Loading...
HomeMy WebLinkAboutC-8652-1 - M/RSA for Sidewalk Steam Pressure Washing ServicesAMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES AGREEMENT WITH QUALITY COMMERCIAL CLEANING INC. DBA SPECTRUM FACILITY MAINTENANCE FOR SIDEWALK STEAM PRESSURE WASHING SERVICES THIS AMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 26th day of August, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and QUALITY COMMERCIAL CLEANING INC., a California corporation, doing business as ("dba") SPECTRUM FACILITY MAINTENANCE ("Contractor"), whose address is 1326 Border Ave, Torrance California, 90501, and is made with reference to the following: RECITALS A. On September 22, 2020, City and Contractor entered into a Maintenance/Repair Services Agreement (Contract No. C-8652-1) ("Agreement") to perform maintenance and/or repair services for City ("Project"). B. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement, to extend the term of the Agreement to September 30, 2026, to increase the total compensation, update the City's Project Manager information, and update the Contractor's Notices Section. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on September 30, 2026, unless terminated earlier as set forth herein." 2. SERVICES TO BE PERFORMED As of the effective date of this Amendment No. One, Exhibit A to the Agreement shall be amended in its entirety and replaced to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). The City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. COMPENSATION TO CONTRACTOR As of the effective date of this Amendment No. One, Exhibit B to the Agreement shall be amended in its entirety and replaced to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items shall not exceed One Million Seven Hundred Eighty One Thousand Seven Hundred Three Dollars and 00/100 ($1,781,703.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subcontract fees, in an amount not to exceed Three Hundred Ten Thousand Dollars and 00/100 ($310,000.00). 4. ADMINISTRATION Section 6 of the Agreement shall be amended in its entirety and replaced with the following: "This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement." 5. NOTICES Section 24.3 shall be amended in its entirety and replaced with the following: "24.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Mario Costa Quality Commercial Cleaning, Inc. dba Spectrum Facility Maintenance 1326 Border Ave Torrance, CA 90501 " 6. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Quality Commercial Cleaning, Inc. dba Spectrum Facility Maintenance Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: "`l%2°j /25— By: -D A r Harp City Attorney ATTEST: Date:��� Z� Z Molly Perry Interim City Clerk CITY OF NEWPORT BEACH, a California muni ipal corporation Date: 2b 129- By:_� Joe S/apleion Mayor CONTRACTOR: QUALITY COMMERCIAL CLEANING, INC. DOING BUSINESS AS ("DBA") SPECTRUM FACILITY MAINTENANCE, a California corporation Date: Signed in Counterpart Bv: Mario Costa Chief Executive Officer/ Chief Financial Officer/ Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Quality Commercial Cleaning, Inc. dba Spectrum Facility Maintenance Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Dater f By: -D A r arp , C Attorney ATTEST: Date: LE Dolly Perry Interim City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Joe Stapleton Mayor CONTRACTOR: QUALITY COMMERCIAL. CLEANING, INC. DOING BUSINESS AS ("DBA") SPECTRUM FACILITY MAINTENANCE, a Califomi corporation Date: 'R I 1 / z-C) D _ -- Mario Co. to Chief Executive Officer/ Chief Financial Officer/ Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Quality Commercial Cleaning, Inc. dba Spectrum Facility Maintenance Page 3 EXHIBIT SCOPE OF SERVICES Quality Commercial Cleaning, Inc. dba Spectrum Facility Maintenance Page A-1 Scope of Work Description of Service Areas and Line Items Contractor shall furnish all labor, tools, expendable equipment, materials, transportation services necessary for the sidewalk steam pressure washing services as described herein including, but not limited to, the following. City reserves the right to adjust recurring schedules and quantities as necessary, depending on condition and need. Locations 1. Balboa Village: Provide the supervision, equipment, tools, labor, and materials, to pressure wash 174,797 square feet of Lithocrete sidewalks and designer roadway pavement in Balboa Village area identified on the enclosed map A. The Contractor shall develop and execute a schedule to perform sidewalk and roadway pressure washing tasks once per week from May through September, and once per month from October through April. 2. Marine Ave: Provide the supervision, equipment, tools, labor, and materials, to pressure wash 24,240 square feet of concrete sidewalks in the Marine Ave area identified on the enclosed map B. The Contractor shall develop and execute a schedule to perform sidewalk steam pressure washing tasks twice per month. 3. McFadden Plaza: Provide the supervision, equipment, tools, labor, and materials to steam clean 68,354 square feet of concrete sidewalks in the McFadden Square area and Ben Carlson statue identified on the enclosed map C. The Contractor shall develop and execute a schedule to perform the sidewalk steam pressure washing tasks twice per month, October -April and once a week Mid -May - September; McFadden Square Memorial (3,600 square feet) shall be cleaned twice a week. 4. Balboa and Newport Piers: Provide the supervision, equipment, tools, labor, and materials, to steam clean the concrete Balboa Pier 27,513 square feet and Newport Pier 31,460 square feet identified on the enclosed map on pages A and C. The Contractor shall develop and execute a schedule to perform concrete steam pressure washing tasks of the pier ends once per week from May through September, and once per month from October through April. The Contractor shall develop and execute a schedule to perform concrete steam pressure washing tasks of the piers twice per month from May through September, and once per month from October through April. 