Loading...
HomeMy WebLinkAbout04182 - CURBSIDE INC HAZARDOUS WASTE MO6546 PALM s City of Palm Springs Office of the City Clerk (760) 323-8204 V N MEMORANDUM Date: April 3, 2004 To: 1�v5 3 6 From: City Clerk AGREEMENT 4), V � Please let us know the status of the above agreement, and if it may be closed. Termination Date of Agreement: STATUS: COMPLETED: REMAIN OPEN UNTIL: Date& Initials CLOSE AGR 7 Signature PLEASE RETURN TO THE OFFICE OF THE CITY CLERK c-clk\forms.std\agr-cl se.mem Curbside, Inc. Waste Collection AGREEMENT #4182 Amend 2 CM signed 10-24-03 AMENDMENT #2 TO CONTRACT SERVICES AGREEMENT #4182 WITH CURBSIDE, INC., TO EXTEND TERM TO JUNE 30, 2004 THIS SECOND AMENDMENT TO THE AGREEMENT FOR CON MR//ACT SERVICES (# 4182 herein "Agreement"), is made and entered into this �ay of�� /CAL-F 2003, (the� "Effective Date") by and between the City of Palm Springs (herein "City" or "Owner"), a municipal corporation, and Curbside, Inc., (herein "Contractor"), RECITALS A. On December 23, 1999, City and Contractor entered into that certain Contract Services Agreement #4182 ("Original Agreement") pursuant to which Contractor agreed to provide Household Hazardous Waste Collection Services for our senior and disabled residents B. City and Contractor desire to amend terms of the Original Agreement as described herein NOW, THEREFORE, the parties hereto agree as follows 1. Section 3.4 of the Original Agreement entitled "Term" shall be deleted and replaced with the following "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 June 30, 2004, unless extended." 2. Section 2.1 of the Original Agreement entitled "Contract Sum" shall be amended to add the following: "2.1 Contract Sum. Compensation shall be determined by fee schedule described in Exhibit A - 'Scope of Services' at an additional not-to-exceed amount of $4,000.00, 3. Full Force and Effect. Except as expressly stated herein, all other terms of the Original Agreement shall rernain in full force and effect IN WITNESS WHEREOF, the parties have executed and entered into this Second Amendment as of the date first written above {Signatures on Next Page} Amendment#2 Curbside, Inc. October 15, 2003 2 CITY OF PALM SPRINGS, a municipal corporation ATTES By. City Manager City Clerk u' tl��%)e[uw�`tlo'°.;t�:+.L.J. (Corporations require two notarized signatures One from each of the following A Chairman of Board, President or any Vice-President;AND B Secretary,Assistant Secretary,Treasurer,Assistant Treasurer or Chief Financial Officer.) COLP� (Agreementaex/under$25,000By ' rrye� Reviewed and approved by Na Procurement& Contracting Title `'r P.O.Numbe By ° L s y'�",Name / see v'e Title� {Notarization (;orms on Next Pane) STATE OF CALIFORNIA COUNTY OF ORANGE On 10/09/03,before me, Michele Garcia-Jurado, Notary Public, personally appeared, Patrick Francis Anderson and William Benedict Anderson,proved to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the within instrument and acknowledged that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. V "� .'NOTARY PUBLIC-CALIFORNIA280073 Michele Garcia-Jurado, Notary Public 1= ORANGE COU" 1606 N. Spurgeon Sheet, Suite G COMM. ap,NOV.i,20 k Santa Ana, CA 92701 (714) 647-0261 Curbside, Inc. • . Hazardous Waste Collection AGREEMENT #4182 AMEND #1 M06793, 2-7-01 Amendment#1 To Contract Services Agreement #4182 with CURBSIDE, INC., A SAFETY-KLEEN COMPANY to expand Hazardous Waste collection programs for Palm Springs residents. THIS FIRST AMENDMENT TO THE AGREEMENT FOR CONTRACT SERVICES (#4182 herein "Agreement", is made and entered this 71h day of February, 2001, by and between the City of Palm Springs (herein "City" or "Owner"), a municipal corporation, and Curbside, Inc., a Safety-Kleen Company, (herein "Contractor"), and amends that certain Agreement for contract services dated December 23, 1999, as amended, between the same parties, as follows: L EXHIBIT "A", SCOPE OF SERVICES of the Agreement, is hereby amended to add the following new paragraphs Nos 4 and 5 at the end of all text appearing at Exhibit "A" and immediately following Paragraph No. 3 of Exhibit "A", with all remaining provisions of Exhibit "A" being unchanged and in full force and effect: 4. Within five (5) days of the date of this Amendment, as first written above, Contractor shall perform a one-time removal, recycling and/or safe disposal of all hazardous materials existing at the City Yard and Recycling Office at the time Contractor performs the services hereunder. Contractor shall select the site for the legal and authorized recycling and/or safe disposal of the hazardous materials and inform the City of the location of the site selected Contractor specifically acknowledges that Section 5.2 of this Agreement shall apply to its removal, disposal and/or recycling of such hazardous materials. 