Loading...
HomeMy WebLinkAboutC-8569-1 - M/RSA for Commerical Refuse Removal Services"9 AMENDMENT NO. ONE TO V� MAINTENANCE/REPAIR SERVICES AGREEMENT WITH CR&R INCORPORATED FOR COMMERCIAL REFUSE REMOVAL SERVICES V THIS AMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 4th day of April, 2024 ("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 90880, and is made with reference to the following: RECITALS A. On November 19, 2019, City and Contractor entered into a Maintenance/Repair Services Agreement ("Agreement") to perform maintenance and/or repair services for City ("Project"). B. The parties desire to enter into this Amendment No. One to increase the total compensation, to update Section 5.1 of the Project Manager section and update Section 24.3 of the Notices section. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONTRACTOR 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, as amended, and incorporated herein by reference. Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Seven Hundred Fifty Six Thousand Two Hundred Fourteen Dollars and 17/100 ($756,214.17), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." 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 subcontractor fees, in an amount not to exceed One Hundred Four Thousand Six Hundred Dollars and 001100 ($104,600.00). 2. PROJECT MANAGER Section 5.1 of the Agreement is amended in its entirety and replaced with the following: "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 Julie Barreda 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." 3. NOTICES Section 24.3 of the Agreement is amended in its entirety and replaced with the following: "All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Julie Barreda CR&R Incorporated 11292 Western Avenue Stanton, CA 90680" 4. 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] CR&R Incorporate 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: 4 / By: -1A " Aaron . Harp 10 y'775 City At rney ��zy ATTEST: Date: _TAW 1 By: A"Ll �m � Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California mu icipal corporation Date: w- i12 ' Z I v By's_ �C�`i Gracb K. Leung City Manager CONTRACTOR: CR&R Incorporated, a California corporation Date: Signed in Counterpart Bv: Clifford Ronnenberg Chief Executive Officer Date: Signed in Counterpart Bv: David Ronnenberg Secretary [END OF SIGNATURES] Attachments: Exhibit B — Schedule of Billing Rates CR&R Incorporate 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 Date: IF / a --I :!,� By: Aaron arp ms City A�rney yNz y ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONTRACTOR: CR&R Incorporated, a California corpo9_rat,ion Date: zg Chief Executive Officer Date: By I 5 ecreia ry [END OF SIGNATURES] Attachments: Exhibit B — Schedule of Billing Rates CR&R Incorporate Page 3 EXHIBIT B SCHEDULE OF BILLING RATES Location of Facilities with Bins and Service Schedule Scheduled Services Location Number of Bins Bin Size Weekly Frequency & Da s Weekly Cost Balboa Yacht Basin 829 Harbor Island Dr 6 3-yd 3x TBD $ 340.39 Central Library 1000 Avocado Ave 2 3-yd 3x TBD $ 113.46 City Hall 100 Civic Center Drive 1 3-yd 5x M-F $ 86.06 City Hall (Recycling) 100 Civic Center Drive 1 3-yd 1 x M-F $ 40.85 Fire Station #2 475 32nd St 1 3-yd 2x TBD $ 41.97 Corporation Yard 592 Superior Ave 1 4-yd 1 x TBD $ 29.11 Fire Station #3 868 Santa Barbara 1 3-yd 2x TBD $ 41.97 Fire Station #5 410 Marigold Ave 1 4-yd 1x TBD $ 29.11 Fire Station #6 1348 Irvine Ave 1 3-yd 1 x TBD $ 27.29 Fire Station #7 20401 Acacia St 1 3-yd 2x TBD $ 41.97 Fire Station #8 6502 Ridge Park Rd 1 3-yd 1 x TBD $ 27.26 Lawn Bowling Center 1550 Crown Dr 2 3-yd 2x TBD $ 83.94 Marina Park 1600 W Balboa Blvd 1 3-yd 4x TBD $ 71.34 Community Center 6401 San Joaquin Hills Rd 1 3-yd 2x TBD $ 41.97 Oasis Senior Center 800 Marguerite Ave 1 3-yd 3x TBD $ 56.73 Oil Tank Farm 5900 W Coast Highway 1 3-yd 1 x TBD $ 27.29 Police Station 870 Santa Barbara 1 3-yd 6x M-Sa $ 100.79 Utilities Yard 949 W 16th St 3 3-yd 1 x TBD $ 81.86 Total Annual Cost 19 Locations 52 Weeks $ 66, 736.28 CR&R Incorporated Page B-1 II: Washington Street Bins and Organics Collection 4 yards 6x/Week Weekly Rate $ 693.42 7x/Week Weekly Rate $ 790.17 Food Waste/Organic Containers 32 Gallon Cart Cost per container per collection $ 5.39 III: As -Needed Bin Service As -Needed Services Number_ of Bins Bin Size 1 � 3-yd 1 4-yd 1 3-yd 1... 