5. Corona del Mar: Provide the supervision, equipment, tools, labor, and materials to steam clean 40 trashcans, 4 benches, including sidewalk underneath and around cans and benches: 3309 E Coast Hwy, Westbound PCH/Poppy, 3536 E Coast Hwy, and 3500 E Coast Hwy, the clock tower at Marguerite and ECH (400SF), and the Civic Center parking structure outside stairs(630 SF) in the Corona del Mar area identified on the enclosed map D. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks monthly. 6. Seashore/PCH Plexi Glass: Provide the supervision, equipment, tools, labor, and materials to steam clean and wipe down both sides of 3,399 LF of Plexiglass, map E. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks, quarterly. 7. Lido Island Bridge: Provide the supervision, equipment, tools, labor, and materials to steam clean 3,195 Square Feet including, one bench pad, trash can, interior, and top of bridge wall and railing, map F. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks quarterly. 8. Balboa Island and Little Island boardwalk and bridges: Provide the supervision, equipment, tools, labor, and materials to steam clean 139,155 Square Feet, map E. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks quarterly. 9. Civic Center parking structure: Provide the supervision, equipment, tools, labor, and materials to steam clean 163,693 Square Feet, which includes, stairs and ramps, map G. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks twice a year. 10. 15th St. and Bay: Provide the supervision, equipment, tools, labor, and materials to steam clean 6,704 Square Feet, which includes the colored concrete and lithocrete cross walk, map H. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks once a month. 11.19th St/Bay Restrooms: Provide the supervision, equipment, tools, labor, and materials to steam clean 810 Square Feet, which includes in front and around the restrooms, map I. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks weekly. 12.Various locations — Bird Clean up: Provide the supervision, equipment, tools, labor, and materials to steam four areas weekly (approx. 300 SF per location: 114 McFadden Pl., 215 15th St., 114 Agate Ave., 105 Main St.) at misc. locations and ten additional locations as needed. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks weekly and as needed. Additional Items • Remove gum, spills, dirt, spots, blood, fish oil, graffiti, and dirt and grime from the contract areas identified in the enclosed maps at every cleaning, including all trash can receptacles, benches, picnic tables and wash basin sinks. In the case of hard to remove stains, the Contractor shall utilize an environmentally sensitive stain remover. • Contractor will be required to utilize mechanical means to collect the wastewater generated during the performance of the steam pressure washing tasks described in the RFP. In all areas, zero discharge of wastewater will be allowed. Contractor shall recycle the residual water for reuse and properly dispose of wastewater. • Contractor shall ensure that storm drain inlets are properly dammed with sandbags and/or filter fabric to prevent entry of water or debris into the storm drain system during performance of steam pressure washing tasks. • Contractor shall clean contract area utilizing a hot water pressure washer (minimum of 2,500 PSI) with either a 20-degree or 30-degree spray tip set at a minimum of 180 degrees Fahrenheit. The pressure washing spray tip must remain at a minimum of 18" from the cleaning surface to reduce the potential for damages to the cleaning surface. The Contractor will be responsible for damages to sidewalks and roadway pavements resulting from excessive water pressure, heat and/or improper cleaning techniques. • Contractor will be responsible for providing photos of all work completed at scheduled and call back locations weekly by email to be provided. On -Call Services Contractor may be called out for additional steam pressure washings or other related services on an on-call/as-needed basis. Provide the supervision, equipment, tools, labor, and materials for special cleaning (2- hour minimum), travel time not included. Costs shall be calculated per the Contractor's rate sheet. When the need for service arises, the Contractor shall provide a written proposal, including: • A detailed description of the services to be provided. • The position of each person assigned to perform the services. • The estimated number of hours and cost (including parts and material) to complete the services. • The time needed to complete the specific project. No services shall commence until the project manager has provided written acceptance of the proposal. Once authorized, the Contractor shall diligently perform the repair services in compliance with the contract terms. Should the proposal terms vary, the agreement terms will supersede. Response Requirements (For On -Call Portion) • Call back within thirty (30) minutes after the initial request from the City for on -call services. • Availability for same -day response, including after hours, weekends, and holidays. • Contractor shall be available 24 hours a day, 7 days a week. • Arrival within two (2) hours after initial call back. Warranty The Contractor's work shall carry a one (1) year workmanship warranty. Workinq Hours The contract working hours will vary based on location and time of year. During the summer months, the hours may need to be adjusted based on crowds. Generally, work will be confined to Monday- Friday, no earlier than 7:00 am, except for the Pier locations which have separate hours listed below. • Newport/ Balboa Piers — Cleaning shall begin at 12:00 am, currently it takes six (6) hours to complete with two (2) power washing vehicles. Work may begin as early as 11:00 pm, assuming all visitors have left the area. Marine Ave — 5:00 am start to delineate the working area, power