5. Contractor shall submit an invoice to the City upon completion of collection and recycling and/or disposal of materials to the satisfaction of the Contract Officer. Contractor shall be compensated based on the weight of hazardous materials disposed at a rate of$310.00 per 55 gallon drum of paint, waste and motor oil, $205 per 55 gallon drum of oil-based paint, $173 per 16 gallon drum of aerosol spray, $542 per 30 gallon drum of nickel cadmium and other batteries and the actual analysis fee charged to the Contractor. The total compensation to Contractor for the services under Paragraph 4 above shall not exceed $4,000. II. Except as expressly amended herein, all terms of the Agreement shall remain unchanged and in full force and effect. 627/0140940001 156091.01.01/30/01 1IQ•WITNESS WHEREOF, the parties have executed and entered into this Amendment as of the date stated below. CITY OF PALM SPRINGS a mu—nicci~p-aal corporation ��—�� &-TEST. B, y: y�_ - City,]Manager r III City Clerk APPR, y1� T O � TO FORM: '. ( City Attor-n y CO - RACTOR BS' by' Name: Ll/Ce Title: NOTARY STATEMENT TO BE ATTACHED. T"m P", n rA lnP��9� 617/014084-0001 156091 01.01/30/01 -2- } STATE OF CALIFORNIA }SS. COUNTY OF On ella w (,,ryol , before me, d Illb se IV k,� personally known tom (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name s) are subscribed to the within instrument and acknowledged to me tha�e .-heA44 ey executed the same in6l / - eir authorized capacity(ies), and that by(66r4heir signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature r it I' C rNI I lUll l!C"MYN FV 111 d17 �;,„' ram'=�'`/ ➢-ip4:ornmiaicn CJc;rirc;Jnnu 2.9,2a", ..a .PVSpO�vi4�.?9v'+JPZ.i"::?.ci..b4vS>J4-0-0'v YG^ (This area for official notarial seal) Title of Document Date of Document No. of Pages Other Signatures not acknowledged OCT STATE OF CALIFORNIA ) COUNTY OF ) ss Ong -a d� before me, Z personally appearedG�riLti�� personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) 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. WITNESS my hand and official seal. Signature t ,.. HEIDI KELLY � � COMM#1131691 D � .. ,+.n' ;� NOTARY PBBLIC-CALIfORNW m +au �-�'�•., �� ORANCaE COUNTY � °�� NH Canmisslon Ins April i4,S001� � aaoouoCs.+o.9++area�tra hMa 1-18-01 Elaine Wedekind 0 0 Palm Springs, Ca Dear Elaine Wedekind, We appreciate your interest in Safety-Kieen's waste management services. Safety-Kleen bases ail disposal pricing on chemical analysis of a representative sample of each waste stream as well as your generator knowledge.All prices quotations are estimates until prequalification analysis results are evaluated. Price quotations based on Safety-Klaen analysis are valid for(30)thirty days. Please keep in mind that our service includes the preparation of all labels, manifests, land bans, and regularly scheduled pick-ups. There are no minimum quantities and no additional charges such as transportation, mileage charges, labor, or demurrage. Safety-Kleen assumes total control of your waste. We offer our"Certificate of Assurance and Indemnification"at no additional charge to our customers. Safety-Kieen supports our customers with(4)four billion dollars in assets as indemnification against any costs incurred while their waste is in our control. The peace of mind that our"Certificate of Assurance and Indemnification" provides ensures your company's financial assets are completely protected, Safety-Kleen Systems provides the world's largest volume of chemical treatment services and site service project management. Safety-Kieen enjoys the reputation,within the chemical treatment industry, as the leader in environmentally beneficial technology and unsurpassed customer service. Once again, thank you for your interest in our service and I am looking forwa,d to the future relationship between your company and Safety-Kleen. If you need any further assistance or desire any additional information, please feel free to contact me at 909-882-8300 . Sincerely, kkpk-t � Steve Metzger Branch Industrial Manager Tke more you know about the!service you get from Safety (f a xim,koow why tlbe.bat mvuo a ef6l:seaviee on Earth,is'atso:Ae e*,VALEM saretr Customerinformafron Imp l Contact Name: ElaineWledekind Date: 14M1 Hola Business Name: :address: City,State: Palm Springs,Ca Phone Imo: 760-32M259 8reneh InduaMal l7rnagar � �t7C9 QUOI~dtldR: cuifomoreoelcrlplfon mw�rosa� w"tociaani8eonon 6611nIetea cootaarer nnaherr FT"—P.—d curt �h�uemnM®eoscr� roacof 1 N Oua aip 8kRa Rnlee Pee tCoefHNnar 1 cartaMr .