4-yd Frequency 1x 1x Weekly Cost $ 27.29 $ 29.11 � As Needed Services -Enclosed Hazardous/Environmental Waste Container Number of Bins Bin Size Weekly Cost Monthly Cost 1 40-yd $ 125.00 $ 500.00 As -Needed Services - Enclosed Hazardous/Environmental Waste Container Number of Bins Bin Size Per -Haul Cost Per -Ton Rate 1 40-yd $265.30 $98.84 Recurrent Services - Enclosed Hazardous/Environmental Waste Container Number of Bins Bin Size Per -Haul Cost Per -Ton Rate 1 40-yd 1 $265.30 1 $98.84 In addition, City will invoice Contractor and Contractor will pay to City, franchise fees and environmental liability fund fees, pursuant to the terms of Contractor's current Franchise Agreement with the City. CR&R Incorporated Page B-2 MAINTENANCE/REPAIR SERVICES AGREEMENT WITH CR&R INCORPORATED FOR COMMERCIAL REFUSE REMOVAL SERVICES THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 19th day of November, 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 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 November 1, 2024, 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 Six Hundred Fifty One Thousand Six Hundred Fourteen Dollars and 17/100 ($651,614.17), 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 CR&R Incorporated Page 2 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 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 Andrew Keratzides 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. CR&R Incorporated Page 3 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 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. CR&R Incorporated Page 4 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 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. CR&R Incorporated Page 5 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 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. CR&R Incorporated Page 6 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 of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. CR&R Incorporated Page 7 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. 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. CR&R Incorporated Page 8 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. 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. CR&R Incorporated Page 9 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) 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 CR&R Incorporated Page 10 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: Andrew Keratzides CR&R Incorporated 11292 Western Avenue 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.). 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 CR&R Incorporated Page 11 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. 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. CR&R Incorporated Page 12 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 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: ((/8` !9 By: A ron C. Harp City Attorney ATTEST: Date: • of �� c By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: 12-A 3 /yo i ¢ By: Will O'Neill Mayor CONTRACTOR: CR&R Incorporated, a California corporation Date: Signed in Counterpart IS Dean A. Ruffridge Senior Vice President Date: Signed in Counterpart Joyce Amato Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements CR&R Incorporated Page 14 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: 1 l lam// 9 A ron C. Harp^ City Attorney ATTEST: Date. - go Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Diane B. Dixon Mayor CONTRACTOR: CR&R Incorporated, a California corporation Date - By: Dean A. Ruffridge Senior Vice President Date: By: J Amato C ief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements CR&R Incorporated Page 14 EXHIBIT A SCOPE OF SERVICES GENERAL PROVISIONS • Working Hours o Normal working hours shall be between the hours of 7:00 a.m. and 5:00 p.m., Monday through Friday, and 8:00 a.m. and 2:00 p.m., Saturday and Sunday. • Performance o Contractor must have a current Non -Exclusive Franchise Agreement for Commercial Solid Waste Handling Services ("Franchise Agreement") with the City of Newport Beach, and maintain a Solid Waste Franchise continuously through the term of this Agreement. Contractor's current Franchise Agreement was entered into on or about November 9, 2017 and has a termination date of November 8, 2024. City has since approved an amended and restated