Loading...
HomeMy WebLinkAboutC-8549-1 - M/RSA for Refuse Container Removal ServicesMAINTENANCE/REPAIR SERVICES AGREEMENT WITH CR&R INCORPORATED FOR REFUSE CONTAINER REMOVAL SERVICES THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 1st day of March, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and CR&R Incorporated , a California corporation ("Contractor"), whose address is 11292 Western Avenue, Stanton, California 90680, 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 commercial refuse removal for various sites across the 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 February 28, 2026, 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. 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. 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 Three Million Two Hundred Thirty Two Thousand Eight Hundred Sixty Dollars and 00/100 ($3,232,860.00), 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") shall be adjusted in proportion to changes in the Consumer Price Index, subject to the maximum adjustment set forth below. Such adjustment shall be made by multiplying the Billing Rates in Exhibit B by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made, and the denominator of which is the value of the Consumer Price Index for the same calendar month immediately prior to Effective Date. The Consumer Price Index to be used in such calculation is the "Consumer Price CR&R Incorporated Page 2 Index, All Items, 1982-84=100 for All Urban Consumers (CPI -U)", for the Los Angeles - Riverside -Orange County Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Billing Rates in effect immediately preceding such adjustment. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed the Consumer Price Index or 2.0% of the Billing Rates in effect immediately preceding such adjustment, whichever is less. 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 Jay Fowler 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 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 Deputy Director of Public Works/Municipal Operations or designee shall be the Project CR&R Incorporated Page 3 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 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 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 by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. CR&R Incorporated Page 4 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, 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, and employees (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. 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. 9.8 Contractor shall indemnify the Indemnified Parties from and against all claims, actual damages including, but not limited to, special and consequential damages, natural resource damage, punitive damages, injuries, costs, response, remediation, and removal costs, losses, demands, debts, liens, liabilities, causes of action, suits, legal or administrative proceedings, interest, fines, charges, penalties and expenses attorneys' and expert witness fees and costs incurred in connection with defending against any of the foregoing or in enforcing this indemnity of any kind whatsoever paid, incurred or CR&R Incorporated Page 5 suffered by, or asserted against, the Indemnified Parties or Contractor arising directly or indirectly from or caused by any of the following: (i) the violation of any environmental laws or the failure to clean up and mitigate the consequences of the spill or release of any Hazardous Substance; and (ii) Contractor's activities under this Agreement concerning any Hazardous Substance at any place where Contractor stores or disposes of solid or Hazardous Waste pursuant to this Agreement, or preceding agreements between City and Contractor. The foregoing indemnity is intended to operate as an agreement pursuant to the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. Section 9607(e)) and any amendments thereto, and California Health and Safety Code Section 25364, or any successor statute, to insure, protect, hold harmless, and indemnify City from liability. 9.8.1 "Hazardous Waste" or "Hazardous Substance" means any: (a) chemical, compound, material, mixture or substance that is now or hereinafter defined or listed in, or otherwise classified pursuant to any Environmental Law as a "hazardous substance," "hazardous material," "hazardous waste," "extremely hazardous waste," "infectious waste," "toxic waste," "toxic pollutant," or any other formulation intended to define, list or classify substances by reason of deleterious properties or effect; and (b) petroleum, petroleum by-products, natural gas, natural gas liquids, liquefied natural gas, synthetic gas usable for fuel (or mixtures of natural gas in such synthetic gas), ash, municipal solid waste, steam, drilling fluids, produced waters and other wastes associated with the exploration, development and production of crude oil, natural gas or geothermal resources. 