Loading...
HomeMy WebLinkAboutA5675 - ASBURY ENVIRONMENTAL SERVICES COLLECTION,TRANSPORTATION,DISPOSAL,DESTRUCT. OF WASTE MATERIAL r i . CITY OF PALM SPRINGS I ! CONTRACT SERVICE AGREEMENT TYj S CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this day of SV L. 20 L$ by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and Asbury Environmental Services, (herein "Contractor"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. 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 services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits. Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by 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 services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, 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 services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, 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 Contract Officer. 1 r _ 1 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both 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. Unless hereafter specified, neither party shall be responsible for the service of the other. 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 said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions in Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this fixed unit price Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, in the estimated initial three year contract amount of Eighteen Thousand Seven Hundred Ninety Eight Dollars and 161100 ($18,798.15) (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (III) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2 I I / 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (1") working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to 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" attached hereto as Exhibit "ID", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time perod(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to 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, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer 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 Contract Officer such delay is justified. The Contract Officer'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 pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Jerry Ratajesak It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the 3 services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein 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 approval of City. Transfers restricted hereunder 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 andfor 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 the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor_ Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. 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 perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 4 5.0 INSURANCE, INDEMNIFICATION AND BONDS. 5.1 Types of Insurance. Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Contractor, its 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 herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: a) 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 coverage's for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. b) 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. 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. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City Manager 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 may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Contractor pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Contractor's coverage shall be primary insurance as respects 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's, 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. 5.3A None of the insurance coverage's required herein will be in compliance with these requirements if they include any limiting endorsement which s�bctantially�noaira tfie coverage's set forth herein (e.g., elimination of contractual liability or reduction of discovery period)unless the endorsement has first been submitted to they 11�II ,q r and aoDroyed in writL4 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 Contractors obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 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 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 hereunder in this or any other regard. 5.3.8 Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration- Endorsements as required in this 6 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 nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 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 impairs 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 herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverage's 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 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 "forany 7 and all work performed with the Cit}/' maybe included in this statement). 3, "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named," Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of Insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor's obligation to provide them. 5.6 Performance Bond. Unless otherwise waived in Schedule B of this Services Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original, notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement, 5,7 Sufficiency of Insurer or Surety. Insurance or bands required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best `s Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the Insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for 8 the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and 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 ail times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents 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 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 hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The 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. 7.0 ENFORCEMENT OF AGREEMENT 7A California Law. This Agreement shall be construed and interpreted both as to validity and 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. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party, in writing, of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8, 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any 9 amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement- 7-5 Rights and Remedies are 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. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to 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. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of$ 0 (none) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit "D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3_ 10 In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder_ In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. 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 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and 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. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorneys fees shall include attorney's fees on any appeal, and in addition a party entitled to attorneys fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8A 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. 