Loading...
HomeMy WebLinkAboutC-4709 - Agreement for Beach Container Refuse Collection ServiceAMENDMENT NO. THREE TO AGREEMENT FOR BEACH CONTAINER REFUSE COLLECTION SERVICE WITH RAINBOW DISPOSAL CO., INC. THIS AMENDMENT NO. THREE TO BEACH CONTAINER REFUSE COLLECTION SERVICE AGREEMENT ("Amendment No. Three") is made and entered into as of this 27th day of September, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and RAINBOW DISPOSAL CO., INC., a California corporation ("Contractor"), whose address on file with the Secretary of State is 18500 North Allied Way, Phoenix, Arizona 85054, with a local address of 17121 Nichols Lane, Huntington Beach, California 92647, and is made with reference to the following: RECITALS A. On January 11, 2011, City and Contractor entered into an Agreement for Beach Container Refuse Collection Service ("Agreement") for refuse collection, disposal and maintenance services for beach containers on a regular basis ("Project"). B. On August 13, 2019, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to increase the total compensation based upon an unanticipated increase in the volume of services, to amend the Administration and Notices sections of the Agreement, and to add sections related to No Attorneys Fees and Counterparts. C. On October 13, 2020, City and Contractor entered into Amendment No. Two ("Amendment No. Two") to increase the total compensation based upon an unanticipated increase in the volume of services, to update Exhibit B, extend the term of the Agreement to December 31, 2022, amend Hold Harmless section, and update insurance requirements. D. The parties desire to enter into this Amendment No. Three to increase the total compensation, update the Scope of Services, amend the Schedule of Billing Rates, and extend the term of the Agreement to February 28, 2026. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on February 28, 2026, unless terminated earlier as set forth herein." 2. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be amended in its entirety and replaced to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). The City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement, Exhibit B to Amendment No. One, Exhibit B to Amendment No. Two and Exhibit B to this Amendment No. Three shall collectively be known as "Exhibit B." Section 4 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a 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. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Three Million Forty Five Thousand Five Hundred Five Dollars and 73/100 ($3,045,505.73), 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. 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 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 3.0% of the Billing Rates in effect immediately preceding such adjustment, whichever is less." Rainbow Disposal Co., Inc. Page 2 The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subconsultant fees, in an amount not to exceed One Million One Hundred Forty Seven Thousand Eight Hundred Eighty One Dollars and 43/100 ($1,147,881.43). 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] Rainbow Disposal Co., Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: i o/z�/mac . Date: B Harp ity Attorney ►olatslal' 'DAB' ATTEST: //��. v P2 Date: By. Kevin Mul Mayor CONTRACTOR: RAINBOW DISPOSAL CO., INC., a California corporation Date: Signed in Counterpart By: Uvw vC = ��q J►� By: Leilani I. Brown Cit Daniel Capener General Manager [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Rainbow Disposal Co., Inc. Page 4 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1 CIRG/2-7_ By: CITY OF NEWPORT BEACH, a California municipal corporation Date: B: A on C. Harp 1�� y bolakA��' Kevin Muldoon Ci y Attorney Mayor ATTEST: CONTRACTOR: RAINBOW DISPOSAL Date: CO., INC., a California corporation Date: I o 121 12-'2- By: By: Leilani I. Brown Daniel Capener City Clerk General Manager [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates I Rainbow Disposal Co., Inc. Page 4 EXHIBITA SCOPE OF SERVICES Furnish all labor, equipment, materials and supervision to perform maintenance as described herein including, but not limited to, the following: 1. Furnish containers according to City -approved specification. 2. Collect refuse from designated containers and area immediately surrounding designated containers on beach on a regularly scheduled basis. 3. Notify City Operations Support Superintendent within 2 hours of bulky items or hazardous materials in designated containers and area immediately surrounding designated containers on the beach. 4. Clean interior and exterior of all employed containers on beach twice yearly. Once between May 1-31 and again between Labor Day and September 30. Any service requests for cleaning over and above the annual schedule listed above shall be charged the cart clean -out rate listed on Exhibit B — Schedule of Billing Rates. 5. Remove/repair/clean graffiti of/on designated containers on the beach within 24 hours of notice. 6. Summer Season Schedule shall commence on the Sunday preceding March 15th and shall continue until the first Saturday after September 15th, (27 weeks total). The Non -Summer Season Schedule shall commence for the remaining 25 weeks of the year. 7. The Summer Season Schedule service days shall be: Monday, Tuesday, Friday, Saturday and Sunday. The City may request additional service days (Wednesday and/or Thursday) upon request. 8. The Non -Summer Season Schedule service days shall be Monday and Friday. 9. Contractor shall properly collect and dispose of all solid waste collected by taking it to a fully permitted Orange County ("County") certified/licensed landfill or to a fully permitted licensed transfer station, 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 County in verifying tonnage collected by Contractor and providing information required by the County. Contractor will provide, upon request, 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 landfill or transfer station). Contractor will provide customer service levels and route Rainbow Disposal Co., Inc. Page A-1 lists. Contractor will cooperate with County audits to verify reported origin of tonnage by making records and personnel available to the County and/or its auditors. 10. Contractor shall abide by all applicable legislation as it pertains to waste hauling and diversion requirements. This includes, but is not limited to, California Senate Bill No. 1383, Short -Lived Climate Pollutants law. Contractor will be required to transport all non -organic material collected to an approved Material Recover Facility for processing. Where applicable and pre -approved, 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. Rainbow Disposal Co., Inc. Page A-2 EXHIBIT B SCHEDULE OF BILLING RATES Rates Effective October 1, 2022: CART CLEANOUT RATE $17.91 II. Rates Effective February 1, 2023: TIP RATE $7.55 CART CLEANOUT RATE $19.34 Rainbow Disposal Co., Inc. Page B-1 CITY OF NEWPORT BEACH 949 W. I6'" Street Newport Beach, California 92663 949 644-3011 1 949 646-5204 FAX newportbeachca.gov/municipaloperations Rainbow Disposal Co., Inc. Attn: Debbie KiHey 17121 Nichols Street Huntington Beach, CA 92647 RE: Notification of 2020 CPI Adjustment to Billing Rates for contract C-4709, Refuse Collection Services for City Beaches. Per section 4.2 of the contract, Exhibit B (Schedule of Billing Rates) shall be adjusted in proportion to the changes in the Consumer Price Index, subject to a maximum annual increase of 3.0%. The Consumer Price Index data to be used shall be from the month that is three (3) months prior to the anniversary date of the agreement. The effective date of the agreement is February 11, thus CPI adjustments will be determined based on the November data. The updated schedule of billing rates shall be applied to all work completed on or after the anniversary of the effective date February 11. A breakdown of the CPI adjustment is detailed below. CPI Data 2010 225.941 2011 232.731 2012 237.675 2013 238.677 2014 241.753 2015 245.711 2016 250.185 2017 259.135 2018 268.56 2019 277.239 2020 280.102 CPI Increase from Prior Year N/A 3.01% 2.12% 0.42% 129% 1.64% 1.82% 3.58% 3.64% 3.23% 1.03% Applied CPI Percentage (if CPI is over the 3.0% maximum) N/A 3.00% NIA N/A N/A N/A N/A 3.00% 3.00% 3.00% N/A Total CPI Increase from 2010 Billing Rates N/A 3.00% 5.12% 5.55% 6.83% 8.47% 10.29% 13.29% 16.29% 19.29% 20.32% Please see the attached updated Billing Rates with the 3.00% increase. The new rates will become effective February 11, 2021. Kristen Almaraz Refuse Manager �.a • -, Micah Main Deputy Director of Public Works, Municipal Operations Division Public Works Department 2021 Billing Rates Tip Rate $6.61 Cart Cleanout Rate $16.88 AMENDMENT NO. TWO TO AGREEMENT FOR BEACH CONTAINER REFUSE COLLECTION SERVICE WITH RAINBOW DISPOSAL CO., INC. THIS AMENDMENT NO. TWO TO BEACH CONTAINER REFUSE COLLECTION SERVICE CONTRACT ("Amendment No. Two") is made and entered into as of this 13th day of October, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and RAINBOW DISPOSAL, CO., INC., a California corporation ("Contractor"), whose address is 17121 Nichols Lane, Huntington Beach, CA 92647, and is made with reference to the following: RECITALS A. On January 11, 2011, City and Contractor entered into an Agreement for Beach Container Refuse Collection Service ("Agreement") for refuse collection, disposal and maintenance services for beach containers on a regular basis ("Project"). B. On August 13, 2019, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to increase the total compensation based upon an unanticipated increase in the volume of services, to amend the Administration and Notices sections of the Agreement, and to add sections related to No Attorneys Fees and Counterparts. C. The parties desire to enter into this Amendment No. Two to increase the total compensation based upon an unanticipated increase in the volume of services, to update Exhibit B, extend the term of the Agreement to December 31, 2022, amend Hold Harmless section, and update Insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2022, unless terminated earlier as set forth herein." 2. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement, Exhibit B to Amendment No. One and Exhibit B to this Amendment No. Two shall collectively be known as "Exhibit B." Section 4 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a not -to -exceed basis in accordance with the provisions of this Section and the billing Rates attached hereto as Exhibit B and incorporated herein by reference. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed One Million Eight Hundred Ninety Seven Thousand Six Hundred Twenty Four Dollars and 30/100 ($1,897,624.30) without prior written amendment to the Agreement. Contractor shall submit all invoices for scheduled collection services and refuse container replacement to City on a monthly basis. City shall pay invoices with thirty (30) days after receipt and approval by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section 19 entitle `Notices'." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Two, including all reimbursable items and subconsultant fees, in an amount not to exceed Four Hundred Thousand Dollars and 00/100 ($400,000.00). 3. HOLD HARMLESS/RESPONSIBILITY FOR DAMAGES OR INJURY Section 7 of the Agreement is amended in its entirety and replaced with the following: "7.1 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. 7.2 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. 7.3 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, Rainbow Disposal Co., Inc. Page 2 subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 7.4 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. 7.5 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. 7.6 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. 7.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement." 4. INSURANCE Section 8 of the Agreement is hereby amended in its entirety and replaced with: "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 E, and incorporated herein by reference." 5. 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] Rainbow Disposal Co., Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: giteioto By: (iw� Aaron C. Harp City Attorney ATTEST: /.2, ,� 20 Date: O�/ By: LeH'ani I. Brown City Clerk Attachments: -roc' CITY OF NEWPORT BEACH, a California municipal corporation Date: ! c'S74.,z =.o By: -'1,6 SG e Will O'Neill Mayor CONTRACTOR: RAINBOW DISPOSAL CO., INC., a California corporation Date: Signed in Counterpart By: Chris Kentopp General Manager [END OF SIGNATURES] Exhibit B - Schedule of Billing Rates Exhibit E - Insurance Requirements Rainbow Disposal Co., Inc. Page 4 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date. Jo/ Date: By L Aaron C. Harp City Attorney By. Will O'Neill Mayor ATTEST: CONTRACTOR: RAINBOW DISPOSAL Date: CO., INC. a California corporation Date: j-itD,; i' By. By t` y.:: Leilani I. Brown Chris Kentopp 4 City Clerk General Manager [END OF SIGNATURES] Attachments Exhibit B — Schedule of Billing Rates Exhibit E — Insurance Requirements Rainbow Disposal Co. Inc Page 4 EXHIBIT B SCHEDULE OF BILLING RATES Rainbow Disposal Co., Inc. Page B-1 Exhibit B Billing Rates Amendment No. Two — Beach Container Refuse Collection Services TIP RATE $6.54 CART CLEANOUT RATE $16.71 EXHIBIT E INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) 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). Rainbow Disposal Company, Inc., a Republic Services Company Page E-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 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 five million dollars ($5,000,000) per loss and ten million dollars ($10,000,000) 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. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to Rainbow Disposal Company, Inc., a Republic Services Company Page E-2 provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional 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 Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters Rainbow Disposal Company, Inc., a Republic Services Company Page E-3 into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self -insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self - insured 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 Rainbow Disposal Company, Inc., a Republic Services Company Page E-4 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. �,�atraurismv- 'essc�;asay. _.--_.. - .