Loading...
HomeMy WebLinkAbout9/2/2015 - STAFF REPORTS - 2.I. �O�PpLM SAq �y V N k ♦ r 0f1if0 f4, C,p<<FORN�p• CITY COUNCIL STAFF REPORT DATE: September 2, 2015 CONSENT AGENDA SUBJECT: APPROVE AGREEMENT FOR COLLECTION , TRANSPORTATION, AND THE DISPOSAL OF WASTE MATERIALS WITH HCI ENVIRONMENTAL AND ENGINEERING SERVICE FROM: David H. Ready, City Manager BY: Assistant City Manager/City Engineer SUMMARY The City's Facilities Maintenance Department, Fleet Operations Department, and Airport all generate waste oil, anti-freeze, coolant, oil filters, light bulbs, batteries, paint and absorbent material throughout the year from their daily operations that must be properly collected, transported, disposed of and/or destroyed. The award of this unit price agreement will provide for these services to these City departments. RECOMMENDATION: 1 . Approve a fixed unit price Agreement with HCI Environmental and Engineering for the proper collection, transportation, disposal and/or destruction of waste materials at the Airport, Fleet Operations and Facilities Maintenance divisions for an initial term of 3 (three) years with (2) two one year options that are subject to a CPI cost Increase. 2. Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: In 2008, the City entered into an agreement with Asbury Environmental Services to collect, transport, and properly dispose of and/or destroy various waste materials generated at various city facilities, which has now expired. The Procurement and Contracting Department worked closely with the Facilities Maintenance, Fleet Operations, and Airport Operations staff to update the scope ITEM NO. Y City Council Staff Report September 2, 1015 Collection, Transportation, Disposal of Waste Material of services and estimated requirements of each facility in an effort to competitively bid these services for a new 5 year contract period. Since the actual needs of each division fluctuate from year to year, staff reviewed the volume of waste removal over the past five years to estimate future needs for the purposes of the bid. The bid utilized these volume estimates from the departments and requested fixed unit prices for the first 3 years of the contract, to get an estimate of what the total cost to the City would be per year. Invitation for Bids (IFB) #15-10 was posted to the City's website and sent to twenty two (22) potential vendors_ Two (2) bids were received in the Procurement office by the July 28, 2015 deadline. The vendors who responded are shown below: Vendor Bid Amount (Estimated fixed for 3 years) HCI Environmental & Engineering $31,560.00 ($10,520 per year) Service Safety-Kleen Systems Inc. $37,446.00 $12,482.00 per ear The lowest responsive, responsible bidder is HCI Environmental & Engineering Service of Corona, CA and Staff is recommending award to them for a 3 year fixed unit price agreement with 2 one year options. Years 4 and 5 will be the same fixed unit prices adjusted at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index (CPI) for all Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas. FISCAL IMPACT: Funds for these services are budgeted each fiscal year by each using division in the following accounts: 5470-42040 (Fleet), 5641-43240 (Facillties/CoGen) and 6050- 43200 (Airport). SUBMITTED Prepared by: Approved by: t Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Esq. Assistant City Manager/City Engineer City Manager Attachments: 1. Agreement 02 Attachment 1 03 CONTRACT SERVICES AGREEMENT IFB 15-10 COLLECTION, TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS THIS CONTRACT SERVICES 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 04 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: (I")the provisions of the Scope of Services (Exhibit "A"); (2nd)the provisions of the City's Request for Bid (Exhibit "B"); (3`d) the terms of this Agreement; and, (4' ) 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 05 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 Channes 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 06 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 Against Subcontracting or Assignments. 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 09 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 Contractors 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 writing. 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 . 0 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 VI I, 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 insurers 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 Contractors obligation to provide them. Page 9 of 99 12 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 Accountina 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 13 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. B. 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 Agreement shall be construed as a whole according to its air language and common meaning to achieve the objectives 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 14' 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 I. .. 5 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 16 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 City: 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 Integrated 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. 101 Recitals. The above-referenced Recitals are hereby incorporated into the A reement as thouah 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 17 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: By: David H. Ready City Manager APPROVED AS TO FORM: ATTEST By: By: Douglas C. Holland, James Thompson, City 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: Check one_Individual_Partnership_Corporation Address By By Signature(Notarized) Signature (Notarized) Page 15 of 99 CAUFONINA ALL4gMPOSE ACKNOWLEDGMENT CIVIL CODE§118g A nmy pubic a odua alfoer amp4ag tlr cart6caa vmFm ay Ow idwoty of dw advickW%to owed the domsm to whKh Oq cern!¢da aalacMd.and notte uUtAk m muagt a vmbftcfOaadoaarae_ Mite of Ceifmda } Coady of } on before n, a9le Hera neert Name and Title at Me 0fiRw PWBCrkdN appeared Name(of SV-N who poved to me on the leis of eatielacimy evidence to be the perso*) wises nare(a) Wh aubecribsd to the within iehumerd and aduxrMedged to ma Ou d haratwAhey examAed tha sane n hmAwrAhew authormet capacity(mmy and Rot by hmImU bai sigma w*a)on the wmbu nerd the pwzurga), or the adity upon bWwd of which the penaar(a)acbKL eaeautud the inshum nL I cereity under PENALTY OF PERJURY reds the taws at the 9tffi of Ceffonda Ord tie%%going paagnWh a true and correct 1NlRE3s my hard and oRic'W aed. S pnkm of Notary PL6k Place Nofay seal Abom OPtKMY{L Though thm aecbon a apbwA oampleft Hue hdomntvn fan deleia8aambn of Me daryrnad a haudAad Amdbammwrd of His form to an umhmdod docu k Da cvipbmn of Altadwd Doaanmt Idle or Type of Document: Daaarw d Dda: Ntmbm of Pagae: gqpar(s) Ofim Than Nand Above: Capadtyfmq Ckw-d by&gi(•) S;grwrs Nave: signers Name: ❑Corporals OtTea—TO*): ❑Capods ONoa—Tft": ❑Parbwr— ❑Lirn"d ❑Oawrd ❑Partrr— O Lirdad ❑Dared ❑InckvkW ❑Attomy in Fact ❑lndpndud ❑Attorney in Fact ❑Trades ❑Osandar or Caneaveta ❑Tnakm ❑Ouardm or Cmeavdar ❑Cber. ❑ogr: signer to Hagmauting: signs b Repaesring_ C2U74luriad Nobly Aaaxabm•www.NatiaMbiayag•141UPUS NOTARY(i-8DD476-=7) Idm OWU Page 16 of v 19 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 20 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 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: 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 21 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. Q. 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 22 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 23 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. Adjustment of Services - The City reserves the right to reduce or increase, or otherwise adjust the scope of services. 6. Pricing: 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 24 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 25 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. I/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 al drum drums Annual Cost Filter 12 Unit Price/per Annual Quantity Estimated Oil/Water Separator Waste Gal Estimated Gallons Annual Cost Liquids 7500 Solids 182 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 26 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 27 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 28 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 29 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 30 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 31 EXHIBIT "C" CONTRACTOR'S BID Page 29 of 99 32 INVITATION FORBIDS NO. 15.10 FOR COLLECTION,TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS THIS INVITATION FOR lips CONSISTS OE THE FOLLOWING, COVER SHEET— PAGE NOTICE INVITING BIDS..................................................... ...........I BIDDER'S CHECK LIST .. .............2-3 TERMS&CONDITIONS............................. .......................4................... .............. ........ .... .........I.." SCOPE OF SERVICES,REQUIREMENTS.COMPENSATION,PERFORMANCE*,"',.............9.12 BID PRICING PAGES(MUST BE MANUALLY SIGNED)...................................... 13-14 NON-COLUSSION AFFIDAVIT BIDDER'S GENERAL INFORMATION AND REFERENCE LIST.............................*......... BID BOND FORM................... ...16-17 ........18 SAMPLE CONTRACT AGREEMENT.................... ................................. .............. ............19-39 NO RESPONSIBILITY WILL ATTACH To ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A 131D NOT PROPERLY ADDRESSED AND IDENTIFIED. ET ADDRESS- 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 A4dendun #31 Date Due.. 7besday, July 28, 2D15 Time Due: 3:OD P.M., Loua Time PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY Fy ANO THEREFORE = S - — ,NMC1 ACCEPT AE OR 2&Lk STAMP Y SUBMITTALSJBIDSIM E I. S to EN PLEASE E THIS INTC NSID TI WHENER ASU MITT BID B DU DATE AN TIME AS DEFINED IN THIS pOCU T. o pf-1 I Page 30 of 99 33 *"REVISED AS PER ADDENDUM#4" * INVITATION FOR BID(IFB)15-io COLLECTION AND DESTRUCTION OF WASTE MATERIALS BID PRICING Responding to invitation for Bids No. 1 SA 0 for Collection and Destruction of Waste Materials for City Whites.the undersigned birder proposes and agrees to provide the services and work in accordance vAth the specifications.IAVE PROPOSE AND AGREE to furnish all labor, equipment,materials, supervision and service necessary to Complete said Wok in accordance With the Specifications of the City of Palm Springs and will accept as full payment therefore,Una f0f owing 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. -!no Wasfo a1 Unit Prkel Per Annua Quantity ted Gal Estimated Gallons Annual Cost Motor ok woofs and nub all from n 10 3350 Unit uld PHes/per Annual Quamtky 1°rdmatsd Waste Anti-Freers Coolant Gal Estimated osllorrs Antrual Cost Unit PricerSS Annual Quanl@y Oil waste/Fulers Estimated 55 gal Estimated al drum drums AnnmaI Cost lamer t8 $450.00 Af»orbent MSterl1 Rage12 Miscellaneous AnnualQuantity Eettmated Unit Price Estimated Annual Cost Batteries m& 55 on drum 95.00 5 U 3h L t 55 drum 14 , 6 4'Fluorescent Ids boxed 5 1�. 6' tCI his boxed AD � HID 55 allon dnffnl 1175.ODy .00 Aerosol Paint 65 on drum Latex Paint 55 ion drum 7 70 water Osseo 55 gallon drum 7 10 Misr.Sahrents 55 Ion drum w Total Estimated Annual Compensation S 10.57f1.[rl Estimated Annual Rate 5-I0.537.00 x 3 years= Total Est,far 3 year 5 3J560.00 a (Basta ct Aw— 1 d 13 , Page 31 of 99 34 PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS: For the Initial three (3) years of the Agreement term, the Unit Prickv shag 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 LAIRlverslde/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 fimdcompany Is a Local Business(Licensed within the jurisdiction of the Coachella Valley).C22X of eurrent business license from a iurfsdlotlon within the Coachella Valley Is�tEQUtRED to be attached to ihls document in order to reauest tho Loc t Fret Loral Preference wig NW be applied or considered If you fall to comply with this requirement with the submission or 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 nonresponsive. in the space provided below, please acknowledge receipt of each Addendum: Addendum(s)#(,'a,314 islare hereby acknowledged. IFS 15-10 COLLECTION,TRANSPORTATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS (Signatures): I Name of contractor su4m HCI vironnental & Engineering Service Authorized signature �r Printed name Gregory J. Pa Tlge 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 35 v `� j Fv\•r INVITATION FOR BID(15.10) FOR COLLECTION,TRANSPORATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS ADDENDUM NO. 1 This Addendum is being issued for the following changes and Informational hems: 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 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? At: Yes,the requirement for a Payment and Performance Bond is hereby waived for this Contract O 2: Is this project Prevailing Wage and require Certilled 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 Firm Name: HCI Environmental A p,-n ee Svc Authorized Signature: Gre or J. Par Date; 6 ;l rs Acknowledgment of Receipt of Addendum 1 le requl y signing and Including the acknowledgment with your submittal,or you may also acknowledge the Adden o the bottom of Page 14 of the Invitation to Bid. Fallure to acknowledge this Addendum may result In your submittal being deemed nonresponsive. Page 33 of 99 36 Y"lM + 'L MWATION FOR BID(16.10) 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 IFS DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTCONS 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 3prn to Tuesday,July 21,2018 at 3pm. The City has recalved the following questions and is hereby providing answers therato: 01: What We of batteries? Al: Batteries Include head acid,afkayne,and NiCad Q2 I noticed on the bid that the SSyt drum replacements(Empty drums)is not on the fist,do you preside your own drums or do you also need pncing on replacement drums? A2: No we do not provide our own drums,vendor is to providei pricing to include replacement new drums. 01 May t have a copy of the current conhacdpric ng? A2: Plans 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 37 BY ORDER OF THE CITY OF PALM SPRINGS,CAUFORNIA Marne A.Williams Procurement Speclaust I DATE: July 2,201 e ADDENDUM ACKNOVVIEDGMFINT: Proposer Firm Name: P / H rmierrat 8 Fiigireering Servive Authorized Signature: Date. 1'a Acknowledgment of Receipt of Add dum 2 Is requbtM by signing and neluding the acknowledgment with your submittal,or you may also acknowledge the Addenda on the bottom of Page 14 of the invitation to Bid. Fadure to ackmowledgs this Addendum may result In your submittal being deemed non-responsive. Page 35 of 99 38 \ Y^lAl O Y\ p9 F� U U �4r Ki•1!\C INVITATION FOR BID(1S-10) FOR COLLECTION,TRANSPORATION DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS ADDENDUM NO,3 This Addendum is being issued for the following changes and Informational hems: 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 8%N Is extending the deadline for this invitation to Bid from Tuesday my 21 2015 at 3om to Tuasday.July 28.2015 at 30m 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: CLARiFICATIONMEVISIONS OF IFB DOCUMENT: Strike: agnaeAseAF. Replace with* Contractor must possess ALL of the following current and valid licenses, registrations and permits in the Stele of CA: • CHP—Hazardous Materiels Transportation License • OTSC—Hazardous Waste Transporter Registration with Consolidated Transporter Notification • DOT PHMSA—Ha��ardous Materials Certificate of Registratiorf,, • EPA 10 Number • DMV--Non-Expiring Motor Carrier Permit J 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 term of the agreement. Failure to submit the above required copies Will a bid will deem the bid as non-responsive. Page 36 of 99 39 The Bad Pricing page has been updated. Discard: Page 13 of the original Invitation to Bid(Bid Pricing). Failure to use the revised bid pricing page wig deem a bid as non-responsive, Replace Will: Page 13 attached hereto and made part of the original Invitation to Bid. The City has received the following questions and is hereby providing answers thereto: Q 1: Does the Oil&wotership as Non-HAZ or Non-RC114? Al: They are Non4VZ Q 2: What type of mist.solvents?00 you hove MSOS's for these solvents? A 2: Solvents are degreasers and graffiti removers. Yes,we have MSDS for these solvents. 03: What types of paints? A3: Latex water based,water based traffic paints for striping and curb painting and aerosol spray paint. Q4: May I have o copy of the M505 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 oil coming from? AS: The waste oil Is drained out of City vehicles while performing routine services and Is lubricating oil from the Cogen plant. Q6: Now many u-shaped lights are in a 55gl drum? A6: We do not know how many lights fit In a SSIII drum. 07: How many HID lights are in the 55gi drum? A7: We do not know how many lights flt in a SSgI drum. