Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A6742 - HCI ENVIRONMENTAL AND ENGINEERING - COLLECTION, TRANSPORTATION DISPOSAL AND/OR DESTR OF WASTE MATERIALS
CONTRACT SERVICES AGREEMENT IFB 15-10 COLLECTION, TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS THIS CONTRACT SERVIC S AGREEMENT ( -Agreement") is entered into, and effective on 201 , between the CITY OF PALM SPRINGS, a California charter city and municipal corporation, ("City") and HCI Environmental and Engineering, ("Contractor"). City and Contractor are individually referred to as "Party' and are collectively referred to as the "Parties". RECITALS A. City has determined that there is a need for collection, transportation disposal and /or destruction of waste materials services for IFB 15-10 Collection, Transportation Disposal and/or Destruction of Waste Materials project ("Project"). B. Contractor has submitted to City a Bid to provide Collection, Transportation Disposal and/or Destruction of Waste Materials to City for the Project under the terms of this Agreement. C. Contractor is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided in this Agreement. D. City desires to retain Contractor to provide such CONTRACT services. In consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: AGREEMENT 1. SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor agrees to perform the contract services set forth in the Scope of Services described in Exhibit "A" (the "Services" or"Work") , which is attached and incorporated by reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and contract services and that Contractor is experienced in performing the Work and Services contemplated and, in light of such status and experience, Contractor covenants that it shall follow the highest standards in performing the Work and Services required in this Agreement. For purposes of this Agreement, the phrase "highest standards" shall mean those standards of practice recognized as high quality among well-qualified and experienced contractors performing similar work under similar circumstances. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City's Request for Bids; and, (4) the Contractor's signed, original bid submitted to the City ("Contractor's Bid"), (collectively referred to as the "Contract Documents"). The City's Request for Bids and the Contractor's Bid, which are both attached as Exhibits "B" and "C", respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Contractor's Page 1 of 99 C." Il, a Bid. All provisions of the Scope of Services, the City's Request for Bid and the Contractor's Bid shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (1s`)the provisions of the Scope of Services (Exhibit "A"); (2"d) the provisions of the City's Request for Bid (Exhibit "B"); (3`d) the terms of this Agreement; and, (41h) the provisions of the Contractor's Bid (Exhibit "C"). 1.3 Compliance with Law. Contractor warrants that all Services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. 1.4 Licenses, Permits. Fees, and Assessments. Contractor represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services required by this Agreement. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Contractor to perform the Work and Services under this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the Work and Services required by this Agreement. Contractor shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. 1.5 Familiarity with Work. By executing this Agreement, Contractor warrants that Contractor (a) has thoroughly investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of any Services. Should the Contractor discover any latent or unknown conditions that will materially affect the performance of the Services, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City. 1.6 Care of Work. Contractor shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components to prevent losses or damages. Contractor shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. 1.8 Additional Services. City shall have the right at any time during the performance of the Services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No such extra work may be undertaken unless a written order is first given by the City to the Contractor, incorporating any adjustment in (i) the Maximum Contract Amount, as defined below, and/or (ii) the time to perform this Agreement. Any adjustments must also be Page 2 of 99 approved in writing by the Contractor. Any increase in compensation of up to twenty-five percent (25%) of the Maximum Contract Amount or $25,000, whichever is less, or in the time to perform of up to thirty (30) days, may be approved by the City Manager, or his designee, as may be needed to perform any extra work. Any greater increases, occurring either separately or cumulatively, must be approved by the Palm Springs City Council. It is expressly understood by Contractor that the provisions of this section shall not apply to the services specifically set forth or reasonably contemplated within the Scope of Services. 2. COMPENSATION 2.1 Compensation of CONTRACTOR. CONTRACTOR shall be compensated and reimbursed for the services rendered under this Agreement in accordance with the schedule of unit costs set forth in Exhibit "D". The total amount of Compensation is estimated at $10,520 per year and shall not exceed the amount budgeted each fiscal year for this expense as approved by City Council. 2.2 Method of Payment. In any month in which CONTRACTOR wishes to receive payment, CONTRACTOR shall submit to City an invoice for services rendered prior to the date of the invoice, no later than the first working day of such month, in the form approved by City's finance director. Payments shall be based on the hourly rates set forth in Exhibit "A" for authorized services performed. City shall pay CONTRACTOR for all expenses stated in the invoice that are approved by City and consistent with this Agreement, within thirty (30) days of receipt of CONTRACTOR's invoice. 2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or work, when required by the enactment or revision of any subsequent law; or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor's profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated by the City Council for each fiscal year covered by the Agreement. If such appropriations are not made, this Agreement shall automatically terminate without penalty to the City. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon attached Schedule of Performance (Exhibit "E"), incorporated by reference. 3.2 Schedule of Performance. Contractor shall commence the Services under this Agreement upon receipt of a written notice to proceed and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) Page 3 of 99 days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the Services rendered under this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor (financial inability excepted) if Contractor, within ten (10) days of the commencement of such delay, notifies the Contract Officer in writing of the causes of the delay. Unforeseeable causes include, but are not limited to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City. The City Manager shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the enforced delay when and if in the judgment of the City Manager such delay is justified. The City Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement under this section. 3.4 Term. Unless earlier terminated under this Agreement, this Agreement shall commence upon the effective date of this Agreement and continue in full force and effect until completion of the Services. However, the term shall not exceed three (3) years, with two (2) one(1) year optional renewals, from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. 3.5 Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor thirty (30) days written notice. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Contractor for Services performed through the date of termination. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. Contractor may terminate this Agreement, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Contractor may determine. 4. COORDINATION OF WORK 4.1 Representative of Contractor. The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: Gregory Parker, President. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be the City Manager or his/her Page 4 of 99 designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the services. Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 4.3 Prohibition Anainst Subcontractina or Assionments. The experience, knowledge, capability, expertise, and reputation of Contractor, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall not assign full or partial performance of this Agreement, nor any monies due, voluntarily or by operation of law, without the prior written consent of City. Contractor shall not contract with any other entity to perform the Services required under this Agreement without the prior written consent of City. If Contractor is permitted to subcontract any part of this Agreement by City, Contractor shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. All persons engaged in the Work will be considered employees of Contractor. City will deal directly with and will make all payments to Contractor. In addition, neither this Agreement nor any interest in this Agreement may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted in this Agreement shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Contractor or any surety of Contractor from any liability under this Agreement without the express written consent of City. 4.4 Independent Contractor. The legal relationship between the Parties is that of an independent contractor, and nothing shall be deemed to make Contractor a City employee. A. During the performance of this Agreement, Contractor and its officers, employees, and agents shall act in an independent capacity and shall not act or represent themselves as City officers or employees. The personnel performing the Services under this Agreement on behalf of Contractor shall at all times be under Contractor's exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Contractor or any of its officers, employees, or agents, except as set forth in this Agreement. Contractor, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City's offices. City shall have no voice in the selection, discharge, supervision, or control of Contractor's employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Contractor shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers' compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Contractor in its business or otherwise a joint venture or a member of any joint enterprise with Contractor. B. Contractor shall not have any authority to bind City in any manner. This includes the power to incur any debt, obligation, or liability against City. C. No City benefits shall be available to Contractor, its officers, employees, or agents in connection with any performance under this Agreement. Except for CONTRACT fees paid to Contractor as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Contractor for the performance of Services under this Agreement. City Page 5 of 99 shall not be liable for compensation or indemnification to Contractor, its officers, employees, or agents, for injury or sickness arising out of performing Services. If for any reason any court or governmental agency determines that the City has financial obligations, other than under Section 2 and Subsection 1.8 in this Agreement, of any nature relating to salary, taxes, or benefits of Contractor's officers, employees, servants, representatives, subcontractors, or agents, Contractor shall indemnify City for all such financial obligations. 5. INSURANCE 5.1 Types of Insurance. Contractor shall procure and maintain, at its sole cost and expense, the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Agreement. The insurance shall be procured in a form and content satisfactory to City. The insurance shall apply against claims which may arise from the Contractor's performance of Work under this Agreement, including Contractor's agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Contractor shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Agreement. Except as otherwise authorized below for CONTRACT liability (errors and omissions) insurance, all insurance provided under this Agreement shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Workers' Compensation Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Contractor agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. B. Commercial General Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. C. Business Automobile Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. D. Employer Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00)for bodily injury or disease. Page 6 of 99 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager or his/her designee prior to commencing any work or services under this Agreement. Contractor guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self- insured retentions in excess of $10,000, and the City Manager or his/her designee may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Contractor under this Agreement: 5.3.1 For any claims related to this Agreement, Contractor's coverage shall be primary insurance with respect to the City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to each insured, including additional insured, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 No required insurance coverage may include any limiting endorsement which substantially impairs the coverage set forth in this Agreement_(e.g., elimination of contractual liability or reduction of discovery period). unless the endorsement has first been submitted to the City Manager and approved in writiQq� 5.3.5 Contractor agrees to require its insurer to modify insurance endorsements 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 endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Contractor's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Agreement. 5.3.6 Contractor agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in Page 7 of 99 the Project will be submitted to the City for review. 5.3.7 Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights in this or any other regard. 5.3.8 Contractor shall provide proof that policies of insurance required in this Agreement, 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. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements, or 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. 5.3.10 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 impair the provisions of this section. 5.3.11 Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of 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, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Contractor agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor's insurers to provide complete, certified copies of all required insurance policies at Page 8 of 99 any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ('as respects City of Palm Springs Contract No. " or "for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor's obligation to provide them. Page 9 of 99 6. INDEMNIFICATION 6.1 Indemnification and Reimbursement. To the fullest extent permitted by law, Contractor shall defend (at Contractor's sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively "Claims"), including but not limited to Claims arising from injuries to or death of persons (Contractor's employees included), for damage to property, including property owned by City, from any violation of any federal, state, or local law or ordinance, and from errors and omissions committed by Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Contractor's performance under this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Contractor's indemnification obligation or other liability under this Agreement. Contractor's indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. This provision is intended for the benefit of third party Indemnified Parties not otherwise a party to this Agreement. 7. REPORTS AND RECORDS 7.1 Accounting Records. Contractor shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. Contractor acknowledges that the City is greatly concerned about the cost of the Work and Services to be performed under this Agreement. For this reason, Contractor agrees that Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the contemplated Work or Services. If Contractor is providing design services, Contractor shall promptly notify the Contract Officer the estimated increased or decreased cost for the project being designed if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the design services. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Contractor, its employees, subcontractors, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials. Any use of such completed documents for other projects and/or use of incomplete documents without specific written authorization by the Page 10 of 99 Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all resulting damages. Contractor may retain copies of such documents for their own use. Contractor shall have an unrestricted right to use the concepts embodied tin this Agreement. Contractor shall ensure that all its subcontractors shall provide for assignment to City of any documents or materials prepared by them. In the event Contractor fails to secure such assignment, Contractor shall indemnify City for all resulting damages. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Contractor in the performance of this Agreement shall be considered confidential and shall not be released by Contractor without City's prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Contractor shall provide City, or other agents of City, such access to Contractor's books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Contractor's performance under this Agreement. Contractor shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Aareement shall be construed as a whole according to its fir language and common meaning to achieve the obiectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Default of Contractor. Contractor's failure to comply with any provision of this Agreement shall constitute a default. A. If the City Manager, or his designee, determines that Contractor is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Contractor in writing of such default. Contractor shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Contractor fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in Page 11 of 99 equity, or under this Agreement. Contractor shall be liable for all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing shall limit City's right to terminate this Agreement without cause under Section 3.5. B. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.3A, take over the work and prosecute the same to completion by contract or otherwise. The Contractor shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages). The City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Contractor shall not limit Contractor's liability for completion of the Services as provided in this Agreement. 8.4 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions. 8.5 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.6 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, remedy or recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert Contractor fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or petitioner of the litigation or non- judicial proceeding within thirty (30) days of the date set for trial or hearing, the other Party shall be deemed to be the prevailing Party in Such litigation or proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. Page 12 of 99 9.2 Conflict of Interest. No officer or employee of the City shall have any direct or indirect financial interest in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects their financial interest or the financial interest of any corporation, partnership, or association in which he/she is, directly or indirectly, interested in violation of any state statute or regulation. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, or national origin. Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. To the fullest extent permissible under law, and in lieu of any other warranty by City or Contractor against patent or copyright infringement, statutory or otherwise: A. It is agreed that Contractor shall defend at its expense any claim or suit against City on account of any allegation that any item furnished under this Agreement, or the normal use or sale arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Contractor shall pay all costs and damages finally awarded in any such suit or claim, provided that Contractor is promptly notified in writing of the suit or claim and given authority, information and assistance at Contractor's expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Contractor. However, Contractor will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City's alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Contractor when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Contractor shall have sole control of the defense of any such claim or suit and all negotiations for settlement in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Contractor's expense. Contractor shall not be obligated to indemnify City under any settlement that is made without Contractor's consent, which shall not be unreasonably withheld. If the use or sale of such item is enjoined as a result of the suit or claim, Contractor, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notice. Any notice, demand, request, consent, approval, or communication that either party desires, or is required to give to the other party or any other person shall be in writing. All notices shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission. All notices shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such Page 13 of 99 notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, and instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To Citv: City of Palm Springs Attention: City Manager& City Clerk 3200 E. Tahquitz Canyon Way Palm springs, California 92262 Telephone: (760) 323-8204 Facsimile: (760) 323-8332 To Contractor: Gregory Parker HCI Environmental 114 Business Center Drive Corona, CA 92880 Telephone: 951-280-0298 Facsimile: 951-280-0118 10.3 Intearated Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter in this Agreement. 10.4 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement by all Parties. 10.5 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties' successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreemen e construed as conferring, any rights. including. without limitation. any rights as a third-party beneficiary or otherwise. upon any entity or person not a party to this Agreement. 0.7 Recitals The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which Page 14 of 99 he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: "JGlli • A 0l[5 By: , David H. Ready City Manager APPROVED BY CITY COUNCIL APPROVED AS TO FORM: ATTEST By By: D uglas C. Holland, James Thompson, Cit Attorney City Clerk APPROVED BY CITY COUNCIL: Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR NAME: HCI Environmental & Engineering Service Check one_Individual—Partnership Corporation 114 Business Center Drive, Corona, CA 92880 Address �i By By ( tar Sig a ota(iz ) Page 15 of 99 CALWO1MBA ALL44MU aM ACOUIOWLEDGMEW CMIL CODE;1180 A rhafty pbhac or stair chow comple"to anAose ow Cray"idersdy d ds iadnifid ds alghd the doderna towtadhdsa cav3ceae a atscbeut sad nut fielnitAkiaq s mra W a veiny of fiat d641wn Slated �t } Coharlyd 1vecStlJ.o_ } On O S before., Ir. O a Mars,insert Marne 1Tiffs ofI Ober peraordly sppa sed �fP._L1olU ?QCkpx- Qr\(71 Cl li�ob Aam,e®ds�he® who proved to me m the bass or evidence to be the whoxs nwrmQ is& wbacri ad to the within a wdnxnerd and acknowledged to me tffi 6aaaAad the same it hm4wAhei adhaiad eepae3yiims and that by harna/tiBY sagnatrA on the ihabhanerd the pwucn@, or the entity ufhm behaa of adhicih the peraore actad•executed the rharhrn riL I oatify under PMSLTY OF PERARY under the knNa of to State of Caifwnis the the faegdng paragraph is true and correct r57"DESTANI T.FLEURY and and aKc a d Commission M 2076408 Notary Public•California / 2 4 Riverside County Sigrh�re M Comm.Expires Ju131 2016� rabxaoftA,tay Piece Notary SestAbore DPrraoetlar. Thuq;h trig sscean is aptorreL cor;WAstbhy fha ardtryfabon cmh deter aNaladton of are doormat or f udu[ent Yaoltchmaht of Has,firm to an uiufaadad docrenanf. Descriptor of Attached Ooaanent ar'"dun Title or Type atDocunartl, n4 lDCl f�G14 W Ode:: Nunber ofk Pages:: s} im,Then Aaove: A )w%(Z caPaatyoso Claimed by abnerkl Sigrsr's flans: 9igrhara tlerrar�. �oP� C7ttil�. ❑Corporate Officer— : ❑ Officer—Ti1a�}:�.o.o �rC¢ p y1 ❑Pabha— O LKnABEI ❑Oenerai ❑Partner— [I Limited [IGWKWSI ❑infividual ❑Attorney in Fad ❑Irhtfrvfduai ❑Ataensy n Fed ❑Tnrsisa ❑Guardian or Conservator ❑Trustee ❑Ouardm or[:anaervator ❑Otsr. ❑Otter. SW—erg Reprwemtng Sigrher Is Representing: t3zoiltmaahr tldayAwxidm•vrww. .erg•1�00.1�NDTAFff(1-80f�a97S-e847} thhrmafiebl Page 16 of 99 EXHIBIT "A" SCOPE OF SERVICES Purpose: The purpose of this Invitation to Bid (IFB) is to solicit bids from qualified and properly licensed firms to perform collection, transportation, disposal and/or destruction of waste materials at various locations at the City of Palm Springs. The Contractor shall possess a valid HAZ contractor license at time of submitting bid and shall act as the General Contractor, sub-contracting with other properly licensed trade contractors as required to complete project. Background: The following City locations require collection of waste materials as follows: Palm Springs City Yard, (Facilities Maintenance and Fleet Operations), two Cogeneration plants, and the Palm Springs International Airport. Scope of Work: The Contractor shall provide all services, including all supervision, labor, equipment and materials and all other resources necessary for the proper collection, transportation, disposal and/or destruction from the aforementioned facilities. Services which are expected to be performed under this contract include, but are not limited to: A. Response to spills, accidents or discoveries involving regulated materials. B. Identification and characterization of materials through sampling, MSDS search and review, and/or generator knowledge. This work would include proper sampling protocol, documentation, chain-of-custody and submission to an accredited laboratory for analysis. C. Collection, inventory and containerization/lab packing of assorted materials. D. Labeling/placarding and manifesting material for shipment. E. Arranging proper disposal or recycling of material at an approved facility. F. Transporting material, or arranging transport of material via a licensed and bonded hauler. Hazardous waste haulers shall have an EPA transporter identification number. G. Delivery of material for disposal or recycling at a facility which has been audited by the City or otherwise approved. The Contractor may be asked to perform an environmental audit on behalf of the City, or assist the City in an audit of a proposed disposal facility. H. Recycling of spent or waste materials. I. Tracking the shipment and disposal of materials. J. Preparation of reports and project close-out packets, including disposal and destruction documentation. K. Preparation of forms and reports required to be submitted to regulatory agencies. All forms and reports shall be submitted to the City for review and approval. The City will forward these materials to the applicable regulatory agency. The Contractor shall not forward any material directly to a regulatory agency without prior City approval. L. Providing technical guidance to the City on waste management issues. M. Proposing alternate process and/or waste management methods to facilitate waste minimization where appropriate. N. Services shall include furnishing all labor, equipment, materials, sampling, analytical manifests, land disposal restriction forms, documentation, containerization, labeling/placarding, transportation and disposal and/or recycling of regulated materials. Waste materials to be collected include, but are not limited to: liquids and solids contained in separators connected to the apron draining system for the airport; 55 gallon waste oil barrels; 55 gallon barrel containing waste runway crumb rubber and sand. Further materials to be collected are Page 17 of 99 liquids and solids contained in oil/water separator/clarifier located behind Fleet Operations building; waste oil contained in 250 gallon tank located at Fleet Operations building; waste antifreeze/coolant contained in 150 gallon tank at Fleet Operations building; waste oil filters media-metal contained in 55 gallon drums located at Fleet Operations building; empty 55 gallon fresh oil drums; waste lubricating synthetic oil contained in one 250 gallon tank and one 500 gallon tank located at Cogeneration plants; waste oil filters media-paper contained in 55 gallon drums located at each Cogeneration plant; and liquid acids (all types) contained in 15 gallon drums. Each time that waste oil barrels are collected, Contractor shall service the surrounding secondary containment, including, but not limited to, collection of any materials contained therein. On an As Needed Basis: When the City identifies a waste that warrants removal, the City's Contract Officer will contact Contractor to investigate the nature of the waste and provide to the Contract Officer a quotation for the necessary collection, transportation, disposal and/or destruction of the material. Contractor shall not engage in any work until a scope of services and related compensation is reviewed and approved in writing by the City's Contract Officer. 1. Contract Mananer(s): The Contract will be performed under the direction and supervision of Contract Managers for their respective City facility locations. Any reference to the Contract Manager in the contract shall mean the respective and appropriate Contract Manager or his designated representative. SPECIAL CONDITIONS: 1. Project Coordinator: The Contractor will be required to assign a Project Coordinator to the Contract. This individual represents and has full authority to act for the Contractor and shall be the City's key contact throughout the duration of the Contract. A space is provided on the Information Required of Bidder page for the Project Coordinator to be named with a telephone number for contact with the respective Contract Manager(s). 2. Bidder Qualifications: In order to be considered for award, each Bidder must submit with their Bid the Information Required of Bidder, pages 15-16, completed in full. This Bid is intended for "all purpose" waste handling companies. "All-purpose" means the company is capable of handling a wide variety of hazardous and non-hazardous wastes, from possible characterization through proper disposal or recycling. This Bid is not meant for companies which would serve as subcontractors to the all-purpose companies, or companies specializing in particular waste streams. All waste management activities shall be performed in accordance with local, state and federal regulations. The Contractor shall obtain all necessary permits and licenses required by local, state and federal agencies for carrying out the work. The Contractor shall obtain appropriate approval as necessary from a disposal facility and the applicable regulatory authority for the acceptance of a waste shipment. The Contractor shall be responsible for manifest completion, tracking and reporting. The Contractor shall carry sufficient pollution liability insurance ($1,000,000 minimum) to cover the work expected to be performed under the contract. Page 18 of 99 EXHIBIT "B" CITY'S REQUEST FOR BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 15-10 SCOPE OF WORK, SPECIFICATIONS, AND SPECIAL CONDITIONS FOR COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS 2. Scope of Work: Purpose: The purpose of this Invitation to Bid (IFB) is to solicit bids from qualified and properly licensed firms to perform collection, transportation, disposal and/or destruction of waste materials at various locations at the City of Palm Springs. The Contractor shall possess a valid HAZ contractor license at time of submitting bid and shall act as the General Contractor, sub-contracting with other properly licensed trade contractors as required to complete project. Background: The following City locations require collection of waste materials as follows: Palm Springs City Yard, (Facilities Maintenance and Fleet Operations), two Cogeneration plants, and the Palm Springs International Airport. Scope of Work: The Contractor shall provide all services, including all supervision, labor, equipment and materials and all other resources necessary for the proper collection, transportation, disposal and/or destruction from the aforementioned facilities. Services which are expected to be performed under this contract include, but are not limited to: O. Response to spills, accidents or discoveries involving regulated materials. P. Identification and characterization of materials through sampling, MSDS search and review, and/or generator knowledge. This work would include proper sampling protocol, documentation, chain-of-custody and submission to an accredited laboratory for analysis. O. Collection, inventory and containerization/lab packing of assorted materials. R. Labeling/placarding and manifesting material for shipment. S. Arranging proper disposal or recycling of material at an approved facility. T. Transporting material, or arranging transport of material via a licensed and bonded hauler. Hazardous waste haulers shall have an EPA transporter identification number. U. Delivery of material for disposal or recycling at a facility which has been audited by the City or otherwise approved. The Contractor may be asked to perform an environmental audit on behalf of the City, or assist the City in an audit of a proposed disposal facility. V. Recycling