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination, Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. Xi 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P-O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration: Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability- In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder 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. 9.5 Coroorate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (in) by so executing this Agreement, such party 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 said party is bound. (Signatures on next page) 12 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above- CITY OF PALM SPRINGS _ ATTEST: a municipal corporation By: BY.:; � i Clerk City Manager APPRov b OFORM: APPROVED BYCPiYCOfINCEC By: / J v City Attom y CON7RACT0 Check one: Individual—Partnership/Corporation Corporations require tvm notarized signatures: One signature must be from the Chairman of Boa resident.or any Vice President. The second signature must be from the secretary,Assistant Secretary,Treasurer,Assstant Treasurer or Chief Financial Officer). By. Name: 1 v^ �y�s t i S Name: 9 ✓1� �at�a� i yl Title: V I ce, Title: 13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California1 Country of 1-0c, >��el� On J-L VIG 1-7a�101�5before me, J�553G� Ir°Y��S Gp� �esi [�I�1c�ry i�'ic4�d�G Heie Insert Norte and TiAc of fhc Of4ccr personally appeared N rmc(*)of Signer(s) who proved to me on the basis of satisfactory evidence to be the personi4 whose name% is/�p* subscribed to the within instrument and acknowledged to me that he/ A,W executed The same in hisl r/,Owt authorized capacltyA), and that by his/pr/,i<r signature( on the JEfE1CATORRESCORIES Instrument the person(', or the entity upon behalf of Commission • 1744046 L which the person f acted, executed the instrument. Notary Public-California Los Angeles County I certify under PENALTY OF PERJURY under the laws C0M R`b26f207 of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Ahovu Signs / 9naturc of Notary Public OPTIONAL (/ Though the rnformahon below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reartachmenr of tht5 form to another document. Description of Attached /Document 7� Title or Type of Document: L 'k� O� rrI rn f?Ir�V-2r5 Cb ntra,i+ cSeYViG: yr�,ry1 c4-7+ Document Date: �LAVt!✓ �"�d� NumberofPages: Iolh��.e"�'1 Signer(s) Other Than Named Above: .. _ Capacity(ies) lS Claimed bySigner(s) Signer's Name: tJ I rr° V'nlrs Signer's Name: LJ Individual ` ❑ Individual Corporate Officer—Title(s): UiGfi`I'rP�ldt ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ L] Partner—71 Limited ❑ Gener ❑ Attorney in Fact LJ Attorney in Fact - ❑ Trustee Top ui m°mb here 0 Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or C ervator ❑ Other: ❑ Other: Signer Is Representing: Sign s Representing: Asbut`NnViYD»'yy)Cvrhp �P v_ I GGS 02007 National Notary AssociatIon-9350 De Soto Avc,P.O.2da 2402-Chatsworth,CA 91313-2a02-ww NabbMANomryor9 Itnm R5907 Reorder Cell Toll-Free 1-600-676-6227 CALIFORNIA ALL,-PURPOSE ACKNOWLEDGMENT zcrvc+.v-----r•.�rwr..��.;,. State of California County of L_o5 �> e)�$ On �lutyC (� aObsS beforeme, �e55iCfv m �d�-(ti✓ pN�e� G oat, m� Here Insert Name and TiUP of the Oflico personally appeared 5hGtt'Iti N�mcis)of S9neris) who proved to me on the basis of satisfactory evidence to be the personO6 whose name is/a�xdsubscribed to the within instridment and acknowledged to me that he/�T!f r executed the same in his/par 114r authorized capaclty( and that by his/[>C( r signatul the instrument the person . or the entity upon behalf of dESSICA TORRES CORTES Which the person<acted, executed the instrument. Commission # 1792046 Notary Public -California ' Los Angell County € 1 certify under PENALTY OF PERJURY under the laws Cansn F b2A2D12 of the State of California that the foregoing paragraph is true and correct. WIT SS my hand and official seal. Sig Lure Place Notary Seel Above Drum of Nonry Public OPTIONA Though the Information below is not required by law, It may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document. D� R-tlwk rG�S l On g �YrIiGG r�gyylr r{` Document Date: �GLyiz )"I rE� ��g d Number of Pages: f�h�e�� C Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: 'Ska�G V, Signer's Name: ❑ Individual 7Individual yam'/Corporate Officer—Title(s). ❑ Corporate Officer—Title(s): L7 Partner—❑ Limited LJ General _ LJ Partner—❑ Limited ❑ General ❑ Attorney in Fact ❑Attorney in Fact • - ❑ Trustee Top of tnwnn Hero ❑Trustee Top of thumb here ❑ Guardian or Conservator l Guardian or Conservator ❑ Other: 7 Other: Slgncr Is Repre entiny: Signer Is Representing: A5bwr1.l n✓tvvvlm SGv✓1 Gc-S 02007Wt[mal Notary Assoclation-9350 De Solo Ave PC ecx2402•Chatsworth CA 91313-2402-wwNmPnofttaryortf Item115907 Reorder.Call Tell-Froc 1.80UM5327 EXHIBIT "A" SCOPE OF SERVICES 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 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. 14 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. 15 EXHIBIT "B" SPECIAL REQUIREMENTS Performance Bond —Waived. 16 EXHIBIT "C" SCHEDULE OF COMPENSATION ESTIMATED ESTIMATED QUANTITY ANNUAL UNIT PRICE PER YEAR COST For Waste Oil jincludinq Lubricatinq ail from Co en : Liquids 0.00 per gal 3,340 0.00 Service Fee 0.00 per pick up 20 0.00 For Waste Anti-Freeze /Coolant Liquid 0.00 per gal _ 190 0,00 Service Fee 0.00 per pick up 4 0.00 For Run WaV Crumb Rubber $211.000 per pick up per 55 gallon drum $211.00 For Drained Used Oil Filters Filters 125.00 per 55 gal 12 $300.00 drum Note: Price must include replacement drums For Oil/Water Separator Waste Liquids 0.57 per gal 7105 $4,049.85 Solids 0.00 per gal 182 0.00 Transportation Fee 1,355.20 *" 1 355.20 Note: Price must Include portal to portal fuel surcharge Note: "Based on estimated time spent between City of Palm Springs and your Individual drop off facility Truck washout fee 1350.00 $350.00 per pick up Note: "I Please estimate your number of pick ups TOTAL ANNUAL COMPENSATION: 16,266.05 FIXED ANNUAL RATE $6,266.04 X 3 YEARS=3 YEAR TOTAL OF $18,798.15 Note:YEARS 4 AND 5 WILL BE THE SAME FIXED RATE 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. 17 EXHIBIT "D" SCHEDULE OF PERFORMANCE 1. 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. Scheduling of Services: Services shall be provided on an as-required basis. All services to be performed will be requested by and coordinated with the Fleet Operations Manager, the Facilities Maintenance Manager, the Deputy Director of Aviation, Operations, or their designees. Estimated Frequency of Services. The estimated frequency of the services to be performed, are outlined in Exhibit "C" above. 18 I / INVITATION FOR BID IFB 08-04 May FOR COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS INDEX: THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING: PAGE COVERSHEET............................ -------------------------------------------------------..................................... 1 CONTENTS............................. .........................2 NOTICEINVITING BIDS................................................................................................................ 3 BIDDER'S CHECK LIST................................................................................................................. 4 TERMS & CONDITIONS ............................................................................................... .. ........5-6 SCOPE OF WORK, SPECIFICATIONS, & SPECIAL CONDITIONS......................................... 