senior Construction Inspector $122' Construction Inspector $107 Field Survey Licensed Surveyor $145 3 -Person Survey Crew $204 2 -Person Survey Crew $165 Supp Et S ,C,rl _ GIS Specialist $112 Senior Engineering Technician $90 Engineering Technician $79 CADD Deslgner $92 Project Coordinator $82 Administrative Assistant $75 General Direct Expenses Cost + 10% Subcontract Services Cost + 10% Specialized ComputerAppllcations (per hour) $15 Mileage Current IRS Rate Field Vehicle — Hourly $12/hour Field Vehicle — Dally $80/day Field Vehicle*— Monthly $1,500/month 8&W Photocopies (per page) $0,10 Color Photocopies (per page) $0.50 Rates will be adjusted annually based on the US Department of Labor, Bureau of Labor Statistics, Consumer Price Index for All Urban Consumers, Rates for Held equipment, health and safety equipment, and graphical supplies presented upon request. Based on GINE maintaining General Liability Insurance for bodily Injury and property damage with an aggregate limit of $2,000,000 per occurrence, In the event the dlent desires additional coverage, CWE will, upon the client's written request, obtain WOW Insurance and adjust the above billing rates accordingly. STATEMENT OF QUALIFICATIONS Submitted to: City Of Rosemead I Table of Contents TABLEOF CONTENTS ...... ......................■.wu..m...■nu.................0mn..............lu..nn.......uuu...... I FIRMPROFILE ............................. ............. Vol ............ .. 1 URWICAnONS........................................ ,..,....,............. ............,.........,......................................... 2 OFFICELOCATIONS........................................................................................................................... 2 KEYPERSONNEL ...un.......................... I.......... I ........ N.. ........ fu..uu.nu..........p....................... o.0 3 SERVICEAREAS AND PRO]ECTS................................ tlY....................f....u.■.Y..U....i ............ O....... 8 cWz Innovative and sustainable solutions to solve complex problems Involving civil Infrastructure, water resources, and the environment. Our portfolio includes complex projects like the award-winning City of Los Angeles Garvanza Park Rainwater Capture and Use; and the Burnett Avenue Street Rehabilitation and storm Drain Design; Los Angeles Department of Water and power (LADWP) Owens Lake Dust Mitigation Program Phases 7a, 9, and 11; Callfornia.Confldential Utility Provider Serrano Valley Transmission Towers Hydrology and Hydraulics Study; orange County John Wayne AirpoFt (JWA) On -Call Environmental Engineering; Orange County Sheriff -Coroner Department Spill Prevention, Control, and Countermeasures (SPCC) Plans; and California Confidential Utility Provider Stormwater Permitting and Construction Inspections; among many other important projects. We have served municipal clients including, but not limited to the Counties of Orange, Los Angeles, San Diego, and San Bernardino, and Cities of Los Angeles, Torrance, Carson, Garden Grove, Huntington Beach, Santa Clarita, Covina, and Moreno Valley; utility agencl�s including the LADWP, Metropolitan Water District of Southern California (MWD), Palmdale Water District, and two large confidential California utility providers; airports Including JWA, Los Angeles World Airports (LAWA), and San Diego County Regional Airport Authority (SDCRAA); and other clients Including the Callfomla Department of Transportation (Caltrans), Port of Long Beach (POLB), Los Angeles County Fire Department (LACoi=D), and San Diego and Rio Hondo Community College Districts. CWE Is an integrated firm with a reputation for delivering engineering solutions that Improve the quality of life In a cost-effective and holistic manner, our goal is to provide clients with exceptional service that exceeds their expectations and serves their needs. We develop and implement real world solutions that are practical and cost-effective to create value for our clients and enhance our communities and environment �I- Certifications Office Locations Orange County 1561. E. orangethorps Avenue Suite 240 Fullerton, California 92831 San Diego 6640 Lusk Boulevard Suite A205B San Diego, California 921.21 -2- Utah 925 E. 1040 S. Suite 101 Springville, Utah 84663 CWz CertifiCation Certifying Agency Federal 8(a) firm U.S. Small Business Adminlstratlon Stage Minority and California Unified Certification Program (CUCP) Disadvantaged Business Enterprise MBE and DBE MBE California Public Utilities Commission CPUC Supplier Clearinghouse Small Business California Department of General Services Ente rise SBE Local Community Business County of Los Angeles COE Program Ente rlse CBE Local Business City of Los Angeles Enterprise(LBO) MBE and DBE City of Los Angeles Emerging Business City of Los Angeles Office of Small and Disabled Veteran Business Enterprise EB EnterDrise Services SBE The Network, NETConnect, Metropolitan Water District of Southern Californla, City of San Diego, San Diego County Water Authority, Minority Business Development Agency, Los Angeles Unified School' District, Port of Los Angeles, Port of Long Beach, Los Angeles Community College District Office Locations Orange County 1561. E. orangethorps Avenue Suite 240 Fullerton, California 92831 San Diego 6640 Lusk Boulevard Suite A205B San Diego, California 921.21 -2- Utah 925 E. 1040 S. Suite 101 Springville, Utah 84663 CWz Key Personnel The following Is an overview of our key personnel and their experience and knowledge in the various areas of civil engineering, water resources, stormwater management; environmental engineering, and construction support services. -Complete resumes highlighting education, relevant experience, and licenses are readily available upon request. Vlk 8iapne, PE, CPSWQ, QSD/QSP principal Vik Bapna Is a Principal of CWS with 24• years of experience In the planning, engineering, management, and construction of civil engineering projects. '=. He has extensive experience developing 5 preliminary designs and construction documents for Infrastructure and site development projects. Vlk has managed over $100 million In large- scale, multl-dlsdplinary projects far federal, state, and municipal agencies. He is a registered Civil Engineer, a CeOed Professional In Stormwater Quality (CPSWQ), and a Qualified Stormwater Pollution Prevention Plan (SWPPP) Developer and Practitioner (QSDJP). VIWs experience Includes working for the Los Angeles County Department