Franchise Agreement and the parties intend to enter into the amended and restated Franchise Agreement during the term of this Agreement. Any references to the Franchise Agreement or requirements of the Franchise Agreement in this Agreement shall refer to the Franchise Agreement currently in effect during the term of this Agreement. o Contractor shall properly collect and dispose of refuse collected in the City, over which Contractor has control, only by taking it to a fully permitted licensed transfer station or refuse facility which is lawfully authorized to accept that specific type of solid waste material and has been approved by the City. Contractor agrees to assist the City and County in verifying tonnage collected by Contractor and providing information required by the County. Contractor will provide, within thirty (30) days of receipt of a written request by the City, refuse tonnage collected within the County, and outside the County (if relevant to confirming tonnage origination), separated by jurisdiction, by load type (residential, commercial, roll -off box), and by facility to which it was delivered (specify which transfer station). o Contractor will provide customer service levels and route lists within thirty (30) days of receipt of a written request by the City. Contractor will cooperate with City or County audits to verify reported origin of tonnage and diversion rates by making records and personnel available to the County and/or its auditors. o Contractor shall be properly licensed to handle and haul Hazardous Waste, as defined in Section 9.8.1 of this Agreement. When Contractor hauls enclosed hazardous/environmental waste containers, the Contract CR&R Incorporated Page A-1 Administrator or designee must be informed where the material is transported to for handling and proper disposal. The Contract Administrator or designee must be provided with a Hazardous Waste Manifest. o Contractor shall clean designated bins and immediately surrounding areas at designated facilities on an as -needed basis. Contractor will be responsible for ensuring all items in the vicinity of the bins that is safe to handle is enclosed in a bin before servicing bin with no additional compensation. o Contractor shall immediately notify the City of any Hazardous Substance or oversized items left on or around refuse containers that cannot be immediately collected. o Contractor shall not haul any material from City Public Works job sites under this Agreement. o Prior to Effective Date of this Agreement, Contractor shall provide, in writing, information to the City where all collected refuse will be taken for processing and disposal including the name and address of the location(s); Solid Waste Information Systems (SWIS) number; and facility diversion rate. City must be notified in writing by the Contractor at least thirty (30) days in advance, and obtain City approval before any new processing and disposal facilities are utilized by the Contractor. o Contractor shall abide by all current and pending 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. The Contractor shall conduct a waste assessment of each generator at each collection point within thirty (30) days of the Effective Date of this Agreement to determine what hauling services are required at each listed collection location. A copy of the results of the assessments will be given to the Contract Administrator or designee within five (5) days of completing the initial assessment. This is especially important when considering the implementation of compliant organic recycling programs required under AB 1826. City shall approve or reject the proposed program within thirty (30) days of receipt. Within thirty (30) days of approval by the City, Contractor shall implement the mandatory diversion programs at all facilities. Upon completion of the program implementation, Contractor shall provide a summary of all programs implemented as a result of the waste assessments, all carts and bins utilized, training activities conducted, and a full description of where the collected material will be transported for processing. Contractor will be required to transport all non- organic material collected to an approved Material Recovery Facility for processing. Individual generators may request a single -stream recycling program and the Contractor must oblige this request. Where