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. CR&R Incorporated Page 6 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 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 If any of the Work contemplated under the Agreement is considered a "public work", pursuant to the applicable provisions of the Labor Code of the State of California, including but not limited to Section 1720 et seq., not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman shall be paid to all workmen employed on such. 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. 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. CR&R Incorporated Page 7 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 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 20.1 Contractor shall keep records and invoices in connection with the solid waste handling Services to be performed under this Agreement, including, but not limited to, customer lists, billing records, accounts payable records, maps, service requests, cash receipts records, AB 939/341/1826 compliance records, tonnage reports, weight tickets and invoices from all Landfills, Processing Facilities, and Recycling Facilities utilized for solid waste collected within City, and all other documents and materials which reasonably relate to Contractor's compliance with and performance of the provisions of this Agreement ("Records"), for the full term of this Agreement and an additional period thereafter of not less than three (3) years, or any longer period required by law. Such Records shall be made available to City at Contractor's regular place of business, but in no event outside the County of Orange. All Records shall be clearly identifiable, and Contractor shall maintain record security sufficient to preserve records from destruction or damage from foreseeable events. Data maintained in an electronic medium shall be protected, and backed up, with a copy stored at a separate site from the original data. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such Records during regular business hours for a period of three (3) years from the date of final payment to Contractor under this Agreement, or any longer period required by law. CR&R Incorporated Page 8 20.2 City's ability to defend against Comprehensive Environmental Response, Compensation, and Liability Act, known also as Superfund ("CERCLA"), and related litigation is a matter of great importance. Contractor shall maintain and preserve records establishing where solid waste collected in the City was landfilled for the full term of this Agreement and an additional period thereafter of not less than five (5) years, or any longer period required by law. At any time, including after the expiration of the term, Contractor shall provide copies of such records to City within three (3) business days of City's request. 20.3 On an annual or as -needed basis, City shall have the right, upon five (5) business days advance notice, to inspect Contractor's Records and/or conduct, or to contract with an independent auditing firm to perform, an audit, at City's expense, of Contractor's Records ("City Audit") to ensure compliance with the provisions of this Agreement. The City Audit shall include, without limitation, review and/or copying of Contractor's cash receipts, books of account, tonnage reports, and other related records, as well as those of each of its parent, subsidiary and/or affiliated companies, as appropriate. As part of the City Audit, Contractor's Customer accounts and related records may be subject to review. While Contractor will not be required to submit for copying detailed account records, such as customer names, Contractor shall make such records and information available for review in connection with the City Audit. 20.4 Contractor shall reimburse City for all of City's costs in performance of an audit if, as a result of the audit, it is determined that there was any intentional misrepresentation by Contractor with respect to Contractor's handling and transportation of solid waste or with regard to any information provided about diversion. Such reimbursement shall be paid by Contractor within ten (10) calendar days of the date City notifies Contractor in writing that Contractor is liable to reimburse the City in conformance with this subsection and the amount of City's audit costs. 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. 