of Public Works (LACDPW) and Flood Control District as a Senior Civil Engineer and Stormwater Manager for the Los Angeles River, San Gabriel River, and Los Angeles Harbor Watersheds for over 15 years. -3- Projects ■ Bellflower Boulevard Rehabilitation from Oak Street to South Street ■ Santa Anita Avenue Improvements from Fawcett Avenue to Durfee Avenue ■ Burnett Avenue Street Rehabilitation and Storm Drain Design LADWP Owens Lake Dust Mltigatlon Program Phases 7(a), 9, and 11 City of Torrance Stormwater Basin and Treatment Wetlands Enhancement Design ■ Callfornla Confidential Utility Provider Serrano Valley Hydrology and Hydraulic Analysis ■ City of Los Angeles Garvanza Park Rainwater Capture and Use ■ Tuxford Storm Drain Design and Street Improvements' ■ City of Carson Reflections Parse Design ■ Persico Commerdal Development Design ■ Los Angeles River and Tributaries Metals TMDL Implementation Plan CWVE oilers our clients important benefits including... Jason Pereira, PE, CPSWQr QSQ/P, COP-ToR Prindpa/ Jason Pereira Is a Principal of CWE with 21 z years of professional experience In the (' planning, design, and project management of civil Infrastructure and site development projects In the public and private sector. His experience includes Includes preparing PS&Es for complex design projects, performing engineering plan reviews, grading and drainage design, and managing Improvement projects for parks and other various public projects. in addition to his civil design experience, Jason has performed sbormwater permit compliants dudes and developed TMDL Implementation strategies to reduce pollutant loads to water bodies and ensure Indusbial and Municipal National Pollutant Discharge Elimination System (NPDES) Permit compliance. He Is a certified Construction General Permlt Trainer of Record (CGP-ToR), and has developed and administered training courses to municipal clients throughout Southern California. Prior to joining ONE, Jason served as a CIA Engineer for the fACDPW and Flood Control District for 13 years. -4- Projects a City of Burbank Johnny Carson Park Improvement and Stream Restoration ■ Peck Park Canyon Enhancement Proposition 0 Pre -Design and Design ■ Compton OreekStorm Drain Dayllghting Feasibility Study and Preliminary Design • City of Santa Ciarita Hydromodltficadon Analysis IN San Bernardino County Flood Control District On -Call Regulatory Assistance to the San Bernardino County NPDES Stdrmwater Program a County of Orange John Wayne Airport 0n -Call Environmental Engineering Services ■ Southern California Confldentlal Utility Provider Stormwater Permitting and Construction Inspections • Rio Hondo Community College District On -Call Civil Engineering Design Rio Hondo/San Gabriel River Water Quality Group Enhanced Watershed Management Program (EWMP) City of Westlake Village Lindero Canyon Road Bridge Improvement SDCRAA Stormwater Management William Young, PE D/nectrorOfEng/neeNng William Young has 34 years of experience in the management, design, and construction of -public works and land development projects. Recent responsibilities Include project management, public presentations, and development of project staff. His experience In the field of civil engineering has covered a diverse range of projects throughout the State of California. The range of projects and tasks Include channel and storm drain facilities design, erosion control, storm water permitting, master plans of drainage, floodplain studies, CLOMR/LOMR processing, commuter rail facilities, street and highway design, pavement rehabilitation, sewer and water design, pump station design, and stormwater detention facilities. His career experience Includes three years of field surveying. Survey experience includds field topography, boundary, oonstrucUon staking, and as-bulit verification for roadway Improvements, utilities, and flood control pr6jects, -5- Projects • City of Torrance North Well Field Phase II Design ® City of Irvine Assessment District Eastfoot Retarding Basin • US Army Corps (USAGE) of Engineers Los Angeles District Rlo Salado Oeste Channel Restoration and Grade Control Structure • City of Burbank Marlposa Storm Drain • Port of Long Beach Pler B Rail Facility Infrastructure Program Is Lower Ortega Highway (La Pata) Widening City of San Diego Florida Canyon Drainage and Erosion Improvements County of Ventura Watershed Protection District Santa Paula Creek Watershed Planning East Construction Authority Alameda Corridor Temple Avenue Train Diversion Amtrak Los Angeles Union Station Run -Through Tracks Project Study Report Victor Valley Wastewater Reclamation Authority Satellite Plant Design ■ City of Glendora Sewer Master Plan Update Gerald Greene, DEnv, Pg, QEP, QSD%P Diredor afStnrrnwaler Dr. Gerald Greene is CWE's Stormwater Director and has 28 Years of diverse experience performing and coordinating complex stormwater management services, Gerry has comprehensive experience leading Municipal NPDES Permit and Industrial Waste program compliance efforts to meet California Regional Water Quality Control Board (RWQCB) requirements. He has provided legal council on the review and comment of Federal and State water quality laws, policies, and permits for Municipal Separate Storm Sewer System (MS4) discharges and receiving water beneficial uses. In addition to broad stormwater experience, Gerry has a wide range of civil engineering design experience Including retention/detention cisterns, drainpge systems, paridng lot reconstruction, roadways, and runoff treatment fadilties, He has prepared grant applications that have been submitted to and approved by various boards and committees. Prior to joining CWE, Gerry worked for 10 years as a Principal Civil Engineer and Stormwater Manager for the City of Downey. Projects Congressman Steve Horn Way Low impact Development Street Design Mojave River Watershed Group (MRWG) On -Call Stormwater Management Program Implementation and Regulatory Assistance A Los Angeles River Upper Reach 2 Watershed Management Program (WMP) and Coordinated Integrated Monitoring Program (LIMP) IF City of Downey Municipal NPDES Permit Annual Report Preparation, Program Education and Outreach, and Staff Training Assistance City of Carson Pesticides and Polychlorinated Blphenyls (PCBs) TMDL Monitoring and Reporting Plan (MRP) and Quallty Assurance Project Plan (QAPP) Los Angeles Conservation Corps Compton Creek Natural Park at Washington Elementary Temescal Canyon