washing start is 7:00 am. • Balboa Village — working hours 7:00 am — 11:00 am. After 11:00 am it is too crowded to work. Prior to beginning work, contractor shall provide a monthly schedule with locations to be pressure washed. Quality of Work and Materials • The Contractor shall provide all labor and materials required for the successful completion of a project or work. • The City may reimburse the Contractor for materials procured, analyzed case -by - case, and agreed upon in the Contractor's proposal before work commences. Markup for materials is limited to cost plus a maximum of 15%. • Receipts are required for reimbursement for materials purchased for projects. • The City reserves the right to specify the type of material and/or equipment purchased per project. All equipment and material purchases must be preapproved by the Project Manager or designee. • The City reserves the right to purchase materials directly and provide them to the Contractor. In such cases, the following conditions apply: - The Contractor shall conform to all City practices and procedures. - All City purchases are for the sole expressed use of and for the City. - The Contractor shall secure, store, inventory, distribute, and control all materials entrusted to the Contractor's representatives. - All materials and inventories shall be made available to the City upon request. The Contractor will reduce the unit cost for each maintenance task by the City's actual cost for the materials provided and used. • The Contractor shall maintain work areas with a well -manicured, clean appearance, and all work shall be performed in a professional manner using quality equipment. • The Contractor shall be responsible for any damages to public and/or private property caused during the work. • The Contractor shall recognize that during this Agreement, the City may have other contractors conducting other activities and/or operations in the immediate vicinity of requested work. Contractor shall make every effort to coordinate activities with existing operations. Other activities may include, but are not limited to, the following: - Landscape refurbishment - Modification or repair of existing facilities - Construction; and - Storm related operations • All tools and materials shall always remain in Contractor's possession. • All Contractor vehicles parked on site shall always be secure. • Contractor shall ensure all precautions for safety are taken. • Contractor shall obtain necessary building permits at no cost when required. • As required, Contractor shall provide traffic control per the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) "Watch Manual." • The Contractor is responsible for all underground service alerts prior to digging (DigAlert). Safety Requirements • All work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable comply with all safety standards required by CAL -OSHA. The City reserves the right to issue restraint or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance under this contract. All contractor employees shall always have access to a W.A.T.C.H. (Work Area Traffic Control Handbook). • Contractor's field personnel shall wear easily recognizable uniforms containing Contractor's name. Contractor shall be responsible for supplying all appropriate personal protective equipment including but not limited to safety vests, safety shoes and reflective vests. • The Contractor shall maintain all work sites free of hazards to persons and/or property resulting from his/her operations. Any hazardous condition noted by the Contractor, which is not a result of his/her operations, shall be immediately reported to the City. • Warning signs, lights, and devices shall be installed and displayed in conformity with "The California Manual on Uniform Traffic Devices" for use in performance of work upon highways issued by the State of California, Department of Transportation. • Contractor's employees shall be trained in health and safety per CALOSHA Biddina and Pavment The unit cost bid prices for each item of work shown on the Proposal shall include full compensation for furnishing the labor, materials, tools, and equipment to perform the necessary work. The frequency of cleanings needed will vary per location. Recurring services shall take place on a scheduled basis, unless otherwise modified or directed in advance by the City's project administrator or designee. For additional on - call services, the scope, work schedule, and fee for each task will be negotiated on a project -by -project or task basis and approved by City prior to execution of the work. Invoicing All invoices for on -call services must include • Brief description of the work performed • Date the services were performed • Number of hours spent on all work billed on an hourly basis • Description of any reimbursable expenditures (materials, rental equipment, etc.) • Contracted labor rate • Shall include the name and the classification of the employee who performed the work • Material percentage markup Invoices shall be submitted monthly. Receipts will be required at the time of invoicing to substantiate percentage markup. All shall be charged at cost plus no more than a 15% markup. Location Map Areas on the next pages PHA BE-1 ® UTHOCRETE SIDEWALK 117392 sq. ft.) ® UTHOCRETE - PATTERNED (7286 sq. 0.) ® DESIGNER CONCRETE (11091 s9. fl.) PHASE-2 UTHOCRETE SIDEWALK (12462 sq. ft.) ® LOHOCRETE - PATTERNED (29449 sq. ft.) PHASE-3 €'.._I CONCRETE SIDEWALK 122324 sq. ft.) = LITHOCRETE SIDEWALK (3609 sq. N.) go DESIGNER CONCRETE (8373 sq. 0.) \ 'ZERO DISCHARGE WATER - ® BALBOA PIER (29,'96 sq. ft.) BAY AVE E - ADD ON TYPE CONCRETE SIDEWALK 11,092 sq. ft.) CONCRETE STREET (4,672 sq. H.) A ADAMS STREET (5,307 sq. ft.) = FUNZOT E SIDEWALKS (20,877 sq. ft.J 0 i iU h 3' Feet Sidewalk Maintenance NNBG�S Balboa Village City of Newport Beach GIS Division February 13, 2025 0 N Marine Avenue s o f m N o 0 r r ,�" : = Pressure Washing Proposal N T �' M M M BAY FRONT ALLEY