� _ Organic sned consumer - pal"t weeteto0 Commoditlee 6 MS gallon drum 111MI)0 5370.00 ;1,5 " 05 . ----- pa1M waele—---------_---___ Organic Lkiuld-High 13TU_I Lu*Hal _ __ 1- - J66 gallon drum $_ -- - _ ___$206.00_ _ __ _3206.00 Spray cane Ao of Cana 1 MG gallon drum $173.00 St73A0 i {{9got i� Baderiae leaftrin-Mckal Cadmium 1 M gallon drum $6420o S612,00 j I i Total s2470.00 lots-� J These treatment prices are merely estimates. A representative sample must be analyzed before a final waste disposition can be determined. Price quotations based on Safety-Ween analysis are valid for(30) thirty days. Curbside, Inc. Household Hazardous Waste Collection Program AGREEMENT#4182 M06546, 12-15-99 CONTRACT to Create and Manage a Door-to-Door Household Hazardous Waste Collection Program THIS CONTRACT SERVICES AGREEMENT(herein"Agreement"),is made and entered into this 1 \ day of Lf Le r1,\Its e 1999, by and between the City OF PALM SPRINGS, (herein "City"),a municipal corporation and Curbside,Inc.,(herein"Contractor") a California Corporation. The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scone of Services. In compliance with all terms and conditions ofthis Agreement,the Contractor shall provide those services specified in the"Scope of Services"attached hereto as Exhibit "A"and incorporated herein bythis reference,which services may be referred to herein as the"services" or "work" hereunder. Contractor warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry,and all materials will be ofgood quality,fit for the purpose intended. The services ofthe Contractor are limited to the work described in Exhibit"A"by Section 9.6. 1.2 Contractor's Proposal. The Scope of Services shall include the Contractor's proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms ofsuch proposal and this Agreement,the terms ofthis Agreement shall govern. 1.3 CompliancewithLaw. 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 ofthe 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 ofthe services under this Agreement. Ifthe 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 ofthe services hereunder,Contractor shall immediately inform the City of such I 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 finmish 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 ofthe 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 anytime during the performance ofthe 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 ofthe Contractor. Any increase in compensation of five percent (5%) or less of the Contract Sum, or in the time to perform of one hundred eighty(180) days or less 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 applyto 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 ofthis Agreement,ifany,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 ofExhibitB and any other provisions of this Agreement,the provisions of Exhibit B shall govern. 2.0 COMPENSATION 2.1 Contract Sum. As outlined in the Scope of Services, Contractor agrees to offer door-to-door collection for household hazardous waste(BI W)as described in Scope of Services. Compensation shall be determined by fee schedule described in Exhibit A-"Scope of Services". 2.2 Method of Payment. Contractor shall, on a monthly basis, submit to City an itemized invoice for compensation for services performed. City shall reimburse Contractor for all pick-ups from low-income, senior or disabled residents at rate as indicated in Exhibit A - "Scope of Services". Contractor shall on a monthly basis, submit to City an itemized listing of all completed sales indicating the total of each sale and the 5%reimbursement fee earned by City for 2 the CESQG's. City at its discretion will direct Contractor when and how to make payment. The amount due to City can accumulate and be used at City's sole discretion to fund additional collections for other approved uses. Payment must be made to City within 45 days after the end of the calendar 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 established in Section 3.4 of this Agreement. 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 ofthis Agreement,this Agreement shall continue in full force and effect until December 31, 2003, unless extended. 4.0 COORDINATION OF WORK 4.1 ftresentative 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: William B. Anderson, President Curbside, Inc. 1845 Orangewood Avenue Suite 320 Orange, CA 92868 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 lime to personally supervise the services hereunder. For 3 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 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. 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. 