Stormwater Best Management Practice (BMP) and Penmar Water Quality Improvement Projects Pre -Design Phase II City of Carson Trash Reduction Grant Application Assistance CWz Sen Wllllardlson, PhDr PE, QSDJP Director of Water Re*roarew Dr. Ben Wlllardson is CWE's Water Resources Director, He has 17 years of experience compiling and analyzing data for flood control Infrastructure for special studies related to hydrology, hydraulics, and sediment transport and developing BMP sizing criteria on a region -wide basis. Ben has also managed the operation of 14 dams and 27 spreading grounds for flood control and water conservation within the complex flood control system serving Los Angeles County. Ben also represented the Interests of the County during discussions with the Los Angeles Regional Water Quality Control Board and US Environmental Protection Agency (USEPA) regarding discharge of water from Superfund sites into the flood control system. Ben has acted as an expert witness for litigation related to flooding and has also conducted asset assessment for asset management programs related to flood control channels and road pavements. Projects Port of Long Beach Pork Wlde Capital Improvement Stormwater Master Plan o Caltrans District 7 North Fork Mabilja Creek Geomorphology, Fish Passage, and Engineering Los Angeles County Department of Parks and Recreation Don Wallace Multiuse Trall Connector Pacoima Dam Spillway Analysis ® Arroyo Seco Hydrology and Hydraulics Study p City of Agoura Hills Water Quality Master Plan 4 City of Los Angeles Bureau of Engineering Potrero Canyon Design Services Los Angeles County TMDL Design Storm Analysis City of Los Angeles Bureau of Sanitation TMDL Specialized and Expert Services 4 Los Angeles County Burn Policy Methodology for the Santa Clara River Watershed Pilot Project a City of Ontario MITI Creek Wetlands Feasibility Analysis and Design Peer Review Los Angeles County Flood Control District Eaton Dam Spillway Hydraulic Analysis -7- Service Areas and Projects CWE provides a full complement of consulting, engineering, and environmental services, our diverse staff Is extensively experienced In areas Including civil engineering, stormwater and watershed management, land planning, water resources, environmental, and construction support. project experience highlights are Included on the foifowing pages, and detailed project descriptions are available upon request. -8- Projects Beilfiower Boulevard Rehabilitation from oak Street to South Street City of Torrance North Well Field Phase II Design Burnett Avenue Street Rehabilitation and Storm Drain Design �. LADWP Owens Lake Dust Mitigation Program Phases 7a, 9, and 10 Watershed Conservation Authority Azusa Wilderness Park Structural Improvements and Stream Restoration -. City of Los Angeles Garvanza Park Rainwater Capture and Use (pictured above) Lean Arch, Inc. Smart and Flnal Civil Engineering Design Rlo Hondo Community College District On -Call Civil Engineering Design f Perslco Commercial Redevelopment t r USACE Fairfield ARC Stormwater Control Plan Los Angeles County General Hospital Design -Build Wellness Center Projects ♦ Calffornla Confidential Utility Provider Serrano Valley Transmission Towers Hydrology and Hydraulics Study Caltrans District 7 Matili)a Creek Geomorphology, Fish Passage Analysis, and Civil Engineering Design (pictured above) City of Torrance Stormwater Basin and fireatment Wetlands r Enhancement Design (CASQA Award -Winning) Caltrans District 7 Solstice Creek Channel Stability and Rock Slope Protection Analysis City of Los Angeles Bureau of Engineering Potrero Canyon Design Services Port of Long Beach Port -Wide Capital improvement Stormwater Master Plan t City of Ontario Mill Creek Wetlands Analysis and Design Beer Review Los Angeles County Flood Control District Eaton Dam Spillway Hydraulic Analysis Los Angeles County Department of parks and Recreation Don Wallace Multiuse Trall Connector Hydrology and Hydraulic Analysts 10 - Prof ecb Caltrans District 7 Corridor Stormwater Management Study and Water Quality Volume Hydrology Los Angeles Department of Water and power Stormwater Capture Master Plan San Bernardino County Flood Control District On -Call Regulatory r. Assistance to the San Bernardino County NPDBS Municipal Stormwater Permit * Machado Lake Nutrient TMDL Source Identification Study, Monitoring and Reporting Plan,•and Implementation plan Marina del Rey Harbor Bacteria, Toxlcs, and Multi Pollutant TMDL implementation Plan Los Angeles River and Tributaries Metals TMDL Implementation Plan I No Hondo/San Gabriel River Water Quailty Group EWMP Los Angeles River Upper Reach 2 WMP and CIMP San Dlego Community College District Stormwater Design and . Management Services City of Santa Clarita Stormwater Management Implementation Assistance. -11- \ CWE7 Projects Caltrans District 7 Groundwater Monitoring for I-105 and I-10 ]ohn Wayne Airport on -Call Environmental Engineering Services City of Glendora NPDES, Water Quality Administration, and FOG Control Program ti orange County Sherlff Coroner Department SPCC Plans (pictured above) -* California Correctional.Institutlon Tehachapi SPCC Update Confidential Aerospace Fortune 50 Manufacturer Environmental Compliance Program City of Glendora Sewer Master Plan Update Southern California Confidential Utility Provider Phase I and II Environmental Site Assessments r Weldmac Manufacturing Company Industrial SWPPP t General Industrial Activities Stormwater Permit Compliance Assistance for Larry Fricker Company, Inc. McLane Southern California Distribution Center Environmental Services •12- Projects Los Angeles County Department of Public Works As -Needed Construction Related Services Dominguez Channel Greenway Phase I and 2 Quallfied_SWPPP Practitioner (QSP) Services (pictured above) -a Termino Avenue Storm Drain Cofferdam and Diversion Pian City of Los Angeles Garvanza Park Rainwater Capture and Use Construction Administration (CASQA Award -Winning) Southern California Confidential Utility Provider Stormwater `r Permitting and Construction Inspections City of Torrance Stormwater Basin and Treatment Wetlands Enhancement Design and Construction Management Coachella Valley Fugitive Dust Control Los Angeles Conservation Corps Compton Creek Natural Park at Washington Elementary Construction Management City of Torrance Machado Lake Trash Screen Catch Basin Construction Administration City of Los Angeles Rainwater Harvesting pilot Program and Downspout Disconnectlon Design -Build EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain Insurance in conformance with the requirementl, set forth below. Consultant will use existing coverage to comply with these requiremebts. 