N 333 330 333 7226sq.ft. 333 332 A-D 331 327 326 112 331 326 A-D 32 326 327 325 324 325 324 325 323 322 323 322 322E 322C 323 321 320 321 320 A-D 321 319 318 319 319A 318 319 319B 317 w a 316 1/2 316 317 a 316 317 315 = 314 315 314 315 1/2 315 313 312 313 112 312 313 112 313 313 311 310 311 310 311 309 308 308 1/2 3 09 308 306 307 306 B 307 307 306 A 304 305 1/2 304 1/2 305 304 305 303 302 301 302 1/2 303 301 300 300 301 300 112 2365 sa. ft. 227 226 225 224 223 222 221 220 219 218 217 216 215 214 213 112 213 2 12 211 210 209 112 208 209 207 206 205 204 203 112 202 o Sidewalks (24240 sq ft ) BALBOA AVE 229 A-C 225 1/2 225 223 221 219 1/2 219 217 A 217 215 213 211 A 211 209 43 207 203 1306 201 AA PARK AVE wI'd0/ E T007-sq: ft: 127 126 1305 s 127 125 124 0 25 50 75 122 112 Feet 123 122 121 120 121 112 226 A-C 224 222 220 1/2 220 218 112 218 216 112 216 214 210 208 206 204 200 124 122 227 227 112 225 223 221 219 217 215 213 211 209 207 205 205 112 203 201 127 125 123 3S7 1 324 322 32; 32: 320 318 112 318 316 314 A 314 B 312 112 312 310 308 1NAL WAY 306 112 306 304 302 300 226 1/2 226 224 222 218 216 214 212 210 208 206 206 112 204 202 200 126 124 122 Scope of Services Sidewalk Maintenance \ Z McFadden Square \ a 8 9 1 i McFADDEN SQUARE 'eargL�L rq c g \�Q Se 0� Sye \ \ W Total: 68,604 �sg::ft. ®0 i 12.5 225 i Feet _ Sidewalk Maintenance NEWBar BEA City of Newport Beach - Newport Pier/McFadden Square GIS Division February 13, 2025 r4 a M.I i J!_ iC`iia �10,c g 6 wl4oaeW a O � gC �54. 9�1� i psac I j aor v- szsc �P e$�+•, srsr I aor o P�� I / per C 2 I 15 � t o Ada' / pzaz i \ •' J1 ,es 4a 96BZ s45�bi arL Pam d I Ira \`, P � � 9 % Islsz GPoJ a b �aaPPJre-e`rc�m5' N J�, BLVD L 0�G0 0 �� sir GPp�,,A C e 3359 0 r aGPPJ�C $co PGP $moo 1 �0 PGOAM _JOG acg P I9L4 ' O I � Bl6Cl I rL6E III I 'P�` m ewer I m o V a OWE _ as 13ZVH I o � mae I a0 l3Zb i �__ H L-3nbAddO—'--..'r 1=— W _ g 3%1b lddOd II 3nb 1t !p r Rif � b1113SNlOd L- -k. I R S I I_ b sx 71 I8 I szs[ I Ssi Sn� p ---3nb OIHOaO— ^I`�E- IS-- Y „ I LU O 3nb SnSSIOWN=- I: 4rEr 3nV 31AM 1a3nOabyy — gc 3nb8ndSH8bl _1 I"""' " S c a1 ---- - UIt"'�� 3nbandSN_ s u $a ab'I i —_'_- I 3nb3NIWSbf I oS="gel"a W m � N LL 2 o� 0 � ~ p Y ma 3 a ; 3 � o W Z � v `v� V S�RPv,. r2 6 7 OidOdO VIA s 0), / 7O \ O- �d' I% / Q PR-pR `\DO 1 I Y I .1 . . . . . . . . . . . . . . .i- •_� l Y s O1 I8 V d V m J 11,101RA do - OCEAN FRONT W BAYAVEW BALBOA BL Vp W OCEAN AFj?C LITHOCRETE (2,760 sq. ft.) y CONCRETE (3,944 sq. ft.) Z h ft� # 0 0 10o soo Feef Sidewalk Maintenance 15th Street NEWPORT BEACH City of Newport Beach GIS Division February 13, 2025 L S I Sidewalk (1240 sq. ft.) 0 10 20 +1 Feet 1 Sidewalk Maintenance NBGS tJ E W PORT BEACH 226 19th St. City of Newport Beach GIS Division February 13, 2025 226 19th St.annL EXHIBIT B SCHEDULE OF BILLING RATES Quality Commercial Cleaning, Inc. dba Spectrum Facility Maintenance Page B-1 EXHIBIT B FEE SCHEDULE SIDEWALK STEAM PRESSURE WASHING SERVICES ANNUAL FIXED COSTS YEAR 1 BALBOA VILLAGE $ 61,600.00 BALBOA VILLAGE $ 19,600.00 MARINE AVE $ 21,600.00 McFADDEN SQUARE $ 19,600.00 McFADDEN SQUARE $ 28,000.00 McFADDEN SQUARE (MEMORIAL) $ 31,200.00 BALBOA & NEWPORT PIER $ 9,000.00 BALBOA & NEWPORT PIER $ 6,300.00 ENDS OF THE PIERS $ 6,600.00 ENDS OF THE PIERS $ 2,100.00 VARIOUS LOCATIONS - BIRD CLEANUP $ 2,600.00 CORONA DEL MAR FURNITURE $ 4,800.00 Seashore/PCH Plexi Glass $ 6,000.00 Lido Bridge $ 1,400.00 Balboa Island And Little Island $ 10,000.00 CIVIC CENTER PARKING STRUCTURE $ 8,000.00 TOTAL ANNUAL COST, FIXED MAINT: $ 238,400.00 Annual Fixed Cost Amounts Year 2% fixed CPI $238,400 Year 1 $243,168 Year 2 2% $248,031 Year 3 2% $252,992 Year 4 2% $258,052 Year 5 2% $263,213 Year 6 2% $1,503,856 Total Total Not -to -Exceed Compensation: $1,781,703.00 Annual Fee Breakdown EDCATI SERVI�ntOAT15 ➢IA OAVST0 COMPLETE SEAVIC£ NUAL SFPV16,5 FVICF -prve Nt tupemi: eqv om n�nta0ls Yvaa. eno 10 pre:sure'nn:n 3P,>3>:qurefettN4NO V�1t :Aeweltr ana de�Env roNWvy pavtmNtin 3anoe Vffie: KAl3aA VRIAOE .. .-LncbzN map A. Cpntnctarsnen a�l0p ntl vecole a:NNuh tF pvr0tm ail —my oxtlwey pru:urewa:nin5 n:tr Dnct perweek Rem rney V.r0u StpL•mber. MAYa"E�f 1%FEE WEE[ 52,BD0 561sm E0.13Oa V%lAOE manN Rpm 0¢apvtNvueR 0.vri1. 0L-�1PR - e=EP. nIOIYzv7 1 $180p 513.600 naive NNupetdilan.equryment took Yvw, env tp preaure wesn xdjaD zquve tot pt canceN_ nl�. I s#Lwa0s in Ne Merine Sve eree idNUfiN on Ne vstlw.tl �v0 mep K. TM Can V ettor zMf veveb p env es evzte a icn evuh to percarm scent Revm pressure wv:ninE taRztwi¢ per )akeDEC Za $f00 521.Em rtnm tlsan f>.030 igwre by ee ton.•fve R6e— in M ZIHaen $qua ea iatnn.n an Ne tmlopeemnGM MZP300EtI 50L'aeE GnVaRwanaExvtlpp aM VKUV astt.N0le to ivtp'm M1e ^AeweK Reem vrersure-�Unin(te'k: twit! pK move!, OOpxr-0. a CF.NR v. FEE EE0p Mcf3D0Els :0'JavE anv Onm awKA Mid -Ma' S M0.Y-Ziff aFErl vlEEF 11EE, .aW N[FaD0EA 5aJUE'VEM1IOv}LI MyNden Eq.—.—on.i1E00 sgwrent Tmlx •weCL la4ZEC sFEf VlEEr IW $300 31200 Fmial Ne:Ypvw%pn,<gmpmnt. toot, Ybpr, end mvusie%,tpstedm denene mwete Bamoe Pier 36.>aE squvro EKteMNl pmt Pier31A601quareft id-tif vn Epi0A 6NEWFOaTPIE% Neellapttv map pn peSnAendG*`•-� ... _ , ;—EEEtrectw .dtvelepentlumRea :UevuYmperlohn oonoderteem pru%Irew Ting trots of Nmue en twin vv monN hvm n Se empv. MA>�EPi E%PERMONTaI 5900sm EtAEEOA pEt£WPD.R FIEF I, ncs xr mantnham 0cpvertnrpu•n April. OR -APR 1%rEAMONTX 17 56300 Cpntnctar... develop end nscuto a zznetlWe tp percprm ENDS OFis�RERS aisVett rteem prnsure W-in nstr of Ne P3v eMs ante perweekrtom MrytArou$M1 Septemvv, eM once pv mrnN rom OOpver Nrau Aril i%PER Wild L' $300 $6.5l0 epntnctw:needLvewp end mlK Ile tdWeN FErc END'a 0F:p2 Plu'ls Vete rteem prezal2 W-in. [nits o<NI pier ends ante pe�weekham Mry In 1p Septembv, ntlpost pvm0nN om ORover Nry 0.pri1 OC AFF 1%PERMONSN > $300 52100 `API0US U3EATIONS-BIKD [IEANUr lA1}S1ET: YUEEny 1 S. $50 roride Nesupervuon, equipment NaK 4p0r. end to tleu Aptrunons, 3P OensnK, 6 bOs COFONA DEIMA%fUAF11NKE meteriet rteem