5.0 INSURANCE,INDEMNIFICATION AND BONDS 5.1 Insurance. Contractor shall procure and maintain, at its sole cost and expense,in a form and content satisfactory to City,during the entire term ofthis Agreement including any extension thereof, the following policies of insurance: (a) Comprehensive GeneralLiabilityInsurance. A policy ofcomprehensive general liability insurance written on a per occurrence basis.Ifthe Contract Sum is$25,000.00 or less, the policy of insurance shall be written in an amount not less than either(i)a combined 4 • 0 single limit of$500,000.00 or (ii) bodily injury limits of$250,000.00 per person, $500,000.00 per occurrence and$500,000.00 products and completed operations and property damage limits of $100,000.00 per occurrence and $100,000.00 in the aggregate. If the Contract Sum is greater than$25,000.00 but less than or equal to $100,000.00, the policy of insurance shall be in an amount not less than either(i) a combined single limit of$1,000,000.00 for bodily injury, death and property damage or(ii)bodily injury limits of$500,000.00 per person, $1,000,000.00 per occurrence and$1,000,000.00 products and completed operations and property damage limits of $500,000.00 per occurrence and$500,000.00 in the aggregate. If the Contract Sum is greater than$100,000.00,the policy of insurance shall be in an amount not less than $5,000,000.00 combined single limit. (b) Worker's Compensation Insurance. A policy of workers compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of$250,000.00 per person and$500,000.00 per occurrence and property damage liability limits of$100,000.00 per occurrence and$250,000.00 in the aggregate or(ii)combined single limit liability of$500,000.00. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance, as may be required in the Special Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty(30) days prior written notice by registered mail to the City. In the event any of said policies of insurance are canceled,the Contractor shall,prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. The Contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. 5 0 r In the event the Contractor subcontracts any portion ofthe work in compliance with Section 4.3 ofthis Agreement,the contract betweenthe Contractor and such subcontractor shall requirethe subcontractor to maintain the same policies of insurance that the Contractor is required to maintain pursuant to this Section 5.1. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits,claims,damages to persons or property,losses,costs,penalties, obligations, errors,omissions or liabilities, (herein "claims or liabilities")that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor,its agents, employees, subcontractors, or invitees,provided for herein,or arising from the negligent acts or omissions ofContractor ,thereunder,or arising from Contractor's negligentperformance of or failure to perform any term, provision covenant or condition of this Agreement,whether or not there is concurrent passive or active negligence on the part ofthe City,its officers,agents or employees but excluding such claims or liabilities arising from the sole negligence orwillfirl misconduct ofthe City, its officers,agents or employees,who are directly responsible to the City,and in connection therewith: (a) Contractor will defend arty action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses,including legal costs and attorneys'fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder;and Contractor agrees to save and hold the City,its officers, agents, and employees harmless therefrom; (c) In the event the City,its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work,operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys'fees. 5.3 Performance Bond. Concurrently with execution ofthis 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 Clerk, 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 ofthe 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 ofthe Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terns and conditions of this Agreement. 5.4 Sufficiency of Insurer or Sure . 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 6 the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VU or better,unless such requirements are waived by the Risk Manager of the City due to unique circumstances. In the event the Risk Manager of City('Risk 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 and the performance bond required by this Section 5 may be changed accordingly upon receipt ofwritten notice from the RiskManager;provided that the Contractor shall have the right to appeal a determination ofincreased coverage by the Risk Manager to the City Council of City within 10 days of receipt of notice from the Risk Manager. 