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 180 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 coveragp 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 Cqnsultant, 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 approprlate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must specifically Include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to Insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability Insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the.right of subrogation prior to a loss. Consultant -agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained In this Agreement or any other agreement relating to the City or its operations limits the application of such insurance•.coverage. 4. None of the coverages required herein will be In compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of In writlhg. 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 town employee of the Insured or of any contractor or subcontractor. a. 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 anytime and no replacement coverage Is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. 'Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Consultant agrees to require Its Insurer to modify such certificates to delete any exculpatory wording stating that failure of the Insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9: It is acknowledged by the parties of this agreement that all Insurance coverage required to be provided by Consultant or any subcontractor, Is intended to apply first and on a primary, noncontributing basis In relation to any other insurance or self Insurance available to City. 10. Consultant agrees to ensure that subcontractors, and any other party Involved with the project who is brought onto or Involved in the project by Consultant, provide the same minimum Insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged In the project will be submitted to CRy 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, Engl6eer 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. 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. 16. 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 obligatiori Is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's Insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17.The provis€dns of any workers' compensation or similar. actwill not limit the obligations of Consultant under this agreement. Consditant 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 anyway with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this M1 agreement, Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the •handling of any such claim or claims if they are likely to involve City. t M i NWa:nnnOJ14 II-AINIR CERTIFICATE OF LIABILITY INSURANCEVATA(MMIM M 121142016 THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFER$ NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NE12ATNELY AMENLI, ILKTSND OR ALTER THE COVERAGE AFFORDED RY THE POLICIES !lCl t)w. 'THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETNIEEN THE ISSUING INSURER(S), AUTHORIZED RE PRESE14TATNB OR PRODUCER, AND THE CIER11F'ICATId HOLDER. ' IMPORTANT., If the eertifieafs holder ie an ADA TIONAL INSURED, the 1101 10006) mi* be andoMed. It SUSROOATION IS WAIVED, subjeatto the terms and conditions of 11`10 P*110yr Certain poltoles may require an andoraem94 A afatemerd an this cortIftasto does not cantor rlphts to The aertlfloats holder In'Ifeu of such endorsoment s , PRODUCER Ucenes # 0787776 HUB Infornatlonal Insurance 8ervtaes Inc. 8Cente"Iftte Drriva CPahpa. CA 60823 T s 714 738.3177 714 7SIl�11if) AGUnClOt IN9u E DINLbCOVERAAlr NA100 ( Crum & Forster SpecIalty Ineurenae Company 448120 ,HOUND OWE 15619, OmnVethorpe Avenue $Uite 240 Fullerton, CA 6x831 INSURERS,iimfford Ataident and Indemnity Company 22367 IN Fireman's Fund Insurance Company 21873 I SURER a I s INBURERFt v THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN 1SSUEOTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTNTHSTANDINQ ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMIBIT WITH R.ESPECTTO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POWOIRS DESCRIBED HEREIN ISSU13JEOTTOALL IHS TERMS, EKCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REOL1010 BY PAD CLAIMS, UWArMOPINEURANRR LlNOTe A X OoFMAMmi01ALQENdMUABRIIY CL M041ADS WOCCUR EPK-410780 72/0812815 1210812(198 PJICHOCOURRFJ t 4 R,Qp0,00 6)r a 1110 00 MED EXP WW 011e o 0 10,0 PRReOMAL&AbVINJURY 0 $600,000 OEICLAGaREeATELIMIT APPLOF6ft X POLICY ❑ JECr ❑ IAS n eENERALAOREQATE 4 4000,00 RODUOTS+COAIPJOP AO0 46000,00 B AOTOMOaPA IJANIUTY ANYAUTO2UEGZN0302 AALUL_QWN10 ULED E�SBAU%8 p WNEO HIR1g IWQB12015 121001x010 81NOLE 13MIT 1 1,000,000 EODLYINJURY (Perparony i aO116YINJGRY(PerAwd6r4 9 e e UMORELIAUAa RRON&LIAa HQUOUR CLAIMS MACE EACHOCCURRENCe $ ACIMEGA79 3 DED I I RETENTION 0 � VYOR1eR6a0MPENsA=K pNnRL1PLaY6RrpIIAMuryYIN ��r�Q�t n,C_��� (NMndNo►Y oNH► w Byyer der tinder 118 R O OF RA Nab NIA C$1030004 12/01/2010 12101/2016 x F,L.FACHACOMENr i 11000,00 E.L.DIOEMO-FA EMP 1,000,00 RLDWMR-POUCYLIMN 4 1100010 A A rofeoatollal Llab Otalms-Made K-�110780 t0'K41080 11108IT01tl 1108/2014 1210812016 12Ioo/wo Each Ocaurrence 2,000,0 gragato 4,000.0 eAegRIFnONpPaFBraATSaNE1LAtTA7WNalYaMl4LFe(a00Rp4oyelrtdleonrlRr,rarrmSrhrOlde,Mlyyb�hNeehrdkmolnrprgelrt�gqulnWl 0qy of Rossmsad Is taddlOonal (neared ss rBepaato tisnoral LfabIftly perendorsmnent /EN0320.0211. Genera Llabill4! R primary and non-dontdbutory par enuarseMentORNH184211.01HI alldabllNyWaiver ofaubrogatlonapplies per ondorsomont88N010"911. WarkersCompensationwalvorof subrogallon applies per ondorsoment WOM408118. SHOULD ANY OF THE A0OVS 0611011IIBPA POLICIES BE CANCALLED BEFORE of Roaemaed THE OVIRATICN DAVIS THEREOF NOTICE WILL BE 01131I RBD IN City City of of PUb![a YIIRtILa ACCORDANCE WITH THB POLICY Pii6610N& Dep883813 V011? Blvd, Rosemead, A 61770 AU7ffOR=ftLQR0eeNrAtr0 A w f. 0 1088014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are ragiaterad mawks of ACORD s CrunA!.