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Marina A.Williams Procurement Specialist 1 DATE: July 14.2015 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Neme: 6 Service !of Authorized Signature: -7 Date:Acknowledgment of !Zm 3 is required by signing and Including the acknowledgment with your submlttal,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 40 aF PAIN Sn r 'y U P •C�tlf Orll`' INVITATION 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 charges and informational items; THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFS OOCUMENT 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 noted in Addendum#3 ttlea,e remember the deadline for this Invitation to Bid was extended tram Tuesday.July 21.2015 at 3pm to TUESOAY JULY 25 2015 at 3om Also note that the deadline for submission of questions has passed. CLARIFICATION/REVISIONS OF IFB DOCUMENT: Strike from the Bid Pricing cane "Runway Rubber Fragment Removal" The removal of this material is NOT cart of this 61d 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. Fail"10 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 Cram L Gladders on behalf of Marina a Williams Procurement 8 Contracting Manager DATE July 20.2015 AMENDUM ACKNOWLEDGMENT: Proposer Firm Name: FiQ v & eiing Service Authorized S��: Dater 0 5 Acknowledgment of Receipt of 4 Is required by stgning and Including the acknowledgment with your submittal,or you may also acknoledge the Addenda on W bottom of Pyle 14 of the Invitation to Bid. Failure to acknowledge this Addendum may result In your submittal being doomed non-responsive. Page 38 of 99 41 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,de s 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 t half of, any undisclosed person, partnership company, association,organization, or co on; that the bid is genuine and not collusive or sham;that the bidder has not directly or indi ly induced or solicited any other bidder to put In a false or sham bid, and has not directly 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 anner, directly or Indirectly, sought by agreement, communication,or conference with one to fix the bid price of the bidder or any other bidder, or to fix any overhead,profit,or t element of the bid price,or of that of any other bidder,or to secure any advantage against public body awarding the contract of anyone interested in the proposed contract;that all a ements contained In the bid are true;and,further, that the bidder has not, directly or Indira , submitted his or her bid price or any breakdown thereof, or the contents thereof, or div 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 o age thereof to effectuate a collusive or sham bid. Title Subscribe and sworn to before me this day of ,20_ Notary Public in and for said County and State 15 Page 39 of 99 42 CALIFORNIA J11RAT WITH AFFIANT STATEMENT GOVERNMENT CODE§SM �ncgon 'A See Attached Document(Notary 10 cross out lines 1--6 below) See Statement Below(Lines 1-6 to be completed only by document signerls],not Notary) o ner No. 1 Signature of Document Signer No. 2(f any) A rotary public or other officer completing this certfcale verifies only the identity of the Individual who signed the ` document to which Ibis certificate is attached and not the truthfulness,accuracy,or validity of that document State of California Subscribed and sworn to (or affirmed) before me County of a lye ss\ _ I 1---- on this t�day of .�� 20.1 S, by Date Month year (and (2)----------- ). DESTANI T PLMY Name(#)of Signerp) Commission•2075aDB _ Notary Pioc-Callfanla proved to me on the basis of satisfactory evidence firnmise county to be the person(s) who appeared before me. 3 Canm.E ees Jul 31.2010 Signature l Dz,7TL _ Signature of Notary Public Seat Place Notary Seal Above OPTIONAL Though this section is optional,completing this intomration can deter alteration of the document or trauduulent reattachment of this form to an unintended document. Description of Attached Documennt�ts�� Title or Type ofDoc(ument: B1C1.1IS?i[0....... __ . . -.. .. Document Data: Number of Pages:_L___Signer(s)Other Than Named Above: 02014 National Notary Association•www.Nabma]Notary.org •1-80D-US NOTARY(1.800-676.6027) Ilem u5910 Page 40 of 99 43 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 NCI 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 (Fpx) (951) 280-0118 4. E-mail address: area@hcienv.com 5. Type of Finn: _Individual `Partnership X Corporation _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 contracWtaferences which are similar to the requirements in this IFB. Contract$ Contract Account Name&Address Contact Person Amount Term &Phone Number a. $350.000.00 Nano H2O-See attached pages Erin Chiang (3in1771J.1lg b. 100 000.00 Noulton Niguel-See attached pages _Larry Bellew (949)425-3535 C. $54.000.q,Q— L.A. Police-See attached pages Mark Kapoh (424)646-%70 d. $275,000.00 Sorenson Eft-See attached races .&,P 4}atalub• (909)795-2434 e.$80,000.00 City of Haaat-See attached pages Charles Rwc lI (951)765-39)7 16 Page 41 of 99 44 HCI Environmental Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216•NV 0075367 ''One Solution for All Your Environmental Needs' GSA Advan aqe Contract Number 05AOF.0334Y Visit 1A On V e Web at yew.HCIENV can HAZMAr TEAM 8W.WS.4424 References Company: Nano H2O Name: Erin Chiang E-Mail:echiang@nanoh20.com Phone:(310)321-4118 Address: 750 L.airport Street,El Segundo, CA Description: Clarifier pump-out/Clean-up, hazardous waste removal, and supply part washers including disposal of pans 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: 7/2010-Current Company:Total Chaos Fab Name: Matt Vaughan E-Mail:chaosfab@sbeglobal.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:812013-Current Company: Decry Roofing Systems, Inc. Name:Sherry Kinzel E-Mail: sklnzel@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:7/2012-912014 Company:Moulton Niguel Water District Name: Larry Ballew E-Mail: tmidgley@mnwd.com Phone:(949)425-3535 Address:32332 Crown Valley Parkway, Laguna HBIs, CA 92692 Description: Hazardous waste transportation and disposal services Dales:4/2012-Current Pg. 1 of 2 CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800,988.4424 Page 42 of 99 45 HCI Environmental a£Engineering Service HC1 A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216-NV 0075367 Aft- 'Ckm Solution for All Vow Emuorwlanlal Needs' GSA Advanlage Cdnbad Numbn G5,10F.0334Y Vhd m on enl xpe at vA ADENV.mm NAZMAT TEAM 000.9W.4424 MR References Company: Los AnceleS World Airport Police Name: Mark Kapoh E-Mall: mkapch@lawa.org Phone: (424)646-5670 Address:7171 W. Imperial Highway, Los Angeles, CA 9W45 Description:Weekly clean-up of firing range/annual cleaning and replace rubber backstop Dates: 1/2012-Current Company: Riverside C .Economic Development Agency Name: Grace Escobar E-Mail:gescobar@rivccada.org Phone: (760)218-8567 Address:340310r Street, Suite 500, Riverside,CA 92501 Description: Demolition and disposal Dates:6/2012-Current Company: City of Hemet Name: Charles Russell E-Mail: crusseli@cityofhemeLorg 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@san)oseca.gov Phone: (708)535.7058 Address:201 W.Mission Street,San Jose, CA 95110 Description: Firing Range Clean-up/Maintenance Dates: 12/2013-Current CALIFORNIA NEVADA ARIZONA Pg. 2 of 2 Corporate Office: 114 Business Center Drive,Corona,CA 928W 800.988.4424 Page 43 of 99 46 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: (951) 280-0298 DC Olsen-Project Manager / Tressa Stivers- Comolience dc@hrAenv.ccm rrxcanhc; nv.can 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 47 Urie HCI Environmental& Engineering Service AGENERAL ENGINEERING STATE CONTRACTORS CA 788218-NV 0075387 it WA 'One Sokilm for Ail Your Environmental Needs' GSA Advanlage Contract Number. GS-IOF-0334Y ViW us on e®wvb at i ,HCIENV.cdn NAZMAT 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(foods 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 800.988,4424 Page 45 of 99 48 M No bid bad, ptease see adderdw Neer 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 relnafter 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 hid to said Ci to perform the Work required under the bidding schedule(s)of the City's Contract Documents ntftled: IFB 15-10 COLLECTION,TRANSPORTATION DIS SAL ANDIOR DESTRUCTION OF WASTE MATER LS NOW THEREFORE,N said Principal is awarded a ntract by said City,and,within the time and In the manner required(n the"Notice Inviting Bids and the "Instructions to Bidders"enters into a written Agreement on the form of agreeme bound with said Contract Documents and furnishes the required Certificates of Insure then this obligation shall be null and void, otherwise it shall remain In full force and efi . In the event suit Is brought upon this bond by said City and City prevails, said Surety shall ay all costs inured by said City In such suit, Including a reasonable attorney's fee to be fi by the court. SIGNED AND SEALED this_day of 20 CONTRACTOR: SURETY: (Check One:_individual,_partnemh' ,_corporation) By: By. Signature (NOTARIZED Print Name and Title: Tllle: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) By. Signature NOTARIZED) Print Name and Till . (Corporations uire two signatures;one from each of are following groups:A an of Board.President,or any Vice President; and B.Secoary,Asst.Secretary,Treasurer,Asst.Treasurer,or Chief Fn al Officer.) l8 Page 46 of 99 49 CALWORN1A ALL44MPOSE ACNNDWLiDOIAENy CCAL CODE 3„s A Nby peb w aMr.few<onpl'Eiq tip artlam Nt110 C*M bbaq d M b6ddd Mo pM M dw�prrbwlwl�awwdbm hrm.dwlardm dwrd*A aamnep wwtdryadwdonwewr. sm.ac +. t CwaaY d_ On--�{.'