of spent or waste materials. W. Tracking the shipment and disposal of materials. X. Preparation of reports and project close-out packets, including disposal and destruction documentation. Y. Preparation of forms and reports required to be submitted to regulatory agencies. All forms and reports shall be submitted to the City for review and approval. The City will forward these materials to the applicable regulatory agency. The Contractor shall not forward any material directly to a regulatory agency without prior City approval. Z. Providing technical guidance to the City on waste management issues. Page 19 of 99 AA. Proposing alternate process and/or waste management methods to facilitate waste minimization where appropriate. BB. Services shall include furnishing all labor, equipment, materials, sampling, analytical manifests, land disposal restriction forms, documentation, containerization, labeling/placarding, transportation and disposal and/or recycling of regulated materials. Waste materials to be collected include, but are not limited to: liquids and solids contained in separators connected to the apron draining system for the airport; 55 gallon waste oil barrels; 55 gallon barrel containing waste runway crumb rubber and sand. Further materials to be collected are liquids and solids contained in oil/water separator/clarifier located behind Fleet Operations building; waste oil contained in 250 gallon tank located at Fleet Operations building; waste antifreeze/coolant contained in 150 gallon tank at Fleet Operations building; waste oil filters media-metal contained in 55 gallon drums located at Fleet Operations building; empty 55 gallon fresh oil drums; waste lubricating synthetic oil contained in one 250 gallon tank and one 500 gallon tank located at Cogeneration plants; waste oil filters media-paper contained in 55 gallon drums located at each Cogeneration plant; and liquid acids (all types) contained in 15 gallon drums. Each time that waste oil barrels are collected, Contractor shall service the surrounding secondary containment, including, but not limited to, collection of any materials contained therein. On an As Needed Basis: When the City identifies a waste that warrants removal, the City's Contract Officer will contact Contractor to investigate the nature of the waste and provide to the Contract Officer a quotation for the necessary collection, transportation, disposal and/or destruction of the material. Contractor shall not engage in any work until a scope of services and related compensation is reviewed and approved in writing by the City's Contract Officer. 3. Contract Manager(s): The Contract will be performed under the direction and supervision of Contract Managers for their respective City facility locations. Any reference to the Contract Manager in the contract shall mean the respective and appropriate Contract Manager or his designated representative. SPECIAL CONDITIONS: 3. Proiect Coordinator: The Contractor will be required to assign a Project Coordinator to the Contract. This individual represents and has full authority to act for the Contractor and shall be the City's key contact throughout the duration of the Contract. A space is provided on the Information Required of Bidder page for the Project Coordinator to be named with a telephone number for contact with the respective Contract Manager(s). 4. Bidder Qualifications: In order to be considered for award, each Bidder must submit with their Bid the Information Required of Bidder, pages 15-16, completed in full. This Bid is intended for "all purpose' waste handling companies. "All-purpose" means the company is capable of handling a wide variety of hazardous and non-hazardous wastes, from possible characterization through proper disposal or recycling. This Bid is not meant for companies which would serve as subcontractors to the all-purpose companies, or companies specializing in particular waste streams. All waste management activities shall be performed in accordance with local, state and federal regulations. The Contractor shall obtain all necessary permits and licenses required by local, state and federal agencies for carrying out the work. The Contractor shall obtain appropriate approval as necessary from a disposal facility and the applicable regulatory authority for the acceptance of a waste shipment. The Contractor shall be Page 20 of 99 responsible for manifest completion, tracking and reporting. The Contractor shall carry sufficient pollution liability insurance ($1,000,000 minimum) to cover the work expected to be performed under the contract. 5. Bid Security: Each bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form herein and made payable to the City of Palm Springs in the amount of ten percent of the bid amount. Such guaranty shall be forfeited should the Bidder to whom the Contract is awarded fail to furnish the required proof of insurance, bonds and to enter into a contract with the City within the period of time specified in the IFB documents. Securities may be substituted for retained funds, if applicable, per Public Contract Code Section 22300. 6. Business License: The successful bidder will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax'. 7. Term Of Contract: The term of this Contract will be for(3)three years from date of award, with two (2) one (1) year renewal options upon mutual consent of the Contract Administrator and the Contractor. A. Option to Renew: At the sole discretion of the City, the Contract may be renewed for two additional years or any portion thereof. If the City exercises its option to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas. B. Contract Services Agreement: The successful bidder will be required to sign a Contract Services Agreement in a form acceptable to the City. A sample of such an Agreement is attached as an Exhibit °A" herein. C. Schedule of Work - The Contractor shall furnish to the City Representative a detailed work schedule showing how the Contractor will accomplish the Contract requirements. This work schedule shall indicate the number of personnel, tasks to be performed by each person and the amount of time necessary to accomplish the work. The schedule shall be kept throughout the duration of the Contract, and shall be modified and re-submitted to the City Representative as required. Any work to be performed not conforming to this schedule shall be approved by the City Representative prior to such occurrence. D. Adiustment of Services - The City reserves the right to reduce or increase, or otherwise adjust the scope of services. 6. Pricin : Pricing quoted in this Bid shall be firm for the original three-year term of the resulting Contract. 7. Payment: For all services which the Contractor is obligated to perform under the Contract, the City shall pay to the Contractor per the quote provided by Contractor and set out in Exhibit "C" of the Contract Services Agreement. 8. Award Of Bid: The Bid will be awarded to the lowest responsive and responsible Bidder based on the unit prices submitted on the Bid Pricing Page of this document. Responsibility of a bidder will be determined by the City based on each bidders experience and references. The City will be the sole judge with respect to the responsiveness and responsibility of each bidder. Page 21 of 99 9. Performance Bond: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. 10. Time Is Of The Essence: Time is of the essence in performance of the work. Page 22 of 99 INVITATION FOR BID (IFB) 15-10 COLLECTION AND DESTRUCTION OF WASTE MATERIALS BID PRICING Responding to Invitation for Bids No. 15-10 for Collection and Destruction of Waste Materials for City facilities, the undersigned bidder proposes and agrees to provide the services and work in accordance with the specifications. 1/WE PROPOSE AND AGREE to furnish all labor, equipment, materials, supervision and service necessary to complete said Work in accordance with the Specifications of the City of Palm Springs and will accept as full payment therefore, the following unit cost amounts. The City of Palm Springs will not accept any additional charges, fees, etc. that are not already included or incorporated in the below unit costs. Type Waste Oil Unit Price/ per Annual Quantity Estimated (including lubricating oil from Co en Gal Estimated Gallons Annual Cost Liquid 3350 Service Fee 20 Unit Price/per Annual Quantity Estimated Waste Anti-Freeze Coolant Gal Estimated Gallons Annual Cost Liquid 190 Service Fee 4 Annual Quantity Used Oil Filters (including replacement Unit Price/55 Estimated 55 gal Estimated drums) gal drum drums Annual Cost Filter 12 Unit Price/per Annual Quantity Estimated OillWater Separator Waste Gal Estimated Gallons Annual Cost Liquids 7500 Solids 182 MEMEMEM Annual Quantity Unit Price/55 Estimated 55 gal Estimated Runway Rubber Fragment Removal gal drum drums Annual Cost 55 gallon drum 500 Annual Quantity Estimated Miscellaneous Unit Price Estimated Annual Cost Batteries mix 55 gallon drum 5 U Shaped Light 55 gallon drum 6 4' Fluorescent Lights boxed 5 8' Fluorescent Lights boxed 1 HID Lights 55 gallon drum 2 Aerosol Paint 55 gallon drum 1 Latex Paint 55 gallon drum 10 Other Paint 55 gallon drum 1 Misc. Solvents 55 gallon drum 1 Total Estimated Annual Compensation $ Estimated Annual Rate $ x 3 years= Total Est.for 3 years $ (Basis of Award) PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: Page 23 of 99 For the initial three (3) years of the Agreement term, the Unit Pricing shall remain fixed. For optional years 4 and 5, Contractor may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. CHECK IF THE FOLLOWING STATEMENT APPLIES: My firm/company is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license from a jurisdiction within the Coachella Valley is REQUIRED to be attached to this document in order to request the Local Preference. Local Preference will NOT be applied or considered if you fail to comply with this requirement with the submission of your Bid ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your Bid. Failure to acknowledge the Addenda issued may result in your Bid being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s) # is/are hereby acknowledged. IFB 15-10 COLLECTION, TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS (Signatures): Name of contractor submitting bid Authorized signature Printed name Title Address City, State, Zip Telephone No: Fax No: E-mail Page 24 of 99 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH BID STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE ) The undersigned, being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: Title Subscribed and sworn to before me this day of 20— Notary Public in and for said County and State Page 25 of 99 CITY OF PALM SPRINGS COLLECTION, TRANSPORTATION AND DESTRUCTION OF WASTE MATERIALS IFB 15-10 Information Required of Bidder NO BID WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL. ALL APPLICABLE ITEMS MUST BE FILLED OUT. Bidder is required to supply the following: 1. Contractor/Firm Name and Address 2. Name and Title of person authorized to execute a contract for the firm: 3. Telephone Number: (FAX) 4. E-mail address: 5. Type of Firm: _Individual _Partnership _Corporation _Other 6. Corporation organized under the laws of the State of 7. Business License No. Expiration Date: 8. List at least five (5) current contracts/references which are similar to the requirements in this IFB. Contract$ Contract Account Name & Address Contact Person Amount Term & Phone Number a. b. C. d. e. 9. List the name, title, and telephone of the person (Project Coordinator) who will supervise full-time the work of this Contract for your firm: Page 26 of 99 10. Number of years in this type of business: 11. Response Time, if applicable: (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) Page 27 of 99 BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal,_and as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (state in words and figures): for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule(s) of the City's Contract Documents entitled: IFB 15-10 COLLECTION, TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents and furnishes the required Certificates of Insurance, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED this_day of 20 CONTRACTOR: SURETY: (Check One:_individual, _partnership, _corporation) By: By: Signature (NOTARIZED) Print Name and Title: Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) BY Signature (NOTARIZED) Print Name and Title: (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President; and B. Secretary, Asst. Secretary, Treasurer, Asst. Treasurer, or Chief Financial Officer.) Page 28 of 99 EXHIBIT "C" CONTRACTOR'S BID Page 29 of 99 INVITATION FOR BIDS No. I r3_1 0 FOR COLLECTION,TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE . MATERIALS THIS INVITATION FOR BIDS CONSISTS F THE FOLLOWING COVER SHEET.............................. PAGE NOTICE INVITING BIDS................................................... **'"*"*",...I BIDDER'S CHECK LIST................ ........ ....—2-3 TERMS&CONDITIONS........ ........... .....**.......--..4 SCOPE OF SERVICES,REQUIREMENTS, COMPENSATION. PERFORMANCE....—...........-5-8 ...........9-12 BID PRICING PAGES(MUST BE MANUALLY SIGNED)...................... . .... .........13-14 NON-COLUSSION AFFIDAVIT............... .......... .... .. .... ....--........ ................. ............. ............15 BIDDER'S GENERAL INFORMATION AND REFERENCE LIST......................—.... ...........16-17 BID BOND FORM SAMPLE CONTRACT AGREEMENT........... ................................ ................................A9-39 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. STREET ADDRES& City of Palm Springs Procurement&Contracting 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 DATE DUE: WEDNESDAY, JULY 8, 2015 TIME DUE: 3:00 P.M., Local Time Addendua#3- Date Due: Tuesday, July 29, 2015 Time Due: 3:00 P.M., Local Time LEASE NOTE�THAT PtA��Llfi SPRINGS F�g]� IS CLOSED L 1 GS CITY HALL IS CL0S:--2-9YjftY FRIDAY n Tw;;0j=crwDr_q� AN .1 _HALL�� D THEREFORE IS NOT ABLE TO ACCEPT TIME OR DATE STAMP ANY UBMITTALS/BIDS ON FRIDAYS fOR WEEKENDS . PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A SU MITTALIBID BY THE DUE DATE AND TIME AS DEFINE IN HIS DOC MENT. V � L' Page 30 of 99 i ""REVISED AS PER ADDENDUM#4"" INVITATION FOR DID(IFB)15-10 COLLECTION AND DESTRUCTION OF WASTE MATERIALS BID PRICING Responding to Invitation for Bids No. 15-10 for Collection and Destruction of Waste Materials for City facilities,the undersigned bidder proposes and agrees to provide the services and work in accordance with the specifications. INVE PROPOSE AND AGREE to furnish all labor, equipment,materials,supervision and service necessary to complete said Work In accordance with the Speciticallons of the City of Palm Springs and will accept as full payment therefore,the following unit cost amounts. The City of palm Springs will not accept any additional charges,fees,etc.that are not already included or incorporated In the below unit costs. TYPe Was on Unit Prictf per Annual quantity Estimated Gat Estimated Gallons Annual Cost Motor oR waste and knbrlca oil from n 10 3350 Unit ce/par AnnualQuaniky Estimated Waste Antl-Freeze Coolant all Estimated Gallons Annual Cost uld 1200 - =,ate-.fir ,.. Annu al quantity Unit Price/55 Estimated 55 gal Estimated Oil Waste/Filters at drum drums Annual Cost Filter 00 18 .00 Absorbent MatariaVOl Rags 12 9yi axis"V"'i(I"Ii i... W31 ni ,s�4"�4id1.�?�so-�„s. t19AR Miscellaneous Annual quantity Estimated Unit Price Estimated Annual Cost 0atierbes mix 5 aRan drum 95 00 5 U Sho L' t 55 Ron dram 14 . 6 4'Fluorescent his boxed 5 I20..00 V Fluorescent U his boxed .00 1 HID his 55 allon drum 2 Aerosol Pa 55 alton drum 1 Latex Paint 55 ailon drum 1 10 Waler1ased 65 Ron drum 175. 1p misc.Solvents 55 d I00 1 Total Estimated Annual Compensation s Estimated Annual Rate $ x 3 years= Total Est for 3 years$ 31 560.00 (Basis of Award) r 13 Page 31 of 99 PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS For the Initial three (3) years of the Agreement term, the Unit Pricing shall remain fixed. For optional years 4 and 5, Contractor may request a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI)for the LA/Riverside/Anaheim region for the prior 12 month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated CPI increase,are at the mutual consent of the City and the Contractor. CHECK IF THE FOLLOWING STATEMENT APPLIES: My firm/company is a Local Business(Licensed within the jurisdiction of the Coachella Valley). Copy of current business license from a Jurisdiction within the Coachella Vallev ... Is REQUIRED to be attached to this document in order to reauaat the Local Preference Local Preference will NOT be applied or considered if you fail to comply with this requirement with the submission of your Bid. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by Including the acknowledgment with your Bid. Failure to acknowledge the Addenda issued may result in your Bid being deemed non-responsive. In the space provided below,please acknowledge receipt of each Addendum: Addendum(s)If(r a,3H. isfare hereby acknowledged. IFB 15-10 COLLECTION,TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS (Signatures): Name of contractor subm g HCI vironmental & Engineering Service Authorized signature Printed name Gregory J. Pa Title President Address 114 Business Center Drive City,State,Zip Corona, CA 92880 Telephone No:. (951) 280-0298 Fax No: (951) 280-0118 E-mail greg@hcienv.com 14 Page 32 of 99 `, PAEf. sp J , Y { � i U INVITATION FOR BID(15.10) FOR COLLECTION,TRANSPORATION DISPOSAL ANDIOR DESTRUCTION OF WASTE MATERIALS ADDENDUM NO,1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFS DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS, The City has received the following questions and Is hereby providing answers thereto, O 1: Will the City of Palm Springs waive the payment and performance bond for this contract? Al., Yes,the requirement for a Payment and Performance Bond is hereby waived for this Contract. O 2: Is this project Prevailing Wage and require Carl"I d Payroll? A 2. No,Prevailing Wage Rates and Certified Payroll are not applicable. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Marina A.Williams Procurement Specialist I DATE: June 25,2015 ADDENDUM ACKNOWLEDGMENT., Proposer Finn Name: HCI EnvironmentalAAddent�he Svc Authorized Signature: GreRorY J P• Data:Acknowledgment of Receipt of Addendum signing and Including the acknowledgment with your submittal,or you may also acknowledge th bottom of Page 14 of the Invitation to Bid. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. Page 33 of 99 L 1� y INVITATION FOR BID(15.10) FOR COLLECTION,TRANSPORATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS ADDENDUM NO.2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The City of Palm Springs is extending the deadline for this Invitation to Bid from Wednesday, July 8, 2015 at 3pm to Tuesday,July 21, 2015 at 3pm. The City has received the following questions and Is hereby providing answers thereto: Q1: What type of batteries? Al: Batteries include lead acid,alkaitne,and NiCad Q2: I noticed on the bid that the 5591 drum replacements(Empty drums)is not on the fist,do you provide Your own drums or do you also need pricing on replacement drums? A2, No we do not provlde our own drums,vendor is to provide drums. pricing to include replacement new 03: May t have a copy of the current contractWking? A2: Please find previous contract pricing attached The City has received other questions that we are still working on and answers will be provided in future addenda. Page 34 of 99 BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Marina A.Williams Procurement Specialist i DATE: July 2,2015 ADDENDUM ACKNOWLEDGMENT; Proposer Firm Name: Pa, 1 H it ertal & P —neering Servive Authorized Signature: Date: i Acknowledgment of Receipt of Add dum 2 is required by signing and including the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom Of Page 14 of the Invitation to Bid. Failure to acknowledge this Addendum may result In your submittal being deemed not-responaiva. Page 35 of 99 � YAIAI r 'L V � INVITATION FOR BID(1640) FOR COLLECTION,TRANSPORATION DISPOSAL ANDIOR DESTRUCTION OF WASTE MATERIALS ADDENDUM NO,3 This Addendum is being issued for the following changes and informational Items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. The Citv of Palm Sorinas is extending the deadline for this Invitation to Bid from Tuesday July 21 15 at 3 m to T esda July 2&2015 at 3 Addendum No. 3 deletes the requirements for a State Contractor License "HAZ" identified on the Notice Inviting Bids Page 2 and replaces the requirement with the below: Ct.ARIFICATIONIREVISIONS OF IFS DOCUMENT: Stoke: agree+ISR16 Replace with* Contractor must possess ALL of the following current and valid licenses, registrations and permits in the State of CA: • CHP—Hazardous Materials Transportation License • DTSC—Hazardous Waste Transporter Registration with Consolidated Transporter Notification • DOT PHMSA—Hazardous Materials Certificate of Registrafiorr/ • EPA ID Number ✓ • DMV—Non-Expiring Motor Carrier Permit Current and valid copies of ALL of the above are required of all bidders with submission of bids, and shall be maintained by the awarded contractor during the entire (arm of the agreement. Failure to submit the above required copies with a bid will deer the bid as non-responsive, Page 36 of 99 i The Bid Pricing page has been updated. Disgard: Page 13 of the original invitation to Bid (Bid Pricing). Failure to use the revised bid pricing page wilt deem a bid as non-responsive. Replace with: Page 13 attached hereto and made part of the original Invitation to Bib. The City has received the following questions and is hereby providing answers thereto: Q 1: Does the Oil&water ship as Non-HAZ or Non•RCRA? AV They are Non4IAL O 2: What type of mist.sohfents?Do you have MSOS's for these solvents? A 2: Solvents we degreasers and graffiti removers. Yes,we have MSDS for these solvents. QM What types of parts? A3: Latex water based,water based traffic paints for striping and curb painting and aerosol spray paint. Q4: May I have a copy of the MSDS for the runway rubber fragment removal? A4: There is no MSDS. We use high pressure steam water for removal and the residual is hauled away. Q5: Where is the used all coming from? AS: The waste oil is drained out of City vehicles white performing routine services and Is lubricating oil from the Cogan plant. Q& Now many u-shoped lights are in a SSgi drum? Afi: We do not know how many fights fit in a S5g1 drum, 07: Now many HID lights are in the 55gl drum? A7: We do not know tow many lights fit m a SSgI drum. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Marina A.Williams Procurement Specialist I DATE: July 14,2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: i t 'o Service Authorized Signature: " Data: -' Acknowledgment of Aer:el[Ffo dd um 3 is required by signing and Including the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom of page 14 of the Invitation to Bid. Failure to acknowledge this Addendum may result In your submittal being deemed non-responsive. Page 37 of 99 O' r.r.0 S np Z V L• N • Cit,FOie�N�. INVrrATION FOR BID(15-10) FOR COLLECTION,TRANSPORATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS ADDENDUM NO,4 This Addendum is being Issued for the following changes and Informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL. TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. As no in Addendum#3. please remember the deadline for this Invitation to Bid was extended from Trresdev.July 21.2015 at 3om to TUESDAY DULY 28 2015 at 3pm. Also note that the deadline for submission of questions has passed. CLARIFICATIONIREyiSIONS OF IFB DOCUMENT: Strike from the Bid Priclna page "Runway Rubber Fragment Removal" The removal of this material Is NOT vart this bid Process or the resulting contract. As such,The"Revised"Bid Pricing page as provided in Addendum#3 has been updated. Discard. Page 13 of the original Invitation to Bid (Bid Pricing)and from Addendum#3. Failure to use the revised bid pricing page per this Addendum#4 will deem a bid as non-responsive. Replace with: Revised Bid Pricing Page from Addendum#4, Page 13, attached hereto and made part of the original Invitation to Bid. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Craig L Gladders on behalf of Marina A.Williams Procurement&Contracting Manager DATE July 20,2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: ar !iQ L v & Service Authorized Signature: Date: o S Acknowledgment of Receipt of dum 4 is required by signing and including the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom of Page 14 of the Invitation to Bid. Failure to acknowledge this Addendum may result in your submittal being deemed non-responsive. Page 38 of 99 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH BID STATE OF CALIFORNIA ) # Please see correct notary page ) SS attached. COUNTY OF RIVERSIDE ) The undersigned, being first duly sworn,dep es and says that he or she is of , the party making the foregoing bid. That the bid is not made in the interests of, or on th half of, any undisclosed person, partnership company, association, organization, or torpor 'on; that the bid is genuine and not collusive or sham;that the bidder has not directly or indi tly induced or solicited any other bidder to put in a false or sham bid, and has not directly r indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put I a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any annex, directly or indirectly, sought by agreement, communication, or conference with yone to fix the bid price of the bidder or any other bidder, or to fox any overhead, profit,or t element of the bid price,or of that of any other bidder,or to secure any advantage against a public body awarding the contract of anyone Interested in the proposed contract;that all s ements contained in the bid are true; and, further,that the bidder has not, directly or indire submitted his or her bid price or any breakdown thereof, or the contents thereof, or dlvul ed information or data relative thereof, or paid, and will not pay, any fee to any corporation, rtnership, company, association, organization, bid depository, or any other member or age thereof to effectuate a collusive or sham bid. Title Subscribe and swum to before me this day of 20_ Notary Public in and for said County and State 15 Page 39 of 99 MIFORNIA JURAT WITH AFMANT STATEMENT GOVERNMENT CODE§8202 64 See Attached Document(Notary to cross out lines 1-6 below) See Statement Below(Lines 1-6 to be completed only by document signer[s),not Notary) Dc net No. 1 Signature of Document Signer No.2(if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthtulnessTaccuraey,or validity of that document. State of California Subscribed and sworn to (or affirmed) before me County of 4Ri of //-�h� -� I on this lh�__day of 20 �S by Date Month Year r�+�[ (and (2} }, DESTANI T.FLEURY ( Name(4 of Signeroo Commission N 2D7S106 Rotary PuUSe•California : proved to me an the basis of satisfactory evidence If RiVar 'ee01 fI ' to be the persons} who appeared before me. 3Yw Y Comm.f� ims Ju13t.2018 Signature Signature of Notary Public sear Place Notary Seat Above OPTIONAL Though this section is optional,completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: AALS-A O Document Date:AILS—; ' Number of Pages:I-Signer(s)Other Than Named Above:�( 02014 National Notary Association-www.NaUonaiNotwy.org•1-800-US NOTARY(1-800-876-6827) item#5910 Page 40 of 99 CITY OF PALM SPRINGS COLLECTION,TRANSPORTATION AND DESTRUCTION OF WASTE MATERIALS IFS 15-10 Information Reaulred of Bidder NO BID WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL ALL APPLICABLE ITEMS MUST BE FILLED OUT. Bidder is required to supply the following: 1. Contractor/Firm Name and Address HCI Environmental & Engineering Svc 114 Business Center, Drive, Corona, CA 92880 2. Name and Title of person authorized to execute a contract for the firm: Gregory J. Parker, President 3. Telephone Number: (951) 280-0298 (FAX) (951) 280-0118 4. E-mail address: greg@hcienv.com 5. Type of Firm: _Individual _Partnership KCorporation _Other 6. Corporation organized under the laws of the State of NV,CA 7. Business License No. 788216 Expiration Date: 12/31/16 8. List at least five(5)current contracts/references which are similar to the requirements in this IFS. Contract$ Contract Account Name&Address Contact Person Amount Term &Phone Number a. $350.000.00 Nano H20-See attached pages Erin Chiang �411j1777J.11A b. $100.000.00 Moulton Niguel-See attached pages Larry Bellew (949)425-3535 c. . $54.000.on _ L.A. Police-See attached pages Mark Kapoh (424)646-670 d. $275,000.00 Sorenson By-See atrxhed Dozes Joe Watanah, (909)795-2434 e.$80,000.00 City of Eenx-See attached pages Charles intent (951)765-3807 16 Page 41 of 99 HC HCI Environmental&Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788218•NV 0075367 "One SohNon for AN Your Environmental Needs" GSA Advantage Contract Number.'. GS-10F.0334Y visit us on the web at www.HCIENV_cnnn go HAZMAT TEAM 800.988,4424 References Company: Nano H2O Name: Erin Chiang E-Mail:echiang@nanoh20.com Phone:(310)321-4118 Address:750 Lairport Street,El Segundo, CA Description: Clarifier pump-out/Clean-up, hazardous waste removal,and supply part washers including disposal of parts washer fluid Dates: 12/2009-Current Company: Sorenson Engineering Name: Joe Watanabe E-Mail:jwatanabe@sorensoneng.com Phone:(909)795-2434 Address: 32032 Dunlap Blvd,Yucaipa,CA 92399 Description: Hazardous waste transportation and disposal services Dates: 712010-Current Company:Total Chaos Fab Name: Matt Vaughan E-Mail:chaosfab@sboglobal.net Phone: (951)737-9682 Address: 159 N Maple Street#J, Corona, CA 92880 Description: Hazardous waste transportation and supply part washers including disposal of parts washer fluid Dates:8/2013-Current Company: Decra Roofing Systems, Inc. Name: SherryKinzel E-Mail: skinzel@decra.com Phone:951-272-8180 Address: 1230 Railroad Street, Corona, CA 92882 Description: Hazardous waste transportation and disposal services and supply part washers including disposal of parts washer fluid Dates: 7/2012-9/2014 Company:Moulton Niguel Water District Name: Larry Bellew E-Mail:tmidgley@mnwd.com Phone: (949)425-3535 Address: 32332 Crown Valley Parkway, Laguna Hills, CA 92692 Description: Hazardous waste transportation and disposal services Dates:412012-Current Pg. 1 of 2 CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 42 of 99 HCI Environmental Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216•NV 0075W7 'One Solution for AN Your EmironnwoaJ Needs, GSA Advanlage Cnntract Number GS-IOF-0334Y Visit us an the web at www.HGENV. HAZK4TTEAA4 800.988.4424 References Company:Los-Anlaeles Work!Airport Police Name: Mark Kapoh E-Mail: mkapoh@lawa.org Phone: (424)646-5670 Address:7171 W. Imperial Highway, Los Angeles, CA 90045 Description:Weekly dean-up of firing range/annual cleaning and replace rubber backstop Dates: 112012-Current Company: Riverside Co. Economic Development Aaencv Name: Grace Escobar E-Mail: gescobar@dvcoeda.org Phone: (760)218-8567 Address:340310'Street, Suite 500, Riverside, CA 92501 Description: Demolition and disposal Dates:6/2012-Current Company: City of Hemet Name: Charles Russell E-Mail:crusseli@cityofhemetorg Phone: (951)765-3807 Address:3777 Industrial Avenue, Hemet, CA 92545 Description: Hazardous waste transportation and disposal services Dates: 9/2001-Current Company: City of San Jose Police Department Name: Priscilla Louangrath E-Mail: Priscilla.louangrath@sanjoseca.gov Phone: (708)535.7058 Address:201 W. Mission Street,San Jose,CA 95110 Description: Firing Range Ctean-up/Maintenance Dates: 12/2013-Current CALIFORNIA NEVADA ARIZONA Pg.2 of 2 Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 43 of 99 9. List the name,Utle,and telephone of the person(Project Coordinator)who will supervise full-time the work of this Contract for your firm: (951) 2EO-0298 iC 01sen—Project Manager / Tressa Stivers— Comolience dc@icienv.ccm treasa@Ixienv.ccm 10.Number of years in this type of business: 15 11.Response Time, if applicable:__ 2 tours (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) 17 Page 44 of 99 HCI Environmental Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS ja HE CA 788216,NV 0075357 'One Solution for At Your Environmental Needs' GSA Adyan an alge CtreCt Number: GS-7AF-0334V Yu:d us an the web al www.RGENV.caa HAZMAT TEAM 800.988.4424 Subcontractor Company:Asbury Environmental Services Name: Scott Ennis Phone: (310)886-3400 Address: 1300 S. Santa Fe Avenue, Compton, CA 90221 Job Description or Goods Provided:Waste oil pump out EPA#: CAD028277036 DOT#: 061214553033W Cal. State License#:731738(A& HAZ) Motor Carrier Permit:CA#0000068 CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 500.988.4424 Page 45 of 99 # No bud bord, please see adderdun Nnber 1. BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety,are held and firmly bound unto The City of Palm Springs, h reinafter called the'City" in the sum of(state in words and figures): for the payment of which sum, well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, Jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said C' to perform the Work required under the bidding schedule(s)of the City's Contract Documents nthled: IFS 15 10 COLLECTION,TRANSPORTATION DIS OSAL ANDIOR DESTRUCTION OF WASTE MATER S NOW THEREFORE, 9 said Principal is awarded a tract by said City,and,within the time and in the manner required kt the"Notice Inviting Bids and the "Instructions to Bidders" enters into a written Agreement on the form of agreerne bound with said Contract Documents and furnishes the required Certificates of Insuranc , then this obligation shall be null and void, otherwise it shall remain in full force and effec. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City In such sub, including a reasonable attorney's fee to be fi by the court. SIGNED AND SEALED this—day of 20 CONTRACTOR: SURETY: (Check One: individual,_partners ,_corporation) By: BY Signature (NOTARIZED Print Name and Title: Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) By: Signature (NOTARIZED) Print Name and Tit] . t!ons r uire two signatures;one from each of the following groups(Corpora:A.C rman of Board,President,or any Vice President; and B.Secr Lary,Ass'Secretary,Treasurer,Asst.Treasurer,or Chief F' let Officer.) IS Page 46 of 99 CALIFORNIA ALL44MPOSE ACKNOWLED6M8NT CML COt1E;1t80 Aeomy ardl!or Barr aGm mmg4u,ft mriE rwfn Wy 14 WWWy of dw bdvidd 00 a"do QOCYIMR b Whth ft mr$Cmr O>BedMd.Od 116t 1aB V IANI/M4 aoxrary.CI vei@y OI eOt dOtltllflG __ttyy.� 1 Qp1 dy d e-(-Srk 1 bakm.. T�P�AayR tAd. Hare Am.rt�wma otfear PAY aPPearad ]JcLsac.s M, tT AeXg ' ft-s(d},•gr .he prwrod k M m III t®of eabhly avkWM to be the per="wta nemye)of" m+bbcnbed k 16a w#M kmbwn d wd a ftmoledbed 1e me t W tWWW MY wwouted the Berm in hiohwMetrevemrkadcapmey(r).eW UdbyhiJlwNwiaibnetura{gaoUr Unburaeri Mperam(ay. M the anlby Woe Wa 11 of which the paaorga}acted.axom"d Um hxdnmm L I I,*ruder PENALTY OF PERJURY Wder the Irm of tM Okta of CaWw"ed tM fongMV pwaemph w hoe and cy hold VE6Isslan 20764 Wtf11£9S mY herd nd oHclel aed CtNtmuselon N 2076iOB =: Nolery Public•Calbomte � RIVW31de Ctmnty BOMA e M comm.Extutes Jul 31.2010 a rube*of moa0y F bfo Place Nntmy SaW Mow OPTKWAL 7hMWh M aacecn u aPa'orra:odrpktig)hb edwrrab'arr mn Wtr efadbn d tM daarmni p bmddantnM*MMVnedofVvv koo tow arYdwWddooa t D"oubond Atledwd bep� to TAP ar Type of ooeunrrt_ K'.tl 'l4'�s".rQ.......•,,,�„_Dowm+anl Dtc W-WW of FARM—Samr(a)Oetar TM+Named Above: CapdtyQaaJ Ct mod by ftPoMaY Bray Neel•'. OPnefe N ww- ❑Corpora's Ofiwr—T flow: 0 OMPM"after—70*a ❑Pmbait— 0Ulim 134;Z4 ❑R-6-- C3U-Aed OOew! O÷d ❑MWnay it Fact ❑bKWArd 0 Atkmy k Fad DTndaa ❑emdworoommakv ❑Tame" O man or Cmaervator O Otlir. 0 Obmr: Big—b Repro nbw 9ifper is Ropmp t w 0.v01i taaow N^mYAneeirmm•w Netionbkkry.arb•1400-LE NOTARY 0400470-MM bm#= 34 Page 47 of 99 HCI Environmental & Engineering Service HCI GENERAL ENGINEERING STATE CONTRACTORS CA 788216-NV 0075367 'One Solution W All Your EnW=MeMal Needs' GSA Advantage C tract Number: GS-1017-0334Y ViSit M on the web at w ,HCIENV tan HA2MAT TEAM 600.9UA424 Statement of Qualification Corporate Backaround HCI Environmental&Engineering Service(HCI)was established in April 2000. Its Founders, Gregory J.Parker and C.Robert Guy have 35 Years Combined experience in the environmental management industry.Their experience includes hazardous waste transportation,disposal,2417 emergency chemical spill response,environmental construction,lab packing,environmental consulting and project management. Due to their training and vast experience HCI was created as a turn-key field services company utilized to assist government,institutions and private industry with their waste management needs. In regards to the management and response to the City of Palm Springs creeds,the fallowing steps will be taken with respect to the Scope of Work identified in the RFR Non Emergency Situation: - MCI receives fax,email or phone order; - HCI contacts appropriate person at the City of Palm Springs to confirm types and quantities of waste; - If necessary HCI will schedule an Environmental Technician to view and inventory the waste within one to two days; - Once waste streams are evaluated.HCI will complete a profile to the designated waste disposal facility; - HCI will receive an approval number from thedesignated disposal facility; - HCI will schedule the waste for transportation; - HCI will prepare all necessary documentation to Include shipping documents and labeling requirements; - if necessary,HCI will obtain an EPA ID number for the City of Palm Springs; - HCI will pick the waste stream(s)up within one to two days from the time the waste order has been called in unless the waste needs to be inventoried or a haz-cat and or sampling and or sampling and analysis needs to be performed prior to the job; - At the time of pick-up, HCI will have all the appropriate containers,safety equipment, appropriate paperwork and Environmental Technicians to perform the job; - Waste will be packaged,loaded on to truck,labels will be fixed to container and paperwork will be signed and dies will be left with the client for their files; - HCI will then transport the waste to the designated facility and drop off for disposal; - All paperwork will be signed by facility and proper documentation wilt be mailed back to the City of Palm Springs; CAUFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive, Corona,CA 928M 800,988,4424 Page 48 of 99 HCI Environmental IN Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216•NV 0075367 HC1 "One Solution for AM Your Environmental Needs" GSA Advantage Contract Number G$•IOF-0334Y visit us on the web at vxw.HC1ENV tarn HAZMAT TEAM 800.988.4424 Emernencv Situation: When a hazardous material incident occurs,attention must be paid to the prevention of the hazardous material spreading and unnecessary contamination of the spill location,environment and property. Containment is the prevention or reduction of the continuing spread of hazardous materials by various means.However,the first priority is to protect personnel. Containment methods include berming,use of absorbents,covering,damming and using jelling agents.Berming,curbing or diking with available materials prevents further spread of the materials or directs the flow of the materials In a more desired direction. Control is the act of preventing more discharge of hazardous material,usually from the source. Control methods Include repairing leaks,closing valves,capping discharge materials,solidifying, plugging, patching or any other effective control method applicable during the response to the incident which may reduce or stop the flow. Control activities may require the personnel to enter the high risk area called the'exclusionary zone'to conduct control activities.This requires wearing chemically protective clothing and equipment which can make the task of control more difficult to achieve.Only trained workers can conduct'saW control techniques. - HCI receives phone caps 24 hours a day 7 days a week from the City of Palm Springs. HCI requests type and quantity of material spilled,address of spill location; HCl dispatches a Project Manager and appropriate personnel to spill location with equipment truck and necessary spill containment supplies to be on-site with-in one to three hours; HCI dispatches the appropriate equipment necessary for the spill clean-up operations to be on-site within one to three hours; - When HCl arrives onsite,the spill situation will be assessed,account for and ensure the safety of all people,Isolate the area and,If possible,stop the flow of product.HCI will then take steps to control the incident; - Once the spill is under control, HCI will begin spill clean-up procedures; - HCI will profile the waste stream to the designated facility; - HCl will receive an approval number from the designated disposal facility; - HCI will schedule the waste for transportation; - HCI will prepare all necessary documentation to include shipping documents and labeling requirements; - If necessary, HCI will obtain an EPA ID number for the City of Palm Springs; - Waste will packaged,loaded on to truck, labels will be fixed to container,paperwork signed and copies left with the client for files; - HCl will then transport the waste to the designated facility and drop off for disposal; - All paperwork will be signed by tacitly and proper documentation will be mailed back to the CI y of Palm Springs for their files. x rl r err r s enl CALIFORNIA NEVADA ARIZONA Corporate Office.114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 49 of 99 HCl Environmental Engineering Service A•GENERAL ENGINEERING STATE CONTRACTORS CA 788216•NV 0075367 'One Solubar for AN Your Envfronmenta!Needs' GSA Advar ge Contrw Number GS-10E-0334Y Maltrnonarewebatw .HDENVcam I W111 NAZMAT TEAM 800.988.4424 TRANSPORTATION EMERGENCY SPILL RESPONSE PLAN FACILITY INFORMATION HCI Environmental & Engineering Service 114 Business Center Dr., Corona, CA 92880 951-280-0298 Office-951-280-0118 Fax 2417 Spill Response 800-988.4424 EMERGENCY PLAN COORDINATOR Name: D.C.Olsen Title: Emergency Response and Chief Field Supervisor Department: Environmental Construction and Emergency Response Division Telephone No.: 800-988-4424.951-280-0298/offlce•909-645-7101/mobile ADDITIONAL CONTACTS Name: C. Robert Guy Name: Donald C. Olson Title: Chief Operating Officer Title:Operations Manager Telephone No.: 951-532-9979/mobile - Telephone No.: 909-645-7101/mobile Name: Tressa Slivers Name:Tressa Slivers Title: Regulatory Compliance Manager Title:Customer Service Telephone No.:951-323-7339/mobile - Telephone No.: 951-323-7339/mobile Name Melissa Ibison Title: RequlatoW Health &Safety Compliance Consultant Tele hone No.: 951-532-5014/mobile CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.988-4424 Page 50 of 99 _ HCI Environmental Engineering Service ■il./'.� A-GENERAL ENGINEERING STATE CONTRACTORS CA 798216-NV 0075367 "One Solution for Ad Your Envkr ental Needs- GSA Advantage Cor4ract Nwnber GS•10"334Y Visit us WI the web at www.HGENV um HAZMAT TEAM 800,988.4424 COMPANY REFERENCE Company: Hunter Consulting,Inc,dba NCI Environmental&Engineering Service Address: 114 Business Center Drive Corona,CA 92880 Phone: 800.988.4424 951.280.0298 Office 951.280.0118 Fax Contact: GregoryJ,Parker—gparker@ihcienv.com C.Robert Guy—rguyahcienv.can Website: www.HCIENV.com Entity Status: Corporation State of Incorporation: Nevada Date of incorporation: 04/00 Federal Tax I.D.M 88-0463772 Dunn&Bradstreet#: 79-944-9827 A—General Engineering Contractors State License#: 788216 -C-21 Demolition -Hazardous Substances Removal and Remedial Actions Certification -Asbestos Certification NAICS Identification(ID)#:562910 Home Improvement Certification EPA Identification(ID)M CAR000176826 Hazardous Materials Transportation License#: 137055 Insurance/Bonding: Willis Insurance Contact Andrew Shulak 4250 Executive Square,Suite 250 La Jolla,CA 92037 858.678.2104 Office 858.678.2100 Fax Small Business Certification M 0022207 Department of General Services Office of Small Business Certification and Resources 707 Third Street, i°Floor,Room 400 P.O.Box 989052 West Sacramento,CA.95798-9052 Contact:Bobby 916.376.5330 Office CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 51 of 99 NCI Environmental IN Engineering Service A13ENERAL ENGINEERING STATE CONTRACTORS CA 788216-NV 0075367 HC1 'One Solution for AN Your Environmental Needs' GSA Advantage Cuniract Number OS-itF-0334Y Visit w on the web at.w w HCi� iNVV HAZMA T TEAM 800.988.4424 HCI Environmental & Engineering Service is a full service environmental management company. HCI utilizes Its vast experience In the environmental industry to assist its clients in maintaining their environmental management programs and projects with an emphasis on Hazardous Waste TransportatiaMDisposal and Environmental Construction. HCI Environmental&Engineering Service is a'hands-on field services"company. HCI ads as both a General Contractor (#788216)and a sub-contractor enabling us to service our Consulting,Contracting,Government,Public Works,and Industrial Clients. The following are examples of services HCI provides but are not limited to: ❑ Hazardous/Non Hazardous Waste o Environmental Construction Disposal/Recycling • Demolition • Paint • ASTMT Removal& • Solvents Installation • Petroleum Products • Clarifier Removal&Installation • soil • Sail ExcavationlRemediation • Acid • Asbestos Abatement • Caustic • Confined Space Enery • Waste Water • Phase I, II&III • Solid Waste • Liquid Waste ❑ Environmental Compliance ❑ Hazardous/Non Hazardous Waste Transportation Permitting • Work Plans • Box Van • Health&Safety Plans • Roll-off • Sampling&Analysis • Vacuum Tanker Waste Classification • Bulk Tanker ❑ 24 hrl7 day a week Emergency Spill Response NCI Environmental&Engineering Service Builds Relationships Along with HCI's longevity in the environmental industry come long-lasting relationships with its clients. HCI prides itself in becoming an integral part of our client's team, utilizing its ability to assist in completing both basic and complex segments of a defined project within budget and on fine. Please feet free to contact HCI Environmental&Engineering Service for any future environmental projects. CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.968.4424 Page 52 of 99 HCI Environmental &Engineering Service va A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216-NV 0075367 'One Solution rorAN Your Environmental Needs' GSA AdventneContrail Number GSOCF433 Y Visit us on Bte web at www.HCIENV.rnm NAZMAT rEAm s00.9884424 BANK/CREDIT REFERENCE Bank Information: Pacific Western Bank Corona Branch 1050 W.Sixth Street Corona,CA 92882 (951)735.7426 Office(951)735-0657 Fax Trade/Credit Contact:Joyce Cox—Branch Operations Manager References: Alliance Environmental P.O.Box 1028 Muniets,CA 92584 (951)965-7000 Office Contact:Dave Milligan Credit Limit$10K Terms: 30 days National Construction&Supply,Inc. 160 W.Foothill Pkwy.,Ste. 105#140 Corona,CA 92862 (800)454-4627 Office Credit Limit: $100K Terms: 30 days Evoqua Water Technologies,LLC 5375 S.Boyle Ave Los Angeles,CA 90058 (323)277.1500 Office Contact:Lisa Alvarez Credit Limit $50K Terms: 30 days Downs Energy 1296 Magnolia Ave Corona,CA 92879.2098 (888)810-3835 Office Credit Limit: Open Terms: 10 days CALIFORNIA NEVADA ARIZONA Corporate Office:114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 53 of 99 HCI Environmental &Engineering Service up A-GENERAL ENGINEERING STATE CONTRACTORS CA 788218-NV 0075367 'One Solution for AN Your Environmental Alaeda' GSA Advantage Cmtrea Number GS-10F.0334Y Visit m m tha"b at w ..HCIENV.mm HAIMA T TEAM 800.988.4424 ENGINEERING/CONSTRUCTION EQUIPMENT LIST • Track Excavator 2%Yard Rubber Tire Loader - 3 Yard Rubber Tire Loader - 4%Yard Rubber Tire Loader - 6 Yard Rubber Tire Loader 4 Yard Track Loader - 450 Crawler to Include Slope Board - DO Crawler to Include Slope Board - Single Drum Sheepstoot Compactor Backhoe • 7 Yard Dump Truck 2000 Galion Water Truck 2000 Galion Water Truck 04 824 Rubber Tire Dozer 25 Ton End-Dump Truck 19 Yard Elevating Scraper 11 Yard Elevating Scraper 49,000#Excavator Skid Steer to Include Breaker Motor Grader • Skip Loader HAZARDOUS WASTEIEMERGENCY RESPONSE EQUIPMENT LIST • (1)5,600 Gallon Stainless Vacuum Tankers) (8)8,500 Gallon Bulk Tanker(s) - (3)Fuel Filtration Units to Include Truck and Trailer • (1)Ford F550 Fully Equipped Emergency Spill Response Vehicle (1)Polaris 500 Quad-Runner to Include Trailer (1)28'Truck and Trailer (1)53'Truck and Trailer (3)Transportable High-Pressure/Steam Units (3)Ford F150 (3)Dodge 1500 - (1)Fad F350 (1)24'Freightkner Stakebed (1)6,600 Gallon Waste Oil Rate Collection Truck CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 54 of 99 HC HCI Environmental IN Engineering Service A- ■/`..i' A�GENERAL ENGINEERING STATE CONTRACTORS CA 788215•NV 0075357 'One Solution for All Your Environmental Needs' GSA Advantage C0r4rect Number GS-10E-0334Y Vawt w on the web at waw.HCIENV.cpn HAZM4T TEAM 800-988-4424 PROJECT REFERENCE TABLE PROJECT LOCATION DESCRIPTION OF SERVICE SOCO Petroleum El Centro,CA Emergency Response: Responded to a diesel spill via a tanker truck and trailer,Cleaned up>40,000 gallons of contaminated water and >10,000 tons of diesel Impacted soil to the satisfaction of all regulatory agencies Involved, Precision Pipeline Fontana,CA Emergency Response: Biohazard spill(raw sewage and petroleum hydrocarbon);The City of Fontana main sewer line was damaged by a sewer repair company during excavation. Raw sewage was exposed to soti,storm drains and canals. Removal of all soil,debris and rinsate. Bank of America,Coast Federal Various locations throughout CA Site Assessments: Bank and other financial institutions Prepared and reviewed Phase 1.118 III ESA's to allow property title transfers. Chemical Distribution Facility Los Angeles,CA Site Characterization and Remedlation: Performed subsurface and water monitoring investigations to determine extent of soil contamination and plume extent. Lockheed/Martin Skunkworks Ontario,CA Site Characterization end Facility Remediation: Remedial investigation and excavation of solvent contaminated soil,LIST removal, and structural decontamination to include various airplane hangers and trenching. San Pedro Fish Market San Pedro,CA Site Characterization and Remediation: Preparation of work plan,HASP for excavation and removal of approximately 500 linear feel of underground product (diesel)piping and contaminated soil. Installation of a petroleum Impacted soil remediation s stem. Modine Corporation Whittier,CA Site Characterization and Remedladon: Site assessment or former radiator manufacturing facility including the excavation of heavy metal contaminated soli. CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive, Corona,CA 92880 800.988,4424 Page 55 of 99 HCI Environmental Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216•NV 0075367 HC 'One Solution for All Your Environmental Needs' GSA Advantage Contract Manbar. GS-10F,0334Y Visit us on are web at www.HCiENV mm HAZMAT TEAM 800.988.4424 PROJECT LOCATION DESCRIPTION OF ERVICE