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) CR&R Incorporated Page 9 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 seg., 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: Deputy Director of Public Works/Municipal Operations 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: Jay Fowler CR&R Incorporated 11292 Western Ave. Stanton, CA 90680 25. CLAIMS 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 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.). CR&R Incorporated Page 10 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. 27.1 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. 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 CR&R Incorporated Page 11 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. 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] CR&R Incorporated Page 12 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: m By: aron C. Harp ic'-X-18 City Attorney ATTEST: it Z1. Ir Date: Mi., ,. A.� PORT CITY OF NEWPORT BEACH, a California municipal corporation Date: By: �c.. Marshall ` uffy" Duffield Mayor CONTRACTOR: CR&R Incorporated, a California corporation Date: 1)—) - 2vtS By: ` Dean A. Ruffridge Senior Vice President Date: // ./ Z/ . / 0 Amato Offficer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements CR&R Incorporated Page 13 EXHIBIT A SCOPE OF SERVICES PROJECT OVERVIEW The City maintains and collects waste from refuse containers located throughout the City at beach areas, in parks, at bus stops, and various other locations. These refuse containers require collection on a pre -determined schedule which varies between the summer period (from Memorial Day to Labor Day) and non -summer period. The Schedule of Billing Rates, attached to the Agreement as Exhibit "B" and incorporated herein by reference, contains a comprehensive listing of refuse container collection sites and frequencies. Refuse containers are 44 -gallon capacity and are either Rubbermaid "Brute" -equivalent containers or various decorative containers. CONTRACTOR RESPONSIBILITIES/PERFORMANCE Contractor shall furnish all labor, equipment, materials and supervision to perform all services described herein including, but not limited to, the following: a. Collect refuse from any and all City refuse containers located at the sites described and depicted in the Schedule of Billing Rates; b. Properly dispose of any and all refuse collected as described herein; c. Clean any and all litter on or around refuse containers; d. Collect any and all bags containing refuse left on or around refuse containers; e. Immediately notify the City of any damaged refuse containers and/or lids; and f. Immediately notify the City of any hazardous materials or oversized items left on or around refuse containers that cannot be immediately collected. Contractor shall strictly adhere to the collection schedules and frequencies set forth in the Schedule of Billing Rates. Contractor shall obtain a City Business License prior to the commencement of the Project. Contractor's personnel assigned to this Project shall wear Contractor -provided uniforms at all time during the performance of Work. Contractor's personnel assigned to this Project shall operate vehicles used in the performance of Work in a safe, courteous and legal manner at all times. Contractor shall purchase three (3) new vehicles for refuse collection at the start of the Agreement. These three (3) refuse collection vehicles shall be used exclusively to CR&R Incorporated Page A-1 collect and service City and shall not be used for any other service through the life of this Agreement, unless agreed to by Project Administrator. The type of vehicle to be used at specific locations shall comply as described in the Schedule of Billing Rates. All refuse collection vehicles shall be inspected and serviced on a regular basis, and strictly adhere to the Manufacturer's recommended maintenance schedule. Routine and necessary maintenance shall be completed in an expeditious manner so regular vehicles remain in service. A copy of the vehicle maintenance service record shall be provided to the City following the actual service provided. The cost of these vehicles, as well as all operating and maintenance costs, shall be amortized into the monthly price for service over the seven (7) year contract period. In the event of an early agreement termination by the City within the seven (7) year period, without cause, the City will purchase the three (3) refuse collection vehicles specifically assigned for this service from the Contractor at a "fair market value and based on a straight line vehicle value." The City shall only be required to purchase vehicles in operable condition to perform the services required in this Agreement. In the event of an early agreement termination by the City within the seven (7) year period, for cause, the City may exercise an option to purchase any or all