6.0 RECORDS AND REPORTS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance ofthe services required by this Agreement as the Contract Officer shall require. 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 ofthis Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the temwiation of this Agreement,and 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 of 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 ofDocuments. 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 7 0 9 concerning any dispute,claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county,and Contractor covenants and agrees to submit to the personal jurisdictionofsuchcourt 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 therefor. 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 ofthis 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 parts 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 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 omissio ns 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 ofany right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A parry's consent to or approval of any act by the other parry requiring the parry's consent or approval shall not be deemed to waive or render unnecessary the other parry'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 ofth is Agreement,to obtain declaratory or injunctive relief,or to obtain any other remedy consistent with the purposes of this Agreement. 8 0 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 ofthis Agreement,the Contractor and its sureties shall be liable for and shall pay to the City the sum of_zero ($0.00) dollars_as liquidated damages for each working day of delay in the performance of any service required hereunder. The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Tern ination 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 upon, 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 such as may be specifically approved by the Contract Officer. 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(Exhibit"C")or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event oftermination without cause pursuant to this Section,the terminating party need not provide 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 Contractorto fulfill its obligations under this Agreement,City may,after compliance withthe 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 setoff or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys'Fees. If either parry 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 refiefwhich 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-DISCREWWATION 8.1 Non-liability of City Officers and Employees. No officer or employee ofthe City shall be personally liable to the Contractor,or any successor in interest,in the event of any default or breach 9 0 ! 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 ofInterest. No officer or employee ofthe 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 Discrinunation. 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 ofpersons on account ofrace,color,creed,religion,sex, marital status,national origin, or ancestry in the performance ofthis 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 NIISCELLANEOUS 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 ofthe Contract Officer,City OF PALM SPRINGS,P.O.Box 2743,Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page ofthis 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 tine of mailing if mailed as provided in this Section. 9.2 Interpretation. The terns ofthis 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 Intepration;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 orunenforceableby a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not effect any ofthe remaining phrases,sentences,clauses,paragraphs,or sections offs is Agreement which are hereby declared as severable and shall be interpreted to carry out the intent ofthe 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. 10 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i)such party is duly organized and existing,(n)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. 9.6 Limitations of Contractor. Acknowledging that the City of Palm Springs has an exclusive franchise for the collection, hauling, and disposal of municipal solid waste with Palm Springs Disposal Services, a company unrelated to the Contractor,both the City and Contractor agree that this Contract is for services established in Exhibit"A"ofthis agreement,Scope of Work. In no way is this Contract to be construed as granting Contractor, its parent company or any successor companyto itself or parent,the right to collect,haul, or dispose of municipal solid waste or other recyclable materials in the City of Palm Springs, other than the materials listed in Exhibit "A" as the"Pay as you throw" IIIIW materials and Recycled materials. 