Disneyland Hotel Anaheim,CA Site Characterization and Remadiado t: Diesel contaminated soil excavation and disposal,Including extensive excavation cldewall shoring installation due to poor soil stability, Claremont Colleges Claremont,CA Site Characterization and Remedfatton: Site assessment,excavation, transportation anal recydktg of>10,000 tons of Petroleum Impacted sal. Advanced Fuel Filtration Systems, Corona,CA Asbestos Abatement: Inc. Removal and replacement of>15,000 square feet of floor and calling asbestos related material Fleming Metal Fabricators Los Angeles,CA Site Characterization and Remedlation: Deep drilling excavation of heavy metal contaminated sal and slurry backfll. BFM Energy Santa Ana,CA Site Characterization and Remedfation: RCRA abatement,decontamination,de- commission,excavation and backfitfe ineered bio-trealment. Container Corp.of America Los Angeles,CA Site Characterization and Remediatlon: Preparatlon of Wort Plan and HASP prior to performing deep drilling excavation of> 10,000 tons of petroleum impacted sod to Include slurry backfill. PAMCO Manufacturing Rancho Dominguez,CA Site Characterization,UST and Clarifier Removal: Removal of 500 gallon UST and underground clarifier. Excavation of> 2.500 tons of petroleum Impacted sal. U.S.Postal Service Various locations,Southern CA LIST Removal and Installation: Removal of 12 USTs and installation of 8 USTs Edwards Air Force Base Edwards AFB,CA UST Removal and USTIAST installations: Removal of>200 USTs including the subsequent site Investigations to determine the level of contamination. Installation of various USTs and ASTs. Whitney Machinery Grand Terrace,CA UST Removal and AST installation: Removal of two USTs and installation of one UST KEHKO,Inc. Chandler,CA Confined Space Oversight: Provided oversight of confined space procedures for pipeline contractor through a municipal landfill company. Approximately A mile of pipeline installed. CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800,988.4424 Page 56 of 99 MCI Environmental&Engineering Service A- A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216,NV 0075367 'One Solution 7orAil Your Envirorvnentai Needs- GSA Advantage Contract Number GS-10E-0334Y Vwt us an ere web at www.HCIENV.mm HAZMAT TEAM 800.08.4424 PROJECT LOCATION DESCRIPTION OF SERVICE Kiewit Washington Pasadena,CA UST Removal: Removal and closure of(2)550 gallon UST's to include soil sampling and closure report. FICA Aerospace,Inc. El Segundo,CA Site Characterization and Remedlation: Site Assessment,excavation, transportation,and recycling of 98 torts of City of Visalia Visalia,CA Lead Abatement batanm ed soN. Preparation of work plan,HASP for lead abatement of>12,000 linear feet of large diameter sewer lines. Advanced Fuel Filtration Systems, Bridgeport,CA Emergency Response: Inc. Responded to a>2000 gallon crude oil spill into a waterway via a tanker truck and trailer, Due to freezing weather conditions,material developed Into a semi-solid state;Material was cleaned from the surface and water column; Initial Wean-up consisted of 60 people and various pieces of equipment and supplies; HCI was lead project manager while acling as Responsible Party for Client M Stephens Manufacturing Cudahy,CA Asbestos Abatement: Removal and replacement of>12,000 square feet of asbestos related floor Mae. CIM Group,Inc. San Diego,CA UST Removal: Removal of(1)1500 gallon steel UST containing fuel oil and excavation, transportation,and recycling of 105 tons of petroleum impacted coil. Farmers Insurance Group Locations throughout Southern Asbestos Abatement: California Testing and subsequent remadiatfon of asbestos contaminated flooring,file mastic and miscellaneous materials. URS Corporation of America Goleta,CA vapor Extraction System Installation: Install and test a ground water and vapor extraction system for a former dry cleaner. Work performed In multi. phases to include loll sampling, excavation and disposal. Griffith Company Los Angeles,Ca Lead Abatement: Removal,encapsulation,and disposal of lead based paint contaminated steel doors. CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 9288D 800,988,4424 Page 57 of 99 HCI Environmental &Engineering Service A•GENERAL ENGINEERING STATE CONTRACTORS CA 788218•NV 0078787 'One Solution WAN Your Environmental Needs" GSA Advantage COnlraCI Number GS-IOF-0334Y Nat us On the web at vavx[1QENV.oxn HAZMAT TEAM 800.988.4424 PROJECT LOCATION DESCRIPTION OF SERVICE County of San Diego San Diego,Ca Lead Abatement: Removal and disposal of lead based paint on a historically significant residence.Restored residence to original condition. Repair and replace rotting wood facia. Pacific Coast Transport Fontana,Ca Emergency Response: Refrigeration Respond to a 1,000 gallon diesel sill. Contain,test,remediate contaminated soil,backfili cavity,and replace asphalt and concrete from property. Work in conjunction with county and local authorities. Bear Valley Unified School District Big Bear,CA Hazardous Waste Removal: Classify,Package,Transport,and Dispose of torge quantities of unused and expired chemicals to prepare USID for Inspection by local authorities. Hood Communications,Inc. Norco,Ca Reporting: Prepare and Submit Spill Prevention, Control,and Countermeasure plan in compliance with EPA regulations. CALIFORNIA NEVADA ARIZONA Corporate Office:114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 58 of 99 State Of Call "'a x:...CONTRACTORS STATE LICENSE BOARD ACTIVE LICENSE _.....,_7$E216 -CORP HUNTER CONSULTING INC DBA HCI ENVIRONMENTAL 6 ENGINEERING SERVICE ..�_..: C21 A HA2 ASS ©+per e+....w 1213112016 www cslb ca gov Page 59 of 99 I STATE OF CALIFORNIA ro *t& Itcen#e Aftarb I Pursuant to Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license to: I HLINTER CONsum `NG INC dba HCI ENVIRONMENTAL & ENGINEERING SERVICE to engage in the business or actin the eappacii�of a contractor in the following;classlficafion(s) A-GENERAL ENGINEERING CONTRACTOR HAZ-HAZARDOUS SUBSTANCES REMOVAL `ASB'-ASBESTOS-_, -' HIC-HOME IMPROVEMENT CERTIFICATION f Witness my hand and seal this day, December 6,mOS Issued December 4, 2000 AT LYRE OF LICENSEE Stephen P.Sands Regn cinr of nntncfars -f c W �rfJ. ICE SE QUAEtFIFR this license is the INElpLMI of the Registrar of Conowwrs, /88216 Q TJ is not tnnsferrabte,and shalt be returned to m the Registrar upon demand when suspended,rmokect or inwRdated License Number for any reason.It becomes void if not renewed. 1! O O In 741R 160 mrol 594% M to tO 3 � t STATE OF CALIFORNIA Col ttt=r# *We A. litinoetD r Pursuant to Chapter 9 of Division 3 of the Business and Professions Code r and the Rules and Regulations of the Contractors State License Board, I the Registrar of Contractors does hereby issue this license to: 14l HUNTER CONSULTINGIIVC dba. HCI i ENVIRONMENTAL & ENGINEERING SERVICE to engage in the-business or act in the capacity of a contractor in the following classifi'eation(s):. C21-BUILDING MOVING;DEMOLITION 3 i Witness my hand and seal this day, ! December 6,2002 i Ilmued December 4, 2000 GN V Or ICENSEE ro Istrar c n Sands f Registrar of Contractors E 0 LICE E QUALIFIER This hCeme is thepropeny of the Registrara(Contractors, 788216 is not hansk"able,and shall be returned to the Regisnar upon remand when suspended,awaked,a invalidated License Number M for any reason,R becomes void if not renew ed, t F' t� to to $ulSTATE fOF cAuuclppwggkwAinwmBwllpnpuplpmpdnl pulanwudpwN111uIgmm�pauwllnumpnlnnllwun�ImNlummwulalnwpaanlpnlwmlWmlaluallawiwunu uwldilnntlnlimlO — 6 St ATE AND CONSI'NEO 5ERVICE:AD'NCr CONTRACTORS STATE LICENSE BOARD ..•. �`�"" •%roc.. inr Puri �/r _�. ck�,nrR, - HAZARDOUS SUBSTANCES REMOVAL AND REMEDIAL a ACTIONS CERTIFICATION � Pursuant to thi• pro9sions of Section 7055.7 of the Business and f'rofvsluns Gale. the Registrar(if Contractors does hereby et-rtifl that the following ep!aliftin pc•rsr»i has successfully cumplctcd the hazardous subitunces removed and rrtnedial actions _� eznmin:+lion- _ 110 .'i:•_ -rid-_ :{-t+f 41 'StRRROf n Qualifier. GREGORY JoN PARSER c � ; COMRFACTORS j y r5 —? s License \o.:: 788216 � �-CA 4'u Bitsines.4 Name: HUNTER CONSULTING INC DBA HCI ENVIRONMENTAL & ENGINEERING SERVI{& \l'1N r.SS I/kl Imnd mvl o/�M/arvd flr+f a 4 rtny r f DECEMBER 2000r.. y ' N:gi<tcu nC Grotrace.ta r. my c Nrvn.tr.r upm dt.�:a�«L..... — F A<Ffrtrnt•nfG«1rnkYur. f3L38112/fR]) rcud<�1 rr m+a!hLi.d 4u am �palunpllpNlgpwllpgiwluMlplwpltlllq111111pIaWpdINIglUlwqpullqplltn!pinnni�llilgpllllnlpinnwalwlpallwuppulgtllllplllippqldiwpawtlptpwlpflnnpdplwplwlllqlullnillpfwpllwlwlpnlgpluwl A- 8157 iffiF :tlunlaawelal�ndpgilplwpAfnupl�fwnduuwfpupldmw�nunpRlpdnlp!Idlwwldentalnfnufn�naplpolanunmwlnalwludgpnawwa�uwflnuwppupmuluimpwnp�wnpahlp�pfupapuwlaq� _ STATE OF CALIFORNIA � a STATE AND CONSUMER SERVICES AGENCY CONTRAC170135 STATE LICENSE BOARD a Building Quality+ � f..tA15t11t1C1` '�� _ nnlll'b ASBESTOS CERTIFICATION = a Pursuant to the provisions of Section 7058.5 of the Business and Professions Code, the Registrar of Contractors does hereby certify that the following qualifying person has successfully completer) the asbestos certification esaminatiun: s E _ a� z4a'..torcoxsuy��!r ?$1 REuiarnAR of '«li Q1mlific., GREGORY JON PARKER eoRtpssroxs .' e ++i '•.�'�'� •' 'r' License No. 788216 Qusilles< N;unc. HUNTER CONSULTING INC DBA NCI ENVIRONMENTAL & ENGINEERING SERVICE '_ It t hEgS rmi Lnnrt cnrJ v�(yi•rfn!e:ed tLu ,tko,q DECEMBER 2000 std.a•,dr, 4 the ! ,�•r„ .:r a,• s It if(:r rtmrn'n r3L?5tID9B n.:r,h,.,fn.vn rz_ RillElktlllllAllgpP&tlllalllniganiwpplulplllt^tiI!Ilnnliltltllll,aau!tllpu!nUtalllVll!!IlplMllil!pllii!loll{nnll}ntalllgtlni[glan9!gnlltll;ll!INIp!a111IlUIlUtlltlll!nntllnllUpallllga!itilq!afllnllllitlq IIIAllaanit�allllp�t� Page 62 of 99 WdSync:The State of California: HUNTER CONSULTING INC DBA HCI ENVIRON... Page 1 of 2 Welcome (LQ= /19,44 Deporfinenf or Need a»istance' V GOV General SerVtGt'S Contact us e.roc aao.naas» VAIONG WEEN AITMG:.4EEN W:iYY.hG OJELti HUNTER CONSULTING INC DBA HCI ENVIRONMENTAL&ENGINEERING SERVICE-#22207 Supplier Profile .. Legal Business Name HUNTER CONSULTING INC DBA HCI ENVIRONMENTAL&ENGINEERING SERVICE Doing Business As HUNTER CONSULTING INC DBA HCl ENVIRONMENTAL&ENGINEERING SERVICE Address 114 BUSINESS CENTER DR Phone (951)2SM298 CORONA CA92880 FAX (951)2804118 Email csho,o@jxleny corn Web Page httwJYwrv.hdemesom Business Types Construction Seance Seance Areas Alameda,Alpine,Amador,Butte,Calaveras,Col sa,Contra Costa Del Norte,EI Dorado, Fresno,Gtenn,Humboldt imperial,Imp,Kern,Kings,Lake.Lassen,Los Angeles,Madera, Marin,Mariposa,Mendocino,Merced,Modoc Mono,Monterey,Napa,Nevada Orange, Placer,Plumas,Riverside,Sacramento,San Benito,San Bernardino,San Diego,San Joaquin, San Luis Obispo,San Mateo,Santa Barbara,Santa Clara,Santa Cruz,Shasta,Sierra,Sisk'ryou, Solano,Sonoma,Stanislaus,Sutter,Tehama.Trinity,Tulare,Tuolumne,Ventura,Yolo,Yuba, Keywords telephone communications except radiotelephone refuse systems computer Integrated design engineering services general engineering asbestos removal certification hazardous substance removal certification home improvement certification waste transportation Construction License Types A-General Engineering ASS-Asbestos Removal Certification C 21-Building moving wreddng HA2-Hazardous Substance Removal Certification HIC-Home Improvement Certification Classifications 721415-Land preparation services 761016-Hazardous material decontamination 761215-Refuse collection and disposal 761223-Recycling services 811617-Telecommunication Services Active Certifications TYPE STATUS FROM TO SB Approved Feb 26,2014 Feb 28,2016 Certification History TYPE STATUS FROM TO Page 63 of 99 POSY=The State of Califomia: HUNTER CONSULTING INC DBA HC1 ENVIRON... Page 2 of 2 SB Expired Feb 27,2013 Feb 28,2014 SB(Micro) Expired Feb 25,2011 Feb 28,2013 SB Expired Nov 19,2009 Feb 28,2011 SB(Mla'o) Expired Ott 16,2008 Nov 30 2009 56 Expired Oct 20,2005 Sep 30.2008 SB Expired Mar 11,2002 Oa 31,2005 SB Expired Jan30,2001 Dec 31,2001 Page 64 of 99 STATE Oi C"Oq� aU4,ASS5 TAN{SPOgi4TgH�AIIO MOt15lIGAneNCv DEPARTMENT OF MOTOR VEHICLES Registration OParaaont Dwisicn MS G875 P,O BOX 932370 Sacramento,CA.94232.3700 t9161657.9153 08/16/2012 HUNTER CONSULTINO INC 114 BUSINESS CENTER DR CORONA,CA 92890 Mir NON-EXPIRING A Niaac 6e+vka,,4,m7 MOTOR CARRIER PERMIT Combined Carrier DEPARTMENT OF MOTOR VEHICLES Valid Valid - ReOStmtioa Operations Division From 09/p1/2012 : Valid NO"-Expiring P.O.BOX 932370 Sacramento,CA.94232-37DO CAM 0333071 The carrier named on this permit is subject to the Unified Carrier Registration Act(UCRA} of 2005,and is granted a non-czPiring permit 114 BUSINESS CENTER DRR HUNTER CONSULTING of the following elassirication: CORONA,CA 92880 For Hire Corporation t N/A Office 154 Not Valid for Intrastate Oniy operations 46znt Tech ID: Rr sNNN Aml Paid: Zee !!!IiY1PORTAtV7 REMINDERS!!! 1. This non-expiring Motor Carrier Permit(MCP)will remain valid as long as you continue to conduct interstate operations.The Unified Carrier Registration Act(UCRA)of 2005 exempts combined catriers(carriers who operate both intra and interstate)from MCP requirements, 2. Federal Motor Carrier Safety Administration insurance requirements must be maintained, 3. If you commence intrastate only operations,you must renew your MCP. California Relay Telephone Service for the dearer hearing impaired from TDD Phones', I•SOD-735-2929,from Voice Phones' I-SOD-135.2922 MC 7tM n+tAsv awo+n A Public Service Aaencv Page 65 of 99 STATSOFCALlORNW CONiNOtMN86t txevscwtwa SAESIR ERECIAEMT( wFwZIZ Ry OHPARS KDFCAtIFOR WI"AYPAIPd, 211489 13T055 7J2i2011 8131p2015 HAZARDOUS MATERIALS D"B64 10C IOVpnDale R�Il Pt TRANSPORTATION LICENSE CA CHP WM(REV,IAYJI OPI 062 PROPERTY OF THE CALIFORNIA HIGHWAY PATROL(CHP) Tns alpndrid kaua mW b Vp4iusamw'f p>agbtingasbdelda pwR-enrad p UCENSEE NAME AND PHYSICAL ADDRESS (only nddlarem hum below} kpLeapJautlraMadhary�tlfcleaoxtA+pbn banpgag nwadgnmabills ad n.elps PMMWbaryO�oEYlupalRgpefe TNskeenbNONTRMSFBUHIfMmu4hs rvnad!a bib DaW dunw4a wmgwd Nos.A m*jj&mpebwneypparor4tla HUNTER CONSULTING,INC. MFcapeJRlMy4Rp nyharcwlmweTa'n Wme eaybnrwnfbabla ai giclom HCI ENVIRONMENTAL i ENGINEERING SERVICE a+d WcPigYs bM OR Fasms ltmkma kmw*M a en atr.naWkWvld mulew Jaata PS F:l blegappafarca THMISNOSRACEPMOD.Fak" h4nRtlmmnCetGP,CmmwridVdMeBa5Ms101q 80-= This Cmda eon 0e speaalmubgwe sbpPhp Om me&y Nb at hdirabd bebw: UCENSEE NAME AND MARJNG ADDRESS MNAI EAploswos supjegbDivhbn l4,GNmuaVMitle Cade{CYC1- HUNTER CONSULTING,INC. ❑ (HMPIH)PcimoW abm HmNmandathbkAp3ckagbpsz*ab HCI ENVIRONMENTAL i ENGINEERING SERVICE O'Ms7onii.O,CVC. 114 BUSINESS CENTER DRIVE 0 (HItCOItralway Rah Cag Owidy radoxWslsRlabbwejegb Dwim CORONA CA 9260 1/JI,CVC, Aq Pesm044mps.fpisaw pw2 aW NOrAmiWI;d5 a hwdm "au nr ATTENTION: sY bYnnMald�y"X3JMCNPaMa�ory hrhppdedeembrmsNgrrrylmrriraam srwtaenoeaszaam(LvesPla zlnzsl Page 66 of 99 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION fa HAZARDOUS MATERIALS CERTIFICATE OF REGISTRATION FOR REGISTRATION YEAR(S)2014-2016 Registrant: HUNTER CONSULTING INC DBA HC1 ENVIRONMENTAL& ENGINEERING SERVICE Attn:TRESSA STIVERS 114 BUSINESS CENTER DRIVE CORONA,CA 92880 This certifies that the registrant is registered with the U.S.Department of Transportation as required by 49 CFR Part 107,Subpart G, This certificate is issued under the authority of 49 U.S.C.5105. it is unlawful to alter or falsify this document. Reg.No-. 