-'w`.:.iaP.:ite;wrex.�+wuF•.__s._z:s�;.sn:rrrm ---.-._ x.�a-vaave:.srasvu,t�cc,o�wnraa,u'N.._t+o-rau�n Rainbow Disposal Company, Inc., a Republic Services Company Page E-5 From: Customer Service To: Reyes, Raymund; Insurance Cc: sagar(@ebix.com Subject: Compliance Alert -Vendor Number FV00000360 Date: Wednesday, December 02, 2020 5:50:22 PM [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non -compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV00000360 RAINBOW DISPOSAL CO., INC. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. AMENDMENT NO. ONE TO AGREEMENT FOR BEACH CONTAINER REFUSE COLLECTION SERVICE WITH RAINBOW DISPOSAL CO., INC. THIS AMENDMENT NO. ONE TO BEACH CONTAINER REFUSE COLLECTION SERVICE AGREEMENT ("Amendment No. One") is made and entered into as of this 13th day of August, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and RAINBOW DISPOSAL, CO., INC., a California corporation ("Contractor"), whose address is 17121 Nichols Lane, Huntington Beach, California 92647, and is made with reference to the following: RECITALS A. On January 11, 2011, City and Contractor entered into an Agreement for Beach Container Refuse Collection Service ("Agreement") for refuse collection, disposal and maintenance services for beach containers on a regular basis ("Project"). B. The parties desire to enter into this Amendment No. One to increase the total compensation based upon an unanticipated increase in the volume of Services; to update the Administration and Notices sections of the Agreement; and to add sections related to No Attorneys Fees and Counterparts. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit B to the Agreement shall be supplemented as of the Effective Date, to include the Billing Rates and Services, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement and Exhibit B to this Amendment No. One shall collectively be known as "Exhibit B." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONSULTANT Section 4 of the Agreement shall be amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a not -to -exceed basis in accordance with the provisions of this Section and the billing Rates attached hereto as Exhibit B and incorporated herein by reference. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed One Million Four Hundred Ninety Seven Thousand Six Hundred Twenty Four Dollars and 30/100 ($1,497,624.30), without prior written amendment to the Agreement. Contractor shall submit all invoices for scheduled collection services and refuse container replacement to City on a monthly basis. City shall pay invoices with thirty (30) days after receipt and approval by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section 19 entitle `Notices'. " The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Twenty Thousand Dollars and 00/100 ($120,000.00). 3. ADMINISTRATION Section 11(A) of the Agreement shall be amended in its entirety and replaced with the following: "This Agreement will be administered by the Public Works Department. City's Facilities Maintenance Supervisor 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." 4. NOTICES Section 19 of the Agreement shall be amended in its entirety and replaced with the following: "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. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Deputy Director of Public Works Municipal Operations Division City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Chris Kentopp Rainbow Disposal Co., Inc. 17121 Nichols Lane Huntington Beach, CA 92647" Rainbow Disposal Co., Inc. Amendment No. One Page 2 5. NO ATTORNEYS' FEES Section 31 is added to the Agreement as follows: "31. 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." 6. COUNTERPARTS Section 32 is added to the Agreement as follows: "32. 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." 7. 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] Rainbow Disposal Co., Inc. Amendment No. One 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 OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: 7/121 Zo(q Date: By: OA v.p0 Aaron C. Harp City Attorney ATTEST: Date: ij-Z 3 --19 By: Leila City rue*•II, VI By: Diane B. Dixon Mayor CONTRACTOR: RAINBOW DISPOSAL CO., INC., /Cali ornia corporation Date: / 9 By: Chris Kentop General Manager [END OF SIGNATURES] Attachments: Exhibit B - Schedule of Billing Rates Rainbow Disposal Co., Inc. Amendment No. One Page 4 EXHIBIT B SCHEDULE OF BILLING RATES Rainbow Disposal Co., Inc. Amendment No. One Page B-1 EXHIBIT B BILLING RATES Summer Season 178 Bins Total Cost Summer (14 Weeks) Non -Summer Season 168 Bins Total Cost Non -Summer (38 Weeks) Area #1 (50 Bins) $18,635.05 Area #1 (42 Bins) $18,555.62 Area #2 (31 Bins) $13,754.44 Area #2 (31 Bins) $13,695.82 Area #3 (20 Bins) $8,873.83 Area #3 (20 Bins) $8,836.01 Area #4 (15 Bins) $6,655.37 Area #4 (15 Bins) $6,627.01 Area #5 (25 Bins) $10,204.91 Area #5 (23 Bins) $10,161.41 Area #6 (37 Bins) $16,416.59 Area #6 (37 Bins) $16,346.62 CONSENT TO CHANGE IN CONTROL THIS CONSENT (this "Consent") is made and entered into as of Sly-i- . , 2014, by The City of Newport Beach, a municipal corporation and Charter City organized and existing under the laws of the State of California (the "City"). Recitals: A. The City and Rainbow Disposal Co., Inc., a California corporation ("Rainbow"), are parties to that certain Agreement for Beach Container Refuse Collection Service dated January 11, 2011, the "Contract"). B. Rainbow desires to sell the entirety of its stock to Republic Services, Inc., a Delaware corporation ("Republic"), pursuant to that certain Stock Purchase Agreement, dated August 26, 2014, by and among Rainbow, Republic, and certain other parties contemplated thereby (the "Purchase Agreement"). As a result of the transaction contemplated by the Purchase Agreement (the "Transaction"), there will be a change in control of Rainbow. The Transaction requires the consent of the City pursuant to the Contract. NOW, THEREFORE, the City agrees and certifies to Rainbow and Republic as follows: 1. Consent to Transaction. Pursuant to Section 9 of the Contract, the City hereby consents to the Transaction. 2. Effective Date. This Consent shall not be effective unless and until the closing of the Transaction contemplated by the Purchase Agreement. Notwithstanding anything herein to the contrary, in the event that the Transaction fails to close, this Consent shall be of no force and effect. 3. Authority. The undersigned is duly authorized to execute this Consent on behalf of the City. EXECUTED as of the date first written above. THE CITY OF NEWPORT BEACH: By: Name: (Gf-(A- rt., SA - Title: ,4 c?, -) co kto 0'S iZtEr"j- 73305-00005/2247652.1 CITY OF N T BEACH xN LI Fo Z.. Rainbow Disposal Company, Inc. PO Box 1026 Huntington Beach CA 92647 ATTN: Jerry Moffatt, Co-President/COO GENERAL SERVICES DEPARTMENT !arn ;ri. l.iircctDi March 1, 2011 Dear Mr. Moffatt, On January 11, 2011, the City of Newport Beach ("City") entered into an agreement with Rainbow Disposal, Co. (Contractor), to service automated refuse collection containers located on the beach areas from the city -line at Santa Ana River east to the Newport Pier To date, Contractor has met or exceeded all expectations in performing the scope of services as outlined in the agreement. Section 1, page 1 (Term) of the agreement states the following: The City shall provide Contractor with written notice not less than thirty (30) days prior to the completion of the Pilot Phase of the City's decision to terminate the Agreement upon completion of the Pilot Phase on April 30, 2011 or to exercise its option to extend the term of the Agreement through December 31, 2020. Due to the success of the pilot phase during the past seven (7) weeks, this letter serves as notice that the City wishes to extend the term of the Agreement through December 31, 2020 for the implementation of an automated beach refuse collection system for all beach areas of the City The effective date for the extension of the agreement will be Monday, April 4, 2011. Pursuant to the terms of the Agreement, Contractor's Work is as set forth in Exhibit to the Agreement and Contractor's compensation specified in Section 4 (Compensation to Contractor), page 4 of the agreement_ Pleasesign below to indicate your acknowledgement of the City's election to extend the term of the Agreement. Please return this acknowledgement to Mr Mike Pisani, Deputy Municipal Operations Director Sincerely_./ 7: Mark Harmon, Director Municipal Operations Department 33D0 No part Boulevard • Post UC1icc• Ciu.K 1.7(48 New -to' f3 cf . C,iliibrnia .92658-R915 Telephone: (949) 644-3055 • Fax: (9491 65U-0747 • wunt.n ortIx'aehca.gov 4-7E9 AGREEMENT FOR BEACH CONTAINER REFUSE COLLECTION SERVICE WITH RAINBOW DISPOSAL, CO. THIS BEACH CONTAINER REFUSE COLLECTION SERVICE CONTRACT ("Agreement"), entered into this 11th day of January 2011, by and between the City of Newport Beach, a California Municipal Corporation and Charter City ("City"), and, Rainbow Disposal, Co., a California Corporation, located at 17121 Nichols Street, Huntington Beach, CA ("Contractor"), is made with reference to the following recitals: RECITALS WHEREAS, the City desires to contract for refuse collection, disposal, and maintenance services for 168 beach refuse containers on a regular basis. WHEREAS, on November 3, 2010 a Request for Proposals ("RFP") inviting proposals from firms performing this service was mailed. WHEREAS, Rainbow Disposal, Co., Inc. was the Contractor deemed to be the most qualified, responsible proposer at a fair and reasonable cost to the City to perform the work out of those firms which responded to the RFP. WHEREAS, the Contractor desires to enter into this Agreement to provide services to the City and acknowledges that the City has relied upon its representations in response to the RFP and commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement. WHEREAS, the Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, common nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement NOW, THEREFORE, the parties agree as follows: 1. TERM The initial term of this Agreement shall commence on February 1, 2011 ("effective date") and shall extend for twelve (12) weeks through April 30, 2011 ("Pilot Phase") with an option to extend the term of this Agreement through December 31; 2020, unless terminated earlier in accordance with Section 20 of the Agreement or as further provided below. The City may choose, at its sole discretion, to exercise the option to extend the contract beyond the Pilot Phase or terminate the contract with or without cause upon completion of the Pilot Phase. The City shall provide Contractor with written notice not less than thirty (30) days prior to the completion of the Pilot Phase of the City's decision to terminate the Agreement upon completion of the Pilot Phase on April 30, 2011 or to exercise its option to extend the term of the Agreement through December 31, 2020. Time is of the essence in the performance of services under this Agreement. 2. CONTRACTOR DUTIES Contractor shall perform the services specifically described in, and in strict compliance with the Scope of Work ("Contract Services" or "Work") as described in the RFP's Description of Project, attached hereto as Exhibit A, the Contractor's Total Annual Cost proposal, attached hereto as Exhibit B, and the Contractor's Unit Price Form attached hereto as Exhibit C, and all incorporated herein by reference. The Contract Services shall be performed at least as frequently as specified in the Scope of Work and Contractor's proposal. City shall have the right to alter the frequency of maintenance as necessary. 3. WORKMANSHIP. SUPERVISION, AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally authorized to work in California. B. All Contract Services shall be performed by competent and experienced employees. Contractor shall be responsible for actions of its employees while performing Contract Services. Contractor shall be responsible for compliance with all local, state, and federal laws and regulations. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel necessary to properly perform Contract Services. C. The Contractor shall establish, implement and maintain written operating procedures designed to ensure the work forces' utilization of techniques generally accepted for cities of the size and nature of the City of Newport Beach. A current copy of the operating procedures shall be provided to the City's Municipal Operations Department Operations Support Superintendent ("Operations Support Superintendent"). D. The Contractor's work force shall include a thoroughly skilled, experienced, and competent supervisor ("Contractor's Supervisor") who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel by City shall be deemed delivered to the Contractor. The Contractor's Supervisor assigned must be identified by name to ensure coordination and continuity. E. All of Contractor's employees ("Employee(s)") working at the outlined areas shall be neat in appearance and in uniforms as approved by the Municipal Operations Operations Support Superintendent when performing Contract Services. All Employees shall wear identification badges or patches. Those Employees working in or adjacent to traffic zones shall wear orange vests. Employees shall not remove any portion of their uniform while working within the City. Employees driving the Contractor's vehicles shall at all times possess and carry a valid Commercial Drivers License issued by the State of California. If the City's Administrator (as defined in Section 11) determines that any person employed by the Contractor has failed or refused to carry out the terms of this Agreement, appears to be incompetent, acts in a disorderly, improper, or unsafe manner, or Beach Container Refuse Collection Service Rainbow Disposal Co. Page 2 shows signs of intoxication or other impairment, instead of initiating termination for breach, the City's Administrator may notify Contractor, who shall take immediate remedial action, which may include removing the Employee from the job site. Prior to returning a removed Employee to work within the City, the Contractor shall provide in writing the reason for the individual's behavior and the means used to prevent this behavior from occurring again. In no event shall Contractor fail to prevent, prohibit, or resolve problems with its Employees working after receiving notice of same from the City. Violation of this section by Contractor shall be a material