11 IN WITNESS THEREOF,these parties have executed this Agreement on the day and year shown below. p DATE: ��9 r e v1 ,�oZ 3 , ATTEST: CITY OF PALM SPRINGS, CALIFORNIA B �✓] NI City Clerk City Manager REVIEWED & APPROVED AS TO FORM : "Contractor" CURBSIbEE�INC ` By S'g�atur/j, Title NOTARY STATEMENT FORM ATTACHED By: / ijn t Title gy NO. 615/61 fl VI -- 12 CALIFORNIA ALL-PURP04PE ACKNOWLEDGMENT State of ���� Fotih"i✓� County of �l�✓����� On /�fC'�rltc�Eit " 1cf%%before me, E. ANDUJO, NOTARY PUBLIC Dale Name d The of Officer(e.g.,'Jane Boa,Notary Pu51k77 personally appeared GC�tr ci �M I-g4rZV.16SCh' f �f /ZCA✓`rh' Name(s)of Vgnet(s) ❑personally known to me—OR—❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shelthey 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, Eo ANDUJO 111 executed the instrument. ¢ carom,fd 1097559 r NOTARY PUBLIC•CALIFORNIA jj WITNESS my hand and official seal. c LOSANGELESCOUNTY My Crinm.If ofes iUay 12,2000 lF Signature of No(dry P lie - OPTIONAL Though the information below is not required bylaw, 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: 6/rTrC% Document Date: �f/FAt dEr� n �i I Number of Pages: f Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: G L' �C// /�� s �1b/Yh?'Ch Signer's Name: ❑ kSdividual ❑,Fndividual ®/Corporate Officer - V Corporate Offic r Title(s): /aiS//_)f/t'T Title(s): ) i� /L�✓a�i/CF7/ir''7 ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thu b here ❑ Other: Top of to b here Signer Is Representing: Signer Is Representing: 0 1994 Nauonal Notary Assocoum•5236 Rommel Ave P 0.Box 7184•Canoga Park,CA 91309-7184 Prod No.5907 Reorder.Call Toll-Free 1-600-876-6827 Exhibit "A" Scope of Services Curbside,Inc.(Contractor)shall implement a comprehensive collection system for the year-round management of household hazardous waste in the City of Palm Springs. This program features three separate areas: 1) A free-to-residents Door-to-Door HHW collection from low-income, senior or disabled citizens on a demand basis. The City will pay $95 per pick-up for non-recyclable Household Hazardous Waste collected, $75 for recyclable and$60 for motor oil,automotive batteries and oil filters. All monies to be paid out of the Household Hazardous Waste Disposal Grant not to exceed $15,000. Residents will call the Hotline phone number, l-800-HHW-PKUP(1-800-449-7587). The Hotline will be answered by a bilingual person between the hours of 8:00 a.m. and 5:00 p.m.PST, Monday though Friday. Calls received during holidays,weekends and after hours will be directed to Curbside's answering service. When a resident calls in to schedule an HHW pickup,the operator will arrange a scheduled collection day; the customer will be told that a kit will be shipped to their home via a delivery service (e.g. UPS). These kits are designed to be child- and animal-resistant once packed and fastened. The resident will be told to have the kit packed and placed on the porch, and asked to be home on the scheduled collection day. A Safety-Kleen Service Representative is routed to each participating home by Curbside, Inc.'s dispatching system. A routing document is provided to the Safety-Kleen Representative prior to the collection date. Special assistance will be provided to individuals who have difficulty packaging HHW for collection. These individuals would include the disabled and senior citizens. The Safety-Kleen representative will open the HHW kit and check the inventory of the household waste. After the kit is opened, the inventory sheet will be removed, the plastic bag untied and each container will be inspected to ensure its integrity. Each item will be checked off against the inventory sheet. Should the item bean unacceptable material,i.e.biological,explosive, or radioactive,the resident will be informed that said material cannot be accepted and will be given an alternative for legal and proper disposal. If a resident is not home, the unaccepatable material will be left in the box which will be resealed. A door hanger note will instruct the resident to call the Hotline number for information about proper disposal. After the materials have been transported to the truck, all items will be removed from the box and placed into separate double containment DOT drums by hazard class. Each drum is 13 r designated by chemical compatibility and hazard class. Oil-based paint,for example, is lab packed with solvents, mineral spirits and paint thinners. The route sheet is noted with the materials collected including an estimated net pounds or gallons. A copy of the inventory sheet(receipt)will be left with the resident along with a postage paid survey card. The vehicle is secured and the driver proceeds to the next stop. Billing will be sent on a monthly basis, and will include collection reports and cumulative reports broken down by waste stream, hazard class, total weight of individual waste stream material and total weight of all waste streams. Additionally, Senior and Disabled citizens will have segregated reports for funding purposes. 