061714600012%VX Issued;-06'11W'2014 Expires: OW1012016 HM Company ID:091005 Record Keeping Requirements for the Registration Program The following must be maintained at the principal place of business for a period of three years from the date of issuance of this Certificate of Registration: (1) A copy of the registration statement filed with PHMSA;and (2) ThisCertificateofRegistration Each person subject to the registration requirement must famish that person's Certificate of Registration (or a copy) and all other records and information pertaining to the information contained in the registration statement to an authorized representative or special agent of the U. S. Department of Transportation upon request. Each motor carrier(private or for-hire)and each vessel operator subject to the registration requirement .. must keep a copy of the current Certificate of Registration or another document bearing the registration number identified as the"U.S.DOT Hannat Reg.No."in each truck and truck tractor or vessel(trailers and semi-trailers not included) used to transport hazardous materials subject to the registration requirement. The Certificate of Registration or document bearing the registration number must be made available,upon request,to enforcement personnel. For information, contact the Hazardous Materials Registration Manager, PHH-52, Pipeline and Hazardous Materials Safety Administration, U.S. Department of Transportation, 1200 New Jersey Avenue,SE,Washington,DC 20590,telephone(202)366-4109. Page 67 of 99 Department of Toxic Substances Control Ntlthw Rndrrquez Miriam Barc Ilona Ingendo Acting Director Edmund G.Brown Jr. Secretary rot Emrimnmenlai PrWa5oM1 1001 '['Street Govenwr P.O.Box 806 Sacramento,California 968/2-os% "HAZARDOUS WASTE TRANSPORTER REGISTRATION"' WITH CONSOLIDATED TRANSPORTER NOTIFICATION NAME AND ADDRESS OF REGISTERED TRANSPORTER: HCI ENVIRONMENTAL&ENGINEERING SERVICE 114 BUSINESS CENTER DR CORONA CA 92880 TRANSPORTER REGISTRATION NO:6464 EXPIRATION DATE: OCTOBER 31,2015 1 THIS IS TO CERTIFY THAT THE FIRM NAMED ABOVE IS DULY REGISTERED TO TRANSPORT HAZARDOUS WASTE IN THE STATE OF CALIFORNIA IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 6.5,DIVISION 20 OF THE HEALTH AND SAFETY CODE AND TITLE 22 OF THE CALIFORNIA CODE OF REGULATIONS,DIVISION 4.5. THIS REGISTRATION CERTIFICATE MUST BE CARRIED WITH EACH SHIPMENT OF HAZARDOUS WASTE. FOR REGISTRATION INFORMATION,PLEASE CALL(916)A40-7145. Gam' (AUTHORIZED SIGNATURE) OCTOBER 28, 2014 (DATE) Page 68 of 99 • United States Environmental Protection Agency Region 9 75 Hawthorne Street,(WST-6) San Francisco,CA 94105 May 20,2003 GREGORYPARKER HUNTER CONSULTING INC DBA MCI ENV AND EN l M BUSINESS CENTER DR CORONA,CA 92880 The US Environmental Protection Agency(EPA)has updated the information for your RCRA Subtitle C Site under the EPA Identification(ID)Number already assigned to your location(see below). EPA has updated this ID number in response to the RCRA Subtitle C Site Identification Form(8700-t2}received from your RCRA Subtitle C Site on May 12,2008. By submitting the Form 8700-12,your RCRA Subtitle C Site has notified the EPA of the Resource Conservation and Recovery Act(RCRA)regulated waste activities shown below in accordance with Section 3010 of RCRA,!The EPA ID number for this location is also referred to as a RCRA ID number'and is to be used on transport manifests and any other hazardous waste manaement documents required under Subtitle C of RCRA g RCRA 11)number: CAR000176826 is assigned to: HUNTER CONSULTING INC DBA HCI ENV AND EN 114 BUSINESS CENTER DR CORONA,CA 92880 EPA has listed your status as: Not a Generator Transporter Used Oil Transporter For assistance regarding RCRA regulations,access the following websites: http!/www,epa.goviosw/or httP:I/epa.gov/rcraoulinet or if you need a current version of the Subtitle C Identification Form(8700-12),access http://ti%w%v;epa.gov/epaoswer/hamaste/daWformS7O0/form3.htm For assistance with any other RCRA Notification questions please call the Notification Information Line listed below. U.S.EPA Region 9 RCRA Notifications 75 Hawthorne Street (W ST-6fretra Tech) San Francisco,CA 94105 Notification Line(415)495-5895 Page 69 of 99 This Certifies That HCl Environmental & Engineering Service Has Developed and Maintains, With The Assistance Of Green in 7, Inc., A Green Business Program. tti �t The Green Business Program Has Been Developed In An Effort to Reduce The Company's Environmental impact. Every Effort Has Been Made To Address All Categories Within The Greenin7.com Standards. At a Minimum,An Annual Review Wit!Be Performed To Act As Confirmation That The Green Business Plan Is Being Adhered To, Proper Records Are Being Recorded and Those Records Are Analyzed Regularly In Order To Meet The Company's Green Initiative's. Valld until Wednesday.August 12,2015 er s+waroewaw. ���V�/7v1�► I CQ,*TM ,WaroM s orml GamGt�„_, Cerfi(n:atlon p606 erogory J.Pa roeldenl,Careen In 7,lnc. ny ww ,greenIn7.c*m N caroww e+a W rD v 0 O rn ko ko BUSINESS LICENSE TAX,CERTIFICATE CITY OF CORONA Tba BwLwu Uemy Tu C�hfiwO dnai iiatPMna WMMlsabinN�ewdwmea'?b.bauenua• Bwhew Ncenu Ts:Caas.,.,t d by ea wwwom xcn�migam.co�.u�- P`r.toa.. 400 South Vfoentia Avenue aM11�a�tlaM baWerNemito 0"On am bushes in any bL,"stun n7P}romb0�tro`_y dnagnNedan eh BwtneaiUwnsi TaxCiisenb;Yi aleeJenliueli h�9Gn+p drwunBesbaefe�h COmna,CA 82882-2187 ♦mm hxbYA a,.mndundwrh tiuWru a h vidiebn°t. �' eh uiea wN,p�tk wNeeenaWMfeenwebfubjetbdfemnpf train wimp bje5nidac.Mallo: •t . (8517736-2275"3 BUSINES$NAYS ' 'HCIErniromneMil3 "eva5ervke ;:- � � •„ ; � BUSINESS LOCATION' �1146usFleaa Ce Dr Nw.C3q+BI2B�B4Or'4 r` 7 ': BUSINESSTYPEDESCRI'PTION ' GW1t6i. A.�HulterCanstd6ng lrw ,� `V# L 3,. Enviroment61 M BUSINESSanagement 2 Lirepery J parker =Yt'Y t't: ,It I S 5 , HCi ENVIRONMENTAL b"ENGINEERING$ER VICE � y`" 1. '.' tACa`nse Number. - 61S471 1 t4 BUSINESS CENTER OR ''- ,": ,. -' . ExpinBon Date: August 31,2015 CORONA,CA 82NO ``' ,^�, o Start Date: Septembe(t,2001 'BUST BE POSTED FOR PUBLIC VIEWING NOT TRANSFE"BLE ' Page 71 of 99 i Sauteom Nevada Office Nmr. m Nevada Office 2010 CarWate CIrde.Sufle 200 9670 Gateway Ome.Sum 100 Hencignuxt,Nevada 80074 STATE CONTRACTORS BOARD eze�,-""'� 0952 pazla80-180-11ua ryrslsse 114++a1 The Nevada State Contractors Board certifies that HCI ENVIRONMENTAL & ENGINEERING SERVICE Licansed&e1CR f]Cfpbpr,18,2010 License No.0075367 Is duly licensed as a contractor In the iolloWng classifif ation(s): PRINCIPALS: AiiENERAtENGINEERING UmIT: MOW GREGORY JCNJ PARKER,Presidad Wahl EXPIRES. 101312016 CKARLES ROBERT GUY,Secrataryrrraas tS OF lyey qt a.kr r • - 44 N x O �a y Cha n,NavadaStaisCantractorsBo� 'YrRACtOR Page 72 of 99 State of California Secretary of State CERTIFICATE OF STATUS ENTITY NAME: HUNTER CONSULTING, INC. , WHICH WILL DO BUSINESS IN CALIFORNIA AS HCI ENVIRONMENTAL & ENGINEERING SERVICE FILE NUMBER: C2201286 REGISTRATION DATE: 10/31/2000 TYPE: FOREIGN CORPORATION JURISDICTION: NEVADA STATUS: ACTIVE (GOOD STANDING) I, ALEX PADILLA, Secretary of State of the State of California, hereby certify: The records of this office indicate the entity is qualified to transact intrastate business in the State of California. No information is available from this office regarding the financial condition, business activities or practices of the entity. OF yB IN WITNESS� WHEREOF/ I execute this certificate�gu11CNA •.+rq and affix the Great Seal of the State of ��.' '•9� California this day of April 16, 2015. PADILLA Scrrccu� pf titale MAX Page 73 of 99 22012tYj 0 of rH �nf r!� �jgay o� SECRETARY OF STATE I, BILL JONES, Secretary of State of the State of California, hereby certify: That the attached transcript of _�page(s) has been compared with the record on file in this office, of which it purports to be a copy, and that it is full, true and correct, r } IN WITNESS WHEREOF t execute this i45a�<°Fr�r gg certificate and affix the Great Seal of the State of California this day of �4 :4°nr s w cam. et: Secretary of State Su_51) Fp110E 9t Vfr531 Page 74 of 99 L SECRETARY OF STATE CERTIFICATE OF QUALIFICATION 1, BILL JONES, Secretary of State of the State of California, hereby certify: That on the 31ST day of OCTOBER, 2000, HUNTER CONSULTING, INC., WHICH WILL DO BUSINESS IN CALIFORNIA AS HCI ENVIRONMENTAL & ENGINEERING SERVICE, a corporation organized and existing under the laws of NEVADA, complied with the requirements of California law in effect on that date for the purpose of qualifying to transact intrastate business in the State of California, and that as of said date said corporation became and now is fully qualified and authorized to transact intrastate business in the State of California, subject however,to: (a) any licensing requirements otherwise imposed by the laws of this State, and (b) that subject corporation shall transact all intrastate business within this State under the above fictitious name elected by it. IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of November 1, 2000. BILL. ]ONES Secretary of State r4>.21 d Int. t 93, Page 75 of 99 AC4 a CERTIFICATE OF LIABILITY INSURANCE 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 me corti0ofe holder Is an ADDITIONAL INSURED,the pollcyftes)most be Endorsed. If SUBROGATION IS WAIVED,subject w the terms and conditions of the policy,caTtsin policies may requlm An endorsernant. A statement on this certificate does not confer rights to the certificate holier In lieu of such endars lment(s). PROOUCRgLLllA inae[ance satvlcea of Ca1ifacuia, Inc. Me c!R 26 cootuty sled 1H04 1 FAX P.O. BoX 306191 6NAa N N 1.6sA-ddT• > Nulrvalle, 'Di 3T2305241 OSA AoceeEss'...tlfeytR.�r,xll l..eem UNSIAMRIBAFFORPINOCCIVER11GE HNC. MSURERA •.I.h .c. 2 2 wwRIDsunur cc...I"ng. Inc., DBA: act E.v .0NN44"I SAX't"., INWERDMI. ft.cL.ItyIAe 37085 Inc. N R AA Rae uranea c® 31940 310 Rost".. Canter Dziw Co..., G 92880 INSURER°:One auceR Ama[lcA I..X..-cowan, 2062; WSRR NSURER R: COVERAGES CERTIFICATE NUMBERar139193 REVISION NUMBER: TNtS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED HAMM ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOUtREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLMdES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS µse R dn TYPEOFINSURANCE DYOM PnLKYH M ER M vF IP LAWS X OOHMERMLOBNe LWNUn OCCVRREf4F 3 1.000,000 CLAI�MADE 71 L:j C R s 100,tl0tl A HED E%P arse gflDnY S S.OtlO OTC003621903 11/30/2018 11/30/2016 pEpSON"L 6AOVINIURY S 1.000,000 G'HLAGGREOAiEUHppn..APP4ES PER GENERAL AGGREGATE $ 2.000,000 X ICYDJECT �LCC PRUOUCTS•COMPJ0PAOG S 2,0DO.000 OTHER: I AUrOHo60.E WaNJtt NO 1KaLEL 3 3.000,000 X ANY AUTO BCDILY HAIRY IPAr Danmp 3 eOSNEO As 05uLE0 ATC001821893 11130/3014 13/20l2013 BODILY RUIRAY(Pvaw0a01 $ X HREDAUTOS X ANCN 6 NkO S X .eD I C X UNaRELLA MAe X OCCUR EACHOCCURAENCE f 81000.600 class WE CWMS,Mm UCC0434]]303 11/30/201411/30J20LS AGGREGATE S b000,000 O I X I RITENY'O"$to,coo I WBU(ERs DOMPENS..TI)N ANDEMPLOYERSWBATT X AT OiH- A A OFfICEhMENeBR EYCLW807 ECUriVE YIN NIA NSC0038]])e) 31/]013014 11/30/2015 EL.EACH ACODEM 6 1.000,p00 IMWHaryNHIn EL.OISEASE-EA EMPLOYE S 1.Op0.000 R yyeeii Mlmoa YMH DESCRPrION RATIONS baba ELOISEASE-POLICY LIMB i 1,000,ODtl O .0..d/RARted agni"Ant T30-03.05-11-D001 02lO1/3013 Ol/Dl)I018 P.b Item ( $100.000 c[u[xanr. 5100,000 adu<elbia 53.000 DF9CPVOONOi OPEMTbM12fLOCAOONS!VEHICLES igCOpO mOA,Aeatlenal Ram4ha StteOUH,DRY M eNeMd 0naxa prca b n.u9aN T.In,"X. Im1uGtl ee Fit hn.e of my Xa9.. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. avTHOR12E0 REMESENigrnE vidanca o[ i.surane. � �B�f ®1988.2014 ACORD CORPORATION. All rights reserved. ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD SR I13.920sn1 BATCN.eAt<b Pv 196777 Page 76 of 99 t AGENCY CUSTOMER ID: _ LOC 9: A R0 ADDITIONAL REMARKS SCHEDULE Page a of 2 ADEHCY NAUGO w3un0 Millis Iaauranca s.rviwa ee Caileornia' Sev. avntar CvgavlG�q, Znv., DW: 8D2 anKeenwnGl Sarvivu, ine.. POL WIAN R lit buaiwaa caetar D'J. aw 9agR i Cosona. CA 92060 DARRICR IA1K eGOe 9w ft" i $aa Page 1 E C"DAM:aN Paea 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: a6 FORM TITLE: aruritau o0 lsn.ilitr ]naurance 1.3amR/3'rg1p1W.quARiar; SDGtan PazFoz Inruianca CyeP.aV IIaICz: 169i0 WLICr W.]OKA: PLCDDl69A39] L14 Wits 1t/lD/leil s%e pwTA: /1/30/]DiS III[ei rNLYRANCL: LSMIT9: revueton usa eu eee/A99 Ss,oOD,DDD ACORD 101(20O3101) Q 2008 ACORD CORPORATION. All rights reserved, The ACORO name and logo are reglstemd marks of ACORD B]D8911 Balch t: lO6TTT e799093 Page 77 of 99 AMj,P�� Certificate of Completion This certificate confirms that Donald Olsen has completed the NUCA Excavation Safety & Competent Person Training Program and received 0.8 CEU's (8 Credit Hours) November 14, 2013 on Instructor ro Issued by LQ m The National Utility Contractors Association o 1f�,N This is i \ / ceitif f i C. Olseni , HazardNAME Communication J . General Awareness Training �r x1F November AUTHORIZED BY DATE • -�"1 lye +ion. uyiy 'a , t i,`ir a i+o w a "i—,,,,,,IT e nl �i itk na „ lr � YilF w V 4'r 1 yi . 1qt t t5 5r i1i o, U r rit j AS 1 �' of !�1 , x4ti�h n ,�°i 11 t • - �� 1 4,t ktl v tti � 5 � Nv� \�1 N NS "�% 3;11'}"F' ':�{��,5,'y` „{.,Y' �1��F.':h.�`i���YY'�n�'a` � �t�1.{?f\`3;:/t'1f �1! �A .•/ y ' icate oaf Completton�C��ttf , t D.C. Olsen Has Successfully completed 8 Hour HAZWOPER Refresher Training Refresher certification does NOT necessarily indicate initial 24 or 40 Hour HAZWOPER certification In Accordance W/Federal OSHA Regulation 29 CFR 1910.120(e), (p) & (q And all State OSHA and EPA Regulations As Well This course is approved for 8 Contact Hours(0.8 CEUs)of continuing education per the California Department of Public Health for Registered Environmental Health Specialist(REHS)issued by Safety Unlimited,Inc.(Accreditation 0 044) l 1 M 13102853348 10/28/2013 Julius P. Griggs Certificate Number Issue Date t= Instructor #892 5 F 11NLIMREU InC. 2138 Tapo St.,Suite 228 Simi Valley,CA 63063 ;t hi t'` o5tut:anplaniSeratyrrauilrgstnrat09Y3 86a309-SAFE(T233)w8063a68027 866.869.70>•T(fax) wew.ssfetyunlimited.com W fD Preof of Initial wrtidoalfon and subsequent mi esher aaWng Is NOT requhed to lake refresher UakfIna Ward to be awe M cerdtieate is vda Visa safetywjknib cLcwuredfieation 1 00 O E 0 ° rn W ko I H Q C. ertifitarte of (t� ompletion Annual HAZMAT- DOT Waste Manifest Training This certifies that DC Olsen HAS PARTICIPATED IN AND PASSED AN EXAMINATION WHICH QUALIFIES HIM/HER FOR COMPLETION IN ANNUAL HAZMAT-DOT WASTE MANIFEST TRAINING PER HM-181, 126F AND SEGMENTS HM-215A, 215E I if Instructs:Mantlo Diaz Employer ',. pis required Uai*B as indicated above has been rwmpbtee. i November 8th, 2013 November $th, 2013 i Completion Date Date ro HCI Environmental & Engineering Service Www. HCIENV. cam 00 Is 0 M ;�li Il�«d Y �. It fti ` �1i1 • i ��'I:� T N fl :' ,� .o pii- 1 a .,F � u :'1i � Iti• ' i (;" C,i '° � ` �:' e rC ., This is to ceitify that ^ Gabriel NAME t� has successfidfy completed r W,i " F ? 42) �f m General :♦ I £S li �i I F� � « p4 11411f11 ��na I it -•,fin mpt Ul i _ n � � � cn4 r � Yit � r tt ✓ I 1 '� r - .. MUCertift' rate of ttCompletion Annual HAZMAT- DOT Waste Manifest Training This certifies that a Gabriel Carrera Flores HAS PARTICIPATED IN AND PASSED AN EXAMINATION WHICH QUALIFIES HIM/HER FOR COMPLETION IN ANNUAL HAZMAT-DOT WASTE MANIFEST TRAINING PER HM-181 , 126F AND SEGMENTS HM-215A, 2158 ro Instructor Mando Diaz . ' Employer 4 Empbyer mnns that the requxea ba Wtg ee awkaten above 9 has been w pletee. I November 8th, 2013 November 8th, 2013 Completion Date Date qi HCI Environmental & Engineering Service LQ m www. HCIENV. com w 00 rn Crrtif tratt of ICo lettoll OM Gabriel Carrera Flores y Has Successfully completed 8 Hour HAZWOPER Refresher Training Refresher certification does NOT necessarily indicnte initial 24 or 40 Hour 1-IAZWOPER certification In Accordance W/Federal OSHA Regulation 29 CFR 1910120(e), (p) & (q) And all State OSFIA and EPA Regulations As Well This course is approved for 8 Contact Hours(0,8 CEUs)of continuing education per the California Department of Public Health for Registered Environmental Health Specialist(RE[IS) issued by Safety Unlimited, Inc.(Accreditation 9 044) 131028511610 10/28/2013 Julius P. Griggs Certificate Number Issue Date Instructor#892 SAFETY UNUMM,Inc. 2139 Tapo St.,Suits 228 Simi tta ft CA 1113111113 OSHA Compliant Sakti,71talndn0 Since 19113 888 309SAFE(7233)or 805 308.8027 886889J097(fax) wwwaafaVunllmfod.com W Proof cen of Initial ifieaaon and subsequent refresher trelnkg 19 NOT raquk er ed to lake rakesh imini g N Mal to be awe this cwg kate is valid?visa safeyuraniled.00mMdfieatbn l aD ,P 3 O to 10 A,; ihii f� iui13 .::n i�?uhi �l,il��i��i pi I'r Y:n i �. F� {➢ � "i1� 4r i .G .. � i �i �'q� �. i .: .. � y. y , This is to cefiif , NAME rti x a e :. ---- has successfitffyI / t t�. Y' M ' Hazard Communication General Awareness Training AUTHOR1= BY DATE x �h KELLeR C yCt 1 C1 ° (Certiftrate of Completion Annual HAZMAT- DOT Waste Manifest Training i This certifies that I t Geovanny Ornelas HAS PARTICIPATED IN AND PASSED AN EXAMINATION WHICH QUALIFIES HIM/HER FOR COMPLETION IN ANNUAL HAZMAT-DOT WASTE MANIFEST TRAINING PER HIM-1 81 , 126F AND SEGMENTS HM-215A, 215B Instructor Mando Diaz Employer et ItrLreaWmd iralnln8 es tMleated ebwe has been coaq"led. ¢ November 8th, 2013 November 8th, 2013 Completion Date i - Date t HC1 Environmental & Engineering Service www. HC ( ENV.com 00 ON D M r Certifirate of Completton Geovanny Ornelas 9 ' Has Successfully completed 8 Hour HAZWOPER Refresher Training Refresher certification does NOT necessarily indicate initial 24 or 40 Hour HAZWOPER certification 1' In Accordance W/Federal OSHA Regulation 29 CFR 1910.120(c), (p) & (q) And all State OSHA and EPA Regulations As Well This course is approved for 8 Contact Hours(0.8 cEUs)of continuing education per the California Department of Public Health for Registered Enviromnental Health Specialist(REI IS) issued by Safety Unlimited, Inc,(Accreditation I1044) �f�4a P 131027560316 10/27/2013 �r Julius P. Griggsr r Certificate Number Issue Date Instructor#892 SAFETY DNumnED,Inc. 2139 Tapo St.,Suite 228 Sknl Valley,OA 9, OSHACbmpMani Sakty Trekvrg Skim 117IX1 808 30"AFE(7233)or 808 30643027 888-tS89_7o97(tax} Www.aafetyunifmIteda m W Proof of Mal cmMae dion and subsequent refresher trainkV Is NOT required to lake refresher trainingfD (• Want to be atae this certlikate Is valid?MA saktyunamMad•coMuedficakon e0 J O law Tlyw to b l HCFE-lertif irate of Completion This certifies that Geovanny Ornelas Has Completed The Annual Heat Stress Prevention Training In Accordance With CAL/OSHA CCR, Title 8 , Section 3395 Online Web Seminar Lt Instructor.Wiliam E.Blake,EHS Empl International,Inc. Em me requ6ed kawng as Indicated abmt has been cmnptet June 18th, 2013 June 18th, 2013 Completion Date Date b HCI Environmental & Engineering Service LQ m www. HCIENV.com do co 0 Fh %D 5�f This is to ceitiy� that F i JeffJones NAME has ' T 1 successfudy I , , ' ' S f . ! ! ! s „ I r General Awareness rj"LrainMig AUTHORIZED BY DATE hY2F3' M�� 1 -.