�}� ��� y��+��eda•m.. ee�, T. F�.IiM i Do; FM1w bwrf l�bm.r.d dIM OIEbw pwewuly atyNnd_ Slyan4 aT. k artgo Aln.�/dti'pNrf who warad b eM m Di.lbo a I wddwv b M br p.nwi(d wMr Mmew bM aLt.cdrd to the-limb bwbunwd rM ada wbdjpd b m•lW IWMNOwy m ow a b niwbwMw.utmLmd apolypmL and bwt by%LAWAb OW.batdmtlw bwbmwd l pww*µ w ur wOly wpm bYwe of w dd IM pwwr4a)wdrd.meth Me Mbumwk ,mffy mdw►@ MALTY OF FOLLOW uitla lw bwa d 1M!Nola.1 Cd'damialW,Ir hnpa9 pwapapb b for and arneL OESTANI7 FLE7NT ymea:s� lNd wd drew..d ComMss,on 0 2078108 Notary PubliC-Cillolnll Nlwl/lde Cmnty amycomm.Ex Ims Ju131 201b- 9fWw &Ab P,6% Pb AbOwy SNIAbaN OPDO waAn 3 lawy,pta bop sowrnpbbq Ii�ifptie,a sd.rr.e.wa dpw dm.ertw w,eed.d esNaN�rnl dWr lwm b�wtnlwvddbwrMne DNmipbm of Albdwd�qanyd Trot w Typ.a Ow D K-.'1'k IS-)O Daerwwd Odw Its Nw,Ow d NO——64. p O&W TMn Nwwd Abo CapeWAO C+dnwd by SWmdal 91pMfa Nr : o Owpw Omm-TM-W: o Cwp b Oftw-rn.w: OPwbw- Dunw.d co www ❑pwbwr-0LkA d 0Oww d OfMdlW DAlbwr yb,Fad 0b6New, OAtbmgnFad OTnut" 0G..dwi wcauwvmw OAu le OGumdl n w Comm," DOlwr. o onw. 9,a�wb dbV: &mlwb PAPMwtlq b'.0„NEpY/NeWyA •wwr/L4mdbhrywb•,.100.lIB NOfyA1'n •e>M1d02A Mm#W 34 Page 47 of 99 50 NCI Environmental ENGINEERING I Engineering Service A•GENEfiAL ENGINEERING STATE CONTRACTORS CA 788216•NV 0075367 HC1 'Om Solution torn AN Your Environmental Needs' GSA Advantage Cwtrad Number: 05-10E-0174Y V*it W 0A eta web at www.HGENV.rnm HAZMAT TEAM 800.988.4424 Statement of Qualification Corporate Background HCI Environmental 8 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,24/7 emergency chemical split 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 needs,the following steps will be taken with respect to the Scope of Work Identified in the RFP. Non Emeroencv Situation: - HCI 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 prole to the designated waste disposal facility; - HCI 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; - 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 copies will be left with the client for their files; - HCI will then transport the waste to the designated facility and drop off for disposal; - Aft paperwork will be signed by facility and proper documentation will be mailed back to the City of Palm Springs; CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 48 of 99 51 H HCI Environmental& Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216-NV 0075367 'One Solution for AM Your Environmental Needs' GSA Advantage Contract Nunttw GS-IOFd734Y Veil us on the web at w .NCIENV tam HAZMAT TEAM 800.988.4424 Emergency 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. Comalnmenl 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 benning,use of absorbents,covering,damming and using jelling agents.Berrning,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,dosing 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 caged 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'safe'control techniques. HCI receives phone calls 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; HCI dispatches a Project Manager and appropriate personnel to spill location with equipment truck and necessary split containment supplies to be on-site with-in one to three hours; HCI dispatches the appropriate equipment necessary for the spill dean-up operations to be on-site within one to three hours; - When HCl arrives onsite,the SPIN 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 SPIN clean-up procedures; - HCI will profile the waste stream to the designated facility; - FICI will receive an approval number from the designated disposal facility; - HCI will schedule the waste for transportation; - HCl will prepare all necessary documentation to include shipping documents and labeling requirements; If necessary, HCl 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; HCI will then transport the waste to the designated facility and drop off for disposal; All paperwork will be signed by facility and pmper documentation will be mailed back to the CI y of Palm Springs for their files. X . a r s ant CALIFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 800.9118.4424 Page 49 of 99 52 HCI Environmental Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216-NV 0075367 �r 'One Sol~ror All Your Environmental Nee&- YvaYaulYY� GSAAdramage Commv Number GS-wF-on4Y Vfa;truo Vw"batww H I rlEr.�,.�m.�m HAZMAT 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 24/7 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/office •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.: 909-845.7101/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 (bison Title: R ulat /Health&Safety Compliance Consultant Telephone No.: 951-532-5014/mobile CALIFORNIA NEVADA ARIZONA Corporate sae: 114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 50 of 99 53 HCI Environmental Engineering Service A GENERAL ENGINEERING C NG STATE CONTRACTORS CA 788216•NV 0075367 'OM Seadlan W AN Your Environmental Needs" GSA A4vamJge Comr Number GS-10E-0334Y VHUt er on the xeb M hvnv.HCIENV mm HAIMA7 TEAM 800V88.4424 COMPANY REFERENCE Company: Hunter Consulting,Inc.dba HCI Environmental&Engineering Service Address: 114 Business Center Drive Corona,CA 928M Phone: 800.988,4424 951.280.0298 011ce 951.280.0118 Fax Contact: Gregory J.Parker—gparker@hcienv.com C.Robert Guy—rguy@hcienv.com Websits: vww.HCIENV.com Entity Status: Corporation State of Incorporation: Nevada Date of Incorporation: 04f00 Federal Tax I.D.9: 88-0463772 Dunn&Bradstreet S: 79.944-9827 A—General Engineering Contractors State License M: 788216 -C-21 Demolition -Hazardous Substances Removal and Remedial Actions Certification -Asbestos Certification -Home Improvement Certification 14AICS kientificaflon(ID)N:562810 EPA Identification(ID)A: CAR000176828 Hazardous Materials Transportation License 11: 137055 Insurance/Bonding: Willie Insurance Contact Andrew Shulak 4250 ExecuWe Square,Suite 250 La Jolla,CA 02037 858.678.2104 Once 858.678.2100 Fax Small Business Certification M 0022207 Department of General Services Office of Smell Business Certification and Resources 707 Third Street, 1'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 54 HCI Environmental Engineering Service A-pENERAI ENGINEERING STATE CONTRACTORS CA 788216 NV 0075367 'pre Soknion Iv As Your Envaonmenrar Needs- GSAA&aMagaconimdN.m GS-IOF-0334Y Yair us on We"b al r HCIENV con HAZMAT TEAM 800.988A424 HCl Environmental & Engineering Service Is a full service environmental management company. HCl 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 TransporfationMisposal and Environments/Construction. HCl Environmental&Engineering Service is a'hands-on field services'company. HCI acts as both a General Contractor (0789216)and a sub-contractor enabling us to service our Consulting,Contracting,Govemment,Public Works,and Industrial Clients. The folknving are examples of services HCl provides but are not limited to: o Hazardous/Non Hazardous Waste o Environmental Construction Disposal Recycling • Demolition • Paint • ASTIUST Removal& • Solvents Installation • Petroleum Products • Clarifier Removal&Installation • Sol1 • Soil ExcavationdRemediatlon • Acid • Asbestos Abatement • Caustic • Confined Space Enery • Waste Water Phase 1,11&III • Solid Waste • liquid Waste o Environmental Compliance o HazardouslNon Hazardous Waste Transportation • Permitting • Work Plans • Box Van • Health&Safety Plans • Roil-off • Sampling&Analysis • Vacuum Tanker • Waste Oassification • Bulk Tanker ❑ 24 hrr7 day sweet; Emergency Spill Response HCl Environmental&Engineering Suvlee Builds Relationships Along with HCI'a longevity in the environmental industry come long4asdng relationships wlth its clients. HCI prides itself in becoming an integral part of our clients team, utilizing Its ability to assist In completing both basic and complex segments of a defined project within budget and on time. Please feet free to contact HCI Environmental&Engineering Service for any future environmental projects- CAUFORNIA NEVADA ARIZONA Corporate Office: 114 Business Center Drive,Corona,CA 92880 $00.988.4424 Page 52 of 99 55 HCi4 H A- Environmental Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 76t1216•NV 0078367 'One SaUnvt for All Your fmlroamenral NBeds- �'. GSA AEvanlago Co=icl tlu Wr GS-10E-03NY Vies va on the web at,HCIFNV mm NAZMAT TEAM WO.988.4424 BANK/CREDIT REFERENCE Bank Information: Pacific Western Bank Corona Branch 1050 W.Sixth Street Corona,CA 02882 (951)735-7426 Office(951)735-0657 Fax Contact Joyce Cox—Branch Operations Manager