applicable and pre -approved, an organics diversion program must be implemented within thirty (30) days of the Effective Date of this contract. Contractor must have CR&R Incorporated Page A-2 a demonstrated ability to provide all services required in a compliant manner. o Contractor shall implement AB 341 and AB 1826 compliant collection programs at all collection locations. For the purposes of this Section, Contractor shall be found to have "implemented" an AB 341 recycling program for a City Facility only if Contractor completes all of the steps and requirements in the Franchise Agreement. For the purposes of this Section, Contractor shall be found to have "implemented" a Food Scrap Diversion Program for an AB 1826 Food Scrap Generator only if Contractor completes all of the steps and requirements in the Franchise Agreement. Ninety (90) days after the Effective Date of the contract and ninety (90) days after the execution of a subsequent Franchise Agreement, the City or its agents will inspect each collection facility as needed to verify there is a state -mandated diversion program in place. During these assessments, the City or its agents will note contamination present in the diversion stream(s), fullness of containers, the presence of recoverable recyclables and organic materials in the MSW stream to determine if the program(s) comply with AB 341 and AB 1826. Any deficiencies will be noted, and the Contractor will have five (5) days to correct. After five (5) days, the City will inspect again, and if any facility is deemed to be non-compliant, the City may assess liquidated damages, as further defined in this Exhibit "A," for every day a facility is non- compliant. If a facility is non-compliant for longer than thirty (30) days, the City may find the Contractor in breach of this Agreement and may terminate this Agreement. o Contractor shall be required to provide separate and itemized invoices for each collection location: each City facility and for the Washington Street bin enclosure. Balboa Village businesses receiving organic collection services can be combined on one invoice with each location's information included. Specific itemization that must be included on the invoices include the address, the size of cart(s), number of carts, and collection frequency. The Contract Administrator will provide the Contractor with a list of names and contact information for invoicing after the contract is awarded. o The Contractor shall use alternative fuel vehicles approved by the South Coast Air Quality Management District for Solid Waste Collection Services. Vehicles shall meet all requirements specified per AQMD Rule 1193. o Contractor shall provide internal collection receptacles for AB 341 programs and AB 1826 programs. Contractor must provide up to two (2), green or yellow, 23 -gallon internal collection receptacles for all AB 1826 generators. Contractor shall also provide signage, brochures, educational materials, and offer onsite training to all AB 1826 and AB 341 generators. If a driver notes that a recycling or organics bin is contaminated with non-recoverable materials, the Contractor shall service the bin and leave a note for the CR&R Incorporated Page A-3 generator notifying them of the contamination incident. On the second such instance, Contractor shall notify the City of the contamination issue. 0 Schedule o Contractor shall be responsible for collecting commercial refuse from designated bins at designated facilities on a regularly scheduled basis and additional collections as -needed within 24 hours of notice by City. o Contractor shall repair or replace damaged bins and or containers at designated facilities on an as -needed basis or at least within 24 hours of notice. o City reserves the right to increase or decrease bin size or quantity, and add or delete facilities as deemed necessary and in accordance to the Schedule of Billing Rates. o Contractor will implement an AB 341 -Mandatory Commercial Recycling program and AB 1826 -Mandatory Commercial Organics Recycling program where required by State law and the Newport Beach Municipal Code. COMMERCIAL REFUSE COLLECTION I. Refuse Collection for bins at Facilities listed in Appendix A. ■ Contractor shall furnish all labor, equipment, materials, and supervision to provide commercial refuse removal and recycling services from 3 - yard and 