�!rster tho i�h► � V"P THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY ,AND NON-CONTRIBUTORY ADDITIONAL. INSURED WITH WAIVER OF SUBROGATION This endorsement modifies Insurance provided under the following, COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILI7Y COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART or Contract SCHEDULE A. SECTION 19 - WHO IS AN INSURED within the Common Provisions is amended to Include as an additional Insured the person(s) or organiz-btlon(s) indicated in the Schedule shown above, but solely with respect to "claims" caused In whole or In part, by "your wort' for that person or organization performed by you, or -by those aoting on your behalf. This'Insurance shall be primary and non-contributory, but only In the event of a named Insureft sole negligence. M We waive any right of recovery we may have against the person(s) or organization(s) Indicated In the Schedule shown above because of payments we make for "damages" arising out of'Your work" performed under a designated project or contract with that parson(s) or organization(s). C. This Endorsement does not reinstate or Increase the Limits of Insurance applicable to any °clelm" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0118.0211 Page'I of 1 11 Crun. ester W rk QC Cho 1mgWoup THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL. INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE A. Section III — Who is An Insured within the Common Provisions Is amended to Include as an Insured tho person(s) or organizetion(s) shown In the Schedule, but only with respect to liabliiiy.for "bodily Irdury" or "property damage" caused, M whole or, In part, by 'Your world° at the location designated and described: in the schedule of this endorsement perthimed for that additional Insured and Included In the "produots-completed operations hazard", ENDS20.0211 Page 1 of 1 CnnnWorster IMNIX Pett a Lho WMEN gwop THIS ENPORSOMENIT CHANGES THE teOUCY. PLEASE READ IT OAMFULLY, AMENDED WAIVER OF TRANSFER. OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART ONSrrE CLEANUP COVERAGE PART SCHEDULS SECTION %A,. COMMON CONDITIONS, Item 17. 'I mnsfer Of Rlghtrt of Recovery Against Others Vo tis within the Common Provisions Is amended bythe addition of the following: Solely as respects the pernon(e) or organization(s) indicated In the Schedule shown above, we waive any right of recovery we may have against the person(e) or otganization(s) Indicated In the Schedule shown above because of payments we realm for "damages" arising, out of your ongoing operations or,"your world' performed under a written contract with that persons) or organintlon(s) and Included In the "produots- completed operations hazarcF. However,, this waiver shall not apply to "damages" resulting from the sols negligence of the person(aj or organization(a) Indloated In the Sohadule shown above. ALL OTHER TERMS AND CONDITIONS OFTHE POLICY REMAIN UNCHANGED, EN0199-0211 Pagrs 1 a! 1 Workers' Compensation and Employers' Liability Lnsnrance pogey W fdver of Our Right to Recover From ()thorn pgoor oment. CMUorn$a WC 04 03 06 wits Mmawias i*ftottaa is not oomptow, rear to the Kpproprhtte"I dace attached to the polky. Ioelrted Cali.i; 7a Wat;ex ed Engineer Ing orpdration Producer Rub International sebodulo Pww i or 0*zludoa 70*7 Number WZC81030004 RMN*G bde 12/0I/2015 lob Doedptlam BLANKET WAIVER ANY PMON(s) OR ORGANSzATXoN (s) WHOM THE INSURRA AaRggs, IN A WRITTEN CONTRACT AddM=d ft&mhm % We bm the r4bt io mver ow paymams biM aay omle Uabte for an, bjmy covered by tote pokey. We WM not MOM 6w right agptwt dw yvzon or atpMimapa mmed in We 9abadote die I&MM i. tmum P* to the anw thet ymt pat& xm M* under it iuxlttan Got" that raWm you to obab ft asaw nt ftm UM) You wort Mlfid in jMyMft now& * "Sm. 9aft Ute t"AcseaeUCA af ym et»pioyeas while en- gaged is the wadi dendbed in the lob dabs. 7he addMwa pmJuieml hr d►tr eadanaemaft da be the petOM441% ea Am k the F1 elite appiipabk to Qs podonseme& of the c4ttlwk wort000s' 00avon. 9e90A pxbmilten othprY 06 due on ad nnWAMgM Tw Pam Mw be An" to amp $edaMw d when lured altor the pwby GI VWU M, Onn of tho 1 "MktVFaM4 hmenaeaoanpodu ea =MM in td puffy 9-� w1k 4 4 ww409 "4 JUJI204- ,4L pxddent Attachment C Amendment #1 CITY OF ROSEMEAD ' 20182019 STORMWATER MANAGEMENT SERVICES (CWE) AMENDMENT #1 The Agreement that was made and entered Into on the 291h day of August 2018 by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with Its principal place- of business at 8838 E. Valley Boulevard, Rosemead, CA 91770 and CWE with Its principal place of business at 1661 E. Orangethorpe Avenue, Suite 240, Fullerton, CA 92831, is hereby extended from the period of July 1st, 2019 through June 301h, 2020. All existing provisions of the original agreement, and previous extension of the perlod August 291h, 2016 through June 30th, 2019, shall remain Intact, Signed: CITY OF ROSEMEAD CWE 217 fat a o e a Date Vik Bapna Data City Manager Attachment D Proposal from Consultant Update required information in blue and check insurance limits. Use PSA template for architects/engineers/design professional services. PROFESSIONAL SERVICES AGREEMENT [INSERT TYPE OF PROFESSIONAL SERVICE] [INSERT COMPANY NAME] 1. PARTIES AND DATE. This Agreement is made and enter.' (Effective Date) by and between the .:e organized under the laws of the State of 0N."Ji.f.p......i W, 8838 E. Valley Blvd., Rosemead, California`911,* [INSERT TYPE OF ENTIT---,.Y-.-.:.1.1 CORI PROPRIETORSHIP OR OTHERi��.�� ENTI [INSERT ADDRESS] C'Consulta6tl:�)-":;d"ty::::-end referred to herein as "Party" and co ive Y:.-aw� 2. RECITALS. to this Day of 20 Rosemead, a<>rYtunicipal organization a with its princip i ....lace of business at ,0 and E. NY] a M COPA SOLE ).RA.T-.,,.I,Q'N, PARTNERSHIP, its principal place of business at �ortapt are sometimes individually 'artiest" <L. 2.1 Consult -fit, responsibility for the provision of certain Conaultant.d assure na ............... re u :by tfi' terms and conditions set forth in this professloht in providing [INSERT TYPE OF Agree :1P Sul s that it ig: SERVIC'--:]_consulting sa—fv"-IQeS 0 t ic clients, is licensed in the State of California and _ is famili ns 2.2 Pry §-p City desires:`t.qngagfi-Oonsultant to render such ongoing professional [INSERT NAME OF PROJECf]`.