Trade/Credit References: Alliance Environmental P.O.Box 1028 Muniets,CA 92564 (951)965.7000 Office Contact Dave Milligan Credit Limit$10K Terms: 30 days Hatlonal Construction&Supply,Inc. 160 W.Foothill Pkwy.,Ste. 105#140 Corona,CA 92862 (800)454-4627 Office Credit Limit $100K Terns: 30 days Evoqua Water Technologies,LLC 5376 S.Boyle Ave Los Angeles,CA 90058 (323)277-1500 Office Contact:Lisa Alvarez Credit Limit $50K Terms: 30 days Downs Energy 1296 Magnolla 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 600.9W.4424 Page 53 of 99 56 '�==��'�e HCI Environmental& Engineering Service A-GENERAL ENGINEERING STATE CONTRACTORS u CA 788216-NV 0075367 'One Soluborl for AN Your Elwlonmentaf Needs' GSA A�4age C zmd Number GSAOFJ)774Y Vhll m an Ne web at.MCIENV.tam HAZMAT TEAM 800.988.4424 ENGINEERING/CONSTRUCTION EQUIPMENT LIST Track Excavator 215 Yard Rubber Tire Loader 3 Yard Rubber Toe Loader 4%Yard Rubber Tire Loader 6 Yard Rubber Tire Loader 4 Yard Track Loader 450 Crawler to Include Slope Board D6 Crawler to Include Slope Board • Single Drum Sheepsfoot Compactor Bac khoe 7 Yard Damp Truck 2000 Galion Water Truck - 2000 Gallon Water Truck 4x4 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 WASTE/EMERGENCY RESPONSE EQUIPMENT LIST • (1)5,500 Gallon Stainless Vacuum Tanker(s) (8)8,500 Gallon Bulk Tanker(s) (3)Fuel Flirtation Units to Inckde Truck and Trailer (1)Fad 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)Ford F350 - (1)24'Freightkner Slakebed (1)6,5W Gallon Waste Oil Routs Collection Truck CALIFORNIA NEVADA ARIZONA Corporate Office 114 Business Canter Drive.Corona,CA 928M 800.988.4424 Page 54 of 99 57 HCI Environmental& Engineering Service HA-GENERAL ENGINEERING STATE CONTRACTORS C1CA 788216,NV 0075367 'One Solution for All Your Environmental Nead3' GSA Advantaga Contract Number GS-IOF-0334T Vitt us w UM web at wow HCIFNV mm HAZMAT TEAM 800.988.4424 PROJECT REFERENCE TABLE PROJECT LOCATION DESCRIPTION OF SERVICE SOCO Patroleurn Ef Centro,CA Emergency Response: Responded to a diesel spill via a tanker luck and trailer,Cleaned up,40,000 gallons of contaminated water and >10,000 tons of diesel impacted soil to the satisfaction of 00 regulatory agendas Involved. Precision Pipeline Fontana,CA Emergency Response: Blo-hazard spill(raw sewage end petroleum hydrocarbon);The City of Fontana main sewer Ilene was damaged by a sewer repair comparry during excavation. Raw sewage was exposed to soil,storm drains and canals. Removal of all soil.debris and rineate. Bank of America,Coast Federal Various locations throughout CA Site Assessments: Bank and other financial institutions Prepared and reviewed Phase I,II&III ESXs,to allow properly title transfers. Chemical Distribution Facility Los Angeles,CA Site Characterization and Remediaeon: Performed subsurface and water monitoring Investigations to delemane extern of soil contamination and plume exlent. LodlheedlMartin Skunkworks Ontario.CA Site ChraeterWllon and Facility Remediaaon: Remedial Investigation and excavation of solvent contaminated soil,UST removal, and structural decontamination to include various airplane hangers and trenching. San Pedro Fish Markat San Pedro,CA Site Cheracterizatlon and Remediadon: Preparation of work plan,HASP for excavation and removal of appmximatety 5001Near feel of underground product (diesel)piping and tnrrlamnated sal. Installation of a petroleum impacted sal remediation system. Modine Corporation Whittier,CA Site Characterization and Remeeladon: Site assessment of former radiator manufacturing facility including the excavation of heavy metal contaminated soil. CALIFORNIA NEVADA ARIZONA Corporate Office:114 Business Center Drive.Corona,CA 92880 800.988.4424 Page 55 of 99 58 HC HCI Environmental IN ESTATE CONTRACTORS Service A-GENERAL ENGINEERING STATE CONTRACTORS CA 788216-NV 0075367 'One Solution nor AM Your Environmental Needs- GSA Advantage Contras N.xnber GS-10E-0334Y Vhlt vs on are web at eww.HCIENV ran HAZMAT TEAM 800.988.4424 PROJECT LOCATION DESCRIPTION OF SERVICE Disneyland Hotel Anaheim,CA SRe Characterisation and Remedlation: Desel contaminated soil excavation and disposal,including extensive excavation sidewall storing Imiallation due to poor soil stability. Claremont Colleges Claremont,CA lift Characterization and Remediation: Site assessment.excavation, transportation and recycling of>10.000 tons of Petroleum Impacted soil. Advanced Fuel Filtration Systems, Corona,CA Asbestos Abatement: Inc. Removal and replacement of>15,000 square teat of floor and ceiling asbeslos related material Flaming Metal Fabricators Los Angeles,CA Site Charactertxation and Remediaaan: Deep drilling excavation of heavy metal contaminated soil and slurry backf ll. BFM Energy Santa Ana,CA Site Charaetartisuon and Ramemation: RCRA abatement,decontamination,de• commission,excavation and backfiWanaineared bio4reatment. Container Corp.of America Los Angeles,CA She Characterisation and Remediation: Preparation of Work Plan and HASP prior to performing deep drilling excavation of> 10,000 tons of petroleum Impacted soli la Include slurry badddl. PAMCO Manufacturing Rancho Dominguez,CA Site Characterization,UST and Clarifier Removal: Removal of 500 glitch UST and underground clarifier. Excavation of> 2 S00 tons of palroleum impacled soil. U.S.Postal Service Various locations,Southern CA UST Removal and Installation: Removal of 12 USTs and Installation of 8 USTs Edwards Air Force Base Edwards AFB,CA UST Removal and UST/AST Installations: Removal of>200 USTs including he subsequent site imestigafions to determine the level of contamination. Installation or various USTs oral ASTs. Whitney Machinery Grand Terrace,CA UST Removal and AST Installation: Removal of two USTs and Installation of we UST KENKO,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 59 HCI Environmental Engineering Service AyiENERAI ENGINEERING STATE CONTRACTORS HM CA 788216.NV 0075367 'One Soludar for Aft Your Envworlmantel Needs' GSA Advanlage Contract Number GS-10E-0334Y Vast a an the wee at w HC4ENV.Oam NAZMAT TEAM 800.988.4424 PRO.IECT 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. PCA Aerospace,Inc. El Segundo.CA Site Characterization and Remedlalbn: Silo Assessment,excavation, transportation,and recyding of 98 tone of Detroleum ImDacted soil. City of Visalia Quake,CA Lead Abatement Preparation of work plan.HASP for lead abatement of>12,000linear feet of large diameter sewer lines. Advanced Fuel Filtration Systems, Bridgeport,CA Emergency Response: Inc. Responded to a>2000 gallon crude all spill Into a waterway via a tanker brick end troller, Due to freezing weather conditions,material developed Into a semi-solid stale;Material was cleaned from the surface and water cokrmm; Initial dean-up consisted of 60 people and various pieces of egniprrnani and supplies; HCI was lead project manager while acting as Responsible Party for Chant M Stephens Manufacturing Cudahy,CA Asbestos Abatement: Removal and replacement of>12,000 square feet of asbestos related floor files. CIM Group,Inc. San Diego,CA UST Removal: Removal of(1)1500 gallon steel LIST containing fuel all W excavation, transportation,and recycling of 105 tons of petroleum Impacted soN. Farmers Insurance Group Locations throughout Southern Asbestos Abatement California Testing and subsequent rernedistion of asbestos contaminated flooring.the 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 perfomned In multi. phases to include sod sampling, excavation and disposal. Griffith Company Los Angeles,Ca Lead Abatement Removal,encapsulation,and disposal of lead based paint contaminated steel doom. CALIFORNIA NEVADA ARIZONA Corporate Office:114 Business Center Drive,Corona,CA 92880 800.988.4424 Page 57 of 99 60 H HCI Environmental&Engineering Service A•GENERAL ENGINCER14G STATE CONTRACTORS CA 788216-NV 0075367 'One Solubon for AM Your Enwrnnmental Needs' GSA Advantage Conlraa Number GS IOF-0334V VW us w the web al www HCIENV.mm HAZMAT TEAM eDo.988.4424 PROJECT LOCATION DESCRIPTION OF SERVICE County of San Diego San Diego,Ca Lead Abatement: Removal and disposal of bad based paint on a Nslorirally sigNllcant residence.Restored residence to original oondi6on. Repair and replace roiling wood facia. Pacific Coast Transport Fontana.Ca Emergency Response: Refrigeration Respond to a 1,000 gallon diesel sill. Contain,tesL remeduate contaminated soil,backfill cavity,and replace asphab and concrete from property. Work in conjunction with county and local authorities. Bear Valley VnHled School District &g Bear,CA Hazardous Waste Removal: Classify,Package,Transport,and Dispose of large quantities of unused and expired chemlrals to prepare USD 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. CAUFORNIA NEVADA ARIZONA Corporate Office:114 Business Center Drive,Corona.CA 92880 800.988.4424 Page 58 of 99 61 State Of Ce"'O'" A.