nv cenopiv end Ne tlonmwer etMvSueriL entl E01 (p'A1g} in Ne Corona tlel My erce identified Dn Meentloti0msp D. Toe cpnrreRor Nen developentl eLtae emetlur_ m rM1Nm the Rtem vreaurt wTin• Lazes mx l%N-DEC 32 1%PER RIOHi'aE S'00 v.. ID rmvi0e tEwsupeimsii , Iglipment tpe�Yvon, ana --oat IF ahem W n arbw'pv dawn ns%e :Gu or3J991f .ee%saraM1d PhsiOYsi M i,-, map E.tne EaNw-fprivaOesebPan6 LveMe a Wle0uk to percpnn the Rnm pPcsure _lEirS Y.Y• s, arte 10.a4DF2 12 wwrEv 3 s_ Sf.M avde Ne superaE:6a epi_m —Yvon. anv material to steam tlean 3,E. Sq_ Feet ^tivai'6 ar t Iidb EncDeMsp9w, traAM ideriW.aM tW alpC3e was env �-.king, map F. Toe ConbaCw Aae 0eMop wla ovate e —a.Y N P—E, toe rtnm pres%:re wY.nisE rt•i parcer EArcee 1: ouA%rEKLv 1 53sd St.mp r.wide elw zupersipas, e�rgmtr¢ ropx Yp>. tma EADaa'%nO Snv litve lYM EF-m.n rteM 4en SIf.155 square Fell map E.14 Eoiwurtar Snell aevewP aro uauh aprnNrcn Pvfotm the sown hwaiR' tCtz fMFgL v2 aU0.RaLr_7 3 52300 SSO.ppo svperviaan, egvigm<ns twl. Year. MO coal N slum tkan if3ff) Sq W t Fttt wnivr'ngNdn. C. CENTER PARKING STR.IE mapO Tne ConvaRor Tan ptvllnp orb 7 e xnNYN to xrgrm Ne rtnm pILIINt W4 wwi tM[z twiaa W SEIA>AnIIVs- $u OM SE O. On -Call / Extra Work Billing Rates Spectrum Facility Maintenance — Standard Billing Rate is $125.00 per hour for services and equipment MAINTENANCE/REPAIR SERVICES AGREEMENT WITH QUALITY COMMERCIAL CLEANING INC. DBA SPECTRUM FACILITY MAINTENANCE FOR SIDEWALK STEAM PRESSURE WASHING SERVICES THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 22nd day of September, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Quality Commercial Cleaning Inc., a California corporation, doing business as "dba" Spectrum Facility Maintenance ("Contractor"), whose address is 17510 Studebaker Rd, Cerritos, CA 90703, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform maintenance and/or repair services for City ("Project"). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on September 30, 2025, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). As a material inducement to City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and Contractor is experienced in performing the Work contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow community professional standards with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances, in performing the Work required hereunder, and that all materials will be of good quality. 2.2 Contractor shall perform all Work required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 2.3 SERVICES TO BE PERFORMED (AS -NEEDED ON-CALL SERVICES): Contractor shall perform the on-call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal"). The Letter Proposal shall include the following: 2.3.1 A detailed description of the Services to be provided; 2.3.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.3.3 The estimated number of hours and cost to complete the Services; 2.3.4 The time needed to finish the specific project. 2.4 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 2 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed One Million Four Hundred Seventy One Thousand Seven Hundred Three Dollars and 00/100 ($1,471,703.00), without prior written amendment to the Agreement. 4.2 Upon the first anniversary of the Effective Date and upon each anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B ("Billing Rates") may be adjusted by an increase not to exceed 2% to the Billing Rates. Consultant shall notify City in writing of any requests for adjustment pursuant to this Section 4.2 at least thirty (30) business days prior to the Effective Date of such adjustment, and provide updated billing rates. Adjusted billing rates shall be approved by City prior to use. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed 2.0% of the Billing Rates in effect immediately preceding such adjustment. 4.3 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and/or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.4 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement, or specifically approved in writing in advance by City. 4.5 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Mario Costa to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 3 prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Field Maintenance Superintendent or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws and legally recognized professional standards. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 4 approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 5 Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 6 of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PREVAILING WAGES 15.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 15.2 Unless otherwise exempt by law, Contractor warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Contractor further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 17. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 7 performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 8 23. CONFLICTS OF INTEREST 23.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 23.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 24. NOTICES 24.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 24.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 24.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Mario Costa Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance 17510 Studebaker Rd Cerritos, CA 90503 25. CLAIMS 25.1 Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 9 forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 25.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor/Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26. TERMINATION 26.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 27. LABOR 27.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ("FLSA") (29 USCA § 201, et seq.). 27.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 27.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 10 27.