breach of this Agreement and may result in the City terminating the Agreement or temporarily suspending services hereunder, with Contractor being liable for any resulting costs incurred by the City. No action to terminate or suspend shall be taken by City until after Contractor is provided notice and afforded an opportunity to respond or refute the allegations, except that the City's Administrator may immediately suspend services hereunder if s/he finds such action reasonably appropriate to protect the public safety, health or welfare. F. All Work shall be performed in accordance with the highest maintenance standards. G. Complaints received by the City regarding the Contractor's performance will be transmitted to the Contractor's office in writing, by email or mail or facsimile, and handled by the Contractor's Supervisor. City shall receive a follow-up response from Contractor within twenty-four (24) hours following notification of the Contractor of any complaint. A report of the Contractor's investigation and the corrective action taken shall be made promptly by the Contractor to the City's Administrator. Repeat complaints may be handled by a joint visit to the site by a City inspector and the Contractor's Supervisor. Complaints received directly by the Contractor shall be submitted in writing to the City on the day such complaints are received. Contractor shall maintain a log of complaints received and corrective actions implemented which shall be submitted to the City within ten (10) days following the end of the month. H. All vehicles and equipment used in conjunction with the Work shall be in good working order and have appropriate safety guards. All vehicles shall bear the identification of the Contractor. I. Contractor shall provide a Contractor's Supervisor to coordinate Work with the City's Administrator and ensure satisfactory performance of Contract Services. The supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. J. Work within the City by utility and construction companies may be progressing concurrently with the Work under this Agreement. It is the responsibility of the Contractor to be informed of work planned by these parties and to coordinate the Work accordingly. K. The Contractor warrants that it has familiarized itself with all of the City's beaches at the time of commencement of this Agreement. Contractor is also familiar with all existing installations, both public and private, in the area where Beach Container Refuse Collection Service Rainbow Disposal Co. Page 3 services shall be performed under this Agreement. Contractor shall provide adequate safeguards to prevent damage to existing structures and improvements. Structures or improvements of any kind, whether public or private, which are removed, damaged or destroyed in the course of Work shall be replaced and/or repaired, at the Contractor's expense, to the original condition and to the satisfaction of the City. Failure to have such damages repaired in a timely manner will result in the City deducting from the Contractor's payment the cost to perform the necessary remedial work. The Contractor shall at all times use practices as dictated by the highest standards within the refuse collection industry and will make adjustments to its equipment and Work as necessary. The Contractor must exercise due care so as to prevent spilling, scattering, or dropping of debris during the beach container refuse collection service activity and shall immediately clean up any such spillage, dropping, or scattering from private or public property. Standards, schedules, and frequencies may be modified from time to time as deemed necessary by the City for the proper collection of the beach container sites. L. The City may at various times and locations temporarily install portable traffic counting equipment of the type which is activated by vehicles coming in contact with a hose placed in the roadway. Caution shall be used by the Contractor to avoid damaging said equipment. If the Contractor, while in the performance of his contract duties, damages or causes to be damaged any of the aforementioned traffic counting equipment or appurtenances, the Contractor shall bear the entire cost for the restoration, repair, inspection, testing or replacement of said damaged equipment. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor an amount not to exceed Five Thousand Seven -hundred Thirty Dollars and 40/100 ($5,730.40) for the Pilot Phase. Thereafter, should the City exercise its option to extend the term of the Agreement, City shall pay Contractor an amount not to exceed One -hundred Twenty-seven Thousand Four -hundred Forty- four Dollars and 44/100 ($127,441.44) per contract year, subject to the Consumer Price Index adjustment after the first year, as further defined below. Contractor shall submit invoices for scheduled collection service and refuse container replacement to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt and approval by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section 19 entitled "Notices". Upon the first anniversary of the Commencement Date and upon each anniversary of the Commencement Date thereafter, the rate to be paid by the City as set forth in Exhibits B and C shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 3.0% maximum adjustment increase set forth below. Such adjustment shall be made by multiplying the original rate 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 one (1) year prior. For example, if the adjustment is to occur effective January 1, Beach Container Refuse Collection Service Rainbow Disposal Co. Page 4 2011, the index to be used for the numerator is the index for the month of October 2010 and the index to be used for the denominator is October 2009. The "Consumer Price Index" to be used in such calculation is the Consumer Price Index, All Urban Consumers (All Items) for the Los Angeles Anaheim Riverside Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). 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 Rate in effect immediately preceding such adjustment. The maximum increase to the Rate, for any year where an adjustment is made in proportion to changes in the Consumer Price Index, shall not exceed 3.0% of the Rate in effect immediately preceding such adjustment. Source: http://www.bls.gov/cpi/data.htm Series ID: CUURA421SA0 5. 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. 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 or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to 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 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. 6. EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of Work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of the Agreement. 7. HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents 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, attorney's Beach Container Refuse Collection Service Rainbow Disposal Co. Page 5 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 Work performed or Contract Services provided under this Agreement (including, without limitation, defects in workmanship and/or materials) or Contractor's presence or activities conducted performing the Work (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 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 attorney's 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 the Contractor. 8. 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. A. Proof 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. 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, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. B. 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. C. Coverage Requirements. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least One Million Dollars and no/100 Beach Container Refuse Collection Service Rainbow Disposal Co. Page 6 ($1,000,000.00)) for Contractor's employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of Califomia, Section 3700 for all of the subcontractor's employees. Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (ten (10) calendar days written notice of non-payment of premium) prior to such change. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than Two Million Dollars and no/100 ($2,000,000.00) per occurrence for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the 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 Two Million Dollars and no/100 ($2,000,000.00) combined single limit for each accident. iv. Pollution Liability Coverage. Hauler shall maintain Hauler's environmental liability insurance with limits in an amount of not less than One Million Dollars and no/100 ($1,000,000.00) per occurrence and annual aggregate covering claims for on -site, under -site, or off -site bodily injury and property damage and regulatory fines as a result of pollution conditions arising out of its operations under this Agreement. D. Other Insurance Provisions or Requirements The policies are to contain, or be endorsed to contain, the following provisions: i. 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 and volunteers 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 and insurance clauses from each of its subcontractors. Beach Container Refuse Collection Service Rainbow Disposal Co. Page 7 ii. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. iii. 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. iv. Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to 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. v. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suts instituted that arise out of or result from Contractor's performance under this Agreement. vi. Additional 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. 9. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 10. RECORDS/REPORTS A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. Beach Container Refuse Collection Service Rainbow Disposal Co. Page 8 B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. The Contractor is required to keep a daily log of all areas cleaned, including the name and location of the streets, along with a description of any special cleanings performed. The log shall be signed by the Contractor's Supervisor on a daily basis. Each month, a report shall be prepared from the daily log, giving a brief description of all routine, special cleanings, and emergency activities. The log report shall be attached to the monthly invoice submitted to the City's Administrator. A phone log will be submitted monthly of all calls from the City of Newport Beach Municipal Operations Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its Work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all Work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 11. ADMINISTRATION A. This Agreement will be administered by the City's Municipal Operations Department. The Municipal Operations Director or his/her designee shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The City's Administrator or his/her authorized representative shall represent the City in all matters pertaining to the Work to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the Work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 12. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional/emergency services as requested by the City Administrator. The City Administrator may give verbal authorization for additional/emergency services, prior to performance of the Work, up to One Thousand Dollars and no/100 ($1,000.00). Contractor must obtain written authorization from the City's Administrator prior to the performance of any additional/emergency services that exceed One Thousand Dollars and no/100 Beach Container Refuse Collection Service Rainbow Disposal Co. Page 9 ($1,000.00). Additional services, may be billed in accordance with the unit cost proposed by the Contractor in Exhibit C. B. City reserves the right to withdraw certain locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the Scope of Work, compensation to Contractor shall be reduced in accordance with the Contractor's unit costs specified in Exhibit C. In the event the location is withdrawn for a period of less than a full ten (10) year term, Contractor's compensation shall be reduced on a prorated basis. 13. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the Work done, or of any Work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his or her decision shall be final and binding upon Contractor and his sureties. 14. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for expenses unless authorized in writing by the City's Administrator. 15. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. 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 notice to City, including all relevant information. 16. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, Employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 17. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Work. Beach Container Refuse Collection Service Rainbow Disposal Co. Page 10 18. CONFLICTS OF INTEREST A. The Contractor or its Employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 19. NOTICES All notice, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Director, Municipal Operations Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658-8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Tim Skeber Rainbow Disposal, Co., Inc. 17121 Nichols Street Huntington Beach, CA 92647 20. TERMINATION/DEFAULT A. The agreement includes a twelve (12) week Pilot Phase in order to evaluate Contractor performance. At the conclusion of the Pilot Phase the City shall provide Contractor with written notice not less than thirty (30) days prior to the completion of the Pilot Phase of the City's determination on the continuance of the agreement. Beach Container Refuse Collection Service Rainbow Disposal Co. Page 11 B. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement by giving written notice of termination. C. This agreement may be terminated without cause by City upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. The Contractor may only terminate the Agreement in the event of nonpayment by the City. In the event of nonpayment of undisputed sums by the City, Contractor shall give the City thirty (30) days written notice thereof and the City shall have fifteen (15) working days to cure the alleged breach. D. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City's Administrator, the level of maintenance falls below appropriate hardscape maintenance standards and/or Contractor fails to satisfactorily perform Contract Services. City shall have the right to retain funds withheld until the City's Administrator determines that Contract Services are performed as well and as frequently as required by this Agreement. 21. COMPLIANCE WITH LAW The Contractor shall have in his/her possession and be familiar with all safety regulations issued by the State Division of Industrial Safety and shall comply with these and all other applicable laws, ordinances, and regulations governing Affirmative Action programs. The Contractor shall provide all safeguards and protective devices and take any other action necessary to protect the health and safety of their employees on the job, safety of City employees and the public in connection with the performance of the work required by this contract. Nothing in this RFP shall be construed to relieve the Contractor from compliance with all applicable laws whether municipal, county, state or federal. 22. LICENSES, FEES, PERMITS AND ASSESSMENTS Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the Contract Services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be Beach Container Refuse Collection Service Rainbow Disposal Co. Page 12 imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. 23. WAIVER A waiver by City 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. 24. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties conceming the Contract Services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. 25. 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. 26. 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. 27. CONTROLLING LAW AND VENUE Except for payment disputes governed by Section 13, 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. 28. 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. 29. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Work or any other attachments attached hereto, the terms of this Agreement shall govern. Beach Container Refuse Collection Service Rainbow Disposal Co. Page 13 30. CLAIMS The Contractor and the City expressly agree that in addition to any claims filing requirements set forth in the Agreement and the RFP, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code Section 900 et seq.) [Signatures on following page] Beach Container Refuse Collection Service Rainbow Disposal Co. Page 14 IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: CITY OF NE PORT BEACH A California unicipal Corporation and Charter City 1' ' Ib By: Leonie Mulvihill, Assistant City Attorney ATTEST: By: Leilani Brown, City Clerk Attachments: n \ Michael F. Henn Afvk Mayor Exhibit A — Scope of Work, Maps Exhibit B — Total Annual Cost Form Exhibit C — Unit Price Form Exhibit D — Request for Proposal Milt ffltttlt# CONTRACTOR: Rainbow Disposal, Co., a California Corporation By: §--- By: Bruce Shuman Co -President, CEO Jerry Moffatt Co -President, COO [End of signatures] Beach Container Refuse Collection Service Rainbow Disposal Co. Page 15 EXHIBIT A: SCOPE OF WORK Furnish all labor, equipment, materials, and supervision to perform maintenance as described herein including, but not limited to, the following: 1. Furnish containers according to City -approved specification. 2. Collect refuse from designated containers and area immediately surrounding designated containers on beach on a regularly scheduled basis. 3. Notify Operations Support Superintendent immediately of bulky items or hazardous materials in designated containers and area immediately surrounding designated containers on beach. 4. Clean interior and exterior of containers on beach on a regularly scheduled basis. 5. Remove/repair designated containers on beach within 24 hours of notice. B-1 B-2 Beach Bin Se[vice Areas Nachlne-Cleane4(Totall6a bins) Area #1(42 - tea Area#2 (31) Prea#3(20) Area #4(1) WeaAS (23) Area KB(37) B-3 EXHIBIT B: TOTAL ANNUAL.COST FORM Annual Cost Area Total Cost Total Cost Summer (14 weeks) Non -summer (38 weeks) Area #1 (42 containers) Area #2 (31 containers) Area #3 (20 containers) Area #4 (15 containers) Area #5 (23 containers) Area #6 (37 containers) $15,964.20 $15,896.16 $11,783.10 $11,732.88 $7,602.00 $7,569.60 $5,701.50 $5,677.20 $8,742.30 $8,705.04 $14,063.70 $14,003.76 Total Cost (168 containers) $127,441.44 Pilot Phase Cost Area Total Pilot Cost Area #5 (23 containers) Area #6 (37 containers) $2,158.32 $3,472.08 Total 12-week Cost (60 containers) $5, 630.40 B-1 EXHIBIT C: UNIT PRICE FORM Unit Price Form The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. The unit prices quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. All work shall be performed in accordance with specifications described in the RFP. WORK DESCRIPTION Unit Price Refuse container (per collection) $5.19 D-1 EXHIBIT D: REQUEST FOR PROPOSAL D-1 Municipal Operations Department Request for Proposal BEACH BIN TRASH COLLECTION SERVICE November 2010 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service TABLE OF CONTENTS Introduction Attachment A: Instructions and Conditions Attachment B: Description of Project Attachment C: Detailed Maps Attachment D: Total Cost Form Attachment E: Unit Price Form Attachment F: Statement of Compliance Attachment G: Draft Agreement City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service INTRODUCTION The City of Newport Beach ("City") is inviting proposals for City beach trash collection and disposal services for the City's one hundred sixty-eight (168) bins on a regular basis, two to five times per week. Responses to this Request for Proposal (RFP) will be evaluated on the basis of background, experience, expertise, management plan, and proposed cost. The City intends to award a contract for a twelve (12) week pilot phase with the option to extend the contract up to ten (10) years upon favorable performance by the contractor. Additional areas, as developed, assumed or determined by the City for beach bin trash collection service, may be added to or removed from the scope of work. Contractors are encouraged to submit an additional proposal that may specify the use of bins of an alternate design/capacity and placement at alternate locations. Copies of this request for proposal may be obtained in person at the City Corporation Yard, Building A located at 592 Superior Avenue, Newport Beach. Please do not mail any correspondence to the Superior Avenue address as it is not a valid mailing address. I. SCHEDULE OF EVENTS RFP Release Mandatory Pre -Proposal Meeting Proposal Due Award of Contract Contractor In -Place Start of Pilot Phase Conclusion of Pilot Phase Wednesday, November 3, 2010 Wednesday, November 10, 2010 Thursday, November 18, 2010 December 2010 December 2010 January 2011 April 2011 Mandatory Pre -Proposal Meeting Any contractor considering submitting a proposal must attend the mandatory pre - proposal meeting. The meeting will be held at 9:00 AM on Wednesday, November 10, 2010 at the City Corporation Yard, Building A located at 592 Superior Avenue, Newport Beach. The City will reject any and all proposals submitted by contractors not in attendance at the mandatory pre -proposal meeting. II. INSTRUCTIONS AND CONDITIONS See Attachment A. 111. DESCRIPTION OF PROJECT See Attachment B. 1 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service IV. POINT OF CONTACT The sole source of contact regarding this RFP is Jim Auger, Operations Support Superintendent, (949) 718-3477. Individuals or firms interested in submitting a proposal are asked not to contact other City staff members in connection with the RFP prior to the announcement of the selected contractor. All written inquires related to this RFP are to be delivered in -person in a sealed envelope to the City Corporation Yard, Building A located at 592 Superior Avenue, Newport Beach or submitted by mail to 3300 Newport Blvd, P.O. Box 1768, Newport Beach, CA 92658. V. CITY OF NEWPORT BEACH BUSINESS LICENSE The contractor shall obtain and maintain in effect a valid City of Newport Beach Business License prior to commencement of work and during the entire time that work is being performed under the contract. Questions regarding business licenses should be addressed to the Revenue Division at (949) 644-3141. VI. PROFESSIONAL LICENSES, PERMITS, ETC. Contractor represents and warrants to the City that they possess, and will keep in effect at all times during the term of a contract with the City, all licenses, permits, professional qualifications, and approvals of whatever nature that are legally required to practice his/her trade. Compliance with any and all AQMD regulations is necessary as well. Confirmation of compliance with AQMD rules must be contained in the proposal. VII. DELIVERABLES The Contractor is responsible for the following: a. Proposal in the format and content explained in Section II (Attachment A). b. Completed Total Cost Form (Attachment D). c. Completed Unit Price Form (Attachment E). d. Signed Statement of Compliance (Attachment F). VIII. PROPOSAL DUE DATE Contractor must submit one (1) original and two (2) complete copies of the proposal (copies must be marked "COPY"). One (1) electronic copy in .doc or .pdf format on CD shall be included with the original proposal. All proposals must be delivered to the City Corporation Yard, Building A located at 592 Superior Avenue, Newport Beach no later than 11:00 AM on Thursday, November 18, 2010. Proposals will become a part of the official files of the City of Newport Beach and will not be returned. The front of the sealed envelope enclosing the proposal must include the name of the contractor and be labeled: CONFIDENTIAL PROPOSAL FOR BEACH BIN TRASH COLLECTION SERVICE 2 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service ATTACHMENT A: INSTRUCTIONS AND CONDITIONS I. GENERAL CONDITIONS A. Pre -Contractual Expenses Pre -contractual expenses are defined as expenses incurred by Contractor in: 1. Preparing a proposal in response to this RFP. 2. Submitting that proposal to the City of Newport Beach. 3. Negotiating with the City of Newport Beach any matter related to this RFP, proposal, and/or contractual agreement. 4. Any other expenses incurred by the Contractor prior to the issuance of the Notice of Commencement. The City of Newport Beach shall not, in any event, be liable for any pre -contractual expenses incurred by any Contractor. In addition, no proposal shall include any such expenses as part of the price proposed to perform the beach bin trash collection services as described in this RFP. B. Authority to Withdraw RFP and/or Not Award Contract The City of Newport Beach reserves the right to withdraw this RFP at any time without prior notice. Further, the City makes no representations that any contract will be awarded to any Contractor responding to the RFP. The City expressly reserves the right to postpone the opening of proposals for its own convenience and to reject any and all proposals in response to this RFP without indicating any reasons for such rejection(s). The City also reserves the right to negotiate with the successful bidder concerning various alternatives. C. Pricing Approach The City of Newport Beach intends to award a contract for a fixed rate for the twelve (12) week term of the pilot phase and a fixed annual price for the remainder of the ten (10) year term of this contract. Additional contracted work during the term of the contract or payment deductions for contract work not rendered shall be charged or deducted at the per unit rate proposed on the Unit Price Form (Attachment E). D..Right to Reject Proposals The City of Newport Beach reserves the right to reject any or all proposals submitted. Any award made for this work will be made to the Contractor, which, in the opinion of the City, is best qualified to execute the services provided for in this A-1 CONTRACT FOR BEACH BIN TRASH COLLECTION SERVICE WITH [CONTRACTOR NAME] THIS BEACH BIN TRASH COLLECTION SERVICE CONTRACT ("Agreement"), entered into this day of December 2010, by and between the City of Newport Beach, a California Municipal Corporation and Charter City ("City"), and, [CONTRACTOR NAME], a California Corporation located at [ADDRESS] ("Contractor"), is made with reference to the following recitals: RECITALS WHEREAS, the City desires to contract for tS ollection, disposal, and maintenance services for 168 beach trash bins on a regu "`fir WHEREAS, on November 3, 2010 a R ®e%st for Prop s ("RFP") inviting proposals from firms performing this service w. tiled WHEREAS, [Contractor Name] wa *e Contract q deemed t`a the most qualified, responsible proposer at a fair and -+nab ett to the City to"perform the work out of those firms which responded to the R WHEREAS, the Contractor services to the City and acknowled in response to the RFP and commits Agreement and in accord a with the WHEREAS, carefully reviewed and frequency of performance of servi specified 1. The initial' ("effective da Phase") with an 2020, unless ter o this Agreement to provide ed upon its representations ,services required by this s of this Agreement. ined the location of all proposed work, ions relative to the type, common nature iliar with all conditions relevant to the perform all work required for the price arties agree as follows: ement shall commence on the date first written above xtend for twelve (12) weeks through April _, 2011 ("Pilot extend the term of this Agreement through December 31, d earlier in accordance with Section 20 of the Agreement or as further provided below. The City may choose, at its sole discretion, to exercise the option to extend the contract beyond the Pilot Phase or terminate the contract with or without cause upon completion of the Pilot Phase. The City shall provide Contractor with written notice not less than thirty (30) days prior to the completion of the Pilot Phase of the City's decision to terminate the Agreement upon completion of the Pilot Phase on April _, 2011 or to exercise its option to extend the term of the Agreement through December 31, 2020. Time is of the essence in the performance of services under this Agreement. 2. CONTRACTOR DUTIES Contractor shall perform the services specifically described in, and in strict compliance with the Scope of Work ("Contract Services" or "Work") as described in the RFP's Description of Project, attached hereto as Exhibit A, the Contractor's Total Annual Cost proposal, attached hereto as Exhibit B, and the Contractor's Unit Price Form attached hereto as Exhibit C, and all incorporated herein by reference. The Contract Services shall be performed at least as frequently as specified in the Scope of Work and Contractor's proposal. City shall have the right to alter the frequency of maintenance as necessary. 