4 -yard bins at least once per week and, in selected areas on a more frequent basis, up to seven days per week to pick up waste at City - owned or leased facilities located throughout the City of Newport Beach. A list of City Facilities with current bin size and service frequency is included in Appendix A along with a map titled "Refuse Collection Facilities". ■ The Contractor is required to conduct a waste assessment of each facility within thirty (30) days of the Effective Date of this contract to determine what hauling services are required at each listed collection location. A copy of the results of the assessments will be given to the Contract Administrator within five (5) days of the assessment. This is especially important when considering the implementation of organic recycling programs required under AB 1826. Contractor shall include containers/bins/carts to be used for AB 341 (recycling) and AB 1826 (organic recycling/diversion) where required. ■ Contractor shall provide 40 -yard enclosed hazardous/environmental waste containers on an as -needed basis. CR&R Incorporated Page A-4 II. Refuse Collection for Bins at Washington Street ■ The City provides a central collection point at Washington Street and West Bay Avenue for solid waste generated from some of the Balboa Village businesses. Currently, there are six (6) four -yard bins collected six (6) days a week during non -summer months and seven (7) days a week during summer months (Memorial Day through Labor Day). Approximately forty-three (43) small businesses use this area for waste disposal, including twelve (12) restaurants. City staff will work with the Contractor to further identify all of the businesses that utilize these bins for waste disposal. Additionally, the Contractor shall implement a compliant AB 1826 Mandatory Commercial Organics Recycling program at all businesses that meet the current threshold which requires an organic collection program within ninety (90) days of the Effective Date of this contract. ■ The Contractor shall furnish all labor, equipment, materials, and supervision to provide commercial refuse removal and recycling services from 4 -yard bins at the Washington Street bin enclosure and the appropriate carts to be used for an AB 1826 compliant program. • See maps: "Washington St. Businesses" and "Washington Street — Bin Enclosure Usage" for location details. LIQUIDATED DAMAGES ■ The City incurred considerable time and expense procuring this Agreement to secure an improved level and quality of Recycling and compliance with State Diversion mandates. ■ Liquidated Damages. The parties agree the following liquidated damages schedule represents a reasonable estimate of the amount of damages, considering all the circumstances existing on the date of this Agreement, including the relationship of the sums to the range of harm to City that reasonably could be expected in anticipation that proof of actual damages would be costly or inconvenient: Failure(s)* , _ Damages Comply with City -mandated Diversion Two hundred fifty dollars ($250) per requirements within thirty (30) calendar business day until compliant days of notification by City CR&R Incorporated Page A-5 Provide requested records related to the Two hundred fifty dollars ($250) per services provided by the contract business day until completed Collect at unauthorized locations and/or Two hundred fifty dollars ($250) during unauthorized hours five (5) or more times in a twelve (12) month period Failure to collect per agreed upon schedule without notifying the City Project Administrator by phone or email within two (2) hours of delay and obtaining the approval of the Project Administrator Label Containers; paint vehicles and/or Containers corporate color Two hundred fifty dollars ($250) Fifty dollars ($50) per business day until corrected Implement AB 341 recycling and One thousand dollars ($1,000) per diversion programs as required by the occurrence Contractor's current Franchise Agreement within the timeframe required by the Franchise Agreement Implement AB 1826 Food Scrap One thousand dollars ($1,000) Diversion Program as required in the Contractor's current Franchise Agreement within the timeframe required by the Franchise Agreement Implement AB 1826 Green Waste and Five hundred dollars ($500) Wood Waste Diversion Program as required by the Contractor's current