7-10 BID PROPOSAUPRICING, PAGE 12 MUST BE MANUALLY SIGNED...................................11-12 AFFIDAVIT OF NON-COLLUSION ---- .. •• - • ................................................................ ..13 INFORMATION REQUIRED OF BIDDER................................................_----- --------- .......14-15 BID BOND FORM ............... ..........................16 .................................... ...... .... . ............................. EXHIBIT"A"- SAMPLE CONTRACT SERVICES AGREEMENT.........................____...........17-33 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF, OR THE FAILURE TO OPEN, A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. STREET ADDRESS: Division of Procurement&Contracting 3200 Tahquitz Canyon Way, Palm Springs, CA 92262 DATE DUE: THURSDAY, MAY 15, 2008 TIME DUE: 2:00 P.M. LOCAL TIME BIDDER'S NAME: Asbury _Environmental Services ADDRESS: 1300 S. Santa Fe Avenue Compton, CA// 9[=1 PHONE: 619 /7i S77k1- S� SIGNATURE: — 2 Invitation for Bid (IFB)08-04 COLLECTION AND DESTRUCTION OF WASTE MATERIALS BID PRICING ESTIMATED ESTIMATED QUANTITY ANNUAL UNIT PRICE PER YEAR COST For Waste Oil (including Lubricating oil from Coaen): Liquids 0.00 per gal 3,340 0.00 Service Fee 0.00 per pick up 20 0.00 For Waste Anti-Freeze /Coolant Liquid 0.00 per gal 190 0.00 Service Fee 0.00 per pick up 4 0.00 For Run Way Crumb Rubber 211.00_ per pick up per 55 gallon drum 21 1 .00 For Drained Used Oil Filters Filters 25.00 per 55 gal 12 300.00 drum Note: Price must include replacement drums For OillWater Separator Waste Liquids 0-57 per gal 7105 4,049-85 Solids 0.00 per gal 182 0.00 Transportation Fee 1,355.20 1,355.20 NoW Price must Include portal to portal fuel surcharge Note: 'Based on estimated time spent between City of Palm Springs and your Individual drop off facility Truck washout fee 350.00 350.00 per pick up Note: * Plaase estimate your number of pick ups TOTAL ANNUAL COMPENSATION: $ 6,266.05 FIXED ANNUAL RATE $ A_2fiF na X 3 YEARS=3 YEAR TOTAL OF$ 18,798-15 Note: YEARS 4 AND 5 WILL BE THE SAME FIXED RATE 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. 11 Invitation for Bid (IFB) 08-0 COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS BID PRICING PAGE The Bidder proffers this Bid with the understanding and agreement to begin full service by at 8:00AM local time. It is further understood and agreed that any Bid submitted in response to this Invitation for Bids may not be withdrawn until Ninety (90) calendar days from the Bid Opening date and time. Name of Bidder (Company/Firm): Asbury Environmental Services Authorized Representative of Bidder(print Name and Title): Stnau tt'crdnnn Prgsident California State Business License Numbers(s) & Registrations(s): Non=Expiring Motor Carrier Permit # 0000068; Hazardous Materials Transportation License # 36459; Hazardous Materials Certificate of Registration # 062607 552 094P; Hazardous Waste Transporter Registration # 0015; Contractors' State License Board # 731738 State Bidder availability for on-site problem resolution and /or City requested conferences in terms of distance to be traveled or time to respond: 0n--site problem resol ut i on apQuze time jSuutld not aYeead 24 hqura Account Mznapwe1 would be there within two hours. Account Manager is Jerry Ratajesak. � Authorized Signature: � Data: � -o9 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Asbury 7VA-x6 meuta7. Services Authorized Signature: Date: 5h4be t. Acknowledgment of Receipt of Addendum _j_ is required by signing and returning a copy of this addendum,with your response. Failure to acknowledge this Addendum may result in your bid being deemed non-responsive. 12 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ) ss. County of Los Angeles ) I. _Steve Kerdoon being first duly sworn, deposes and says that he or she is_president _ of Asbury Environmental Svcs the party making the foregoing bid that the bid is not made in the interest of, or on 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 thereto, or paid, and will not pay, any tee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER: yam. d"vironmental Services BY:2 TITLE president ORGANIZATION Asbmry Environmental Services ADDRESS Santa Ye Avenue Compton, CA 90221 State of California County of Los Angeles SUBSCRIBED AND SWORN TO BEFORE METHS 14th DAY OF ny 12008 . by Steve Kerdoon, proved to me ou the basis of satisfactory evidence to be the peroa o appeared efore me, Jessica Torres, Notary Public. O7 RY PUBLI A OR SAID CO TY AND STATE MY COMMISSION EXPIRES: February 26, 2012 '"MCA TORRES CORTEZ Commission N 1792046 Notary►u411C-California Los Angeles County 1*Conm8* aFn624.9012 t 13 CITY OF PALM SPRINGS COLLECTION,TRANSPORTATION AND DESTRUCTION OF WASTE MATERIALS IFB 08.04 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 1300 S. Santa Fe Avenue, Compton, CA 90221 2_ Name and Title of person authorized to execute a contract for the firm: Steve Kerdoon, President; Jim Ennis, Vice President; ramie Anderson, General Manager; Jerry Ratajesak, Account Manager 3. Telephone Number: (619) 778-7015 „- (FAX) (760) 757-7030 4. E-mail address: irataiesak@asburyenv.com 5. Type of Firm: ❑ Individual ❑ Partnership ® Corporation ❑ Other 6. Corporation organized under the laws of the State of California I 7, Business License No. 07002066 Expiration Date: 6/30/08 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- 167,744.71 on-going Jiffy, Lube International Irene Turnbull-Nay extended one more year P.O. Box 4361, Houston, TX 772.10 713-546-3885 b, 953,249.11 7 years Safety-Kleen Corp- Regina Vaughn 5403 Legacy Drive, Piano, TX 75024 972-265-2475 C, 564,92e-04 a, n-going EZ Luba, Inc, Jose Herrera 3506 U. Lake Center Dr. Ste B, San Ea Ana,CA 714-556-1312 d. 368 336-90 varies NTA-Na L•xo_politan Transportation AuL•hmrity Jamey Jimenez Contracts `- P-O- Box 512296, L.A., CA 90051 213-922-6811 e, 3,085,000.00 72 31/05 union Pacific Railroad Frank Nann on goinf various 1400 Douglas St, Stop 0750 Omaha NE 402-544-7227 contracts 7a I 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. Terry Rataiesak Account Manager. (619) 778-7015 10. Number of years in this type of business: 71 year. 11. Response Time, if applicable: For routine waste oil used anti-freeze or used oil filter pick up it takes two to three business days for pick up. For oil/water separator waste calls, three business days for pick up. (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) i I i z� CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of dos Angeles- — On May 13, 2008-------- before me, Patricia L. Rowley. Notary Public- Dale Hur.Irourl N.mu.rd Till..r the clfic.r personally appeared Gail Kelch ----------------------------------------------------------------------------------------- Namn(;).f 81Onar(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. PATRICIA L. RowLEy I certify under PENALTY OF PERJURY under the laws Commission,M 1629930 _ of the State of California that lLle-fOreZf0,nu raph is Q01my Notary Public-Cclifornld rCLG'`�n COr Z'Los Angeles Coyyn Comm,Expires Tan 10,20t0 WITNESS my hand an official seal. r� PI.�.Nomry s..l Ab.