3. WORKMANSHIP. SUPERVISION, AND EQUIPMENT A. The Contractor shall provide a work force s) Services and all members of the work force California. B. All Contract Services shall be pe employees. Contractor shall be res performing Contract Services. Contra with all local, state, and federal laws and retain, at its sole cost ands nse, all p necessaryproperly to p p erl y pertorService C. The Contractor shall procedures des' generally acce A current Municipal ("Operations D. T de be id ervisory per �. and in writi delivered d by n establi ensu s of th rating epartme dent") perform the Contract uthorized to work in ed by competent experienced ible for sa f ons of its a $ ees while hail 'responsible for compliance s. Contractor shall employ or sional and technical personnel intain written operating utilization of techniques nd natu?of the City of Newport Beach. cedures shall be provided to the City's Operations Support Superintendent orce shalli vde a thoroughly skilled, experienced, and Contractor's Supervisor") who shall be responsible for ons by directly overseeing the contract operations. All ae able to communicate effectively in English (both Any order given to supervisory personnel by City shall be he Contractor. The Contractor's Supervisor assigned must to ensure coordination and continuity. E. All of Con « employees ("Employee(s)") working at the outlined areas shall be neat in ap -arance and in uniforms as approved by the Municipal Operations Operations Support Superintendent when performing Contract Services. All Employees shall wear identification badges or patches. Those Employees working in or adjacent to traffic zones shall wear orange vests. Employees shall not remove any portion of their uniform while working within the City. Employees driving the Contractor's vehicles shall at all times possess and carry a valid Commercial Drivers License issued by the State of California. If the City's Administrator (as defined in Section 11) determines that any person employed by the Contractor has failed or refused to carry out the terms of this Agreement, appears to be incompetent, acts in a disorderly, improper, or unsafe manner, or Beach Bin Trash Collection Service [Contractor Name] Page 12 shows signs of intoxication or other impairment, instead of initiating termination for breach, the City's Administrator may notify Contractor, who shall take immediate remedial action, which may include removing the Employee from the job site. Prior to returning a removed Employee to work within the City, the Contractor shall provide in writing the reason for the individual's behavior and the means used to prevent this behavior from occurring again. In no event shall Contractor fail to prevent, prohibit, or resolve problems with its Employees working after receiving notice of same from the City. Violation of this section by Contractor shall be a material breach of this Agreement and may result in the City terminating the Agreement or temporarily suspend', g services hereunder, with Contractor being liable for any resulting costs tl;4tred by the City. No action to terminate or suspend shall be taken by Puntil after Contractor is provided notice and afforded an opportunity to r gtr pr refute the allegations, except that the City's Administrator may ;time t"-jy suspend services hereunder if s/he finds such action reasontyappropridc protect the public safety, health or welfare. F. All Work shall be performed in a$ Odance with the highs aintenance standards. G. Complaints received by the city regarding'., transmitted to the Contractor "° of ice in writing handled by the Contractor's `pert sot City s from Contractor within twen`tfour Contractor of any c•plaint. A report of , C corrective actio Administrator City inspec the Contra complaints ar an.$ cctive II vehicles an wing order a'1 'cation of the all bea eatl . .faints id the C Yt. ractor s shall b ubmitted iva® �' tractor I. Contr City's A The supe compliance wi ontractor's performance will be email or mail or facsimile, and eceive a follow-up response ours Jlhowing notification of the ntrIor's investigation and the omp $ the Contractor to the City's e handled by a joint visit to the site by a pervisor. Complaints received directly by writing to the City on the day such 1 maintain a log of complaints received 'mplemC Which shall be submitted to the City within he end of the month. used in conjunction with the Work shall be in good ave ®® opriate safety guards. All vehicles shall bear the ntractor. de a Contractor's Supervisor to coordinate Work with the and ensure satisfactory performance of Contract Services. shall coordinate work crews on a daily basis to ensure the terms of this Agreement. J. Work within the City by utility and construction companies may be progressing concurrently with the Work under this Agreement. It is the responsibility of the Contractor to be informed of work planned by these parties and to coordinate the Work accordingly. K. The Contractor warrants that it has familiarized itself with all of the City's beaches at the time of commencement of this Agreement. Contractor is also familiar with all existing installations, both public and private, in the area where Beach Bin Trash Collection Service [Contractor Name] Pagel L. services shall be performed under this Agreement. Contractor shall provide adequate safeguards to prevent damage to existing structures and improvements. Structures or improvements of any kind, whether public or private, which are removed, damaged or destroyed in the course of Work shall be replaced and/or repaired, at the Contractor's expense, to the original condition and to the satisfaction of the City. Failure to have such damages repaired in a timely manner will result in the City deducting from the Contractor's payment the cost to perform the necessary remedial work. The Contractor shall at all times use practices as dictated by the highest standards within the refuse collection industry and wilt make adjustments to its equipment and Work as necessary. The Contractor must"exercise due care so as to prevent spilling, scattering, or dropping of del rts' Criring the beach bin trash collection service activity and shall immedia( cleats p any such spillage, dropping, or scattering from private or publi o erty. Staf } . ads, schedules, and frequencies may be modified from time to °as deemed rri ` ssary by the City for the proper collection of the beach bird s. The City may at various times and counting equipment of the type which i with a hose placed in the ro dway. Caut avoid damaging said equip "fa° f the Contra contract duties, damages or 1pbe dam traffic counting equipment or a cost for the resto_tion, rep damaged equips, 4. COMPENS•,iTOCO:ACTO City shall pay Con ($[AMOUN r r for extend m flw`s"eL s [AMU Prime subm after re T ® in the Uni specified in Dolla dex adjustme'Yti oices to City nd approval; tates mail Qn 19 d ions terrrprarily install ble traffic y vehicles coming in contact 1 be used by the Contractor to while in the performance of his any of the aforementioned tractor shall bear the entire stin"or replacement of said eed [AMOUNT] Dollars and No/100 r, should the City exercise its option to ent, City ski'= I pay Contractor an amount not to exceed ($[AMOUNT].00) per year, subject to the Consumer rst year, as further defined below. Contractor shall basis. City shall pay invoices within thirty (30) days the City. Payment shall be deemed made when deposited t class postage pre -paid, and addressed to Contractor as "Notices". Upon the first an :ry of the Commencement Date and upon each anniversary of the Commencemen w Pate thereafter, the rate to be paid by the City as set forth in Exhibits B and C shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 3.0% maximum adjustment increase set forth below. Such adjustment shall be made by multiplying the original rate 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 one (1) year prior. For example, if the adjustment is to occur effective January 1, 2011, the index to be used for the numerator is the index for the month of October 2010 and the index to be used for the denominator is October 2009. The "Consumer Price Beach Bin Trash Collection Service [Contractor Name] Page 14 Index" to be used in such calculation is the Consumer Price Index, All Urban Consumers (All Items) for the Los Angeles Anaheim Riverside Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). 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 Rate in effect immediately preceding such adjustment. The maximum increase to the Rate, for any year where an adjustment is made in proportion to changes in the Consumer Price Index, shall not exceed 3.0% of the Rate in effect immediately preceding such adjustment. Source: http://www.bls.gov/cpi/data.htm Series ID: CUURA421SA0 5. INDEPENDENT CONTRACTOR It is understood that City retains Contracto Contractor is not an agent or employee of the Work are under the control of Contractor, statute, rule or regulation and the expressed to Agreement shall be deemed to co Employees or agents, to be the ag responsibility for and control over t Contractor is in compliance with th Agreement that may ap®a =" `® .ive Cit the performance or to that Contractor sIth`=`follow th Agreement. Anyttc in this A Contractor as to the' d= Is Contractor jj_ neanJ Qr` :� Con the res ervice City ma which Co site or loco commencemen o represent or is to pro of W 7. HOLD HARMLESS an independent contra ,r basis and The ma tier and means nducting -e extent they are limited by is Agreement. Nothing in this approval ® ,ontractor or any of Contractor's loyees a �' . Contractor shall have the erfo ° the Work, provided that »anent. Anything in this to ,ire 6 ontractor as to the details of control over Contractor shall mean only City with respect to the terms of this ay appear to give City the right to direct r to exercise a measure of control over follow the desires of City with respect to n regarding the order or condition of any area or location for e services. City has also made no representation that the II be free from defects, apparent or hidden, at the y time during the term of the Agreement. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its • City Council, boards and commissions, officers, agents 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, attorney's 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 Beach Bin Trash Collection Service (Contractor Name] Page 15 indirectly) to any Work performed or Contract Services provided under this Agreement (including, without limitation, defects in workmanship and/or materials) or Contractor's presence or activities conducted performing the Work (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 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 attorney's fees in any terms of this Agreement. This indemnity shall apply to all of whether any insurance policies are applicable. Th, limitation upon the amount of indemnification to be prc 8. INSURANCE Without limiting Contractor's indemnificatio work, Contractor shall obtain, provide and of this Agreement, policies of insurance of the a form satisfactory to City. A. Proof of Insurance. Contra evidence of the insurance c subrogation endorsement for endorsement m of performanceil all times d complete, C Itre the ter ied copie. Con - •r shall1.. fob or in . t do s agents, re rance shall b enta9 elude roved ificati f this all requi n on or to enforce the and liability regardless limits do not act as a Contractor. City, and prior to c.'"'; ; ncement of ain at it +' n expense . g the term an. d . unts described below and in rovide red ers' c: . do sates of insurance to City as , along with a waiver of nsurance certificates and ger prior to commencement hsurance all be kept on file with City at tract. City reserves the right to require 'nsurance policies, at any time. the duration of the contract insurance ies to personor damages to property, which may arise the performance of the work hereunder by Contractor, employees or subcontractors. The cost of such Contractor's bid. B. Acc: ® able Insure " All insurance policies shall be issued by an insurance comp- 3 urrent .uthorized by the Insurance Commissioner to transact business . q ce in the State of California, with an assigned policyholders' Rating of • higher) and Financial Size Category Class VII (or larger) in accordance w h the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. C. Coverage Requirements. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least One Million Dollars and no/100 ($1,000,000.00)) for Contractor's employees in accordance with the laws of the State of Califomia, Section 3700 of the Labor Code. In addition, Beach Bin Trash Collection Service (Contractor Name] Page 16 Th Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (ten (10) calendar days written notice of non-payment of premium) prior to such change. Contractor shall submit to City, along with the,p j.ificate of insurance, a. Waiver of Subrogation endorsement in favor-- ity, its officers, agents, employees and volunteers. ii. General Liability Coverage. Contractor 11 mainttn commercial general liability insurance in an amount *Its than Two-4illion Dollars and no/100 ($2,000,000.00) per occuf tf6e for bodily inju j ersonal injury, and property damage, includirc, without limitation, bld contractual liability. iii. Automobile Liability Coverage. insurance covering a jnjury and the Contractor arisine .® Of in cone under this Agreement;='itclui owned or rented vehicle ;gifin an and no/10p ' 0,000 0 x, iv. Pollu liab Dollar-8 overin or shall maintain automobile arty damage for all activities of with work to be performed any owned, hired, non - than Two Million Dollars mit for each accident. uler shall maintain Hauler's environmental limits W n amount of not Tess than One Million 0 OOO� b) per occurrence and annual aggregate site, or off -site bodily injury and property ulatory fines-"s a result of pollution conditions arising out rider this Agreement. of it ''ation# er Insurance vis o cies are to k1 Requirements tain, or be endorsed to contain, the following provisions: i. Wai" _.f gation. All insurance coverage maintained or procured pursua s agreement shall be endorsed to waive subrogation against City, its cted or appointed officers, agents, officials, employees and volunteers 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 and insurance clauses from each of its subcontractors. ii. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of Beach Bin Trash Collection Service [Contractor Name] Page 17 non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. iii. 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. iv. Notice of Cancellation. Contractor agrees to . its insurance agent or broker and insurers to provide to City wi s ' y (30) days notice of cancellation (except for nonpayment for . f' (10) days notice is required) or nonrenewal of coverage for eachequireerage. v. Timely Notice of Claims. Contractor shall give City promp r1' timely notice of claims made or suts instituted tf?i t arise out of or result fr`,Contractor's performance under this Agreemen� vi. Additional Insurance. C. tractor shall atrryp"rocure and maintain, at its own cost and expense, an m onal kinds b insurance, which in its own judgment may be neces proper pfeption and prosecution of the work. `' 9. PROHIBITION AG;Ai"TRANS A. Contractor interest in or purporte Contra. r B. The s outstan joint ventu construed as or obligation of this Agreement or any or written consent of City. Any attempted nt of City shall be null and void. provisions relative to assignments are ble and tha' "Contractor does possess special skills, iquely suited to the performance of Contract Services greement to a third party, in whole or in part, could fiormance of Contract Services. Contractor may not ctors unless specifically authorized by City. , transfer, or other disposition of any of the issued and tock of Contractor, of the interest of any general partner or h shall result in changing the control of Contractor, shall be assignment of this Agreement. 10. RECORDS/REPORTS A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. Beach Bin Trash Collection Service (Contractor Name] Page 18 B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. The Contractor is required to keep a daily log of all areas cleaned, including the name and location of the streets, along with a description of any special cleanings performed. The log shall be signed by the Contractor's Supervisor on Mtn -the daily log, giving a 6." tergency activities. The submitted to the City's calls from the City of Newport Beach Municipal Operations Depa git and tli6:.ity of Newport Beach Police Department to the Contractor, whet) s'6r not those call f require a request for service and a description of the actic rs;1a"ken from the City call r; a daily basis. Each month, a report shall be prepared brief description of all routine, special cleanings, an log report shall be attached to the monthly i Administrator. A phone log will be submitted rnp E. Contractor shall keep records and j performed under this Agreement. C accurate records with respe t to the costs such records shall be clear) a P tifiable Co of City during normal busineo exami copies of such records. Con Work, data, documents, proce a period of threes a from 11. ADMINISTR A. This Agree Depa ent. B. Cit infor comple all such m ection with it SA ork to be all maintain complete and red under this Agreement. All tor shall allow a representative edit, and make transcripts or d allow inspection of all ted to this Agreement for ent under this Agreement. by the City's Municipal Operations pal"q Director or his/her designee shall be dministrator " " shall have the authority to act for the City The City's Administrator or his/her authorized nt the City in all matters pertaining to the Work to be Wement. Contractor maps, ordinances, data, and other existing e requested by Contractor necessary for Contractor to ntemplated by this Agreement. City also agrees to provide n a timely manner. 12. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional/emergency services as requested by the City Administrator. The City Administrator may give verbal authorization for additional/emergency services, prior to performance of the Work, up to One Thousand Dollars and no/100 ($1,000.00). Contractor must obtain written, authorization from the City's Administrator prior to the performance of any additional/emergency services that exceed One Thousand Dollars and no/100 Beach Bin Trash Collection Service (Contractor Name] Page 19 ($1,000.00). Additional services, may be billed in accordance with the unit cost proposed by the Contractor in Exhibit C. B. City reserves the right to withdraw certain locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the Scope of Work, compensation to Contractor shall be reduced in accordance with the Contractor's unit costs specified in Exhibit C. In the event the location is withdrawn for a period of less than a full ten (10) ear term, Contractor's compensation shall be reduced on a prorated basis. 13. DISPUTES PERTAINING TO PAYMENT FOR WOR Should any dispute arise respecting whether any d lay s exc� e, or its duration, or the value of the Work done, or of any Work �ted, or of a.,, xtra work which Contractor may be required to do, or respect i� ;aty payment to C.` r ctor during the performance of the Agreement, such disput= I be decided by the Manager and his or her decision shall be final and binding Contr k and his suretiOsi 14. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimburse City's Administrator. 15. LABOR A. Contractor s including, Labor Stan Contractor subcontractor, religion, color, s state constitution o authorized in writing by the cable provisions of State and Federal law ornia Labor Code, and the Federal Fair as know at any actual or potential labor dispute is to delay the timely performance of this Agreement, ly give notice to City, including all relevant information. s an a .sees that it does not, and will not, discriminate against any I a� mployee or applicant for employment based on race, ap, national origin, or other basis that violates the federal or eral or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 17. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Work. Beach Bin Trash Collection Service [Contractor Name) Page 110 18. CONFLICTS OF INTEREST A. The Contractor or its Employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to Failure to do so constitutes a material breach an this Agreement by the City. The Contractor shaft City for any claims for damages resulting fromte Con Section. 19. NOTICES All notice, demands, requests or approvals toy given in writing and will be deemed served whe business day after the deposit f in the U registered or certified, addressed a All notices, demands, requests or app to City at: All to C quirements of the Act. ounds for termination of and hold harmless the or's violation of this er this Agreement must be ed personally or on the second States mail, postage prepaid, City shall be addressed Operations Department ch and wport Beach; A 92658-8915 approvals from City to Contractor shall be addressed AME] ONTRACTOR] ADDRESS]. [CITY, STATE ZIPCODE] 20. TERMINATION/DEFAULT A. The agreement includes a twelve (12) week Pilot Phase in order to evaluate Contractor performance. At the conclusion of the Pilot Phase the City shall make a determination on the continuance of the agreement and notify the Contractor within seven (7) days. B. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of Beach Bin Trash Collection Service [Contractor Name] Page 111 this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement by giving written notice of termination. C. This agreement may be terminated without cause by City upon thirty (30) days written notice. Upon termination, City shall pay to ;'ractor that portion of compensation specified in the Agreement that is e. a'= a and unpaid prior to the effective date of termination. The Contractor may, e 1 erminate the Agreement in the event of nonpayment by the City. I, e t of nonpayment of undisputed sums by the City, Contractor ehaff give t ID'ty thirty (30) days written notice thereof and the City shall he, fif'teen (15) wo days to cure the alleged breach. D. In addition to, or in lieu of, remedies law, City shall have the right to wi compensation for contract se vices if, in thy; the level of maintenanc below apt( standards and/or Contractor factoril shall have the right to reta determines that Co ract Servii required by this t. 21. COMPLIAN The Contractor sh regulations issed and all progr The action n City emplo by this contr actor shall p sary to prote and the TH LA Agreement 1 ursuant to r a portion of Contractor's ent of the City's Administrator, iate hardscape maintenance orm Contract Services. City the City's Administrator ell and as frequently as sion and be familiar with all safety u"strial Safety and shall comply with these ordinances, : d regulations governing Affirmative Action eguards and protective devices and take any other hea th and safety of their employees on the job, safety of is in connection with the performance of the work required Nothing in this R be construed to relieve the Contractor from compliance with all applicable laws whe ' er municipal, county, state or federal. 22. LICENSES. FEES, PERMITS AND ASSESSMENTS Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the Contract Services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless Beach Bin Trash Collection Service (Contractor Name] Page 112 City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. 23. WAIVER A waiver by City 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. 24. INTEGRATED CONTRACT This Agreement represents the full and complete understand whatsoever between the parties concerning the Contract this Agreement. All preliminary negotiations and agc04,, nature are merged in this Agreement. No verbal agre, r ht or held to vary the provisions hereon. 25. AMENDMENTS This Agreement may be modified or amende by t °tten document both Contractor and City and approved as to for ,.'City Attorney. of every kind or nature ces to be provided under of whatsoever kind or t s`lied covenant shall be 26. SEVERABILITY If any term or portion of this Agre unenforceable by a cou m compe Agreement shall conti 2.rce an 27. CONTROLL Except for payment shall goverx gree to this nai II ti ofO,mis' 28. I The terms language us authorship of t apply. PRETATIO is Agree d sh- 29. CONFLICTS xecuted by slid, illegal, or otherwise rieYi aining provisions of this 13, the laws of the State of California d all - lating to it and any action brought relating dicated in a court of competent jurisdiction in the County shall be construed in accordance with the meaning of the t be construed for or against either party by reason of the nt or any other rule of construction which might otherwise OR INCONSISTENCIES In the event there Scope of Work or shall govern. are any conflicts or inconsistencies between this Agreement and the any other attachments attached hereto, the terms of this Agreement Beach Bin Trash Collection Service [Contractor Name] Page 113 30. CLAIMS The Contractor and the City expressly agree that in addition to any claims filing requirements set forth in the Agreement and the RFP, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code Section 900 et seq.) [Signatures on following page] Beach Bin Trash Collection Service (Contractor Name] Page 1 14 IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY CITY OF NEWPORT BEACH A California Municipal Corporation and Charter City By: By: Leonie Mulvihill, Keith D. Assistant City Attorney Mayor ATTEST: By: Leilani Brown, City Clerk Attachments: tt##-1##441# ACTOR: [CONTI E], a [BUNESS TYP k, Maps Form Form or Proposal [End of signatures] OR Beach Bin Trash Collection Service [Contractor Name] Page 115 EXHIBIT A: SCOPE OF WORK Furnish all labor, equipment, materials, and supervision to perform maintenance as described herein including, but not limited to, the following: 1. Furnish bins according to City -approved specification. 2. Collect refuse from designated bins and area immediately surrounding designated bins on beach on a regularly scheduled basis. 3. Notify Operations Support Superintendent imme.'® ely of bulky items or hazardous materials in designated bins and ar mediately surrounding designated bins on beach. 4. Clean interior and exterior of bins on bea 5. Remove/repair designated bins on B-1 within 24 ho rly scheduled basis. notice. 4 B-2 B-3 EXHIBIT B: TOTAL ANNUAL COST FORM Annual Cost Area Total Cost Total Cost Summer (14 weeks) Non -summer (38 weeks) Area #1 (42 bins) Area #2 (31 bins) Area #3 (20 bins) Area #4 (15 bins) Area #5 (23 bins) Area #6 (37 bins) Total Annual C Pilot Phase Cost Area Area #6 (37 bins) Total Pilot Cost Total 12-week Pilot Phase Cost (60 bins) $ B-1 EXHIBIT C: UNIT PRICE FORM Unit Price Form The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the '6 ire bid proposal. Unit prices listed below refer to all items installed and the truction Documents and include all costs connected with such items; including bu# ' mited to, materials, labor, overhead, and profit for the contractor. The unit prices quoted by the Contractor shall bef 6%e unit price t will be charged or credited for labor and materials to be prov.,de� regardless of the Inumber units and/or amount of labor required for added orrhleted items of work Ci i All work shall be performed in accordance with`'st ecific d?4t described in the RFP. \ 4KHp....G�� WORK DESCRIPTION r ,.