Franchise Agreement within the timeframe required by the Franchise Agreement Submit complete and accurate monthly reports Submit timely monthly reports Designate qualified Project Manager; Failure of Project Manager to timely One hundred dollars ($100) per business day until corrected or completed One hundred dollars ($100) — if not submitted when due Five hundred dollars ($500) — if not submitted w/in thirty (30) calendar days after due date Fifty dollars ($50) per business day until completed CR&R Incorporated Page A-6 respond to City; Failure to notify Project Administrator of change of designee Secure or maintain vehicles or vehicle One hundred dollars ($100) per business equipment day until completed Remove, replace, or collect abandoned Fifty dollars ($50) per business day until Container(s) completed *Unless otherwise designated, reference to "failure(s)" refers to each occurrence of specified breach (such as for each Customer or each Customer record entry or complaint) and not for aggregate occurrences of those breaches (such as for all Customers on a given route or day). City's Remedies Cumulative. The rights and remedies of City set forth herein shall be in addition to any and all other rights and privileges City may have, and shall not be deemed to limit any such other rights or privileges of City under this Agreement or by virtue of any law. CR&R Incorporated Page A-7 APPENDIX A Commercial Refuse Collection Facilities Locations i Scheduled Services Location Numb er of Bins Bin Weekly Size Frequency & Days Balboa Yacht Basin 829 Harbor Island Dr 6 3 -yd 3x Central Library 1000 Avocado Ave 2 3 -yd 3x City Hall 100 Civic Center Drive 100 Civic Center Drive 475 32nd St 1 1 1 3 -yd 3 -yd 3 -yd 5x 1x 2x City Hall (Recycling) Fire Station #2 Corporation Yard 592 Superior Ave 1 4 -yd 1x Fire Station #3 868 Santa Barbara 1 3 -yd 2x Fire Station #5 410 Marigold Ave 1 4 -yd 1X Fire Station #6 1348 Irvine Ave 1 3 -yd 1x Fire Station #7 20401 Acacia St 1 3 -yd 2x Fire Station #8 6502 Ridge Park Rd 1 3 -yd 1x 2x Lawn Bowling Center 1550 Crown Dr 2 3 -yd Marina Park 1600 W Balboa Blvd 1 3 -yd 4x Community Center _ Oasis Senior Center 6401 San Joaquin Hills Rd 1 3 -yd 2x 800 Marguerite Ave 5900 W Coast Highway 1 3 -yd 3x Oil Tank Farm 1 3 -yd 1x Police Station 870 Santa Barbara 1 3 -yd 6x Utilities Yard j 949 W 16th St 3 3-ydI ix Annual Cost --TTotal 19 Locations 52 Weeks CR&R Incorporated Page A-8 O u 4D OD , <` I I/,— il > 0 Le) rn .0 LL Cl) til LL L , <` I I/,— il > 0 Le) .0 LL Cl) til LL L tn tu rx U zj ul LL FfT 10 OOF W. - Z; tn CL LL FfT _�=}� i LL ° 4E -Se - IA -,E OOF W. - Z; CI-YO06 ' No, �S�N61 , �J �O I � �N, i � �VM 17-1\ 0 'J, , 1 009 f 4Q 909 009 "d vv v Q LOS g RN 1/,4 SS 0 aet, itZa 01r get,/srb ela let, t 61, Pet, LQ VIIII 61 t, stp I 'Ir let. alba O 91 t, / Z 0 0" N- 6160- ;'� �� 2sID.�� --- / ct. -d L! 9lb Ll Slb 90D ?n gap 04 ett, zot, 801 90, Ot. Pmt A., CYPRESS ST r RR 'T VOW 6LS LOS 0 LU R N > vi -m ,z, oozE G-,4 PLE CD etc za c LS) 0 CQ ME M --- co (Z- 1) m-0 om FERNANDO ST 60C I 1 1) M 900 Z4 voc osvLM C� 2, gor. (9-090C "0' 60C qvVOC m cm (c- z0C ZOC ZI, 00C Lu 09tlto£ 00i: I Co C) 09 e C,4 00£C') cORONADOST vi L z lZ 1 9 116 ' 4 g t6- ---- I 6 ---- - EIvOt6 E6 606 -E6906 -- DEIV906 EIVZ06 DEIV-966 SV T SLB 4L9 CL9 SVZLS SVOL8 L! 908 BV908 —T — LOB iS NIVW tlSL EIVL L9 (a -v) OLS tlEL (EI -v) 909 LLL (G -V) 909 909 o V609 H-vz L 0 9 F2 09 60L LOL L09VLO9 -90—w— 009 ow :E:ow-- i � s 018 COM a Zol. V ZOL l0 a a V OOL tlSL EIVL L9 (a -v) OLS tlEL (EI -v) 909 L09 (G -V) 909 909 Z/L 405 605 V609 H-vz L 0 9 F2 09 H -V L09VLO9 -90—w— 009 :E:ow-- i � s 018 --- to -V) 9L4 (0-v) nt, en ut, ZLP eA OLP UP 11 (S -V) gov Z (S -V) got, 0 (S -V) vot, �z zn e6 ZO, . u (0-v) 001, 0 INC ISLE z L—C. OLE (a -v) soc Z11 -C LLC -90E voc (Z- ZOE: LLZ w cc: 0 0 V091V9 LL 0 0 0 LL z 0 * �i EIVL L9 (a -v) OLS (EI -v) 909 L09 (G -V) 909 909 Z/L 405 605 E05 -i� L 0 9 F2 (0-v) 009 --- to -V) 9L4 (0-v) nt, en ut, ZLP eA OLP UP 11 (S -V) gov Z (S -V) got, 0 (S -V) vot, �z zn e6 ZO, . u (0-v) 001, 0 INC ISLE z L—C. OLE (a -v) soc Z11 -C LLC -90E voc (Z- ZOE: LLZ w cc: 0 0 V091V9 LL 0 0 0 LL z 0 * �i bla v w V Sto o" iS NINW b3 a BeB _ l09 (a-v)0L9 r ` )M of r• o n 10 -1'0z - i ` OOf NOlONiysby� aVb{.6 8916 ._"916 ns (0V) b16 sis sis Z/l Z16 ii 8--606 806 --- 8bf06 D8_--906----- D8bS06 ____- 3-b006 3- 06 zn s!e n £l8 --8bZL8 8HOL8 in a00-aqa. 8--'908 T Tv ooL 009 N H. 809 �N�SSO(YOcp Q. I 0 009 ) N rn oe 13 bye yd H ^, Or E0.9as '0s tss b 0£b oOS b 9Zb <Zb OZb b 9ep 5Z6 9lb let, > elb bZb w I£zb 9cb sl sdb b v� U( ti ti <Gb 'let, Q //"' ala - C7 zf aD 9Lb S`Q lb -. zitOZD Q r6la Z[ti 2 s!D 9,p -- C9 y zjBCb Ob Etb fob 90D zL-L N _ soy at b➢ Ao CYPRESS ST 6L£" WE ry N NNrh j Vose �r (/ v z/L 9Z£ ZIL 4tbLC \Q-V� -_ 9Z£_ I ZIL bZE zn nit; 5L£- — bZ£ in ete ZI LZIL OZ£ W o �;o ziL-otots ete oz£ Q M MSM (z -Atte OLE J FERNANDO ST 60£ c0 �!I (o -A M oro c eo£ cos 90£ Q /oBtlLL£ c) �^�l e'1lM MIM 8tlb0E zlt soe I� (E-L)ZOE! �m .f eveoe _ � z/Looe I Q Vow iS NINW b3 N ' 911 fVLE99 (a-v)0L9 r• o l lL tle99 699 wvvZoL 909 OLf roes 009 LLL —Z/14405 909 E09 9L99 tl109 60L Fr� $ LOL 90L EOL v ZOL_ _n _j s ----ems Tv ooL 009 N H. 809 �N�SSO(YOcp Q. I 0 009 ) N rn oe 13 bye yd H ^, Or E0.9as '0s tss b 0£b oOS b 9Zb <Zb OZb b 9ep 5Z6 9lb let, > elb bZb w I£zb 9cb sl sdb b v� U( ti ti <Gb 'let, Q //"' ala - C7 zf aD 9Lb S`Q lb -. zitOZD Q r6la Z[ti 2 s!D 9,p -- C9 y zjBCb Ob Etb fob 90D zL-L N _ soy at b➢ Ao CYPRESS ST 6L£" WE ry N NNrh j Vose �r (/ v z/L 9Z£ ZIL 4tbLC \Q-V� -_ 9Z£_ I ZIL bZE zn nit; 5L£- — bZ£ in ete ZI LZIL OZ£ W o �;o ziL-otots ete oz£ Q M MSM (z -Atte OLE J FERNANDO ST 60£ c0 �!I (o -A M oro c eo£ cos 90£ Q /oBtlLL£ c) �^�l e'1lM MIM 8tlb0E zlt soe I� (E-L)ZOE! �m .f eveoe _ � z/Looe I Q Vow SID fVLE99 (a-v)0L9 L 9L9 H -V e HVz tle99 699 wvvZoL 909 roes 009 — —Z/14405 909 E09 9L99 tl109 LOS F? Lwmoo9 ZR 9LE 5LE (9-v) tiL£ £LE ZLE OLE (9-V) 8o£ ZIL soc ILL£ 90E I 40£ (z- L) Z0£ ut aat__ LLO£E.L 1A W00c ..m ' Dav£oE V I � 0 0 00£ M .- a M C7 ivLoe M I, " �I" M M SLZ -- Z16tZ Q� `LO£ 6lZ 9LZ su Z/L 9LZ —' _--- J ZR6LZ._. 9LZ j' CORONADO ST LLZ 9LZ ILLZ r znaz 4LZ I v08Th'8 S 4Ma • O P m o'er a 3 V7 3 p Z a Z N mwcn o � rn u� 4 BdLLS (a-v)0L9 eos°S 809 L09 (8-v) 909 909 — —Z/14405 Eos aos LOS F? Lwmoo9 ZR 9LE 5LE (9-v) tiL£ £LE ZLE OLE (9-V) 8o£ ZIL soc ILL£ 90E I 40£ (z- L) Z0£ ut aat__ LLO£E.L 1A W00c ..m ' Dav£oE V I � 0 0 00£ M .- a M C7 ivLoe M I, " �I" M M SLZ -- Z16tZ Q� `LO£ 6lZ 9LZ su Z/L 9LZ —' _--- J ZR6LZ._. 9LZ j' CORONADO ST LLZ 9LZ ILLZ r znaz 4LZ I v08Th'8 S 4Ma • O P m o'er a 3 V7 3 p Z a Z N mwcn o � rn u� 4 EXHIBIT B SCHEDULE OF BILLING RATES Location of Facilities with Bins and Service Schedule Scheduled Services Location Numb er of Bins Bin Size Weekly Frequency & Da s Weekly Cost Balboa Yacht Basin 829 Harbor Island Dr 6 3 -yd 3x TBD $ 340.39 Central Library 1000 Avocado Ave 2 3 -yd 3x TBD $ 113.46 City Hall 100 Civic Center Drive 1 3 -yd 5x M -F $ 86.06 City Hall (Recycling) 100 Civic Center Drive 1 .3 -yd 1x M -F $ 40.85 Fire Station #2 475 32nd St 1 3 -yd 2x TBD $ 41.97 Corporation Yard 592 Superior Ave 1 4 -yd lx TBD $ 29.11 Fire Station #3 868 Santa Barbara 1 3 -yd 2x TBD $ 41.97 Fire Station #5 410 Marigold Ave 1 4 -yd 1x TBD $ 29.11 Fire Station #6 1348 Irvine Ave 1 3 -yd 1x TBD $ 27.29 Fire Station #7 20401 Acacia St 1 3 -yd 2x TBD $ 41.97 Fire Station #8 6502 Ridge Park Rd 1 3 -yd 1x TBD $ 27.26 Lawn Bowling Center 1550 Crown Dr 2 1 3 -yd 3 -yd 2x 4x TBD TBD $ 83.94 $ 71.34 $ 41.97 Marina Park 1600 W Balboa Blvd 6401 San Joaquin Hills Rd Community Center 1 3 -yd 2x TBD Oasis Senior Center 800 Marguerite Ave 1 3 -yd 3x TBD $ 56.73 Oil Tank Farm 5900 W Coast Highway 1 3 -yd lx TBD $ 27.29 Police Station 870 Santa Barbara 1 3 -yd 6x M-Sa $ 100.79. Utilities Yard 949 W 16th St 3 3 -yd I lx TBD $ 81.86 Total Annual Cost 19 Locations 52 Weeks $66,736.28 CR&R Incorporated Page B-1 II: Washington Street Bins and Organics Collection III: As -Needed Bin Service As -Needed Services Number of Bins Bin Size 1 3 -yd Weekly Weekly Cost Frequency 1 x $ 27.29 Daily Cost 1 4 -yd 1x $ 29.11 1 3 -yd $ 24.56 1 4 -yd $ 26.20 1FAs-Needed Services -Enclosed Hazardous/Environmental Waste Container Number of Bins Bin Size Weekly Cost Monthly Cost 1 40 -yd $ 125.00 $ 500.00 In addition, City will invoice Contractor and Contractor will pay to City, franchise fees and environmental liability fund fees, pursuant to the terms of Contractor's current Franchise Agreement with the City. CR&R Incorporated Page B-2 4 yards 6x/Week Weekly Rate $ 693.42 7x/Week Weekly Rate $ 790.17 Mim Food Waste/Organic Containers 32 Gallon Cart Cost per container per collection $ 5.39 III: As -Needed Bin Service As -Needed Services Number