�. Signature 0nmre of Nota,vP nllc OPTIONAL —7: Though the information below Is nor required by law,It may prove vaurable fo persons relying on the document and could prevent fraudulent removal and raatlachrrent of this form to another document. Description of Attached Document Title or Type of Document,-K,88QBij_eond_tc the_Qity_of Palm Springs-------------------------------------------------------- Document Date: May 13, 2008---------------------------------------------------- Number of Pages: One Signer(s) Other Than Named Above: Signer(s)for Asbury Fnvlronmemal services Capacity(ies) Claimed by Signer(s) Signer's Name: Gail Kelch---------•-• -----• Sigrq s Name IJ Individual ❑ Individual_ ❑ Corporate officer—Title(s): LlCorporatedfficor—Title(s)•,•_„ ❑ Partner—❑ Limited Ct General _ --_ ❑ Partner—❑ Lim�l ed`❑ General - - - IR Attorney in Fact - ❑Attorney in Fact \ ❑ Trustee Top of Ihwr'U bore, ❑Trustee Top of Thumb hole ❑ Guardian or Conservator l Guardian or Conservator ❑ Other: ❑Other. Signer Is Representing' Travelers Signer Is e�esenting:- Casualry and Surety Company of America--.----•---------------------------- 02007 Natlonel Notary Assocletlon•9350 Do Solo Ave PD Sox 2402•Ch.L•w.rlh CA 01313-24U^•v✓•+^ry NatlonalNMarycIG Ifem0590] Ruordur C.IlT.11•Fr..1.a0o-RT6-eRaT WARNING'THIS POWER OF ATTORNEY IS III VALID WITHOUT THE RED 60RDER 7- STPAUL POWER OF XI' 'ORNEY TRAVELERS Farmington Cnwa ty Company St.Pool Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company r Fidelity and Guarallly Insurance Underwriters,Inc. 'Irovelers Casually and Surety Company Seaboard Surety Company 'Travelers Casually and Surely Company of America St.Paul Fire and Marine insurance Company United Slate's Fidelity and Guaranty Company Attorney-In Fact No. 216350 Certificate No- 000422609 KNOW AYJi Mb;N BY TIIESE PRESENT'S 711at Seaboard Surety Compnily is,i Uurpuratinn duly organized under the laws of the Stale of New York,rhar Sr Paul Fire and Marioc losulance Company,St.P1ul Ctitlldlalh InsuranLO Company and SI.Paul Mcrcuiy Im.1111a0e Company arc corpnr:�lio�la'chdy orgun¢cd under dlc laws of the State OF Mimlcsutn,that Farmington Casualty Company, I ravcicrs C,tSuadty and Surety Company,and Travulcr%Casually and Sotcly Company of America are ourporatiom%duly orgmuacd under the laws of the Smte of Connecticut,r11a1 Llancd Staten Picichty and Guar,ln[y Company Is a cnrp0l'ali0a duly 07 amrcd under the Ia1Wn of the State of Matyland,that I"idchty and Guatanty Insurance Compnnv is n corporation duly orennized under the Iuw%of the Stile of Iowa.and that PicicliTy and Gu.ii Insurance Underwriters,Inc.i5 a enipointion cluly oruani1cd under rile LnwR of the Stulc of Wisconsin(herein collectively enlled the"Compaucti'),and That the Companies do hereby make,comnlwc and npp0rm Richard Adair, Gail Kelch, Patricia L. Rowley, and P. Bauer of the City Of_G1Nrldale ,State of flalifnrnla ,Their True and lawful Arroiney(s)-in-Fact, each m TIMI separaae capacity it more than one is named above,TO Rlgo.execu[e,scat and acknowledge ally and all bands,recognizancen,conditional under udzings and other wnrings obligatory in the nature Thereof on behalf of the Companies in Tlicu busmew of gu t-goleeing the fidelity of persons,gtrtaameeug the pet for'minee of contracts and executing or guaranteeing hoods and undertaking,rcgmrcd or pennntud in any actions or proceedings allowed by low, I IN WITNESS WH6R@OF,the Cumpaue%have coined This instrument to be signed'Mod their Corporate scaly to be I1CreTo affixed,this 1 l lh day of May 2006 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty ln5urance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters.Inc. Trawlers Casualty and Surely Company Seaboard Surely Company Traveler%Caemlty and Surely Company of America I St-Paul Fire and Marine Insurance Compan, United Slalcs Fidelity and Guaranty Company i swryG "rsWb nu xs f tar °i tY 01,(F d',Wa JQ. �F a ulcMtaftuFo 7 ua. ...-n•�n1, nrwrtn e'.^i l x� w.' gp ts6xCo 1977 7927 F^ ^r !^3 fi!` annrraao� lo'wmrew>. 5 r g 7957 ," � scnc,o, M coxu 3 calm. a tags �4` 4�. a >- ..yr ,s„SxRL!z`% 'wee rorNEw fA,Y� w+s'�l"nn� 1is-.7..Fn ��� f State of GOI1neeTlenl 9y - City of Hartford sR C ige W I ou,wn,Son r Vic Picsidua On tea the I1th day of May _ 2006 , bi,fore me personally ippe,trud Gcorge W.Thompson, who acknowledged himself to be the Senior Vice President of Funnmgton Casualty Company, Fidelity in([Cuahanly Insurance Company,Fidelity and Guammty Insurance Underwriters, Inc„Seabo.ud Surety Company,Sr Paul Fire and Mar-inc Inmiiince Company,St.Paul Guardian lasunmcu Company,St.Pau]Mercury Imurince Company,Travelers Casually and Surely Company,Travelers Casualty and Surety Colllpany of America,and United Staten FIdclity and Guaranty Company,and 0191 he,as such,being authorized 5010 do,exeeptad the loregoing insuurricnt for the Purposes Therein Lora uncd by%igniog tin behalf of the corporations by himself as a duly authorized officer. r In Witness Ulureof,I hercunto se[ply hard and ohl icml Renl. TM _ Q.M+�' C • �.. t�t�"'�' My Conlnussron.uxprrc%the Mill day 01 June.2006. c j°UEU� * Mauc C levc uai,Nniary Public 'YItEDT'F'$ 58440.9.05 Printed in U.S.A. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER WARNING THIS POWER OF ATTORNFY IS INVALID WITHOUTTHE RED BORDER This Power of Auoniq is gmntcd under end by The nuthonty of the following resodLlOns adopwd by the Boards of Directors of f armirl Casualty Company,Fidelity ind (ivaranl} hnsiln,mco Compare, fidelity and Guaranty Imurance Clndcrwntcrs.Inc.. Scahnard Surety Company. St. Paul Fire and Mal'nic Insurance Company, St, Paul Guaidiail lilsul'onec Cnmp,uiy,St Paul Mercury In]Lnra11CO Company, fravulers Casunlry and Surety Company,Travelers Casually and Surety Company at Amcrlca,and UnnLLll States Pldchty and Guainnly Company,which insolutlons are now ill Full foyer and clfccl.reading as follows: RESOLVED,drat the Cllairalnn,the President,any Vicc ChmnmuT,day Executive Vice President,airy Senior Vice PMC"I(1CI11,any Vice President.any Second Vice Picsi(Icnt,thu Truastnei,any Assistant Treasuret the Corporate Secnelai'y of any Assistant.SuCnell y Inny appoint Attorneys-in-Pact and AgeoTs to act for and on behalf of The Company and nidy giviz such appointee Such vuhnnty d% his Orlhe COnilncate of audnuty may prescribe to sign wtT11 the Campany'n name and seal with dre ds.Compviy's seal bon tecngnv1nccs,contrnm,Of indcnimty,and Other writings obligatory in the nxiiic of a band,recognizance,or condrtnunal undctiakmg and any of Said nl'liccrs or the Buaid of❑iOcLors it any time Iniy remove an) sdeh appointee and revoke The power given him ui h3i'and it Is PURT'HC,R RESOLVED thol the Chairman.the Ple+idant,any Va.e Chaitmin,'illy PXCLULTVe ViCC PI'CSI(ICTIL„Inv Suliot Vlcc President or any Vice President may dClcgatc all Or any pint of tllc Imcpong authoiity to nnc or more uffuciS Of employees of Ibis COinpmly,provided drat cash such dulugatiun is in wi'inng and a copy thereon'is filed in L11e 0It lee Ot the Sucrul,u y,,Ind IT Is FURT14ER RESOLVED,That any hand.recognwancc,contract of indCnlnity,nr writing obligatory ill the nature of a bond,rccogmrancu,ur c.olldldnnal undertaking %hall he l alid and binding upon the CompaTly when(a)signed by Lhe Precid=T,any Vic ClIMM1111,any ECCCutivu Vice President,any Senior Vice President or any Vice Pi csidcm,auv SCCOrd Vice President.the Trcq%iircr,any Assistant Treisnrcr,the Corpti Secl'ctnry or tiny Asai+lank Secretary and duly lueSTi;d and scaled Mill file j (:nllipall) s Swl by 1 Sarctary ci Asmsiam Secretary;or(b)duly