three (3) refuse collection vehicles specifically assigned for this service from the Contractor at a "fair market value and based on a straight line vehicle value." "Fair market value and based on a straight line vehicle value" means that for every year of this agreement, the value of the vehicle(s) decreases by one-seventh of the original value until the seventh year, where the vehicle will have a zero ($0) dollar value. At no time during the course of the Agreement shall vehicles be older than ten (10) years. Contractor shall park, protect and securely store the three (3) dedicated refuse collection vehicles off-site (i.e., no parking at City yard). Contractor may not park overnight at any City facilities. City's Project Administrator must be informed where the vehicles are stored. During the "summer" period, Contractor shall use a minimum of three (3) vehicles for refuse collection services. During the "non -summer" period, a minimum of two (2) vehicles must be used for refuse collection services. The "summer" period consists of the weeks of the calendar year between Memorial Day and Labor Day, and the "non -summer" period consists of the remaining weeks. The City reserves the right to extend or shorten the "summer" period based on climate patterns or public demand. Subject to the restrictions contained in any franchise agreement between Contractor and City, working hours for the performance of all Work shall be from 5:00 A.M. to 1:30 P.M. Work may not be performed outside of these designated hours, unless previously agreed upon by the Project Administrator. CR&R Incorporated Page A-2 Designated high priority locations include: Marine Avenue, Corona del Mar State Beach, Ocean Front, 36t" St. to Adams on the boardwalk, and the Balboa Main Lot. Refuse containers located on any of the City's piers shall be collected by Contractor using vehicles no longer than twenty feet (20') in length and three (3) tons in weight. Certain collection sites and/or facilities may require Work to be performed in and around areas containing sand. Contractor and City shall develop a specific daily route schedule for refuse container collections. City has provided the final route schedule as attached in the Schedule of Billing Rates. City reserves the right to alter any and all daily route schedules. Contractor shall conduct monthly meetings with the City's Project Administrator to provide Project updates and receive direction from the City. Contractor shall be permitted to dump refuse from City containers at the Transfer Station located at the City of Newport Beach Corporation Yard. Transfer Station hours of operation are Monday through Friday 6:30 A.M. to 3:00 P.M. and Saturdays 6:30 A.M. to 10:00 A.M. In the event the Transfer Station at the City of Newport Beach Corporation Yard ceases operation, it shall be the sole responsibility of Contractor to arrange to dispose of refuse in an alternate fully -permitted, certified/licensed Orange County landfill or a fully -permitted, licensed Orange County transfer station, which is lawfully authorized to accept that specific type of solid waste material and has been approved by the City and to transport all non-organic material collected to an approved Orange County material recovery facility for processing. Should these events transpire, it is the City's expectation that an Agreement renegotiation may be in order. The City shall have sole discretion in authorizing any potential Agreement amendments reflecting potential added costs that this relocation incurs. Contractor shall abide by all State legislation as it pertains to waste diversion requirements. This includes, but is not limited to, AB 341 -Mandatory Commercial Recycling and/or AB 1826 -Mandatory Commercial Organics Recycling. When required of City under State law, an organics diversion program must be implemented. Contractor must demonstrate the ability to provide this service, provide the location(s) where this service will be provided, and the name and address of any location(s) where the collected organic waste will be taken for processing. Contractor shall provide and install new liners and/or bags for all refuse containers comprising this Project. Liners and/or bags shall fit a 44 -gallon container, be of 19 -micron thickness and be of a neutral color (e.g. black, gray, clear, dark blue, etc.) that must be approved by the City prior to use. Contractor shall provide all Services three hundred sixty-five (365) days per year, although on a modified schedule on the following City -observed holidays: New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving (including the following Friday), Christmas Eve, Christmas Day and New Year's Eve. CR&R Incorporated Page A-3 Contractor shall immediately notify