of Bins Bin Size 1 3 -yd Weekly Weekly Cost Frequency 1 x $ 27.29 Daily Cost 1 4 -yd 1x $ 29.11 1 3 -yd $ 24.56 1 4 -yd $ 26.20 1FAs-Needed Services -Enclosed Hazardous/Environmental Waste Container Number of Bins Bin Size Weekly Cost Monthly Cost 1 40 -yd $ 125.00 $ 500.00 In addition, City will invoice Contractor and Contractor will pay to City, franchise fees and environmental liability fund fees, pursuant to the terms of Contractor's current Franchise Agreement with the City. CR&R Incorporated Page B-2 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 officers, officials, employees, agents, 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 two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) completed operations 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) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. CR&R Incorporated Page C-1 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 vehicles, in an amount not less than ten million dollars ($10,000,000) combined single limit for each accident. D. Pollution Liability Insurance. Contractor shall maintain pollution liability insurance covering all of the Contractor's operations to include onsite and offsite coverage for bodily injury (including death and mental anguish), property damage, non -owned disposal site liability, defense costs, cleanup costs, and pollution conditions that arise from or in connection with the transportation (including loading and unloading) by or on behalf of the Contractor, of any waste or waste materials. Coverage shall be provided for both sudden and accidental, and gradual and continuous pollution events with limits no less than five million dollars ($5,000,000) each loss and ten million dollars ($10,000,000) in the aggregate . The policy shall not exclude any hazardous materials for which there is an exposure. If all or any portion of the pollution liability coverage is available only on a claims -made basis, then a 10 -year extended reporting period shall also be purchased. 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. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, 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, excess liability, pollution liability, and automobile liability, but not including professional liability (if required), shall provide or be endorsed to provide that City, and its officers, officials, employees, agents, and any person or CR&R Incorporated Page C-2 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 additional 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) days notice of cancellation (except for nonpayment for which ten (10) 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. 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 contract. City reserves the right to require complete, certified copies of all required insurance policies, any time. B. CitV'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 ninety (90) calendar days advance written notice of such change. C. Right to Review Subcontracts. Contractor agrees that upon request, all contracts 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 contracts will not impose any liability on City, or its employees. D. Enforcement of Contract 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. CR&R Incorporated Page C-3 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 From: EXIGIS RiskWorks <notifications@riskworks.com> Sent: Monday, December 23, 2019 11:21 AM To: Morgan, Shelby Subject: City of Newport Beach: Notice of Waiver for CR&R Incorporated Dear Business Partner, City of Newport Beach has completed its review of the insurance documentation submitted on behalf of CR&R Incorporated and has waived its standard insurance requirements. The following comments were provided: Evaluation waived by reviewer No further action is required at this time. You will receive a renewal notice requesting the submission of updated insurance documentation in advance of expiration. If you have any questions, please contact EXIGIS Risk Management Services at supportgexi is.com or 800-430-1589. Thank you for your cooperation and timely fulfillment of this important request. Sincerely, EXIGIS Risk Management Services On behalf of City of Newport Beach 800-430-1589 supportgexi ig s.com Organizational Unit: City of Newport Beach -> Public Works Agreement Name: Commercial Refuse Removal Services