cxecutcd(under teal.If icipiti Cd)by one or more Altai ncys-In-Pail and Agelirc pursuant to the )0%e' prescribed in hiS of hcl' ccrtlCaate ui dreu Collificaes Of audicii1y OI' by one or mule Company officers punsuanT ro n written delegauon of eithonty; and it rc i FIIRTTIER RESOLVED that the siunamrc of each nl'thc following ofliccrs Prc ider 1.any Executive Vic President,any Scnnr Vice President,any Vice President, any Assistant VICC PrcvdcnL,any Sccicl,ny,any Assistant Suuctmy, ind dre wad of the Company may be of ixcd by fncsimile to arty, powci of attorney or to any certd'icatu rel,ttmg Iherato appoinuiig Rcmdcnr 'Vice Presidents.RWI(Ienl Assistant SeLILWI IC+or Attomeys-iln-Fdci fill'purposes only of mccuting and aLLCISUg boil(k and uudontakulgS and other writings obligatory In the naLui4 Lhutcol,and any such puwei of ndnrney or cenifie,ae be ii ing such facemtile sigmilure ar fauimnl0 soar chill be valid in(]hnchng upon the COnyl Illy and any such power so cwcutcd and cunlified by such fucmmdc>igilanlic and lacsimilu sail+hill he valid and binding on the Company Ill The future with ICSpccr to any band or undwsmndng to which it is airwhcd. I I Kon MAnhansan.Lho Llndcl'si�ncd,A%sisL,mL SeeleTary,ol Farmington Casualty Company.Piduhty and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters,Inc.. Seabond Surcty Company,ST Paul Fire and Marine Ingiimnee Company. ST Pall Guardian IMILNCu1CC Company, SI Paul Mercury Insurance Connpany.TravcicS Cammlly and Surety Company,Travelers Casuallyland Surety Company of Americo,and United States Fidelity and Guaranty Company do hereby ccnlly that die,d)OvC'Inc[to egong in a uue,old correct copy of dre PrnvcM of Aunrnuy uxuouted by end Companies.which is m full farce an(I elfcct Ind has not been rcvnl:cd I IN TESTIMONY WEILIKEOF,I have hciemlm set my hand and affixed The seals of and Companies this 13th_day nF 11ay ,20Q8 . T ZSohvx Assistant S�usmry enaua(n .q�sW1Y Me'? ��I:i""a"�q nN..'xs� ��ue en.'r'ree yu tiorrx EOtt'Ob rA Mr.♦ d'+`W^�k8=5111 J * 4F ^ °°`'Fors °"tx: e c 4� III t ` y ^� Ga hi ,`y ~ Sr �FoP_�'(:n� ^ l� L'O II O tYxz o 1977 1927 .rat of NPmeoao�, aa'iumroro,l5{ N aim g �Y b x early. f t89G sy .na Lr 9�Y �cgs nFN a �" ' i To verify dw uIlrhmTICITy nl'the,Power of Attorney,call 1-800-421�1880 nr cnntact US al www erpaultravelersbond coin Please refer to the Attorney-In-Fact number. the abnvu-named indiVidulls and Lhi derails of the bond to which the powci'is attached I I I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Asbn Enaa&8nmental Services Authorized Signature. Date: Acknowledgment of Receipt of Addendum 7 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your response being deemed non-responsive. ✓ �yh�5vti. � ,L �gli�ngN NOTICE INVITING BIDS (IFB 08-04) FOR COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items. THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED.IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM 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. CLARIFICATION OF INSTRUCTIONS TO PROPOSERS: It is IMPERATIVE that you contact Cheryl Martin, Procurement Administrative Coordinator, via email at Chervl.Martin(ftalmsgrinas-ca qov, to officially register as a Proposer for this specific project with your company name, address, phone, fax, contact person and email address Failure to officially register may result in not receiving addenda to the IFB. Note: You may also register your firm in the Clty's on-line general vendor database system while on the website, but you MUST still contact Cheryl Martin as instructed above to register as a proposer for this specific IFB 08-02. The following additions, clarifications and /or answers to bidders questions are hereby provided: 1. DISCARD page 11 of the original Invitation to Bid (Bid Pricing) and REPLACE with page 11 attached hereto and made part of the original Invitation to Bid. 2 Please send us your current pricing. ANSWER. Liquids $0.75 gal; solids $3.15 gal, transport$71.00 per hour. 3. On page 8, it is mentioned that any oil in the secondary containment for the drummed oil will need to be collected at the time of service. However, the prior paragraph does not indicate any drums of oil. Is this referring to the oil filters? ANSWER: No we are not referring to oil filters. Reference in the document is to secondary containment which may need to be cleaned up at the time of an individual service if a spill occurred. 3. Bid Surety- 10% of bid amount. Is this for the annual total, or the 3 year total? ANSWER: The Bid Bond is to be based on 10% of the total of the first 3 years of the agreement. 4. On page 7 you mention spill response. This service is not listed on your pricing schedule. Also, continued on page 8 you don't have listed on your pricing schedule collection and disposing of waste stream a: runway crumb rubber and sand. How would you like this addressed? ANSWER: As indicated in Item #1 above the Bid Pricing page has been changed to reflect addition of the runway crumb rubber. Further, with respect to the language referenced on Page 7 "response to spills, accidents, or discoveries involving regulated materials", while the City does not expect"spills or accidents"we do need to include the possibility in the Scope of Work in the event such event occurs. Any work to be performed with respect to spills or accidents would be quoted on a case by case basis and does not need to be included in the final bid pricing. 5 Also, on the pricing schedule, you have one line pricing for transportation. There will be times that one of our smaller trucks will be sufficiently beneficial and cost effective. How would you like to have transportation pricing addressed? ANSWER: The information being requested is For a single applicable transportation charge We do not expect that there would be a difference in a flat transportation fee based on the size of the truck being utilized. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Mari Lynn B swell Procurement Specialist I DATE: M2y&, 2008 ADDENDUM AGKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your response. Failure to acknowledge this Addendum may result in your response being deemed non-responsive. Invitation for Bid (IFB) 08-04 COLLECTION AND DESTRUCTION OF WASTE MATERIALS BID PRICING ESTIMATED ESTIMATED QUANTITY ANNUAL UNIT PRICE PER YEAR COST For Waste Oil (including Lubricating oil from Coaen): Liquids per gal 3,340 Service Fee per pick up 20 For Waste Anti-Freeze /Coolant Liquid per gal 190 Service Fee per pick up 4 For Run Way Crumb Rubber per pick up per 55 gallon drum For Drained Used Oil Filters Filters per 55 gal 12 drum Note: Price must include replacement drums For Oil/Water Separator Waste Liquids per gal 7105 Solids per gal 182 Transportation Fee .. Note: Price must Include portal to portal fuel surcharge Note: "Based on estimated time spent between City of Palm Springs and your Individual drop off facility Truck washout fee +* per pick up Note: 'Please estimate your number of pick ups TOTAL ANNUAL COMPENSATION: $ FIXED ANNUAL RATE $ X 3 YEARS=3 YEAR TOTAL OF$ Note:YEARS 4 AND 5 WILL BE THE SAME FIXED RATE 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. 