(!.::Ujffl6es") 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 [INSERT TYPE OF SERVICES] services necessary for the Project, herein referred to a "Services". The (INSERT COMPANY NAME] Page 2 of 17 Services are more particularly described in Exhibit [INSERT EXHIBIT LETTER] 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 for a [INSERT WRITTEN YEARS] [(INSERT YEAR IN NUMBER)] year period from the Effective Date shown above, with [INSERT WRITTEN YEARS] [(INSERT YEARS)] extension at the sole and absolute discretion of the City, 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. [INSERT COMPANY NAME] Page 3 of 17 Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the City Manager, 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 Agreement. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant hereby designates [INSERT NAME], or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her professional 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 represents that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. [INSERT COMPANY NAME) Page 4 of 17 3.2.9 laws and Regulations: Consultant shall keep itself fully informed of and in compliance with applicable 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 indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any liability to the extent found to be arising out of any failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 Safety: Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. in carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of its 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 Pees and Payments. 3.3.1 Compensation: Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed [INSERT WRITTEN AMOUNT] Dollars [(INSERT NUMERIC AMOUNT)] and in accordance with consultant's proposal dated [INSERT DATE]. Consultant's proposal is hereby incorporated and found in Exhibit "A". Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, [INSERT COMPANY NAME] Page 5 of 17 as appropriate, through the date of the statement. City shall, within 30 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work: At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages: Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws to the extent they are applicable to Consultant. 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. [INSERT COMPANY NAME] Page b of 17 3.5.1.1 Grounds for Termination: City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated only for those services which have been adequately rendered to City, and Consultant shall be entitled to no further compensation. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services: In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices: All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: [INSERT COMPANY NAME] [INSERT ADDRESS] Attn: [INSERT PRIMARY CONTACT] Tel: [INSERT PHONE NUMBER] CITY: City of Rosemead 8838 Valley Boulevard Rosemead, CA 91770 Attn: [INSERT CITY CONTACT] Such notice shalt be deemed made when personally delivered or when mailed, forty- eight (48) hours by certified mail or 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. [INSERT COMPANY NAME] Page 7 of 17 3.5.3.1 Documents & Data; Licensing of Intellectual Property: This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. The Documents & Data are intended for use solely with respect to the project for which they were prepared. Any reuse or modification by City 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 otherwise, 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 costs of such action as part of prevailing party's total damages as determined by court of competent jurisdiction or as agreed upon by the parties in settlement. [INSERT COMPANY NAME] Page 8 of 17 3.5.6 Indemnity and Defense. a. Indemnity and Defense To the fullest extent permitted by law, Consultant shall indemnify and hold harmless Agency and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel's fees and costs, to the extent caused by the negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of services under this agreement. Consultant's duty to indemnify and hold harmless Agency shall not extend to the Agency's sole or active negligence. b. Duty to Defend In the event the Agency, its officers, employees, agents and/or volunteers are made a party to any action, lawsuit, or other adversarial proceeding arising from the performance of the services encompassed by this agreement, and upon demand by Agency, Consultant shall defend the Agency at Consultant's cost or at Agency's option, to reimburse Agency for its costs of defense, including reasonable attorney's fees and costs incurred in the defense of such matters to the extent the matters arise from, relate to or are caused by Consultant's negligent acts, errors or omissions. Payment by Agency is not a condition precedent to enforcement of this provision. In the event of any dispute between Consultant and Agency, as to whether liability arises from the sole or active negligence of the Agency or its officers, employees, or agents, Consultant will be obligated to pay for Agency's defense until such time as a final judgment has been entered adjudicating the Agency as solely or actively negligent. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. 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. [INSERT COMPANY NAME] Page 9 of 17 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. 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 [INSERT COMPANY NAM El Page 10 of 17 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. 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] [INSERT COMPANY NAME] Page 11 of 17 CITY OF ROSEMEAD Gloria Molleda, City Manager Date Attest: Ericka Hernandez, City Clerk Date Approved as to Form: [INSERT COMPANY NAME] By: Name: Title: [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Name: Rachel Richman Date City Attorney Title: [INSERT COMPANY NAME] Page 12 of 17 EXHIBIT A SCOPE OF SERVICES/ RATE SCHEDULE [INSERT COMPANY NAME) Page 13 of 17 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. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 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. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. 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- (INSERT COMPANY NAME] Page 14 of 17 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 omissions of the consultant and "Covered Professional Services" as designated in the policy must 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 Named Insured. 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 V11. 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 (or otherwise consistent with the insurer's endorsement). 