--CONTRACTORS STATE LICENSE BOARD ACTIVE LICENSE 788216 —CORP ....., HUNTER CONSULTING INC DSA HCI ENVIRONMENTAL& ENGINEERING SERVICE C21 A HA7 ASS «..o-. 12/31/2016 m cslb ca gov Page 59 of 99 62 i STATE OF CALIFORNIA Dew tren#e 22oarb 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 i HUNTER CONSULTING INC d6a HCI ENVIRONMENTAL & ENGINEERING SERVICE to engage in the business or act,In the capaci-t�of a contractor j in the following classificationfsy: A-GENERAL ENGINIMING-CONTRACTOR HAZ-HAZARDOIISSLMSTANCPS REMOVAL ASB'-AS8EnM HIC•HOME IMPROYEMENT CERTIFICATION Witness my hand and seal this day, I l December 6,2003 1 ' f Issued December 4, 2000 ATURI OF HCENSr[ i t Stephen P.SIA& ' Registrar of Contractor tyN 91 1710EASEQUAUFIra This license is the property of theReglfkarat(AnIWOM 788216 LQ N s is not tamk Ak-.and%hall be W.rned la the Rests, upnn demand when susperuk'a revoked,w wwgdstm License Number m for any maws.II Isec.vo4d if imt renewed. O O ns-,..asv rm, �s ovo,sq." .,�..w ,... Fh tT STATE OF CALIFORNIA i Ca,nrt ri I ct0 We licemie 212oarb jPursuant to Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Regulations of the Contractors State License Board, t the Registrar of Contractors does hereby issue this license to: i j HUNTER CONSULTING INC d6a. HCI ENVIRONMENTAL & ENGINEERING SERVICE f to engage in the business or ad in the capacity of a contractor in the following classificatlon(s): i C2I•BUBAING MOVING;DEMOLITION 1 Witness my hind and seal this day, l December 6.2002 Istsu�J, &L� ca or tcu sEr � December �S, 2000 Stephen P.Sands 1 Registrar of Contractors ro / nn E IICE EQUALIrPER 788216 I This Itcense n drc mW shall of the Ragntrar rd Caarxton, ID n trot nammW when and shall ebe Areurud to the Registrar upon dem,any nn when smptv.kd, W iticd.no or eMed-atM License Number for arty reason.a 6ecarrn wid it not renewed. r F� D A ED to :1411IIIIII14p�fpnl411g or U:IrORVFOR411pnUilp1�m119141nnI4141111RaII11mn1IlYRlmalalnlGl4'a111�11aflmlmlllaimlllflgmllalliilllnmp�41nmI14nu�p4�nalanl414inllllmn4411a11411111{14uII4pm IX11Vf41aIIL v SIaTE N 5'A'[ AVD CONSUwEE SFRwrCEJ A.ESCr CONTIIACTOFIS STATE LICENSE BOARD Ay 1 _ $ aE6dn I•IAZARDOUS SUBSTANCES REMOVAL AND REMEDIAL ACTIONS CERTIFICATION Irursu;ult to Ills Prncisious of Section 7,05S.7 of the Business and Prr&-• % nos Code. AF the Registlar of Conlrac•lors[Ines Inrrrbt certify drat the Following yaalifcinn Pcrsurl IN Has suce«ssfulh couipl0td the Lazardmu substance+ rmnncal and reulelllaf dil,11t ISE ecaminaticn. s - .. ......fa III 3 Ja 01fjrrTPLFOf :ay„j QuaHllcr. GREGORY TON PARSER i [M/FACTNRS € "f Liceuse lNo.. 788216 F�.� IDT � li\r•b'i[ttltOr Busine%l Name HUNTER CONSULTING INC DBA MCI ENVIRONMENTAL & ENGINEERING SERVI( \FITESS„y 6,rruI nvd, EMJ xnl tlr,r 8 iff }� �` 4 dny gr DECEMBER 2000 71", „nal'mnn I. J„ engrm ry n = '!�LV-ytdn;�`Y r. .frrd,r,.aul A�,rll 1. mm�•.d rn d., m.., H..a.u..r.p, at r,.nTl.n.Ir,l.,rd a.,J rmnJCnnlnu+„•r t9l-]C Ir¢/9�r rn�drl.vm•-alhLod[n•rn rwr<.„r 9 pinupnnxlUWl4galmltnamgglmpqlmulplaunpalmlpmtnunnulmm4lplanullamappnlapminWmnWnlaluanlnulnn4pmalrulNR4unala�mlupnangyml4Wmxq�liluplall�plauglm4�pmin, A- 8157 s!Illmaalulmnmm:l�4nn1u41uudmlmlan4no4uueanxu�unlmnam'.94almnnnnmumaNmaannnugaananwanmm�mnnnulmanl4laWuun4pnawllaauumnlmmMuamgmau41a�u4mlamlala� 5TAIl Of CAUFORNm v g STAIE AND CONSUMER 5E2v.CES AGENCY CONTItACTOKS STATE LfCENSE MOARU ,y�,,•.;, s Building Quality (ialsEmlcr `�j a Affnf[5 A ASBESTOS CERTIFICATION _— Pursuant to the Provisimis of Section 705S.5 of the Business and Professions Code, ff tHc Registrar of-Contractors does hereby certify that the following qualifying Person = SEE has successfully completed the asbestos certification es:uninntio, — S ^�P of[9NS4,I�El1 ?� Lk :r� II; GREGORY TON PARKER i iniiniIIS i�r Q dicer. e e ri —�'r „l LLeuse No• 788216 ItsE 2 Buc'r.ecs %ems HUNTER CONSULTING INC DBA HCI ENVIRONMENTAL & ENGINEERING SERVICE � UIr\CSS r,•y 1�., rl,nd rr IJn. � 4 iruq i ECEMBER 2000 I..A. '1 13[3511 b9'a „I ,..I der r , m itl1i111141111114n('nnfldllm,a�almllllllllwllll np!In!111111114,�rin;Ii111 7 11 4 11ItIIIIIIUaaIIIIRII1111I-1JWItII1114AlplpnnlF4111111111xn111111IIIIIIIIItlIIIx41L➢illlllilln411644allmlpin lilll�lllgllillifll�lllgxllaa IINIIgH� Page 62 of 99 65 Wdsync:The State of California: HUNTER CONSULTING INC DBA HCl ENVIRON... Pagel of 2 Welcome I LQ=-A Deporlment of Need a::i:tence:' 0,G'0V Genera! Services Contact us r ua aabaaael3a /.lCooi oaiill aVrhG.-.tell wj(Y.h i'iltit,4 HUNTER CONSULTING INC DBA HCI ENVIRONMENTAL&ENGINEERING SERVICE-#22207 Supplier Profile Legal Business Name HUNTER CONSULTING INC DBAHCI ENVIRONMENTAL&ENGINEERING SERVICE Doing8usiness As HUNTER CONSULTING INC DBA HO ENVIRONMENTAL g ENGINEERING SERVICE Address 114 BUSINESS CENTER DR Phone (951)280-0298 CORONACA92no FAX (951)280-0118 Email GShoup@hcienvcom Web Page httol/wvna.hnenv.com Business Types Construction Service Service Areas Alameda,Alpine.Amador.Butte,Calavera%Colusa,Contra Costa,Del Norte.El Dorado, Fresno,Glenn,Humboldt,Imperial,Inyo.Kem,IOrigs,Lake,Lassen,Los Angeles,Madera, Mann,Mariposa,Mendocino,Merced,Modoc Mono,Monterey,Napa,Nevada,Orange, Placer,Numas,Riverside.Sacramento,San Benito,San Bemardino,San Diego,San Joacruln. San Luis Obispo,San Mateo.Santa Barbara,Santa Clara Santa Crtu,Shasta,Slerra,Slsklyou, Solaro,Sonoma,Stanlslau s,Sutter,Tehama Trinity,Tulare,Tuolumne,Ventura,Yolo,Yuba, Keywords telephone communications except radiotelephone refuse systems computer integrated design engineering services general engineering asbestas removal certification hazardous substance removal certification home Improvement certification waste transportation Construction License Types A-General Engineering ASB-Asbestos Removal Certification C-21-Building moving,wrecking HAZ-Hazardous Substance Removal Certification HIC-Home Improvement Certification Classifications 72141 S.Land preparation services 761016-Hazardous material decontamination 761215-Refuse collection and disposal 761223-Retying services 811617-Telecommunication Services Active Certifications TYPE STATUS FROM .. .. -_ TO 58 Approved Feb 26,2014 Feb 28,2016 Certification History TYPE STATUS FROM TO Page 63 of 99 66 OidSync:The State of Califomia: HUNTER CONSULTING INC DBA HC1 ENVIRON... Page 2 of 2 SB Expired Feb 27,2013 Feb 28,2014 SS(Micro) Expired Feb 25,2011 Feb 28,2013 SB Expired Nov 19.2009 Feb 28,2011 SB(Mloro) Expired Oct 18.2008 Nov 30.2009 SB Expired Oct 20,2005 Sep 30.2008 58 Expired Mar 11,2002 Oct 31.2005 SB Expired Jan NX 2001 Oec 31,2001 Page 64 of 99 67 arARK[aiiOpwA eJg'Ngge i0.wypgiATIGM.WpIgUgriG AGe+Kv . DEPARTMENT OF MOTOR VEHICLES !te9lsaanen operations onta;oe Mi Ga7s P..060X932370 Sacramento.CA 94232.3706 1916!557-a 153 08/1612012 HUNTER CONSULTING INC 114 BUSINESS CENTER DR CORONA,CA 92880 roffir NON-EXPIRING saMke Apem y MOTOR CARRIER PERMIT Combined Carrier RTMENT OF MOTOR VEHICLES 7of : 09/01/2012 ValNotiation Operations Division Thrau h: n•ExpiringBOX 932,370 Sacramento,CA.94232.3700 0_333071 carrier named on this permit is subject to Unified Carder Registration Act(UCRA) 0051,and iv grapted a don-expiring permit HUNTER CONSULTING INC he following classification: It 4 BUSINESS CENTER DR CORONA,CA 92880 For Hire Corporation PmlDate: NIA otrtm z: tse Not Valid for Intrastate Only Operations Aocoull9: 462771 Tech10: as Sequenee C: exroi Aral Paid: No Fee t!IIb1PORTANT REMINDERS!!! I. This non-expiring Motor Carrier Permit(MCp)will remain valid as long as you continue to conduct interstate operations.The Unified Cartier Registration Act(UCRA)of 2005 exempts combined carriers(carriers who operate both infra 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 deaf or hearing impaired Eum TOO Phone 1-300-735.7929,from Voice Phones 1-300-735-2922 vc>xo rgaw*'none A Public Service Acencv Page 65 of 99 6S mae orGWMrw rCA33M3O �O'E 1371Ya5 717201t 6nlrm15HAZARDOUS MATERIALS ""EQ `¢ ° D"pkm, ReWace TRANSPORTATION LICENSE 33D71 0 Irmw ® RenewsCNP3aDH(REVIXO(OPIU82 OPERTY OF THE CALIFORNIAHIGHWAYPATROL(CHP) W rdd sarLICENSEE NAME AND PHYSICAL ADDRESS (a*#dtTmnldbmDewWa�bmPv�dreammdnLareeaebbeeOlPeliwupeiepml tY-lrryyMptRI,WyL;pr$EnlmdbadbMGYaNupiidbsb Aw*ftd"Igm"wQ"dd HUNTER CONSULTINO,INC. cadYq didndeeiebrHCI ENVIRONMENTAL&ENWEERING SERVICEldrAwbNWlaneabeasidP,Cmwcid Vdld�Gdend OlR N1JNe The tadae a M spdei mA�Ohh slbppry Wtt euTsg bU ulndnNd wbr- LICENSEE NAME AM MAILING ADDRESS ❑ (HM)9 LXpk0,0P0b'Adsc OirelwN C•SangVdYWCba(GYCI. HUNTER CONSULTING,INC. ❑ iHMM)Pdmn k*gabbn Maud m4ddb ImM WtWiigs sub,rib HCl ENVIRONMENTAL&ENGINEERING SERVICE DNWm 143,CVC. 114 BUSINESS CENTER DRIVE 0 CMKQI N96*e/Raw CWd• d&.* fgUam•Wb ,*db MAtk. CORONA CA 228M1 14ACVC. Ary palm rbb dnK tr21.a radn b nlraa tl bMlppy r W dd,a bb�stla4 epf 1 apM eq IM*+f ddl Ymedidl iebll w OP a M Saq brA'V 1�dAbn k wl lyrry.tb rieoa ATTENTION: Ls br bl.eem�b Mi(pOpW nOtlkilTNf 20[a.LO.