13UREAU OF LABOR STATISTICS FOR THE LOS ANGELES,ANAHEIM AND RIVERSIDE AREAS. CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR DID (IFB) 08-04 FOR COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS May, 2008 MARI LYNN BOSWELL PROCUREMENT SPECIALIST 1 760-323-8237 City of Palm Springs Office of Procurement and Contracting 3200 East Tahquitz Canyon Way Palm Springs, CA 92253-2743 1 INVITATION FOR BID IFB 05-04 May 2008 FOR COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS INDEX: THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING: PAGE COVERSHEET...... .. .. ................................................................................................................ 1 CONTENTS ............................. —........... --- ---- .......................................................................2 NOTICE INVITING BIDS................................................................................................................ 3 BIDDER'S CHECK LIST.............................................................I.....I—.......................................... 4 TERMS & CONDITIONS ........................ ...... ........ ...... .............................................................5-6 SCOPE OF WORK, SPECIFICATIONS, & SPECIAL CONDITIONS......................................... 7-10 BID PROPOSAL/PRICING, PAGE 12 MUST BE MANUALLY SIGNED...................................11-12 AFFIDAVIT OF NON-COLLUSION .................................................................................... .........13 INFORMATION REQUIRED OF BIDDER................................................................................14-15 BIDBOND FORM .........................................................................................................................16 EXHIBIT "A" - SAMPLE CONTRACT SERVICES AGREEMENT.............................................17-33 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF, OR THE FAILURE TO OPEN, A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. STREET ADDRESS: Division of Procurement & Contracting 3200 Tahquitz Canyon Way, Palm Springs, CA 92262 DATE DUE: THURSDAY, MAY 15, 2008 TIME DUE: 2:00 P.M. LOCAL TIME BIDDER"S NAME: ADDRESS: PHONE: SIGNATURE: 2 CITY OF PALM SPRINGS, CALIFORNIA NOTICE INVITING BIDS IFB 08-04 NOTICE IS HEREBY GIVEN that sealed Bids will be received at the Office of Procurement and Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, CA, until Thursday, May 15, 2008 at 2:00 P.M. local time, at which date and time they will be publicly opened and read in the Procurement and Contracting Office for the following: Collection, transportation, disposal and/or destruction of waste materials at various City locations in the City of Palm Springs. The work includes providing supervision, labor, equipment and materials, and all other resources necessary for the proper collection, transportation, disposal and/or destruction of waste materials from various locations at City's sites for the duration of the contract period. No Bid will be considered unless it is made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand delivered at the address above, or mailed to: City of Palm Springs, Procurement and Contracting Division, 3200 E. Tahquitz Canyon Way, Palm Springs, California 92262. The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322-8373, or via the Internet at the following address: htto //www.palmsprings-ca.pov click on "Departments" and go to "Procurement", "Open Bids". NOTE: If you downloaded this bid via the internet at the address above, contact Cheryl Martin, Procurement Administrative Coordinator, via email at Cheryl.Mar-Un alms rin s-ca. ov. to be registered as a Bidder for this specific bid. Failure to register as a Bidder for this bid may result in your firm not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. rc_ Mari Lynn Bo ell Procurement Specialist I Date. April 30, 2008 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 08-04 BIDDER'S CHECK LIST I GENERAL INSTRUCTIONS TO BIDDERS: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation to Bid only the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after the Bid opening time and date, but prior to Award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON- RESPONSIVE. II REQUIRED DOCUMENTS FOR BID SUBMITTAL: BIDS MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X" ARE REQUIRED. X Index, Page 2, to the Invitation for Bids must be manually signed. X Bid Proposal/Pricing, Page 12, must be manually signed. X Erasures or other changes made to the Bid Proposal/Pricing Page must be initialed by the person signing the Bid. X Affidavit of Non-Collusion by Contractor form, Page 13, must be notarized and signed by a Notary Public. X Information Required of Bidders, including reference information, Pages 14-15, must be completed. X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted with the Bid in the amount indicated. Page 16 must be executed and notarized as indicated, if applicable. X All Addenda issued shall be acknowledged in the space provided on the Bid Pricing page or by manually signing the Addenda sheet and submitting it prior to the Bid Opening Time and Date. 4 CITY OF PALM SPRINGS TERMS AND CONDITIONS 1. Bids must be submitted on Bid forms supplied by the Procurement & Contracting Office in a sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number and date of opening. 2. Bids submitted may be withdrawn by written request received before the hour set for the opening. After that time, Bids may not be withdrawn by the Bidder for a period of ninety (90) days and at no time after award of Bid. 3. The City of Palm Springs reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 4. The City of Palm Springs reserves the right to reject any or all Bids and to waive any informality or technical defect in a Bid. 5. Bidder's signed proposal and written acceptance by the City shall constitute an agreement. 6. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Invitation For Bid. 7. The price quoted by the bidder in the proposal shall include any sales or use tax levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of Congress. 6. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 9, Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be Wined and sworn before a Notary Public with a commission in the State of California. 10. Successful Bidder will be required to be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 3.96 entitled Business Tax, 11. NO BIDDER WILL BE ALLOWED TO OFFER MORE THAN ONE PRICE ON EACH ITEM even though bidder may believe that two or more types will meet the specifications. If said bidder should submit more than one price on any item, all prices for the item may be rejected at the discretion of the City. 12, Basis of Award: The City reserves the right to award to the lowest responsive and responsible bidder based on either a line item amount basis or total lump sum amount bid, or to reject all bids, as it may best serve the interests of the City, 13. Successful Bidder will be required to meet all City insurance requirements. See Contract Services Agreement (Exhibit "A"), section 5.0. 14. The decision of the Palm Springs City Council will be final. 