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