µYt iclox D112$ Page 66 of 99 69 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION fa H MI AZARDOUS ATERIALS CERTIFICATE OF REGISTRATION FOR REGISTRATION YEAR(S)2014-2016 Registrant: HUNTER CONSULTING INC DBA HCI 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 1s issued under the authority of 49 U.S.C.5108. It is unlawful to alter or falsify this document. Reg.No: 061714 600 012NVX Issued: 06Ji17i2G14 Expires: 06/3012016 HM Company ID:091005 Record Keeping Requirements for the Registration Program The following must be maintained or 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) This Certificate of Registration Each person subject to the registration requirement must tbmish that person's Certificate of Registration (ar 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 TranVoratioa 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 mother 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-tn0ers nal 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 Transpormtion, 1200 New Jersey Avenue,SE,Washington,DC 20590.telephone(202)3664109. Page 67 of 99 70 aDepartment of Toxic Substances Control AlaMew Raddque: Miriam Barceilona Ingenito Acting Director Edmund G.Bmwn Jr. loental PM1tor Gm„ EmSmunenW Protection 1001'I'Street P.D.Box 606 Sacramento.California 95812-0806 '"HAZARDOUS WASTE TRANSPORTER REGISTRATION` WITH CONSOLIDATED TRANSPORTER NOTIFICATION NAME AND ADDRESS OF REGISTERED TRANSPORTER: HCI ENVIRONMENTAL 8,ENGINEERING SERVICE 114 BUSINESS CENTER DR CORONA CA 9288o TRANSPORTER REGISTRATION NO:5464 EXPIRATION DATE: OCTOBER 31,2015 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. 1 THIS REGISTRATION CERTIFICATE MUST BE CARRIED WITH EACH SHIPMENT OF HAZARDOUS WASTE. FOR REGISTRATION INFORMATION,PLEASE CALL(916)440-7145. (AUTHORIZED SIGNATURE) OCTOBER 28, 2014 (DATE) Page 68 of 99 71 United Slates Environmental Protection Agency Region 9 75 Hawthorne Street,(1VST-6) San Francisco,CA 94105 May 20,2008 GREGORY PARKER HUNTER CONSULTING INC DBA HCl ENV AND EN 114 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(8700.12)received from your RCRA Subtitle C Site on May 12,2008, By submitting the Form 9700-12,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 management documents required under Subtitle C of RCRA. i RCRA ID number CAROOO176826 is assigned to: HUNTER CONSULTING INC DBA HC1 ENV AND EN 114 BUSINESS CENTER DR CORONA,CA 928SO EPA has listed your status as: Not a Generator Transporter Used Oil Transporter For assistance regarding RCRA regulations,access the following websites: httpJ1www.epa.gov1osw/or httpLI/cPa.govhcraonline/ or if you need a current version of the Subtitle C Identification Form(8700.12),access httpll% sysv.cpa.govlepaoswer/hazwasteldatalforrnS700/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 Hawthome Street OVST-6/Tctra Tech) San Francisco,CA 94105 Notification Line(415)495-SS95 Page 69 of 99 72 This Certifies That HCl Environmental & Engineering Service Has Developed and Maintains, With The Assistance Of Green in 7, Inc., A Green Business Program. J t fi • - 1 - V 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 GreeninT.corn Standards. At a Minimum,An Annual Review WIN 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. VaNd unlit Wednesday,August 12.2015 nraq:�ero... �cwrrna •m.. .ror �r""a l cebNauon CGOs Sgaiw T - ors. a.,awy J.r cr..n in 7.1m. ,d n www.{pawdnT.wm LQ m 0 0 ro w to BUSINESS LICENSE TAX CERTIFICATE CITY OF CORONA Th.9w Ub Tn CwViab don mtNaA W*M u 00mm P*bkxd.'TN hm I BWeeu tJ�q.r`iC'NAaI'.'pui'N M e.Fro bbsr a CiW W¢?/C!!Caw Yu�(dpil yab. 490 South Vwba Avenue do*W dNSamhddatlw,dbanymary brWwshaay bulAilpv-.Wpmft*k%, - d.+9.abd an aW Buhru uaiu.TarCdrMole hlM awarusi bAdL�iadr'pmmbabba(a� Corona,CA 92882.2187 a.1m WeeeNmie 1Rich b m Akowda.a.q/I1-4.,'f1 Gaff bwit ea (951)738.2275 vaMobon BrlMaaad.bpOleCtb soenpt eanfanwi SYM eICdJanla. j `,. BUSINESS NAPE: H C I Em*onwler"L En*bieethy Samm, BUSINESS LOCATION; 114Bue"Cellar Dr Z 929�10l () .BUSINESS TYPE OESCRIPMN: BUSINESSOWNEM 1. HueerCoraidmq Inc i O VA EnWomMUI Managewnt 2 GMQ&y J parked H CI ENVIRONMENTAL&ENGINEERING ;`�-� � *� Ueense Number. 815471 1/4 BUSINESS CENTER OR ? Expiration Date; August 31.2015 CORONA CA 92880 - Start Date September 1,2001 MUST BE POSTED FOR PUBLIC M MIJG NOT TRA1,13FERABLE Page 71 of 99 74 i Samoa NU oaiw a e dy Nevada Gana 23 70 Caporale alo GkcM Eunn 200 %TO Gateway Ome Sum 100 Hcnder .Nevada 90074 STATE CONTRACTORS BOARD Rnm Nwada 89571 (702)4wi 100 (775)688 1141 The Nevada State Contractors Board cerlifies that NCI ENVIRONMENTAL & ENGINEERING SERVICE lmw wcnmocmt.m }a.7010 License No.0075367 Is duly licensed as a contractor to the following classification(s): PRINCIPALS: ACENERALENGINEERINO LIMIT. 9e00,000 GREGORY JON PARKER,PreeidOnt Oualil - EXPIRES. 10131MI6 CHARLES ROBERT CLLY.Secewlyrr a s SE OF fit,, �t .v. w 4Q `7� yA • I r o P Z�.L y Cha n,Nevada State Contractors 80� oNTRA CS OP Page 72 of 99 75 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. AL OF TH IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of April 16, 2015. l;yC L I o il.l\ P:\UI1.1, Scrretu�� of tits h• MAX Page 73 of 99 76 22012S-ii 0 OP T LLr S. • rF3' ..• �i� rr N's,l:.t tip 9�AAV o4 SECRETARY OF STATE 1, BILL JONES, Secretary of State of the State of California, hereby certify: That the attached transcript of _.2:::�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>t IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of xA: b c t r Secrelarc of State Oi= 34 rli!+ Page 74 of 99 77 L` .Ai. 2201286 Ap SECRETARY OF STATE CERTIFICATE OF QUALIFICATION I, BILL JONES, Secretary of Slate of the Stale 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. 's BILL JONES Secretary of State na.;i a 1Pr. i si Oi`91)SSA — Page 75 of 99 78 ACORo 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 INSURERfS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT: If the CeNBcale most Is M ADDITIONAL INSURED,the polityltas)must be endorsed, if SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain pollcbe may require an endorsement. A statemem on this certificate does not conhr rights to W earlUkats holder In Boo of such endorsement s. PROb VER"11L. fn.ur.nw service.ofrue callCentia. Inc. n/R 3e ceneury 61vd rxerq e.O. xll ]DS191 FYAA MUMv1L, fN 372303121 OSA sere .w w A OepHO COYEMGF Ma1C. M A, nr1c4n 23933 NPIeE ,Gaunt.[ C ...Lung, I pea- act envimrrent.l secice., NlueXAM e l ITUS Im. M N.r IE9♦0 111 WKCAa. Center Drire perwu� G 93960 0431 M RFRE N3URER P' COVERAGES CERTIFICATE NUMBER.+]»Ill REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOU'AIMENT,TERM OR CONDITION OF MY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN I$SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS '" m(awwRNlu R CY Y te. P INYf! X c01a1EaCMl OlNWIL Wb1m OWEV CCLRAEnC! I ] 000,ova CWYS.YApEOCCUR A 1 100,090 YEOUR CepBrfM I 5.500 Oeca0If31903 21/30/24i♦ 31/30/1035 gER9DrOL"VvoulRY 1 1,000,000 DENLAGfAFWil LNRAggDE5 PEq RALAGGREGATE 1 21040,040 X PD vC3 rc, �toC PROd.2T!-COYP,OP AGO f 5,000,000 R 1 AUSpIy'9a,(WFLItt 1 rTitE LN 1 1,000,000 X /M''tUT0 0001YINNRYIP P.1 9 a AAN�NiD �X�Uy},a} dAEO ..0001e11e01 11/30po3• 31/30/2015 IODLY VIAIRY ghwso pl s X NIRFp AUrCS X ANdIDLlSMNED M!m! r I c X UWRTJLI UAa X DCCLN ILICHOCCURRENCE 1 4.009,000 110Esl UAN CL,uv� 0LC0031122101 11/3012014 11/I0/i0v5 ,,,,wGATE I • 000,000 p I X Iq enl 1 4 NOMXOIE cpYPµNIpN ANO ILIPLdYERT Wel1TY X ♦ µ A ANY OROONIETOgIPAIliNE0.ErE[ynRE d CEeNWMVCLWP Y elA NIC00 922102 ti/1Op011 11130/i011 EL ENCn KIJOENi f 1.000.000 IYawn.ry HNm lL.p5EA5E-G ENPLOYf 9 1.000,000 W='W&ERATI045 GL PKEASfiPOUCY LINK 1 1.900,soa e ...J/a.RbO &,",..e< RO-Ol•OS•]1-000r 01/al/..1s 03/01/]0 t.Per itm ! $140.000 <euetmn $100.000 .dgacmie u,e9s DElcwT1DN OF OPEnaDDNsi IpGTpxs r95NICLes IacDRp IPe..aa0w.l Rw,b anh,Y.,,..r w.w.n.e e,ne,..P.s•I•rp„I..al x..muu mclw.e nn.It. 1tn..ac cowui.. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE OELIVERE0 IN ACCORDANCE WITH THE POLCV PROW ICH& AUTIgeYde R1'E•IRfil4E�M LA�iN�I m 1980.2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD am I0N301111 sAtdl,a♦tcG a, 105TI Page 76 of 99 70 AGENCY CUSTOMER ID: _ LOC a: ACOR�a ADDITIONAL REMARKS SCHEDULE Page S of a wexcr Mbfiowseeea a fe Willie Tatvance feevie«er CelLfol., Sea. s.nthr c.muluiq, 1m., aeA: eel Ce ..ul farvL«a, the 5'Q)EY MUYRIt Ile N.tn... Cana.. osw. Ce.aea, CA 92060 uuee uAa cane f« v.W L f« Saea 1 f..FCtelf e.M See vae. I ADDITIONAL REMARKS THIS AODITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: as FORM TITLE: taseaua.ea of LLaeLllty smul.nce 105MSe Arh '.CVrt : IMaan W..' M.,....ca,any M:c" 3111, 506FR.. mcco'62270] trr, OAR: ISpO/Sn15 OFP"n. , L1/30/0015 Tr"Or I.5W : LIMI11: eell.tl.n ueb eae Oc M.0,000,000 ACORD 101(20091011 ®2005 ACORD CORPORATION. All rights rowrvatl. The Aa OR OI ame and logo are r.