5 QUESTIONS: Bidders are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below may be cause for rejection of a Bid. AAn v questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: Mari Lynn Boswell, Procurement Specialist I Procurement & Contracting Division City of Palm Springs 3200 E Tahquitz Canyon Way Palm Springs, CA 92263-2743, (760) 323-8237 Email: Mar!L nn,Boswell alms rin s-ca. ov 15. It is understood that the services offered by the Bidder will meet all requirements of the specifications in this Invitation unless deviations therefrom are clearly indicated in an attachment titled "Exceptions to Specifications" submitted and signed by Bidder's authorized representative. In order for the Bid to be considered, an explanation must be made for each item in which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. The City of Palm Springs will be the sole judge as to whether any deviations or exceptions will be approved or accepted. G CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 08-04 SCOPE OF WORK SPECIFICATIONS AND SPECIAL CONDITIONS FOR COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS 1. Scope of Work: Purpose: The purpose of this Invitation to Bid (I1`13) is to solicit bids from qualified firms to perform collection, transportation, disposal and/or destruction of waste materials at various locations at the City of Palm Springs. 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. Label ing/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, 7 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 or services and related compensation is reviewed and approved in writing by the City's Contract Officer. 2. Contract Manager(s): The Contract will be performed under the direction and supervision of the following Contract Managers for their respective City facility location. CONTRACT MANAGER DEPARTMENT PHONE NUMBER Craig Toms Airport Operations 760-318-3845 Jan Anderson Facilities 760-323-8170 Position Vacant (TBD) Fleet TBD Any reference to the Contract Manager in the contract shall mean the respective and appropriate Contract Manager or his designated representative. SPECIAL CONDITIONS: 1, 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), 2. Bidder Qualifications: In order to be considered for award, each Bidder must submit with their Bid the "Information Required of Bidder", pages 14-15, 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. 8 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, stale 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. 3. 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, 4. 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". 5. Term Of Contract: The term of this Contract will be for (3) three years from date of award, with two (2) one (1) year renewal options upon mutual consent of the Contract Administrator and the Contractor. A. Option to Renew: At the sole discretion of the City, the Contract may be renewed for two additional years or any portion thereof. If the City exercises its option to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas, B. Contract Services Agreement: The successful bidder will be required to sign a Contract Services Agreement in a form acceptable to the City. A sample of such an Agreement is attached as an Exhibit "A" herein C. Schedule of Work - The Contractor shall furnish to the City Representative a detailed work schedule showing how the Contractor will accomplish the Contract requirements. This work schedule shall indicate the number of personnel, tasks to be performed by each person and the amount of time necessary to accomplish the work. The schedule shall be kept throughout the duration of the Contract, and shall be modified and re-submitted to the City Representative as required. Any work to be performed not conforming to this schedule shall be approved by the City Representative prior to such occurrence. D. Adiustment of Services - The City reserves the right to reduce or increase, or otherwise adjust the scope of services. 9 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. 9. Performance Bond: The requirement for a Performance Bond is hereby waived for this Contract. 10,Time Is Of The Essence: Time is of the essence in performance of the work. 10 Invitation for Bid (IFB) 08-04 COLLECTION AND DESTRUCTION OF WASTE MATERIALS BID PRICING ESTIMATED ESTIMATED QUANTITY ANNUAL UNIT PRICE PER YEAR COST For Waste Oil (including Lubricating oil from Cogen): Liquids per gal 3,340 Service Fee per pick up 20 For Waste Anti-Freeze /Coolant Liquid per gal 190 Service Fee per pick up 4 For Run Way Crumb Rubber per pick up per 55 gallon drum For Drained Used Oil Filters Filters per 55 gal 12 drum Note: Price must include replacement drums For Oil/Wator Separator Waste Liquids per gal 7105 Solids per gal 182 Transportation Fee Note: Price must Include portal to portal fuel surcharge Note: **Based on estimated time spent between City of Palm Springs and your Individual drop off facility Truck washout fee *** per pick up Note: ' *please estimate your number of pick ups TOTAL ANNUAL COMPENSATION: y FIXED ANNUAL RATE $ X 3 YEARS =3 YEAR TOTAL OF$ Note:YEARS 4 AND 5 WILL BE THE SAME FIXED RATE 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. 11 Invitation for Bid (IFB) 08.04 COLLECTION, TRANSPORTATION, DISPOSAL AND/OR DESTRUCTION OF WASTE MATERIALS BID PRICING PAGE The Bidder proffers this Bid with the understanding and agreement to begin full service by at 8:OOAM local time. It is further understood and agreed that any Bid submitted in response to this Invitation for Bids may not be withdrawn until Ninety (90) calendar days from the Bid Opening date and time. Name of Bidder (Company/Firm). Authorized Representative of Bidder (print Name and Title): California State Business License Numbers(s) & Registrations(s): State Bidder availability for on-site problem resolution and /or City requested conferences in terms of distance to be traveled or time to respond. Authorized Signature: Date, ADDENDUM ACKNOWLEDGMENT.- Proposer Firm Name- Authorized Signature: Date: Acknowledgment of Receipt of Addendum is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your bid being deemed non-responsive. 12 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ) ss. County of ) I, 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 interest of, or on 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 thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER: BY: TITLE ORGANIZATION ADDRESS SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF 20 NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE MY COMMISSION EXPIRES' 13 CITY OF PALM SPRINGS COLLECTION, TRANSPORTATION AND DESTRUCTION OF WASTE MATERIALS IFB 08-04 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. 14 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: 10. Number of years in this type of business: 11. Response Time, if applicable. (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) 15 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 08.04 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 tollowing groups:A.Chairman of Board,President,or any vice President; and 6 Secretary,Asst.Secretary,Treasurer,Asst Treasurer,or Chief Financial Officer.) 16 EXHIBIT "A" CITY OF PALM SPRINGS CONTRACT SERVICE AGREEMENT THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this day of , 20`, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and , (herein "Contractor"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows.- IX SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. 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 services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service Is rendered. 