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and/or regulations. This obligation shall survive the expiration and/or termination of the Agreement. 28. STANDARD PROVISIONS 28.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 28.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 28.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 28.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 28.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 28.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 28.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 28.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 11 28.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: �-f 11 cil ,/ ""..) 7-t-) Date: 9/-z -Z A d Z C> BY: 'r By: Aaron C. Harp Will O'Neill City Attorney pq.aD Mayor Da � ATTEST: CONTRACTOR: Quality Commercial Date: Cleaning Inc., a California corporation, doing business as "dba" Spectrum Facility Maintenance Date: Signed in Counterpart Mario Costa Chief Executive Officer/ Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 91 0 %. By-_ r �" Aaron C. Harp City Attorney aD ATTEST: Date: By: Leilani I. Brown City Clerk 914 CITY OF NEWPORT BEACH, a California municipal corporation Date: By - Will O'Neill Mayor CONTRACTOR: Quality Commercial Cleaning Inc., a California corporation, doing business as "dba" Spectrum Facility Maintenance Date: _6 By:K-_ .� Mario o to Chief Executive Officer/ Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements — _-- --- -- - .. ........ ........ .... ....... .............................. ..... ...... . .......-......... - ....... _ ........ Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page 13 EXHIBIT A SCOPE OF SERVICES Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page A-1 EXHIBIT A SCOPE OF SERVICES SIDEWALK STEAM PRESSURE WASHING SERVICES Contractor shall furnish all labor, tools, expendable equipment, materials, transportation services necessary for the sidewalk steam pressure washing services as described herein including, but not limited to, the following. Please note that due to the as -needed nature of the services, City reserves the right to adjust recurring schedules and quantities as necessary, depending on condition and need. Locations: 1. Balboa Village: Provide the supervision, equipment, tools, labor, and materials, to pressure wash 172,797 square feet of Lithocrete sidewalks and designer roadway pavement in Balboa Village area identified on the included map. Contractor shall develop and execute a schedule to perform sidewalk and roadway pressure washing tasks once per week from May through September, and once per month from October through April. Once schedule is completed, City shall review and approve prior to commencement of schedule. 2. Marine Ave: Provide the supervision, equipment, tools, labor, and materials, to pressure wash 24,240 square feet of concrete sidewalks in the Marine Ave area identified on the included map. The Contractor shall develop and execute a schedule to perform sidewalk steam pressure washing tasks twice per month. 3. McFadden Plaza: Provide the supervision, equipment, tools, labor, and materials to steam clean 67,050 square feet of concrete sidewalks in the McFadden Square area identified on the included map. The Contractor shall develop and execute a schedule to perform the sidewalk steam pressure washing tasks twice per month, October -April and Once a week Mid -May- September; McFadden Square Memorial (3,600 square feet) shall be cleaned twice a week. 4. Balboa and Newport Piers: Provide the supervision, equipment, tools, labor, and materials, to steam clean the concrete Balboa Pier 26,706 square feet and Newport Pier 31,460 square feet identified on the included maps. The Contractor shall develop and execute a schedule to perform concrete steam pressure washing tasks of the pier ends once per week from May through September, and once per month from October through April. The Contractor shall develop and execute a schedule to perform concrete steam pressure washing tasks of the piers twice per month from May through September, and once per month from October through April. S. Corona del Mar: Provide the supervision, equipment, tools, labor, and materials to steam clean 40 trashcans, 39 benches, and 6 bus canopies and the clock tower at Marguerite and ECH (400SF) in the Corona del Mar area identified on the included map. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks monthly. 6. Seashore/PCH Plexi Glass: Provide the supervision, equipment, tools, labor, and materials to steam clean and wipe down both sides of 3,399 LF of Plexiglass, identified on the included map. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks, quarterly. 7. Lido Island Bridge: Provide the supervision, equipment, tools, labor, and materials to steam clean 3,195 Square Feet including, one bench pad, trash can, interior, and top of bridge wall and railing, identified on the included map. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks quarterly. 8. Balboa Island and Little Island boardwalk and bridges: Provide the supervision, equipment, tools, labor, and materials to steam clean 139,155 Square Feet, identified on the included map. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks quarterly. 9. Civic Center parking structure: Provide the supervision, equipment, tools, labor, and materials to steam clean 163,693 Square Feet; which includes, stairs and ramps, identified on the included map. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks twice a year. 10. Various locations— Bird Clean up: Provide the supervision, equipment, tools, labor, and materials to steam four areas weekly (aprx. 300 SF per location) at misc. locations and ten additional locations as needed. The Contractor shall develop and execute a schedule to perform the steam pressure washing tasks weekly and as needed. Additional Items: i. Remove gum, spills, dirt, spots, blood, fish oil, graffiti, and dirt and grime from the contract areas identified in the enclosed maps at every cleaning; including all trash can receptacles, benches, picnic tables and wash basin sinks. In the case of hard to remove stains, the Contractor shall utilize an environmentally sensitive stain remover. ii. Contractor will be required to utilize mechanical means to collect the wastewater generated during the performance of the steam pressure washing tasks described in the RFP. In all areas, zero discharge of wastewater will be allowed. Contractor shall recycle the residual water for reuse and properly dispose of wastewater. iii. Contractor shall ensure that storm drain inlets are properly dammed with sandbags and/or filter fabric to prevent entry of water or debris into the storm drain system during performance of steam pressure washing tasks. iv. Contractor shall clean contract area utilizing a hot water pressure washer (minimum of 2,500 PSI) with either a 20 -degree or 30 -degree spray tip set at a minimum of 180 degrees Fahrenheit. The pressure washing spray tip must remain at a minimum of 18" from the cleaning surface in order to reduce the potential for damages to the cleaning surface. The Contractor will be responsible for damages to sidewalks and roadway pavements resulting from excessive water pressure, heat and/or improper cleaning techniques. On -Call Services: Contractor may be requested to perform additional steam pressure washings or other related services on an on-call/as-needed basis. Provide the supervision, equipment, tools, labor, and materials for special cleaning (2 -hour minimum), travel time not included. Costs shall be calculated per the Contractor's rate sheet. WORKING HOURS 11. The contract working hours will vary based on location and time of year. During the summer months, the hours may need to be adjusted based on crowds. Generally, work will be confined to Monday- Friday, no earlier than 7:00am, except for the Pier locations which have separate hours listed below. a. Newport/ Balboa Piers — Cleaning shall begin at 12 AM, currently it takes 6 hours to complete with two power washing vehicles. Work may begin as early as 11pm, assuming all visitors have left the area. b. Marine Ave — 5 AM start to delineate the working area, power washing start is 7 AM. c. Balboa Village—working hours 7 AM —11 AM. After 11 am if it is too crowded to work, as approved by City. d. Prior to beginning work, Contractor shall provide to City a monthly schedule with locations to be pressure washed. QUALITY OF WORK AND MATERIALS 12. The Contractor shall perform all work required, and shall provide and furnish all labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project, including delivery, storage and handling of products. 13. All material and equipment furnished by the Contractor shall be high grade, and free from defects and imperfections, unless otherwise hereinafter specified. SAFETY REQUIREMENTS • All work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable comply with all safety standards required by CAL -OSHA. The City reserves the right to issue restraint or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance under this contract. All contractor employees shall always have access to a W.A.T.C.H. (Work Area Traffic Control Handbook). • Contractor's field personnel shall wear easily recognizable uniforms containing Contractor's name. Contractor shall be responsible for supplying all appropriate personal protective equipment including but not limited to safety vests, safety shoes and reflective vests. • The Contractor shall maintain all work sites free of hazards to persons and/or property resulting from his/her operations. Any hazardous condition noted by the Contractor, which is not a result of his/her operations, shall be immediately reported to the City. • Warning signs, lights, and devices shall be installed and displayed in conformity with "The California Manual on Uniform Traffic Devices" for use in performance of work upon highways issued by the State of California, Department of Transportation. • Contractor's employees shall be trained in health and safety per CALOSHA AREA MAPS (NEXT PAGE) idewa nancee Balboa =._ bI 1 �Oj IItIIpI ---. /a ♦ ItIb�H 1111� � a Cil RM UTHOCRETE %/i PHASE 3 WNCAE FE SIDEWALK (22,324 ft.) UtHWEIE SIDEWALK J5,3111) fQ !!/. AMENDMENT I FUNLONE SIDEWALKS (2D,977 q. ft.� cm Marine Avenue Pressure Washing Proposal ;r — t s, "T mONT ALLEY N 333 930 333 7226 q ft. 333 Mg A -D 326 1 331 327 331 326 A -D 329327323 rl"2�4 324 325 324 325 323 322 323 322me 323 322 12 321 320 321 320 A-0 321 320 319 318 319 319A 318 319 318 V2 3198 318 317 319 316 U2 317 316 317 318 315 " 314 315 _ 314 315 W 914 t4 314 B 313 o 312 313313 '� 312 31$ 313 12 10 313 312 311 310 311 310 311 310 309 1100 09 ire 1109 no -MAL WA 306 1�2 306 307 3088 307 31]7 305 A 9ua 304 305 0112 394 1r2 3u5 3174 Sas 304 3073 302 301 302 1 303 302 301, 904 300 3110 301 bq. re. 300 U0.LB4A AVE 227 228 24 AC �� 225 A•C 227 726 UR 225 224 X225 227 a� 225 224 225 224 233 222 223 222 223_ 221 220 221 220 ria 221 222 220 219 218 21€} V2 216 Lla 219 218 219 218 217 218 217 A 216 U2 217 217 215 216 215 214 215 214 21$ 214 213 1Q 213 212 213210 213 212 211 210 211 A 2r 1 211 210 209 *2 208 209 209200 209 208 207 208 2007 2(J8 247 208 2(901 1!2 2H 20.4 204 205 205 12 204 2112 203 2110 203 2112 Sidewalks (24240 sq it. } '6 201 13S)4 i;:c5 1 5134 sq.,Ft, , 261 200 M PUK AVE 76El i31i5 eUxsq:k: 11j .sq� i2T 120 127 � 124 1.24 127 12f 126 124 125 124 124 0 2� 122 In Fear 122 122 123 122 12112 # - Sidewalk Maintenance l' McFadden Stfwe mar W & � a sf � qk '?vim f 'F 35600 ii.... Eli: hYFACU-315{ILNFE 1.15Eile fq ty � - �� riESVF�YtT �iEF.7kit7 �giti { 31461 sq.fa. x we 7 A 3W 17 wu \NEP X76 d!I IK+Iery �6 •Ki aaae SPJE 5 aK KK a aK r KK PJE as 6ilg °'� �pJE d'6 Od y aK r aK KK aK OD sm o - aK PJE s .