*TStereALmrk1s of ACOR�l9l Page 77 of 99 80 �t Ad1 ° Certificate of Completion r This certificate confirms that G} •`S ��"corrmnt�`� 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 0 IN F+ £ r This is to ceitify that �x�rit- I 1 C. Olsen rNAME fW 3�y SUCCESSfUdy completed Id qt / TIV , Communication •. � •' r ry1 rr tl w ae General AUTH01UZED BY DATE - � (t 1 • ui a �' W — u � — iu - t � J��. '.[i � e .:n 1 . a ��ii i� f1 f 'Et ea � e �.'• � � 1' l .a � f � � � ii �, a / r s", a '' � ComplettonCtrttftcacte of X& da D.C. Olsen Has SuccessiuIIy 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) & (1) 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) J qd 13102953348 10/28/2013 Julius P. Griggs Certificate Number Issue Date Instructor#892 SAFEn MW D,I1. 2139 Up*St.,SuMa 228 Steil valley.CA 93M ro Pi oSFu CompWnt Safely Traadng S noa 1 B03 t188 309.4AFE(7Zul or 806 3064027 W64M .709T(tea) www.ssffturoomfod.com w fD Proof or fnKw eeronowum and submwent rstlamter uak*v Is NOT reaubed to take mfmaw bawn9 Nbnt to be we Wa tardfi ate Y vald7 VW aONywAndod•wnWardlcaaon m 1 O O , ' - - - , - b W MiCertif irate of Comp [ Ctton l Annual HAZMAT- DOT Waste Manifest Training i 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 12 Insouder.Mardo Diaz 7- EaIPleYer hms I Ria ieWYeE Vakft as IrMlnted above Iw bW mmpMae. November 8th, 2013 November 8th, 2013 Completion Date Dole I HCI Environmental & Engineering Service w www. HCIENV. com m OD 0 rh CO O .a. b� r This is to certify that v l^ Gabriel Carrera NAME , Ya. I N T � p i d Hazard Communication �xsf General Awareness Training November l 1 I xX. .=X CI (Ecrtifirate of tom retion Annual HAZMAT- DOT Waste Manifest Training I This certifies that I Gabriel Carrera Flores 1 HAS PARTICIPATED IN AND PASSED AN EXAMINATION WHICH QUALIFIES HIM/HER FOR COMPLETION IN ANNUAL HAZMAT—DOT WASTE MANIFEST TRAINING PER HM-181, 126E AND SEGMENTS HM-215A, 215E i i Instrudar Mando Olaz C. ' Employer EmPlloy nnsrut U�B[equkeO psY�ingnlndkaleC shove has been comPkl.a• November 8th, 2013 November Sth, 2013 Completion Data HCI Environmental & Engineering Service m WWW. HCIENV.com Mrs Mass— a . 00 w O 00 r Certificate of CompItholl Gabriel Carrera Flores Has Successfully completed 8 Hour HAZWOPER Refresher Training Refresher certification does NOT necessarily indicate initial 24 or 40 Flour HAZW OPER 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 I Icalth Specialist(RE1IS)issued by Safety Unlimited,Inc.(Accrodimtion A 044) "' ?Q 131028511610 10/28/2013 Julius P. Griggs Certificate Number Issue Date Instructor #892 4 �1 UNUU r InL 2139 Tapo St.,Sulle 228 Sind Valley,CA 97063 b OSHA Conpf a Solely Trolydrrg 81nco 19M 880 709SAFE(72u)or 806 008a027 888.88W7007(fax) w VAVW./afalyuNlM:Z.COM 1O Proof amm f of Inald cekon and subapuenl rWroWror*WnbV Is HOT mquIred to take r,*eshw ualring N N9n1 W be fnaa Ihla certlarala 6 void?NWt eekNyuYYNled.wmMdacalbn .. CD rP 0 ... 00 VJ Thris is / certify / : �L 4, _I r. .i S} % is NAME �g =j / / 1 / i fhN i�d.— Hazard Communication I General a I Awareness I • • I : g r X �I ijNovember 26th1 AUTH ORIZFD BY DATE a !` _ ° (Certificate of Com -Pretiior� Annual HAZMAT - DOT Waste Manifest Training This certifies that Geovanny Ornelas I 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 InslnwAor.Mwdo Diaz Employer Enployeron etthe rewired tretNnH ea Mkatee ahova { has been ewpleUd. November 8th, 2013 November 8th, 2D13 comptellon Date Dale HC ( Environments ( & Engineering Service LQ www. HCIENV.com a _ . OD ON ME ao °b ca ko ko , ittio Crat"firate of Compll Geovanny Ornelas Has Successfully completed 8 Hour HAZWOPER Refresher Training Refresher ecrtif ication does NOT necessarily indicate initial 24 or 40 Hour HAZWOPCR 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)ofcontinuing education Per the California Department of Public I'icallh for Registered Environmenlnl Health Specialist(REI IS)issued by Safcly Unlimited,Inc.(Accreditation#044) 11 Q m Cyuggd 131027560316 10/27/2013 Julius P. Griggs Certificate Number Issue Date Instructor #892 O UNUMM11,Int. 209 Tapo St.,Suite 228 SW Valley,CA 93M OSHA CamplWd Saloty Ttoltatg Seca 1 No 88S309SAFE(7233For88838648027 889.889.7897464 wwwsdoyunllmhed.com LQ Proof of Wad carafkatwn and subaegueM rafreahar tmk ttt9la NOT tegtded to 1Ww raftwher trob** ~t to be atae ads cwWI=W Is vaW lfiall aafe mWm4ad.cw&adfintwn e3 v O — -- O 1D I11�1� tiJ MICertifirate of Completion This certifies that { Geovanny Ornelas 1 Has Completed The Annual Heat Stress Prevention Training In Accordance With CALIOSHA CCR, Title 8 , Section 3395 I , �. online web Seminar U/ Instmetor.WARam E.Blake,EHS Intemelbnal,MG has %re the repied babiq es m Maied above N e s be i i June 18th, 2013 June 18th, 2013 i CoffvWlan Date Dale ro HCl Environmental & Engineering Service to ! www. HCIENV. com io tb m �p 0 Fes+ M rn �o I. This is tocertif y that _ . i SJeffJones �+?. NAME I Hazard Communication General Awareness Training DATE November 26di 2013 >t ` WAS 1 /v • , BY4�:=� i �r ���� � r r � r '�.:� ti r \ i' � r ` T�'l,� � i-�\ r �!� \.i. �� 1�, � k•'�X, X ` �,X..1 i. - - i 'I ICertff fete of Completion 1 Annual HAZMAT- DOT Waste Manifest Training This certifies that I 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 I i i i InSWGor.Mando Diaz E E tb=- I Uia RYubed irebunp as YMkilad above w I been November 8th. 2013 November 8th, 2013 1 j completion Date Data I HCl Environmental & Engineering Service www. HCIENV. com 0 O rT CD (J b Certificate of Complettoll 9/11 wx6v&&&ZO Jeff Jones 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 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#044) 140227555631 2/27/2014 Julius P. Griggs Certificate Number Issue Date Instructor#892 O UNLIMITED,Me. 2139 Tapo SL,SUN*sea simf vatlay,CA 93063 10 OSHA Cornpllard Safety Tral"Skim 19M WB 3093AFE(7233)or 805 3064027 W"09-7097(ht) www.satetyunllanhad.cem NProof of Mal cetaaMlan and aubsequenl rdaestw Nadnlna 6 NOT requaea to lake reke0w V*Wna Y*4 to be curs oft cmaacate is vaW Vas saldyaMlntlOed.r"hwifivaon to N CO A to to .� to of �tCo tetto�c �erttft � mr� R &vlf& Jeff Jones Has Successfully completed OSHA 40 Hour HAZWOPER Training Annual RerresherTmining Required In Accordance With Federal OSHA Regulation 29 CFR 1910.120(e) And Stale OSHAtEPA Reguta6ons a well including 29 CFR 1926.65(e) �, qQ 120215155631 2/15/2012 ,Julius P. Griggs Certificate Number Issue Date Instructor #892 =him Its a90A Ent lw Angeles Ave Suite 180 Simi Vai1sY,CA 93065 OSHA Compaeal Solely Tag"Sh"1993 988-309-7233 • 0OW064MM -M6469.7097(n 10 www.sa"milmited.com N W D lA1vn b as sloe tNo eemAcate 4 wed7 Veit aofelywemiM40omWetificatim b N O C7l to W H Certificate 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 } ��Imtnx*or Man do Diet E has ben yW the nqubee as q as Mcalad algre has+ been completed. January 301h, 2013 January 30th, 2013 Completion Date Dab HCl Environmental & Engineering Service w www. HCIENV.com m �o w O CD " O7 %D w HPICertificate of Completion ETEWOMMMM a i I RESPIRATOR FIT TESTING This Certifies That JEFFREY JONES TO CERTIFY THAT HE/SHE HAS COMPLETED TO SATISFATION RESPIRATOR FIT TESTING IN ACCORDANCE WITH OSHA REOUIREMENTS Inslnido:Mando Dfaz Employer hatomPle�aetlnl sie treYu'0 es kdksled above i MAY 3, 2013 MAY 3, 2013 Cempfelbn Date Dale II i HCI Environmental & Engineering Service w www. HCIENV. com M _— _. to I 0 rn cn � e InUCertif irate of Completion This certifies that ' Jeff Jones Has Completed The Annual Heat Stress Prevention Training In Accordance With CALIOSHA CCR , Title 8 , Section 3395 I , Online web seminar ILuIredbaft Inatnsdor.Wham E.Slake.EFTS Emp InteffMU0nal,Inc. aehdmledabove had b 1 June 181h, 2013 June 18th, 2013 i cemplevan Date Data b HCl Environmental & Engineering Service w" www.HCIENV.com cn ko u, 0 rn t� 00 to NA0001 rate at c�a Y�rtanc M Dylan Hall Has Successfully completed OSHA 40 Hour HAZWOPER Training 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 P. Griggs Certificate Number Issue Date Instructor#892 SAFETY I IfO,InC 2130 Tapo St.,suite 22e stud Way,CA$3063 UNLIM Tl UNUCpn M Sataty AainLg Since 1BB9 M 3094APE p233)w 005 3068027 060.809.7007(fax) osHA wwwxa"ungmkod.com LQ tb Amuel Refmher Tmkft R"Wmd Y"b be sure vo cerdscese b vaw?Ybn saggwYYnked.can adficaon io 01 r r3i. •:j, i 'S FETY eACLICKSA certifies l-. t � JOEY BROWN. - t f r This course was develope&jn� pr-e, fff s� -rs �- �; Y ,y+ �tr. `Y 1742,77- 3- . Q . SERIAL o �¢ Y!t. 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 In Annual Quantity Unit Price/55 Estimated 55 gal Estimated Oil Waste/Filters al drum drums Annual Cost Filter $25.00 18 $450.00 Absorbent Material/Oil 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 99 101 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 99 102