1.4 Licenses, Permits Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by 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 services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, 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 services hereunder. Should the Contractor discover any latent or unknown 17 • • conditions, which will materially affect the performance of the services hereunder, 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 Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both 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. Unless hereafter specified, neither party shall be responsible for the service of the other. 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 said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or $25,000: whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions in Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of ($ ) (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City, Contractor shall not be entitled to any 18 additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (1") working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to 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" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Maleure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to 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, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer 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 Contract Officer such delay is justified, The Contract Officer'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 pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: 79 It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 42 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein 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 approval or City. Transfers restricted hereunder 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 the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2, 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. 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 or service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any 20 purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS. 5.1 Types of Insurance. Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Contractor, its 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 herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: a) 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 coverage's for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. b) 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. 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. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self- Insured retentions must be declared to and approved by the City Manager 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 21 in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Contractor pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Contractor's coverage shall be primary insurance as respects 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's, 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 None of the insurance coverage's required herein will be in compliance with these requirements if they include any limiting endorsement which substantially imo�irs the coveraq.e's set forth herein (e.g., elimination of contractual liability or reduc'tlon of discovery period) unless the endorsement ha_s first been submitted to theme ManagpLapd anoroved in writin . 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 herein. 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 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 hereunder in this or any other regard. 5.3.8 Contractor shall provide proof that policies of insurance required herein expiring 22 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 nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 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 impairs 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 herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverage's 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 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). 22 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No.—" or "for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor's obligation to provide them. 5.6 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original, notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 5.7 Sufficiency of Insurer or SuretX. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best 's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, 24 technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and 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 times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required 6.3 Ownership of„Documents. All drawings, specifications, reports, records, documents 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 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 hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The 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, 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and 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. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party, in writing, of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 25 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (1) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a Claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are 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 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to 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. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of ($ 100.00 ) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit "D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for Cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor, except that where termination is due to the fault of the Contractor, the period or notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt or any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and 26 for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event or termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. 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 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment or the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES; NON-DISCRIMINATION 8.1 Non-liability of City Officers and Em to ees. 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. 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person 27 shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder 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. 9.5 Corporate Authority, The persons executing this Agreement on behalf of the parties hereto warrant that (1) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party 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 said party is bound. (Signatures on next page) 28 0 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation By: By. City Clerk City Manager APPROVED AS TO FORM: By: City Attorney CONTRACTOR: Check one:—individual_Partnership_Corporation Corporations require two notarized signatures: One signature must be from the 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) By, By Name: Name: Title: Title: 29 EXHIBIT "D" SCHEDULE OF PERFORMANCE 32 VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABBTBACT �c DUE ID � (9Q -OSk DATE: . IDDING TO: UANTITY COMMODITY ITEM thud b �3�lG.so