�it Price Trash Bin (per collet ga N, D-1 EXHIBIT D: REQUEST FOR PROPOSAL D-1 Addendum Request for Proposal BEACH BIN TRASH COLLECTION SERVICE Additional Information in Response to Questions • Use of Existing Metal Beach Bins o Contractor may propose the use of the existing City -owned metal beach bins at no cost for up to one (1) year. Contractor will be solely responsible for the maintenance and repair of the metal beach bins during that time. Equipment Failure Response Plan o Proposal must include a plan that details the Contractor's proposed response to equipment failure while on the beach. Attendee List Athens Services CR&R Haul Away Rubbish Service Co., Inc. Key Disposal Rainbow Disposal Roberts Waste & Recycling United Pacific Waste & Recycling Services Universal Waste Systems Ware Disposal Waste Management November 12, 2010 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service RFP at a fair and reasonable cost to the City. The City also reserves the right to select and substitute unit prices for total costs. E. Proposal Evaluation Criteria Proposals will be evaluated by an evaluation committee on the basis of the response to all provisions of this RFP. Equal weight will be given to the individual sections listed below. A final score will be calculated for each submitted proposal and used to rank the proposers to determine the most qualified responsible proposer at a fair and reasonable cost to the City. 1. Background and Experience 2. Technical Expertise 3. Management Plan 4. Cost Estimate F. Compliance with Applicable Laws All Contract Services rendered hereunder by Contractor shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. The Contractor shall have in his/her possession and be familiar with all safety regulations issued by the State Division of Industrial Safety and shall comply with these and all other applicable laws, ordinances, and regulations governing Affirmative Action programs. The Contractor shall provide all safeguards and protective devices and take any other action necessary to protect the health and safety of their employees on the job, safety of City employees and the public in connection with the performance of the work required by this contract. Nothing in this RFP shall be construed to relieve the Contractor from compliance with all applicable laws whether municipal, county, state or federal. G. Suspension and/or Cancellation of Contract The Agreement includes a twelve (12) week pilot phase in order to evaluate Contractor performance. Thirty (30) days prior to the conclusion of the pilot phase the City shall make a determination on the continuance of the agreement and notify the Contractor. In the event Contractor fails or refuses to timely perform any of the provisions of the Agreement in the manner required or if Contractor violates any provisions of A-2 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service the Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in the Agreement or authorized by law, terminate this Agreement by giving written notice of termination. The agreement may be terminated without cause by City upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. The Contractor may only terminate the Agreement in the event of nonpayment by the City. In the event of nonpayment of undisputed sums by the City, Contractor shall give the City thirty (30) days written notice thereof and the City shall have fifteen (15) working days to cure the alleged breach. In addition to, or in lieu of, remedies provided in the Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City's Administrator, the level of maintenance falls below appropriate hardscape maintenance standards and/or Contractor fails to satisfactorily perform Contract Services. City shall have the right to retain funds withheld until the City's Administrator determines that Contract Services are performed as well and as frequently as required by the Agreement. H. Examination of Site and Work City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of Work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of the Agreement. I. Assignment of Contract The Contractor shall not assign this contract without the written consent of the City. J. Workmanship and Supervision 1. The Contractor shall provide staff and equipment sufficient to complete the work as specified herein. All workers are to be legally documented. The City may request these records. 2. Work shall be performed by competent and experienced staff. All employees must have the appropriate certification for the type of equipment they are operating, if applicable. A-3 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service 3. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors and foremen must communicate effectively, both in written and oral English, and shall be present at all times during contract operations. Any order given to these supervisors or foremen shall be deemed as delivered to the Contractor. 4. All personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Operations Support Superintendent. All personnel shall wear identification badges or patches. 5. Persons employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor. K. Equipment All vehicles and equipment used in conjunction with the work shall be maintained in a neat, clean, and orderly manner and shall be in good working order. The Municipal Operations Director, or his authorized agent, may reject any vehicle or piece of equipment and order it removed from the service area(s). Vehicles and equipment must meet all current federal, State, and AQMD regulations. Contractor vehicles used within this contract shall, at all times, bear identification signs that the contractor is performing services for the City. The Operations Support Superintendent shall approve these signs prior to installation by the contractor. 1. The Contractor shall provide and maintain at least two 4-wheel or 6-wheel drive vehicles capable of operating in soft sand. 2. The Contractor shall provide and maintain containers that meet or exceed the following specifications: a. 150 gallon capacity at each of the existing 168 sites b. Watertight metal or plastic construction (lid optional) Compliance with AQMD Rule 1193 and the exclusive use of alternative -fuel vehicles will be required for the duration of the agreement. L. Safety Requirement 1. All work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable, comply with all safety standards required by CAL -OSHA. The Operations Support Superintendent reserves the right to issue restraint or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance of the work under this contract. A-4. City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service 2. The Contractor shall maintain all service areas free of hazards to persons and/or property resulting from his/her operations. Any hazardous condition noted by the Contractor, which is not a result of his/her operations, shall be immediately reported to the Operations Support Superintendent. M. Claims by Contractor's Employees 1. The Contractor shall hold harmless the City and all of its agents, employees, and officers from any and all damages or claims, of any kind or nature that may be made or may arise directly or indirectly for the performance of duties by the Contractor. 2. Contractor shall not permit access into any City of Newport Beach or other private structures by any unauthorized persons. N. Liability for Damages 1. The contractor shall be fully responsible for any and all damage done to City property, equipment, or other property of the public premises that result from the Contractor's operations under this contract. 2. The Contractor may insure the equipment, materials, and work to cover Contractor's interest in the same. The City will not, under any circumstances, be answerable or accountable for any loss or damage that may happen to said equipment, materials and work, or any part or parts thereof, used and employed in fully completing the contract. 3. Contractor shall indemnify and hold harmless the City, its City Council, boards, commissions, officers, agents, servants and employees from and against any and all claims and losses whatsoever, including reasonable attorney's fees, accruing or resulting to any and all persons, firms or corporations furnishing or supplying work, services, materials, equipment or supplies in connection with the services, work or activities conducted or performed by Contractor pursuant to a mutual contract. O. Advertising No advertising of any kind or description, bill posters, printed, painted, or by the use of any other method application legible to human sight, shall appear on any equipment, buildings, structures, fences, canopies, posts, or signs except valid and authorized legal notices required to be placed thereon and except as may he specifically authorized in these general conditions. II. PROPOSAL FORMAT AND CONTENT Proposals should be typed and as brief as possible. They should not include any elaborate or unnecessary promotional material. The following order and content of proposal sections should be adhered to by each Contractor: A-5 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service A. Cover Letter A cover letter not to exceed three (3) pages in length should summarize key elements of the proposal. The letter must be signed by an individual authorized to bind the Contractor to the terms and conditions of a contract. The letter must stipulate that the proposed pricing will be valid for a period of a minimum of five (5) years, indicate the address and telephone number of the Contractor's office located nearest to Newport Beach, California, and the office from which the contract will be managed. B. Background and Approach The Background and Approach Section should describe the proposing firms understanding of the City and the work to be done. C. Methodology This section should clearly describe the methodology to be used to carry out the specific work tasks described in the Work Plan, including descriptions of the type(s), age, and condition of equipment to be utilized in the City. D. Work Plan Describe the sequential work tasks you plan to carry out in accomplishing this contract. Indicate all key deliverables and their contents. E. Contract Organization and Staffing Describe your approach and methods for managing the contract. Provide an organization chart showing all proposed contract team members. Describe the responsibilities of each person on the contract team. Identify the Contract Director and/or Manager and the person who will be the key contact with the City of Newport Beach. Include a statement indicating the availability of the members of the contract team for the duration of the contract. Please include a brief statement of qualifications for key members of the contract team with particular emphasis on their experience, technical expertise, and professional affiliation. Also include any additional information or staff support that will be required from City personnel. In addition, please provide a current copy of the operating procedures, employee manual, or equivalent document. F. Related Experience Describe recent, directly related public agency experience. Include on each listing -- the name of the agency; description of the work done; primary agency contact, address and telephone number; dates for the contract; amount of the contract; name of the Contract Director and/or Manager and members of the proposed contract team who worked on the contract, as well as their respective responsibilities. At least three references should be included. For each reference, A-6 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service indicate the reference's name, organization affiliation, title, complete mailing address, and telephone number. The City of Newport Beach reserves the right to contact any of the organizations or individuals listed. G. Contract Schedule Provide a schedule for beach bin trash collection service each of the contract areas, based upon the attached map (Attachment C). H. Cost Data Provide the total annual cost and total Pilot Phase cost details using the Total Cost Form (Attachment D) for which you will conduct the contract based upon the information provided, as well as the Unit Price Form (Attachment E). I. Statement of Compliance Contractors must submit a Statement of Compliance (Attachment F) that declares either: 1. This proposal is in strict compliance with the Request for Proposal and Draft Agreement and no exceptions to either are proposed; or 2. This proposal is in strict compliance with the Request for Proposal and Draft Agreement except for the items listed. For each exception and/or suggested change, the Contractor must include: a. The suggested change in the RFP or rewording of the contractual obligations. b. Reasons for submitting the proposed exception or change. c. Any impact the change or exception may have on contract costs, scheduling, or other considerations. J. Other Information Include any other information you consider to be relevant to the proposal. Additional optional services may be included at the discretion of the Contractor. K. Employment Provision Contractor agrees that in carrying out its responsibilities under this agreement, and in particular with regard to the employment of persons and sub -contractors working on the contract, it will not discriminate on the basis of race, color, creed, national origin, religion, sex, age, or handicap. In the event any of the work A-7 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service performed by Contractor here under is subcontracted to another person or firm (with approval of the City as required herein), sub -contract shall contain a similar provision. L. Insurance Coverage On or before the commencement of the term of this Agreement, Contractor shall furnish the City with proof of insurance showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance coverage in compliance with paragraphs 1, 2, and 3 below. Such certificates, which do not limit the Contractor's indemnification, shall also contain substantially the following: "Should any of the above insurance covered by this certificate be canceled or coverage reduced before the expiration date thereof, the insurer afforded coverage shall provide thirty (30) days advance notice to the City of Newport Beach by certified mail." 1. General Liability Coverage: $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. Coverage shall include third party liability risks, including without limitation, contractual liability. The aggregate limit shall not be less than twice the required occurrence limit. 2. Worker's Compensation Coverage: Statutory coverage as required by the State of California and not less than $1,000,000. 3. Automobile Liability Coverage: $2,000,000 combined single limit per accident for bodily injury and property damage. 4. Pollution Liability Coverage: $1,000,000 per occurrence and annual aggregate covering claims for on -site, under -site, or off -site bodily injury and property damage and regulatory fines as a result of pollution conditions arising out of its operations under this Agreement. Please refer to Section 8 (Insurance) of Draft Agreement (Attachment G) for further insurance requirements. M. Guarantees Unless otherwise specified, the Contractor shall guarantee that the work performed under the Contract will be performed to the highest standards specified in the RFP and remain as such for the term of the contract. Whenever, in these specifications, written guarantees are requested, or specified, the Contractor shall guarantee the products therein described for the time specified and no further guarantee shall be required. A-8 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service ATTACHMENT B: DESCRIPTION OF PROJECT I. SCOPE OF WORK Furnish all labor, equipment, materials, and supervision to perform maintenance as described herein including, but not limited to, the following: 1. Furnish bins according to City -approved specification. 