{ �'. x. ..;- ' Certtftrate of Completion Annual HAZMAT- DOT Waste Manifest Training This certifies that Jeff Jones HAS PARTICIPATED IN AND PASSED AN EXAMINATION WHICH QUALIFIES HIMMER FOR COMPLETION IN ANNUAL HAZMAT-DOT WASTE MANIFEST TRAINING PER HM-181, 126F AND SEGMENTS HM-215A, 215E Inslnactw:Manila Diaz 7 Em IOYer i t tl�a ragalred wining as Indicated abore I been pmed. November 8th, 2013 November 8th, 2013 Completion Date Date P) HCI Environmental & Engineering Service `Q f www. HCIENV.com m 0 D rh ko ML, JUL Certificate of ConvIetton Jeff Jones f i i Has Successfully completed 8 Hour HAZWOPER Refresher Training Refresher certification does NOT necessarily indicate initial 24 or 40 Hour HAZWOPER certification In Accordance W/Federal OSHA Regulation 29 CFR 1910.120(e), (p) & (t) And all State OSHA and EPA Regulations As Well Tltis course is approved for 8 Contact Hours(0.8 CEUs)of continuing education per the California Department of Public Health for Registered Environmental Health Specialist(REHS)issued by Safety Unlimited.Inc.(Accreditation#044) 140227555631 2/27/2014 Julius P. Griggs Certificate Number Issue Date Instructor#892 t UNLIMITED,Inc. 209 Tspo St..Suss 228 Slml valley,CA 93003 { 1 OSruCompn.M satetyTnlntrg Saw t(iO3 888108-SAFE V=3)or80S 90&8027 U5�889�7097(tax) SAFffY www.safetyuntimited.com PD to Prool of Inlael ceNacetbn and subsequent refresher training is NOT required to takerefresher troinfnp Went to be awe ads coraacate is vawd7 York salatyunkruled.cdnMerKicatMn , t O uo w Certificate of ConvIetton YAZ wr-5& Aw Jeff Jones Has Successfully completed OSHA 40 Hour HAZWOPER Training Annual Refresher Training Required In Accordance With Federal OSHA Regulation 29 CFR 1910.120(e) And State OSHA/EPA Regulations as well including 29 CFR 1926.65(e) 120215155631 2/15/2012 Julius R Griggs Certificate Number Issue Date Instructor #892 SAFETY UNLIMITED,lnc. 690A East Los Angeles Ave Suite 180 Simi Valley,CA 93065 OSHA compliant Safety Tmini g Sine 19M 888-3�-7237 ' 805406-0027 '888.889-7097(F) i b www.safetyunlimlted.com W W (D 1AIaM to be awe Mls cers9ra0a is vWld?YqR safaryuniknilad.canYveriReatkn to N O _MENNEN& ko ko W nqui ivEj," ertifirate of Completion HEAVY EQUIPMENT SAFETY I HOISTING I RIGGING This Certifies That Jeff Jones HAS COMPLETED THE REQUIRED COURSE WORK FOR HEAVY EQUIPMENT SAFETY I HOISTING I RIGGING IN ACCORDANCE WITH OSHA REQUIREMENTS Instructor.Menlo Diaz Em EnOoVer soncom 1 O �q Ie required Ve as WAIcated abate has been pierod. January 30th, 2013 January 30th, 2013 Completion Date Date ro HCl Environmental & Engineering Service Q www. HCIENV.com �o w 0 ko ko q2t fa 9ertiftcacte of Completton. a MCIC, ll RESPIRATOR FIT TESTING This Certifies That JEFFREY JONES TO CERTIFY THAT HE/SHE HAS COMPLETED TO SATISFATION RESPIRATOR FIT TESTING IN ACCORDANCE WITH OSHA REQUIREMENTS InstruotDG Mando Diaz Emp"r Fsytbyar ovdMms that the 7alnbq as Indicated above has been ewnplsted. MAY 3, 2013 MAY 3, 2013 S Completim Date Date ro HCl Environmental & Engineering Service w www. HCIENV. com m %o 0 M to to M1 HC �Cer � ificacte of ctCon� reti >a This certifies that Jeff Jones Has Completed The Annual Heat Stress Prevention Training In Accordance With CAL/OSHA CCR , Title 8 , Section 3395 Online Web Seminar ILL= Instructor.William E.Blake,EHS yerInternational,Inc. confl Wng as kWteated above has base completed. June 18th, 2013 June 181h, 2013 i Completion Date Date b HCl Environmental & Engineering Service w www. HCIENV. com rg to 0 ro %o b ALI M1111111111111111 to tort Certificate of ttC�nvlet Dylan Hall Has Successfully completed OSHA 40 Hour HAZWOPER Training f . In Accordance With Federal OSHA Regulation 29 CFR 1910.120(e) And State OSHA/EPA Regulations as well including 29 CFR 1926.65(e) This course is approved for 40 Contact Hours(4 CEUs)of continuing education per the California Department of Public Health for Registered Environmental Health Specialist(REHS)issued by Safety Unlimited,Inc.(Accreditation#044) 1403021101146 3/2/2014 Julius R Griggs Certificate Number Issue Date Instructor#892 SAfEiY 2139 Tapo St.Suits 220 Simi Valley.CA 93063 UNLIMITED,Inc. (fax) to OSHA conpRani Safety Training Since 19M 809 309-SAFE(7233)or SO6 300-8027 U8469-7097 wwwsafetyunlindied.com M Annual Reftstm Traininli Required VY"to be mm u*cedscate w vww va 0 M %0 ko r ¢ vT a<. � ! kd' k k'e t'd A•_ htr�4 F, � :.X � �J A p f6D, spy o- .f ft •�� �Ile � �u�.. `� / pF art'�; - � • e 'h . .r 1 rY Q� f f 4 nT _ • U 11 O . i. 4 1T1 urn ,,/�r�� T r. V` /'a,1 n`•G'1 J V (�j/{� -1 } '� rT r . EXHIBIT "D" SCHEDULE OF COMPENSATION Type Waste Oil Unit Price/per Annual Quantity Estimated Gal Estimated Gallons Annual Cost Motor oil waste and lubricating oil from Co en $0.10 3350 $335.00 Unit Price/ per Annual Quantity Estimated Waste Anti-Freeze Coolant Gal Estimated Gallons Annual Cost Liquid $0.01 1200 $12.00 Annual Quantity Unit Price/55 Estimated 55 gal Estimated Oil Waste/Filters gal drum drums Annual Cost Filter $25.00 18 $450.00 Absorbent Material/Oily Ras $155.00 12 $1,860.00 Annual Quantity Estimated Miscellaneous Unit Price Estimated Annual Cost Batteries mix 55 gallon drum $495.00 5 $2,475.00 U Shaped Light 55 gallon drum $145.00 6 $870.00 4' Fluorescent Lights boxed $24.00 5 $120.00 8' Fluorescent Lights boxed $48.00 1 $48.00 HID Lights 55 gallon drum $175.00 2 $350.00 Aerosol Paint 55 gallon drum $275.00 1 $275.00 Latex Paint 55 gallon drum $175.00 10 $1,750.00 Water Based 55 gallon drum $175.00 10 $1,750.00 Misc. Solvents 55 gallon drum $225.00 1 $225.00 Total Estimated Annual Compensation $ 10,520.00 Estimated Annual Rate $10,520.00 x 3 years= Total Est.for 3 years$ 31,560.00 (Basis of Award) Page 98 of 99 EXHIBIT "E" SCHEDULE OF PERFORMANCE Term Of Contract: The term of this Contract will be for(3) three years from date of award, with two (2) one (1) year renewal options upon mutual consent of the Contract Administrator and the Contractor. A. Option to Renew: At the sole discretion of the City, the Contract may be renewed for two additional years or any portion thereof. If the City exercises its option to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas. B. Contract Services Agreement: The successful bidder will be required to sign a Contract Services Agreement in a form acceptable to the City. A sample of such an Agreement is attached as an Exhibit "A" herein. C. Schedule of Work - The Contractor shall furnish to the City Representative a detailed work schedule showing how the Contractor will accomplish the Contract requirements. This work schedule shall indicate the number of personnel, tasks to be performed by each person and the amount of time necessary to accomplish the work. The schedule shall be kept throughout the duration of the Contract, and shall be modified and re-submitted to the City Representative as required. Any work to be performed not conforming to this schedule shall be approved by the City Representative prior to such occurrence. E. Adjustment of Services - The City reserves the right to reduce or increase, or otherwise adjust the scope of services. Page 99 of 99 HUNTCON- 1 ADAVIS2 TE (MMIDOIYYYY) ,4`ORio CERTIFICATE OF LIABILITY INSURANCE 9 DA11130/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER License 4 0757776 MCAM"PCT Alisha Davis HUB International Insurance Services Inc. ,"c�No �; (877) 825-2681 M,No:(951) 231-2572 9855 Scranton Road Suite 100 Ea41D A1L aliisha.davis@hubintemational.com San Diego, CA 92121 INSURER 5 AFFORDING COVERAGE NAIC # _ INSURER A: Westchester Surplus Lines insurance Co. 10172 INSURED INSURERS: ACE Property $ Casual Insurance Company 20699 Hunter Consulting, Inc. INSURER C: State Compensation Insurance Fund of California 35076 DBA HCI Environmental & Engineering Service PO BOX 2745 INSURER0: Corona, CA 92878 INSURER E : r-f%V1C0APCC f`CDTICICATG 1JI F1U1RFD• DFVISIr pd millUIRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRA TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LNHTS X COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR X X G47375320 002 11/3012023 1113012024 DAMAGE TO RENTED onon)$ 300,000 MED EXP (Any one $ 5,000 PERSONAL & ADV INJURY 1,000,000 `GGEEN'L AGGREGATE LIMIT APPLIES PER: X1 POLICY JR O- LOC ~� GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGG $ 2'000,400 CONTRACTOR POLL $ 1,000,000 OTHER: B AUTOMOBILE LIAB€LITY X ANY AUTO X X H08883397 002 11 /3012023 CCMBiNED SINGLE LIMIT (Ea accident) 11 /30/2024 BODILY INJURY Perperson) 1,000,000 $ $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X AUTOS ONLY X AUTOSONL� PeraEcciRde^t AMAGE A UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 EXCESS LIAB CLAIMS -MADE G47375332 002 11/3012023 1113012024. X AGGREGATE $ 4,000,000 DED I X I RETENTION $ 10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTWE Y VFICERIMEMBER EXCLUDED? (Mandatory in NH) NIA 244626-23 11/30/2023 11130/2024 X PER OTH- 1,000,000 E,L, DISEASE - EA EMPLOYEd $ 1,000,000 E.L. DISEASE -POLICY LIMIT 1,000,000 $ If yes, describe Under DESCRIPTION OF OPERATIONS below A Professional Liab G47375320 002 11f30/20231 1113012024 'Claims Made Each Occ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Operations of the Named Insured during the current policy term. The City of Palm Springs, its officials, employees and agents are Additional Insureds with regards to the General Liability policy when required by a written contract, per the attached endorsement forms CG2010 04113 and CG2037 04113.Primary & Non -Contributory wording applies with regards to the General Liability policy when required by a written contract, per the attached endorsement form ENV3252 12118. Primary & Non -Contributory wording applies with regards to the General Liability policy when required by a written contract, per the attached endorsement form ENV3252 12118. Additional Insured applies with regards to the Auto Liability policy when required by a written contract, per the attached endorsement form DA6Z04A 06114. Waiver of Subrogation applies with regards to the Auto Liability policy when required by a written contract, per the attached endorsement form DA13115A 06114. Waiver of Subrogation applies with regards to the Workers Compensation policy when required by a written contract, per the attached endorsement form 10217 04118. f'Auf Cr r Arrnwt RECEIVED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Palm SpringsL DEC7 0 o THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E. Tahquitz Canyon Way J Palm Springs, CA 92262 City Hall AUTHORIZED REPRESENTATIVE Reception Desk 0 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORO name and logo are registered marks of ACORD POLICY NUMBER: G47375320 002 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oraanization(sl I Location(s) Of Covered Onerations As required by written contract, prior to a loss to which As required by written contract, prior to a loss to which this insurance applies I this insurance applies A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to 'bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not applicable Limits of Insurance Declarations. increase the shown in the CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: G47375320 002 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 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 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organizations Location And Description Of Completed Operations As required by written contract, prior to a loss to which this insurance applies As required by written contract, prior to a loss to which this insurance applies Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the 'products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 G © Insurance Services Office, Inc., 21)12 Page 1 of.1 Westchester A Chub,b Company PRIMARY AND NONCONTRIBUTORY — OTHER INSURANCE CONDITION Named Insured Endorsement Number Hunter Consulting, Inc dba HCI Environmental & Engineering Services, Inc. Policy Symbol Policy Number Policy Period Effective Date of Endorsement GLW G47375320 002 11/30/2023 TO 11/30/2024 11/30/2023 Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to he completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary and Noncontributory Insurance This policy is primary to, and will not seek contribution from, any other insurance available to an additional insured under this policy, provided that: a. The additional insured is a named insured under such other insurance; and b. You have agreed in a written contract or agreement that this insurance would: (1) act as primary insurance; and (2) would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of this policy remain unchanged. ENV-3252 (12-18) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of i (266562.1) 1 CHUBBB Named Insured Endorsement Number Hunter Consulting, Inc dba HCI Environmental & Engineering Services, Inc. Policy Symbol Policy Number Policy Period Effective Dale of Endorsement GLW G47375320002 11/30/2023to 11/30/2024 11/30/2023 Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Company 19.M"01111161Z&146L4a919:/_1 01[H:910:I:9I6141WMU "_F9=17=F_\-NJ 11 1119_1741114 WA 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 SCHEDULE Name of Person or Organization: As required by written contract, prior to a loss to which this insurance applies (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. ENV-3143 (0305) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 AUTOMATIC ADDITIONAL INSURED ENDORSEMENT Named Insured Hunter Consulting, Inc. dba HCI Environmen Endorsement Number tal & Engineering Services, Inc. Policy Symbol Policy Number Policy Period Effective Date of Endorsement CAL I H08883397002 11/30/2023 To 11/30/2024 11/30/2023 Issued By (Name of Insurance Company) ACE Property and Casualty Insurance Company Insert the polity number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SECTION II - LIABILITY COVERAGE, WHO IS AN INSURED is amended to include as an "insured" any person or organization you are required in a written contract or agreement to name as an Additional Insured on your policy but only for "bodily injury" or "property damage" to which this insurance applies if the "accident" is caused by: 1. You, while using a covered "auto" or 2. Any other person, while using a covered "auto" with your permission. The insurance provided by this endorsement shall be subject to the following additional condition: 1. The Limit of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event, shall the policy Limits of Insurance be increased by the contract. 2, All insuring agreements, exclusions, terms and conditions of the policy shall apply to the coverage (s) provided to the Additional Insured, and such coverage shall not be enlarged or expanded by reason of the contract. 3. Coverage provided by this endorsement shall be excess over any other valid and collectible insurance available to the Additional Insured (s) whether primary, excess, contingent or on any other basis unless the contract specifically requires that this insurance be primary or you request that it apply on a primary basis prior to loss. Authorized Representative DA-6Z04a (06114) 062 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named insured Hunter uonsulting, Inc. dba HUI EnvironmentalEndorsement Number Services, Inc. Policy Symbol Policy Number Policy Period Effective Date of Endorsement CAL HO8883397 11/30/2023 To 11/30/2024 11/30/2023 Issued By (Name of Insurance Company) ACE Property and Casualty Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization, for whom you are required in a written contract or agreement, with such written contract or agreement signed prior to commencement of operations, to waive any right of recovery we may have against the person or organization, but only for "bodily injury" or "property damage" to which this insurance applies if the "accident" is caused by a) you, while using a covered "auto", or b) any other person, while using a covered "auto" with your permission. Authorized Representative Page 1 of 1 DA-13115a (06/14) I ENDORSEMENT AGREEMENT PA N WAIVER OF SUBROGATION BLANKET BASIS Pagel HOME OFFICE SAN FRANCISCO 9244626-23 ALL EFFECTIVE DATES RENEWAL AT 12:01 AM PACIFIC STANDARD TIME OR THE EFFECTIVE November 30, 2023 AT 12:01 AM. Southern TIME INDICATED AT PACIFIC STANDARD TIME AND EXPIRING November 30, 2024 AT 12:01 AM 0472459 HCI ENVIRONMENTAL & ENGINEERING S PO BOX 2745 CORONA, CA 92878-2745 WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE LIABLE FOR AN INJURY COVERED BY THIS POLICY. WE WILL NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR ORGANIZATION NAMED IN THE SCHEDULE. THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER SCHEDULE JOB DESCRIPTION BLANKET WAIVER OF SUBROGATION NOTHING IN THIS ENDORSEMENT SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS IN THIS ENDORSEMENT COUNTERSIGNED 00A''//ND ISSUED AT SAN FRANCISCO: November 29, 2023 ��Xel / ,t- AUTHORIZED REPRESENTATIVE PRESIDENT AND CEO 2572 SCIF FORM 10217 (REV.4-2018) '' OLD OF 217