the City of any Hazardous Substance or oversized items left on or around containers that cannot be immediately collected. Contractor shall not haul any material from City's Public Works job sites. All commercial solid waste containers used in the performance of this Agreement shall be kept clean and in good repair and shall be uniformly painted to the satisfaction of the City's Project Administrator and/or designee. All vehicles and equipment used by the Contractor in the performance of this Agreement may be subject to inspection by the City upon twenty-four (24) hours' notice by the City's Project Administrator. Contractor shall provide City with a copy of all monthly invoices generated pursuant to this Agreement and a monthly written activity report, on or before the 151h of each month, containing, at a minimum, the following information: a. Summary of areas in which refuse was overflowing from refuse containers; b. Summary of damaged refuse containers and/or lids reported; and c. A copy of the daily routing schedule for the preceding month. d. A copy of the Monthly Tonnage form, documenting the daily tonnage of material collected. Contractor must email the completed form to the Project Administrator by the 5th day of the month following the close of the service month. CITY RESPONSIBILITIES/RIGHTS: City shall provide, repair, replace and hold ownership over any and all refuse containers and/or lids comprising the Project. City has provided all daily routing presented in the Schedule of Billing Rates City's Project Administrator. schedules for the Contractor to follow, as All route adjustments shall be approved by City reserves the right to negotiate with Contractor for Agreement pricing adjustments in the event refuse containers are added or removed from the current roster of containers. City reserves the right to extend the summer period depending on climate conditions or public demand. Compensation to Contractor will be based on a weekly rate. Contractor is required to submit a weekly cost of service for the summer and non -summer periods. CR&R Incorporated Page A-4 EXHIBIT B SCHEDULE OF BILLING RATES CR&R Incorporated Page B-1 0 4 0 o o ry O] 0 o N a 10 0 o 1p ro m 0 o m N o o 0 0 n ry m IO O o a 0 o N N 0 0 O m N N 0 o m � 0 o 0 o a 0 0 m o� 0 0 0 0 m m� 0 0 0 1p 0 M o In o o m In OR o ,� In o o m m 0 o m o N o 0 a in 0 0 ro 0 ry 1p pj Ol N m 00 IO N O) M1 O l(1 N^ Kj m l0 O V1 pl M N n m Vl W m VI VT tl4 N N S t/1 N t? tl} N tli VA � W H N N N N Vf V! N VY N N^ N �' N UT � N VT N VT N m N N N N to h O Ill O O O ttOO 0 O O a m o O O a 0 n 0 0 1p a. 0 ^ O m O O m N � I: O O m O O tp m O O tp m vi m O O Lr?m m vi O O O m o O O M m O O O m 0 0 n O 0 0 00 rt1 O O M m o O O al N O O O N O O N N O O Ol m N O O a O 0 0 N V. 0 0 O M 0 O of a m� N a �n � m^ N a N ti N o N N vF � m� Ill m ri N N N v ri N N to o� m VT m rri N N VF � rri Vf Vi � r`i a V1 N o�� N a ro a .ti m m Vl a ui o^ M Vl of to N ri O 0 m N lti o V1 M . o m ill M r`i o M m to co a a m lD V} V! N VF N N H h M VT Vl h Li � h h M� N D N N t/} Vl VT N Vf Ui Z Z N Z M �" Z y Z M Z N N Z M Z N LL z Z H m Z Z N N z N N Z m Z N N Z Z Z Z N Z Z Z N N Z M M Z 3 N Z Z m N LL m LL VI LL N 3 VI LL Vf m VI N N N VI LL N LL N N N LL z z z z Z z g 3 3 g 3 3 3 g 3 3 x 3 3 3 3 3 3 F 3 F 3 g 3 g g ggg 3 3 3 g z g g g g g g 3 g 3 gg ggg ggg ~gggggg gg g ggg '^ g g 3 g N VI a N VI a N VI N VI N N IA Vl ry N N ri N r N N ririria N N N l0 V1 N aril~iriririiri m N a H N N H H a a N N N N •~ H N m N a�a m r- N m a .. VI ad m tp a .-I N aaaririri� tp a a .-I ., Vl VI m m r N N l- � N N LL N riri N a N N a N riri N N a N ria N a m VI m a H r N a N ri N >' T N g N>> T T>> >' N N N N N> N N N N N N N N N N v N>> mN v -o n n a n `y n n n n e -I n n n "'I "� N N n 10 n n Ill ei Vl N "'I M n N n n n n n IO n n Ill M n n n n n n n n T N T T N N T T T T N > > N N > > T T N > N N > > N N > T N T > N N > > > > N > > N O > > T > N T > N N > T > T N T > N N > > N T > N > T N > T N T N n •+ vl m m .� ul 0 .t a a m� In a In �+ �� m vl m In In m •+ m a i m In ry n n n n In a ul n a m n n n n n mm In n msn In M V M IO N N A N N M N N H N N �"I N N N 40 O M 1p O S L o E xua o � n a L o •� v ✓ O ry o M 4 ^ t y 3 a o vNJi 2w A = o a °° In o NVY pa o L' Y d N o > mo m C m x o �- 'l w d O O. - .�- « K .6 v o � O L > u w Y+ E J w p w L o v J 0 a L w C y w Yl 'O W N Y N .� g N y' m m e m O N a O L u m V c w T p O „ a N O M u o E w E w L «m Y � y a C E�°'IY d -O O«w m m w a Cdl O mv� V m � ix `l ") 0• u c ¢m c o V IO w« o o Vl A `w y o i+ 2 vLi o c s o W !