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. [INSERT COMPANY NAME) Page 15 of 17 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 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. A ten (10) day notice to City shall apply to nonpayment of premiums. 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 (except Professional Liability and Workers' Compensation) 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 [INSERT COMPANY NAME] Page 16 of 17 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 self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the 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. 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. (INSERT COMPANY NAME] Page 17 of 17 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Attachment E Draft Professional Services Agreement June 4, 2020 EMAIL Mr. Chris Dast6 Director of Public Works City of Rosemead 8838 East Valley Boulevard Rosemead, CA 91770 OWE 1661 E. ORANGETHORPE AVENUE SUITE 240 FULLERTON, CA 92831-6202 (114) 626.7600 PHONE (714) 626.7004 PAX www.cwecorp.com Proposal to Provide MS4 NPIDES Permit Services to the City of Rosemead Dear Mr. Dastd, CWE Is pleased to submit this proposal to continue providing the City with Phase I Municipal Separate Storm Sewer System (MS4) National Pollutant Discharge Elimination System (NPDES) Permit services. Understanding Since 1990, the State of California Regional Water Quality Control Board, Los Angeles Region (LARWQCB) has Issued progressively more challenging MS4 NPDES Permits to Los Angeles and Ventura County municipalities, including the City of Rosemead (City). The adoption of each permit has led to differing contentious interpretations of federal, state, and local law, regulatory appeals, and frequent litigation. The current permit Is the subject of a State Water Resources Control Board (SWRCB) draft "Own -Motion" Order that would Introduce further costly requirements, a Commission on State Mandates Unfunded Mandate Test Claim that would refund permit implementation costs or partially preclude Permittee directed enforcement, and a Superior Court decision rescinding permit Numeric Effluent Limitations (NELs), which has been appealed by the State and Regional Water Boards to Division Three, of the Fourth Appellate District, of the State of California Court of Appeal. While the current MS4 permit expired on December 28, 2017, discharges continue to be regulated under its requirements, until adoption of a replacement fifth term Permit by the LARWQCB, anticipated to potentially become effective July 1, 2021, The repeatedly amended 2012 MS4 Permit encouraged Permittees to form Watershed Management Program (WMP), or Enhanced WMP (EWMP), groups to develop implementation plans to achieve regional Water Quality Objectives (WQOs). The City joined the Upper Los Angeles River (ULAR) EWMP Group, led by the City of Los Angeles, which includes fifteen other cities, the Los Angeles County Department of Public Works (LACDPW), and Los Angeles County Flood Control District (LACFCD). The LARWQCB approved, April 20, 2016, ULAR EWMP Implementation plan estimated twenty-year City compliance project costs of $110 million, while the 2018 passage of Measure W, the Safe Clean Water Program, estimated annual transfers of less than $580,000, assuming City Agreement adoption later this summer. Creating a Better Tomorrow, Today7m Mr. Chris Dast6 June 4, 2020 Page 2 On August 29, 2018, the City entered Into a ten-month Stormwater Management Services Professional Service Agreement (PSA) with CWE; however, City Public Works management changes delayed Notice To Proceed (NTP) Issuance, "Kick Off" meeting scheduling, and the initiation of some, City -dependent, tasks. On April 4, 2019, the LARWQCB Issued the City a Los Angeles River Trash Total Maximum Dally Load (LAR TTMDL) Notice of Violation (NoV) and, by June 16, 2019, City Council and Staff Management directed CWE to reprloritize original PSA contract budget, from ongoing lower priority tasks, to NOV Investigation and response development. The only remaining tasks, within the prior PSA, are one (1) staff training, deferred by CoViD-19 limitations, and a Regional Best Management Practice (BMP) Study, deferred while City Management considered MS4 Permit and EWMP Implementations strategy revision. Scope of Work Following receipt of the City NTP, CWE proposes to provide the following MS4 Permit Compliance Services through June 30, 2021, with annual reporting services to be provided through December 31, 2021, Task 1— Remote Meetings The ULAR EWMP Group and Its Bacteria Load Reduction Strategy (LRS) Technical Subcommittee, which directly impacts the City, convenes monthly; the Los Angeles Permit Group (LAPD) meets during alternating months; and we anticipate the need to attend up to six (6) City Council, City Staff, Safe Clean Water Program (SCWP), or LARWQCB Permit adoption meetings. Meeting participation allows CWE to identify cost-effective draft fifth term MS4 Permit, ULAR EWMP and CIMP ,Group Implementation strategies for City Management concurrence. We recommend budgeting for twenty-four (24) three-hour remote meetings and follow up activities prior to June 30, 2021, Task 2 — Safe Clean Water Program Assistance Following voter passage of Los Angeles County Measure W, the SCWP, In November 2018, the County Board of Supervisors (BOS) authorized release of a Local Transfer Agreement which, assuming City Council adoption this summer, should annually return over $500,000.00 in impervious area based property assessment fees to the City. Proposed expenditures of SCWP monies must meet required implementation and accounting criteria then be reported back to the Los Angeles County BOS. CWE will assist the City Public Works and Finance Departments In budgeting these funds and developing the required documentation. Based on the directions of City management, local priorities, and evolving opportunities, CWE will also prepare one Regional BMP project application packet, following criteria Identified by the Rio Hondo Watershed Area Steering Committee (WASC). Task 3 — City Staff and Contractor Training The current MS4 Permit Identifies four categories of mandatory annual staff and contractor training, which we condense Into Planning/Construction and Illicit Connection/Illicit Discharge (IC/ID) training sessions to reduce costs. These two-hour presentations will be scheduled, In consultation with Field Supervisorlal personnel, either at the beginning or end of a shift, for staffing efficiency. Presentation are made