� o0 glee g � a we �� J76 t �Y gon 4 �6 v+ cZ 3 JE as N\PP POAVO ND .00 OEf� .0 � 0 JE PCF OO P� P O p 5 mx ao lazvN E:::]E:) 3AVAddOdw 311V AddOd U mt 3AVVU13SNIOd r wK. Ad CIE 3AVOIHCa° W 0 KK ti mn ws 3AV snssroa, iM _1• aK r rKt7� 3A (1,70Jlavw wK a""g •Ke aK �a ax a �h 0.s 3M+3aaan°� ay �a °a 4* i IIf�'-IAV -af}f'nds la V, 3AV andSNaVI 3�V3NIMvf W z LL 3�V SRII S Jed 1p Qo IDS. O \\VO OlaOdOVIA O co I YJ U CL EXHIBIT B SCHEDULE OF BILLING RATES Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page B-1 EXHIBIT B FEE SCHEDULE SIDEWALK STEAM PRESSURE WASHING SERVICES ANNUAL FIXED COSTS YEAR 1 BALBOA VILLAGE $ 61,600.00 BALBOA VILLAGE $ 19,600.00 MARINE AVE $ 21,600.00 McFADDEN SQUARE $ 19,600.00 McFADDEN SQUARE $ 28,000.00 McFADDEN SQUARE (MEMORIAL) $ 31,200.00 BALBOA & NEWPORT PIER $ 9,000.00 BALBOA & NEWPORT PIER $ 6,300.00 ENDS OF THE PIERS $ 6,600.00 ENDS OF THE PIERS $ 2,100.00 VARIOUS LOCATIONS - BIRD CLEANUP $ 2,600.00 CORONA DEL MAR FURNITURE $ 4,800.00 Seashore/PCH Plexi Glass $ 6,000.00 Lido Bridge $ 1,400.00 Balboa Island And Little Island $ 10,000.00 CIVIC CENTER PARKING STRUCTURE $ 8,000.00 TOTAL ANNUAL COST, FIXED MAINT: $ 238,400.00 Annual Fixed Cost Amounts Year 2% fixed CPI $238,400 Year 1 $243,168 Year 2 2% $248,031 Year 3 2% $252,992 Year 4 2% $258,052 Year 5 2% $1,240,643 Total Total Not -to -Exceed Compensation: $1,471,703.00 0 0 0 0 (a 01 ei 0 W Vhf• W W U 00 O 00 > 0 0 H C<rliin O H i/f VNf U J H LLI LU 3 U 0 N ^ N Z w O Q W �^ a W O H w H -j U C >LU N O O of v } Y ua U Z ua W wa Z d Z cr w X O X O W d I ry X LL 14 ON J I-- _ F- F- 0 Z O Ln Q S Z O H w a w � � Q 0 > Q 2 0O z W Ln al >, v m E E L O a) �Z, 'O "_ ao 3aj C U V) " C C L 7 O ,a^ m 4-- C d t C M M O M o L. 3 o W E O f am a y a) vL U O C m N C a) m O Lv a) -r- aa, O 3+� Hn o v J v° a a 3 E E _� O �, v o Q v C 0 C m N o a)o m m O .� m N Z m 3 Y a a) > o L :3E +' CL �, oo �^ a1 a1 •� v a' T O i a 'p a1 Q Q a �; v �' E w U w L aJ aJ a > C °a, Lao m a C>- 0 o v m -C m o c 0 o v° v°> t a v a, E L , L o C N L C 0 o E� L + a a~ al o u L U .0 m 3 0 CU s° °° m `�° a v v° a •E o m O a a! I, m w w +O+ ELF- m T co a) O a m ca .� Y Y cn m m a rn E u 3 C c a a� CY t C v N v ro a� U m� ro a) 6 c O U v r' ^ as 3 fu c"o E �•- W O Q W O Q W Oc7 Q a mg mg z J m J co 0 > a 0 0 0 0 O �O O N O0 m 06 14 a a M 001 ih 001 ih 0O N N ri ri ci Y Y w W ?: 2j W a. a Z Of cr- W H d Z W F -- a Z X O w W x 0 X O N d d N i --I X X rl N I� u'f cN-I Ln n H �w H �cr a Q win L N CL Q UQ Q Q U O O a) s L O um a) t v C c E� o m 3 t 6LD � ~ ,= W 0 a) C M y -0 C0 � C y V1 � y (a (a C U c � o 0 3 u � ra o o m oo a v 3 a`, aE, O 6 Y Q a) a) O .O_ O m 0 a) ^ >- -O 0 Q L1 Q Q E O N aj v O U O to v O +t+ 3 'D Y y Y u 4r E N d vOi Ln O. -p N V1 Q O r0 N O_ 0— a) Y v '^ N y t °J o — ` 3 to t s n co a t a E a a°1i E W v 3 o a ami v 0 0- 0_ -0 v a i o c O ao Q a) O- Y 0 ❑. '^ a) L 70 6. ` a) Q. fa 7 M a-% Y V Z a) v C Yo y a) u V) uy u N 0 v1 0 v —^ m i E M +� v>. a) y a u a, a) ca Y E Q-0 a) O a) i E .� m v -0 a) a, Y `° 0 (a UOJ Y Y Y y _0 a � �a)i Y (0 - Y 7 Ql O `u E C a; o LL 0O 0 u v Y U �, m 6 `° v a) 6 o a) Ln a) E o v, u v-0 O +�+ u 3 6 u w v, u v c N m N Vf 0 uu U Y fC LU LU LLJ LU J ui a LLJ o7i a LU oiS o Q cc: 0 W 0 LL= LL= m 0 m 0 LL o. —j o. W W Z Z 000 0 Ri 0 0 0 LM0 o 0 c Ln ifl- in N Ln eNi r -I r -I ei r -I lY1 W } W cr _ Ne uj 2 J oC z a z w a z H F- LU x 0 x 0 a 3 X I.11 Il N-1 e N .-I N i -I F- o_ a- cj: U U U n a Q w O w 9 w p Q U z a z a z a O -o EL C_ Y 7 m O C `� C L a a) 0 O r- Q O L Q C L m O N Q t •C Q C L C A lD a) aJ m m a) 0 E Y 41 O U () s m O on E C m CL Ln O O- N O O a) -C O' bD O O- a) O O a) t tw Q' �_ O a) m C t O -a a, ~ O� s - m 0 j O �' vl t v +� j O j in t v +� O c u vi Uo o v Q -C +.' a) 0 `—L° ° +v+ v s a) � �, �. v v u o L c W" �_ �, VI C u o L c a, a, o D^ u �' o^ m } c -0 v a v m -O Cm Q L L t C L 5 m "C v w Cm Q L G t O Y ami = v C Y C a) U m 3 a)Y s •° �' c �i t .� m N X t t a) �n L E .Q E a) t N vi t a) E .Q E -C a) a) O in w m N t t o -O m j C E O OD Q N "O '6 a0+ 7 L U m O m O L U Ln m O m O Y 4.; Y C L a) V1 E Q- x m C (A a• M YvO L 4- Y v U 0 m V v U a) c» m u Yo •> vii m CL a Q L Y ,,F Y — N vl Y a1 C fu0 m Q L O va°1i E E v a°1i E E ° .° �; 'Q v coo a) a E v o v E `O O a) u 3 +�' o o a�'i u N 3 ,� o a 6 m o C Y O v °) m m u >y OA U N 0 Y a) "- U D y (L6 N U Q) of V C �_ a) L u a) U a) V Y U .� O O m cn a) m cL m a° u m 0 3 LU LU Z \ y H LL h H LL h Z Q a. p W O W O W_ O O J Q Z Q~ V) a a a V 0C 0 Z X Z Z G O cc O VI W W W LL {a d H 0 � 0 0 0 06 0 0 0 L^ uoi o +Nig 4A. � � N e1 m J J LU LU W J Z Q Q VI Z Q Q ri -1 Z W W 0 Q Q Z Z Z Q Q O "c L o B c E Ln "O 0) C U C a N O� 41 O w Y c v m c � �"� m N E Y c; UJ N u rl c co Y ,. U a^ c U v Y C L Q t v O` a) v c m � o O U � •� O 3 -a O N O rp .� m "O C v0i N h N cu a1 '^ 6 '-' .�; U N v 0 to U 7 C T a C� LZ 0- T m N C' -C= LL E v N C- T Q N C •� C -5 aj '� U L m O N N `° o N P. U v" a v E ro 0o v H t '> cao aXi t 0 y P 0 S m c 0 a Qc `n-0 v a M C' aE N 12 E 3 C Y Y m M E VI m @ v 7 UJ m N 0 v v U__0 0 a t Y Ln ° a -j 0+, -C -le N m m o CL 0 a •L a) M 3 V 41 EY Y > L Y s O U E +�+ d 6 a v >> m Y to v C m 'O `� v "O O ao `t C m Y n c> v iii 41 N a C E 6 m 6 '_ — a O O M+ a 0 > v j Y_ a� t N CL -0 0 3 a u o Lv ° 3 a 0 u .c o 0 3 W D cc W W ap Q g z z co ag- �¢� o m a J � J F- U On -Call / Extra Work Billing Rates Standard Billing Rate is $125.00 per hour for services and equipment EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page C-1 arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Aqreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page C-2 a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page C-3 retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Quality Commercial Cleaning Inc. dba Spectrum Facility Maintenance Page C-4 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Wednesday, October 14, 2020 5:37 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number FV00000283 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV00000283 Quality Commercial Cleaning Inc. DBA Spectrum Faci Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.