•` `^ E r E d vl w o u Y- m „> m v > m w w V m v 'a w 9 a « J s 'O m c N c m >>O C v_ o L L N w O g w _� N V N{ d w > () m v N v v m N H d E m A m- w C '� A p u W L N C/ N 10 Y N L m L d a v L F a J w -o ¢ c 3 W V N 3 w w > m$ oo LL r w E d>> w o o U W Z > c N V c �^ N 0` E O p` c L cry a v o c w > W m m _ a > a o c v H o. m >, '° o mi T w c 0 p m c J i w w c O ,; d a u V c J v u' Y U p- c h w 'q `° m '� o o U N u V u" " N '" VI u L O. c o m Oa @� =' a Y o. 32 in In in v~l u I^ o o vl g x m d o..' d 1.1 x o u U d m V m a m J u g m v W a w w vlmmm.-�oz¢gmuzmmmgzulN.-I.-I.-Immmg3 L w m L i V1 O v Y O v a '� J v c 3 w w c N N LL q 3 m w O LLL 0 Of y N N w a J a 10 N LL m w mzo. ry c c > a >. >, a a s Y r r O. n o O. o ILn o 0 H H 0 ILiI A -^ m u C m = a a w w w Y o o 0 0 r O a N O a g g g O 6 3 g g g g g q O O a Ip >' O a a >' a d Z z z- z- Z O z O. 3 o L, O a '�1 L L m L v m> r r p O 0. O. Y C O O O. O. C v pp 0 O. O. r C 0 0 O. O. C C 0 0 O. D. r Y 0 0 O. O. o 0 0 o o o 0 0 o I m �u z �u $ cl au m m m w w° 3 3 3 z" m i i o xw oo 3 3 z" z" 3 3 z" zw 3 3 z z 3 3 z z 3 3 z z 3 3 z z a a m m a m m a a m m a m m s m m m 2 oh va m N w uoi o N N o a o N 0 o o m m o o M M ,toj o N O N N N O m�� N N It6 f/1 N O M .i vhf vhf L! V1 t6 N n VT O n N N M� VT H ttl N� v! N H N N t0 �6 H of t6 t6 N N� � O M 0 d o voi d o 0 0 0 m 0 0 O M o M 0 0 VI 0 0 n N 0 0 n d 0 0 N d 0 0 al m 00 m I o 0 O Vf o Vf iIf r' lA N '^ w VF N a a Vf V1 "' uni N N ',`y'' m H h ai h� n °,y h N of N� �d 16 h Vf 16 NNN "' 6 N N N z z N Z m z z z z z N N VI VI V1 VZ1 VI N N m N H N z N N W W x N LL LL N 3 d N VI ri N NN N N ri N ri ri N N a n N l0 ~o. o l0 l0 tD N tD 1p N N lD t0 > > > > > > > > > > > > > > > > > > > > > > > N aaa-ov N N N N aaa-a N N . Daaa-o N N 'oaa-o N N -ovaDa-o N N 'o > > > > N > T > > > T > > > > > > > > > T > > > > 10 aaaa-oa N N N aaa N N N 10 N as vaaaa N N N a-oaaa N N N N as d d M .n M in M M m m d t o m n m d m d a d a m o O w O y 2 m u ) m L ^ O ry y o w Y O E o Yn C o o N N N m m ao d H W C W m u N o d C L W C C O 1 d m U M Y°` m o N 3 L o O U ,—Or c O w c O L o O L a N `w O 0 U C L N a a y L x b N a J Z -� H U LL ti A N N ID uo W N d 0 0 0 p O C ` N N N VI u° C O Y O VI O p j q c v E ..2 .2 h vin m r �'^ cin u�^v aa�m m" m" m' moi ¢ a � G m' u m' ' v A. mw � oo `o a a a v o 0 0 0 0 3 o 3 Z Z a m a a m =2 :2 a m a a a a m 0 .n m m m .2 m m m m m m m m m z" z" z z" z" z" 3 3 x° x° : m z" O E o O E y O 0 ` 10 = c .� V E u N 3 N O a U M E O 04 O c � N a V m 'o N 0 c `O 0 o- U O c rc \fes a U U // Da ,O V C 00 i 0 3 a N 3 MLo t oo.i o } O -' h a U co d ., C U aP \ _^ O \ \ 3 as 0 C O a N } O R z 1S O O s` Q Q Z o 0 o a a o a o V m co U w 2 2 Z Z 3 NMBORD I(. laOdM3N d ® 0 0 - UR UR BLVD \y/ YrSbd 078 L°ylbbJb a s m b EAS ° g y N ° 3 UJ - UJ m m 1 a \ m a m \ a W +- U O i m y w CO UN a- Z / Q w rn O 0 b Z N l0 f 0 ai U � wa fV 2 O a Q yI Z C JI 0 U �. E�\ m z SUMMER & WINTER ROUTE SCHEDULES Trash Run for Newport and Balboa Peninsula (Truck # 1) Summer 1. Central Ave. (Elks Lodge) (3) 2. Newport Blvd. @ Via Lido and Chipotle, Von's Pavilion (4) 3. Balboa Blvd. @ 23rd Street (3) 4. Blackie's Lot (33) 5. McFadden Plaza (28) 6. Newport Pier (19) [NOTE: Vehicle shall not exceed 10,000 lbs empty weight when first entering Pier] 7. Stag Lot & Sharkeez (5) 8. 20th Street & Balboa Blvd. (1) 9. 19th Bay Beach, Bathroom and Float (14) 10. 15th Street Bay (First Pickup) (5) 11. 15th Street Both Sides (11) 12. Blue Can By ATT Building (1) 13. Balboa Pier and Restaurant (Ruby's) (19) 14. Main Street around to A Street Lot and Peninsula Park (24) 15. Washington Street End and Dock (2) 16. Fun Zone Boardwalk (5) 17. Bay Street @ Washington Street Restrooms, Sushi 21 (4) 18. Newport Landing (3) 19. Palm Street - Entrance to Ferry (6) 20. Wells Fargo Lot (7) 21. Palm Street (7) 22. Rendezvous Lot, Washington Street to Balboa (9) 23. Balboa Blvd. - North (10) 24. Balboa Blvd. - South (12) 25. B Street Lot (4) 26. Ocean Front Cans C,D,E,F,I,L,M (7) 27. M Street Bay and Float to B Street on Bay (13) 28. 15th Street Second Pickup (5) 29. Marina Park (21) 30. Total 285 Cans *After this route is finished, call the other trucks on different routes to see if they need help finishing. Trash Run for Corona Del Mar and Balboa Island (Truck # 2) Summer 1. Bus Stops Bayside @ W. Promontory and Jamboree (2) 2. Pacific Coast Highway - Avocado to Cameo Shores, Poppy @ Fifth (41) 3. Civic Center (16) 4. Cameo Shores to Reef Point Bus Stops (8) Once a week Thursday 5. Corona Del Mar State Beach, Pirates Cove (48) 6. Pirates Cove (3) 7. Buck Gully (7) 8. China Cove (3) 9. Bus Stop Irvine Terrace (1) Once a Week Thursday 10. Balboa Island - Street ends, Ferry landing, and four floats: Sapphire & North Bay, Emerald & North Bay, Opal & South Bay, Coral & South Bay (51) 11. Little Island, Section/Area Five (16) 12. Martha's - Starbucks (2) 13. Back Bay Dr @ Shell Maker (1) Once a week Thursday 14. End of Back Bay Dr @ East Bluff Dr (2) Once a week Thursday 15. Across from Corona Del Mar High School (1) Once a week Thursday 16. Dover Shores Beach (2) 17. North Star Lane (3) 18. Aquatic Center (2) 19. Mariners Library (5) 20. Bus Stop W. Coast Hwy @ Bay Shores (1) 21. Total Trash Cans 215 *After this route is finished, call the other trucks on different routes to see if they need help finishing. Trash Run for Third Man 2018 (Truck # 3) Summer 1. Marine Avenue (35) 2. 