2) The second aspect of this project is the "Pay as you throw" program. This a concept first developed by the US Environmental Protection Agency to help all residents rid their premises of hazardous waste in a safe manner. "Pay as you throw" of recycled materials only. These waste streams account for approximately 65% of the total waste stream. Under this plan, most recyclable materials will be eligible for collection, including: • Used Motor Oil • Used Antifreeze • Used Oil Filters • Latex Paint i' • Used Automotive Batteries • Pesticides • Herbicides • Gasoline • Solvents • Thinners • Disinfectants/lye/general cleaners • Poisons • Aerosols, oil base paint • Household batteries • Other"approved" materials Fee schedule: • Residents who pay themselves will be charged $95.00 per collection for first 75 pounds (one supplied container) • Amount of material collected may be up to 200 pounds, if batteries are collected. 14 0 If residents have commercial chemicals or large containers such as 55 gallon drums, there may be an additional charge. Those residents who have stockpiled many years of materials amounting to hundreds of pounds would incur an additional charge. This cost would be commensurate with the additional cost to recycle and dispose of extra materials. Transportation and other costs are already factored in the initial $95.00 fee. The cost of the Hotline number is included in the price of collection 3) The Conditionally Exempt Small Quantity Generators or CESQG's for businesses generating not more than 2J_0 pounds or about 27 gallons of hazardous waster per month would call the same hotline number, requesting pick up with all the pertinent information. Contractor would make arrangements for determination of cost and pick up. Contractor has agreed to reimburse City 5% of collection from this program. 15 ACORD CERTIFICA - OF LIABILITY INSU NCE I DATE(MM/DD/YY) *M 10/01/2001 PRODUCER (949)622-5517 FAX (9. 622-5518 GSM Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Lic. #OD15612 _�;��1 -'` ''F1 '+ ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 19200 Von Karman Ave. #400 Irvine, CA 92612 " ` .�} INSURERS AFFORDING COVERAGE Vy '^;'r :J INSURED Curbside, Inc. -',r-� `'y; "-INSURERA American Intl Specialty Lines �Q^I r •,. �� p Y 1605 N. Spurgeon St. erz,'> , 1NSURERB Commerce & Industry Ins. Co. Santa Ana, CA 92701 INSURERC. Granite State Insurance Co. INSURER D INSURERE. COVERAGES I, 1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY 3417766 06/20/2001 06/20/2002 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one Fire) $ 100,000 CLAIMSMADE OCCUR MEDEXP(Any one person) $ 25,000 A PERSONAL G ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO S 1,000,000 POLICY PRO LOC ECT AUTOMOBILE LIABILITY CA8087711 06/20/2001 06/20/2002 COMBINED SINGLE LIMIT X ANYAUTO (Ea accldenl) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accldenl) PROPERTY DAMAGE $ (Per accldenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY. AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 6742236 08/23/2001 08/23/2002 TORY LIMITS ER EMPLOYERS'LIABILITY C E.L.EACH ACCIDENT $ 1,000,000 ---- - - _ _ _ _ E L DISEASE_EA EMPLOYEE $ _7r 0D0.,_DDn_ _ EL DISEASE-POLICY LIMIT $ 1,000,000 OTHER r 3417766 06/20/2001 06/20/2002 $1,000,000 per loss Contractor's Pollution A Liability $1,000,000 total all losses DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ertificate Holder is named as Additional Insured as respects General Liability, but solely in regards o work being performed by or on behalf of the Named Insured. -° Except 10 day notice for nonpayment of premium. CERTIFICATE HOLDER ADDITIONAL INSURED,INSURER LETTER- CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL P0(XMXX MAIL City of Palm Springs 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Office of The City Clerk Attn: Patricia A. Sanders BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahquitz Canyon Way OF ANY KIND UP THE COMPANY TSAG ORR PRESENT IVES.e Palm Springs, CA 92262 AUTHORIZE ESENTATIVE