by CWE Senior Management, experienced with private and public agency cases, using an engaging, locally relevant, Microsoft Office Power Point® presentation made to between five and twenty city staff at a city facility with adequate equipment. The presentation begins with regulatory rationale and requirements, before moving on to illustrative case studies. Six slide per page handouts are distributed for those wishing to take notes or write down questions, along with a participation sign in sheet to Include with the annual report. City staff and contractors are encouraged to ask questions, resulting In an informative training session that maintains participant staff Interest. Mr. Chris Dast6 June 4, 2020 Page 3 Task 4 — Public Information and Participation Program (PIPP) Remotely attend permit required quarterly County, Watershed, or WMP PIPP remote meetings, Prepare up to six (6) residential or primary education stormwater pollution source control informational pamphlets, web page, or similarly mutually agreeably, concept work products, suitable for City duplication and distribution or webmaster posting. Task 5 — Redevelopment Planning, Construction and Post -Construction Inspection Services CWE Is advised that the City has retained other firms to provide generic municipal planning, building, and construction Inspection services; however CWE will provide supplemental MS4 Permit specific Low Impact Development (LID) plan checks, Construction Site Erosion Control and Post -Construction General Permit (CGP) Best Management Practices (BMPs) Inspection Services, under the direction of state certified CWE Qualified Storm Water Pollution Prevention Plan (SWPPP) Developer or Practitioner (QSD/P). Up to four hours per month, or forty eight hours by June 30, 2021, would be dedicated to supporting other contract staff in the subject tasks; with plan review taking precedent over Inspections, municipal construction site storm inspections taking precedent over those of private construction sites, and post -construction or CGP BMP Implementation and maintenance Inspections having the lowest priority. Task 6 — Public Facility and Retrofit Opportunity Inventory CWE will prepare the MS4 Permit Part VI.9.c required electronic Inventory of City Facility sites, Including Part VI.9.d required Identification and evaluation of concept level LID and BMP retrofit Implementation opportunities. Task 7 — Illicit Connection/ Illicit Discharge Investigation and Pollution Source Control Understanding that primary enforcement responsibilities remain with City Code Enforcement Officers and Construction Inspectors, CWE we provide up to twenty hours of remote or onsite MS4 Permit required Illicit Connection/Illicit Discharge (IC/ID) Investigation and Pollution Source Control support services. This task emphasizes public education and outreach, over enforcement, and may extend to Include the conceptuallzation of BMP Implementation concepts to correct existing and prevent future discharges. Task 8 — Prepare 2020 and 2021 Individual Annual Reports CWE will timely draft, In Microsoft Word@ format, the City Individual Annual Report, based on past submittals, Implementation data, transmittals, and the City website. This draft will highlight where additional City staff input on budgeting, planning, enforcement, and building safety tasks are needed. Based on City staff Input, the draft will be timely submitted to the ULAR EWMP Group Coordinator, currently Dawn Petschauer of the City of Los Angeles, utilizing the Los Angeles County Watershed Reporting, Adaptive Management, and Planning System (WRAMPS) process. Following assemblage, the first draft will be reviewed by CWE for missing data or verbiage that could be adversely misconstrued, a final draft provided to the City for review, and the Unified Report converted by others into a Portable Document Format (PDF) file, for the LARWQCB submission by December 19, with a copy provided to the City for recordation. Limitations and Assumptions CWE proposes an eighteen -month Professional Services Agreement (PSA) term, to coincide with the MS4 Permit July 15t to June 301h implementation period, followed by compliance reporting through December of the trailing year, CWE has utilized the following proposal assumptions to reduce our risks and your budget commitments during this fluid period between various draft Permit and EWMP Plan versions: Mr. Chris Dast6 June 4, 2020 Page 4 1. Since the contents of the draft and final fifth term MS4 Permit are subject to revision and subject to revision by SWRCB Own Motion Order, the City should anticipate the need for PSA revision to analyze the permit contents and devise cost-effective Implementation strategies, 2. Confined space entry of MS4 facilities is unnecessary and outside of our Scope of Work, 3. Based on the Non-Stormwater Outfall Discharge Prioritization results, no additional surveys, water quality monitoring, or source control studies are proposed. 4. CWE understands that others Intend to Implement the LAR TTMDL, through the Installation of Full Capture System (FCS) compliant Connector Pipe Screens, and our responsibility for further Implementation of the July 31, 2019, LARWQCB NOV Compliance Plan Is complete. 5. City will directly provide any necessary Spill Response and Traffic Control services. 6. Any City Encroachment Permits will be Issued as no fee Permits. Fee The following table identifies the level of effort that CWE associates with each of the Identified tasks. 1 Remote MS4 Permit and SCWP Meetings $13,800 2 Safe Clean Water Program Assistance $12,948 3 MS4 Permit Required City Staff and Contractor Training $10,341 4 Public Information and Participation Program (PIPP) $11,200 5 Redevelopment Planning and Construction Inspections $7,753 6 Develop Public Facility and Retrofit Opportunity Inventory $8,804 7 Illlcit Connection/Illicit Discharge (IC/ID) Investigations $3,902 8 1 Prepare and Submit Individual Annual Compliance Reports $21,199 Total Fee $89,947 Most 2012 MS4 Permit tasks will be completed by June 30, 2021, with reporting tasks completed by December 31, 2021. This work would be completed on a Time and Materials, Not to Exceed cost basis of $89,947.00. This proposal is valid for ninety (90) days, from the letter date. If any questions arise, please reach out to me at (714) 526-7500 Ext. 207 or gereeneacwe,corp.com. Respectfully submitted, CWE f �L Gerald Greene, DEnv, PE, QEP, QSD/P Director, Stormwater