36th to Adams Street on the beach boardwalk - Bathrooms @ 15th (37) 3. Balboa Main Lot (22) 4. Bus Depot and Ticket Booth (7) 5. Adams Street to Fernando on the Bay (5) 6. Alvarado to 14th Street on Bay (20) 7. Crab Cooker and 28th Street (3) 8. 32nd @ Villa Way and Lafayette (3) 9. Bus Stop @ 32nd and Balboa Blvd (1) 10. Channel Park and Bathrooms (3) 11. Bus Stops at 461h Street Both Sides (2) 12. Circle K @ River (1) 13. Bus Stops on Coast Hwy By Jack In the Box and Across Street (2) 14. Seashore to end Start at 58th Street Restrooms (24) 15. Beach Cans — Summit, Orange, Prospect, 56th, 54tH 53rd, 471H 40th (10) 16. Ceder Street @ 62nd (1) 17. Superior Hill (1) 18. Zubie's (1) 19. Bus Stop by Hoag (1) 20. West Newport Community Center 15th Street @ Monrovia (1) 21. Total Trash Cans 180 *After this route is finished, call the other trucks on different routes to see if they need help finishing. Trash Run for Newport and Balboa Peninsula 2018 (Truck #1) Non -Summer 1. Newport Blvd. @ Via Lido and Chipotle, Von's Pavilion (4) 2. Central Ave. (Elks Lodge) (3) 3. 32nd @ Villa Way and Lafayette (3) 4. Balboa Blvd. @ 23rd Street (3) 5. Blackie's Lot (33) 6. McFadden Plaza (28) 7. Newport Pier (19) [NOTE: Vehicle shall not exceed 10,000 lbs empty weight when entering Pier] 8. Stag Lot & Sharkeez (5) 9. 201h Street & Balboa Blvd. (1) 10. 19th Bay Beach, Bathroom and Float (14) 11. 15th Street - Bay First Pickup (5) 12. 15th Street - Both sides (11) 13. Blue Can By ATT (1) 14. Balboa Pier and Restaurant (19) 15. Main Street around to A Street Lot and Peninsula Park (24) 16. Washington St End and Dock (2) 17. Fun Zone Boardwalk (5) 18. Bay Street @ Washington Street Restrooms, Sushi 21 (4) 19. Newport Landing (3) 20. Palm Street - Entrance to Ferry (6) 21. Wells Fargo Lot (7) 22. Palm Street (7) 23. Rendezvous Lot, Washington Street to Balboa (9) 24. Balboa Blvd - North (10) 25. Balboa Blvd. - South (12) 26. Balboa Main Lot (22) 27. Bus Depot and Ticket Booth (7) 28. B Street Lot (4) 29. Ocean Front Cans C,D,E,F,I,M, Ocean Front (7) 30. M Street Bay and Float to B Street on Bay (13) 31. Adams St to Fernando on Bay (5) 32. Alvarado to 14th Street on bay (20) 33. 15th Street Second Pickup (5) 34. Crab Cooker and 28th Street Can (3) 35. Bus Stop @ 32nd (1) 36. Channel Park Restrooms (3) 37. Bus Stop 46th both Sides (2) 38. Circle K (1) 39. Bus Stop on PCH @ Balboa and Superior (2) 40. Cedar Street @ 62nd (1) 41. Superior Hill (1) 42. Zubies, (1) 43. Bus Stop by Hoag (1) 44. 15th Street School (1) 45. Total 338 Cans *After this route is finished, call the other trucks on different routes to see if they need help finishing. Trash Run for Corona Del Mar and Balboa Island 2018 (Truck # 2) Non -Summer 1. Marine Avenue (35) 2. Bus Stops Bayside @ W. Promontory and Jamboree (2) 3. Pacific Coast Highway - Avocado to Cameo Shores and Poppy @ Fifth (41) 4. Civic Center (16) 5. PCH - Cameo Shores to Reef Point Bus Stops (8) Once a week Thursday 6. Corona Del Mar State Beach (38) 7. Pirates Cove (3) 8. Buck Gully (7) 9. China Cove (3) 10. Bus Stop Irvine Terrace (1) 11. Balboa Island - Street ends, Ferry Landing, and four floats: Sapphire & North Bay, Garnet & North Bay, Opal & South Bay, Coral & South Bay (51) 12. Little Island, Section/Area Five (16) 13. Martha's — Starbucks (2) 14. Back Bay Dr @ Shell Maker (1) Once a week Thursday 15. End of Back Bay Dr @ East Bluff Dr (2) Once a week Thursday 16. Across From Corona Del High School (1) Once a week Thursday 17. Seashore Dr (start at 58th street Restrooms) (24) 18. Beach Cans—Summit, Orange, Prospect, 56th,54, 53, 47, 40th (10) 19. 361h to 161h Street Beach Boardwalk (17) 20. 15th Street to Adams on Beach Boardwalk (20) 21. Dover Shores Beach (2) 22. North Star Lane (3) 23. Aquatic Center (2) 24. Mariners Library (5) 25. Bus Stop W. Coast Hwy @ Bay shores (1) 26. Total 311 Cans *After this route is finished, call the other trucks on different routes to see if they need help finishing. VEHICLE SPECIFICATIONS This contract requires the successful bidder to purchase 3 (three) new vehicles They shall be as follows: • Two (2) 1 -ton, 4X4 trucks with a minimum 6 cubic yard closed compactor body mounted on chassis. o The empty weight of each of these two (2) vehicles is limited to 10,000 pounds. o The axles must be a minimum of eight (8) feet apart. o Vehicles must be no longer than 20 feet in length. o One of these trucks must be utilized on the route that services the Balboa Pier and Newport Pier. o The other truck may be used on another route or in a back-up role. • One (1) additional vehicle will need to be purchased for summer and occasionally winteras a back- up. o This vehicle must have a minimum 6 cubic yard close compactor body mounted on but can be mounted to any type of actual vehicle. o This vehicle does not need to comply with the weight limit of 10,000 pounds empty weight, but will not be permitted to operate on the Balboa Pier and Newport Pier if it exceeds this weight limit. • All vehicles mentioned above shall be fully California compliant to be street legal, and must be fully contained and not allow leaking/spillage of liquids or solids. • Contractor must also have a fourth vehicle on hand to serve as a temporary back-up for summer operations. This vehicle must be 10 years or newer. o If this vehicle is a pick-up or a stake bed, all liquids must be prevented from escaping. o If this vehicle is a small compactor, it must be close -bodied. Specifications: • Winter operations (Labor Day to Memorial Day weekend) require a minimum of two (2) trucks to be used on a daily basis. However, due to special events or warm weather, the City reserves the right to require a third truck to be used on a third route. • Summer operations (Memorial Day weekend to Labor Day) requires three (3) trucks to collect three (3) routes. • All of these vehicles are prohibited from being diesel powered. • Before vehicles are purchased for this contract, the vehicle specifications must be provided to the City for approval. 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 and employees. 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 arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented CR&R Incorporated Page C-1 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. D. Pollution Liability Insurance. If required, Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than one million dollars ($1,000,000) per loss and two million dollars ($2,000,000) in the aggregate per policy period. Claims - made policies require a 5 -year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions.- A. rovisions: 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 and employees 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 and employees 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. CR&R Incorporated Page C-2 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 Agreements Between the Parties. The parties hereby agree to the following.- A. ollowing: 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. 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 CR&R Incorporated Page C-3 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 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. CR&R Incorporated Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 10/30/18 Date Completed: 10/31/18 Sent to Company/Person required to have certificate: Type of contract: Dept./Contact Received From: Joan Joan By: Jan CR & R, Inc. Waste Hauler I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 9/3/18 — 9/3/19 INSURANCE COMPANY: XL Specialty Insurance Company A. INSURANCE COMPANY: Greenwich Insurance Company AM BEST RATING (A-: VII or greater) A / XV B. AM BEST RATING (A- : VII or greater): A / XV ADMITTED COMPANY (Must be California Admitted): C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must (What is limits provided?) N/A include): Is it included? (completed Operations status does ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No COMPLETED OPERATIONS ENDORSEMENT (completed NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 9/3/18 — 9/3/19 A. INSURANCE COMPANY: XL Specialty Insurance Company B. AM BEST RATING (A-: VII or greater) A / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1M + $3M Excess E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A ® Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 4/1/18-4/1/19 A. INSURANCE COMPANY: XL Insurance America, Inc. B. AM BEST RATING (A-: VII or greater): A / XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY 7/5/16-7/5/19 Rated: A/XV, Non -Admitted VI BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ® N/A ❑ Yes ❑ No INDIAN HARBOR INSURANCE COMPANY Limits: $5M ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No Agent of Alliant Insurance Services Broker of record for the City of Newport Beach Date RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk Management approval required for non -admitted Pollution Liability carrier. 5/25/18 Risk Management approved use of non -admitted carrier. Approved: Risk Management * Subject to the terms of the contract. Date