2. Collect refuse from designated bins and the area immediately surrounding designated bins on beach on a regularly scheduled basis. 3. Notify Operations Support Superintendent immediately of bulky items or hazardous materials in designated bins and area immediately surrounding designated bins on beach. 4. Clean interior and exterior of designated bins on beach on a regularly scheduled basis. 5. Remove/repair designated bins on beach within 24 hours of notice. II. DEFINITIONS a. Holiday — all days observed by the City as holidays including: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving (including the following Friday), Christmas Eve & Christmas Day, New Year's Eve. The Contractor will be required to perform on a modified schedule on Memorial Day, Independence Day, and Labor Day holidays. b. Inclement Weather — weather conditions that prohibit operation of collection operations. c. Debris — litter, rubbish, leaves, sand, dirt, garbage, and material. d. Re -collection — collection required when previous collection the City to be below standard or when an area or sections missed during regularly scheduled operation. III. WORKING HOURS the effective other foreign is deemed by of a area are Normal working hours shall be within an eight -hour day between the hours of 5:00 AM and 1:00 PM during the Summer Schedule and between the hours of 7:00 AM and 2:00 PM during the Non -Summer Schedule. B-1 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service IV. LEVEL OF MAINTENANCE All work shall be performed in accordance with the highest refuse collection standards. Standards, equipment, schedules, and frequencies may be modified (increased or decreased) from time to time as deemed necessary by the City for the proper collection of the bins. The Contractor is required to correct deficiencies within the time specified by the City. Re -collection of the deficient area will not be billed to the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard. V. TERM OF CONTRACT Unless earlier terminated as allowed for in the Agreement, contract term shall be for a period of ten (10) years. The term is intended to commence in January 2011, after City Council approval of the award of this contract, and upon receipt and approval of all required bonds and insurance. Prior to the conclusion of the twelve (12) week pilot phase the performance of the Contractor will be evaluated in order to determine the continuance of the agreement. Time is of the essence in the performance of services under this Agreement. VI. SUPERVISION OF CONTRACT All work shall meet with the approval of the City of Newport Beach Municipal Operations Department. There shall be a minimum of one monthly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A status report of activities performed and maintenance issues addressed by the Contractor will be submitted in writing to the City on a weekly basis. B-2 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service Any specific problem area which does not meet the conditions of the specifications set forth herein shall be called to the attention of the Contractor and if not corrected, payment to the Contractor will not be made until condition is corrected in a satisfactory manner as set forth in the specifications. VII. SPECIFICATIONS This Description of Project is intended to cover all labor, material and standards of workmanship to be employed in the work called for in this work plan or reasonably implied by terms of same. Work or materials of a minor nature which may not be specifically mentioned, but which may be reasonably assumed as necessary for the completion of this work, shall be performed by the Contractor as if described in the specifications. VIII. CORRESPONDENCE All correspondence regarding this RFP shall be addressed to Jim Auger, Operations Support Superintendent, Municipal Operations Department, City of Newport Beach, P.O. Box 1768, Newport Beach, 92658. IX. PROVISIONS FOR EXTRAS No new work of any kind shall be considered extra works unless a separate estimate is given for said work and the estimate is approved by the City in writing before the work is commenced. The Contractor will be required to provide before and after photographs of safety items or emergency repairs. Documentation of contract compliance may be required on some occasions. X. DISPOSAL Disposal at the City Corporation Yard will not be permitted. The contractor shall be responsible for the cost of disposal at a certified materials recycling facility (MRF). XI. RECORDS AND SCHEDULE The contractor shall keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. The contractor shall complete a monthly collection report indicating work performed and submit this completed report to the Operations Support Superintendent. This report should also contain a description of work performed, including staff -hours, equipment, and any additional work, which the contractor deems to be beyond the scope of the contract. Payment for this work will not be authorized unless the additional work and the costs thereof are first approved by the City. A communication log will be submitted monthly of all calls and messages from the City of Newport Beach Municipal Operations Department and the City of Newport Beach Police Department to the Contractor, whether B-3 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service or not those communications require a request for service, and a description of the action taken from the City communication. The Contractor shall, seven (7) days prior to the effective date of an executed agreement, prepare and submit a trash collection schedule to the Operations Support Superintendent. This schedule shall clearly identify the collection tasks required by this agreement and days they are scheduled to be performed in each particular area. If it is necessary to make periodic revisions to this collection schedule, a modified schedule must be submitted to the Operations Support Superintendent for approval prior to the date the changes are to take effect. Otherwise, it is intended that the Contractor will develop a permanent schedule, which will allow the City to monitor the Contractor's progress. The Contractor shall permit the City to inspect and audit its records regarding City - provided services at any reasonable time. XII. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour response time of the job site and provide the office with phone service during normal working hours. During all other times, a telephone or electronic message answering service shall be utilized and the answering service shall be capable of contacting the Contractor by radio, telephone, or electronic messaging device. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a yard. XIII. SCHEDULES A. Pilot Phase Schedule 1. The Contractor shall provide a Pilot Phase schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall adhere to the schedule for each functional area in a manner which shall correspond to the weekly schedule. 3. The Pilot Phase schedule shall be agreed to by the Contractor seven (7) days prior to the effective date of the extension of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. B. Annual Schedule 1. The Contractor shall provide an annual schedule indicating the time frames when items of work shall be accomplished per the performance requirements. B-4 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service 2. The Contractor shall adhere to the schedule for each functional area in a manner which shall correspond to the weekly schedule. 3. The annual schedule shall be agreed to by the Contractor seven (7) days prior to the effective date of the continuance of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. C. Monthly Schedule 1. Monthly schedule forms shall be provided by the Contractor indicating the major items of work to be performed in accordance with the performance requirements and further delineate the time frames for accomplishment by day of the week and by approximate time range. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted seven (7) days prior to the effective date of the continuance of the contract. Thereafter, it shall be submitted monthly on the first Monday of the month for City approval, prior to scheduling work for the upcoming month. 4. Changes to the schedule shall be received by the Operations Support Superintendent at least twenty-four (24) hours prior to the scheduled time for the work. 5. Failure to notify of a change and/or failure to perform an item of work on a scheduled day may result in deduction of payment for that date or week. D. Summer Schedule 1. The Contractor shall service bins Monday, Wednesday, Friday, Saturday, and Sunday beginning the Sunday preceding Memorial Day through the Sunday preceding Labor Day. E. Non -summer Schedule 1. The Contractor shall service bins Monday and Friday beginning the day following Labor Day through the Friday preceding Memorial Day. Performance on Schedule The Contractor shall be provided the maximum latitude in establishing work schedules which correspond to its manpower and equipment resources. The Contractor shall also be provided the opportunity and procedure for adjusting B-5 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service those schedules to meet special circumstances. Therefore, all work shall be completed on the clay scheduled. XIV. Performance During Inclement Weather 1. During the periods when inclement weather hinders normal operations, the Contractor shall adjust his/her workforce in order to accomplish those activities that are not affected by weather. 2. Failure to adjust the work force to show good progress on the work shall result in deduction of payments to reflect only the work actually accomplished. 3. The Contractor shall immediately notify the Operations Support Superintendent when the workforce has been removed from the job site due to inclement weather or other reasons. City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service ATTACHMENT C: DETAILED MAPS Detailed maps below and also available on-line: http://www6. city. n ewportbeach ca. gov/website/l ntera ctiveM ap/map. asp C-1 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service C-2 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service [i Bach Bln Scaeeareas MMchNPLYeanad (RANI 1 BS blas) C-3 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service ATTACHMENT D: TOTAL COST FORM Annual Cost Area Total Cost Total Cost Summer (14 weeks) Non -summer (38 weeks) Area #1 (42 bins) Area #2 (31 bins) Area #3 (20 bins) Area #4 (15 bins) Area #5 (23 bins) Area #6 (37 bins) Total Annual Cost(168 bins) 12-week Pilot Phase Cost Area Total Pilot Cost Area #5 (23 bins) Area #6 (37 bins) Total 12-week Pilot Phase Cost (60 bins) D-1 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service ATTACHMENT E: UNIT PRICE FORM The Contractor agrees that for requested and/or required changes in the scope of work, including additions or deletions on work not performed, the total annual contract amount shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. Contractor is advised that the unit prices will factor into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services provided and include all costs connected with such items; including but not limited to, materials, labor, disposal, overhead, and profit for the Contractor. The unit prices quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. All work shall be performed in accordance with specifications described in the RFP. WORK DESCRIPTION Unit Price Trash Bin (per collection) E-1 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service ATTACHMENT F: STATEMENT OF COMPLIANCE Each proposal must be accompanied by a signed Statement of Compliance. The Contractor must sign one of the declarations stated below indicating that the proposal was submitted with or without exceptions to the RFP, the Scope of Work, or Draft Agreement. A. No Exceptions The person signing below declares that the proposal submitted by (Name of Firm) to perform Beach Bin Trash Collection Service as described in the RFP dated September 2010 was prepared in strict compliance with the instructions, conditions, and terms of the RFP, the Scope of Work, and Draft Agreement. Signature Date Printed Name and Title Please sign only one of the declarations B. With Exceptions By signing below, the Contractor states that the proposal submitted by (Name of Firm) has been prepared in consideration of and with exception to some of the terms of the RFP, Scope of Work, and Draft Agreement. The Contractor is advised that exceptions and/or a suggested change to any of the terms of the RFP, the Scope of Work, or Draft Agreement must be submitted in writing as an attachment to the proposal submittal. By signing below, the Contractor declares that the proposal includes a statement that identifies each item to which the Contractor is taking exception or is recommending change, includes the suggested rewording of the contractual obligations or suggested change in the RFP, identifies the reasons for submitting the proposed exception or change, as well as, any impact the change or exception may have on contract costs, scheduling, or other considerations. The City reserves the right to reject any declarations that are not accompanied with the required documentation as described above. Signature Date Printed Name and Title F-1 City of Newport Beach - Request for Proposal Beach Bin Trash Collection Service ATTACHMENT G: DRAFT AGREEMENT G-1 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 6/27/18 Dept./Contact Received From: Joan Date Completed: 6/27/18 Sent to: Joan By: Jan Company/Person required to have certificate: Republic Services, Inc. Type of contract: All other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/30/18 — 6/30/19 A. INSURANCE COMPANY: ACE American 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 (Must be $1 M or greater): What is limit provided? $5,000,000/$5,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach Z Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed 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): Z N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/30/18 — 6/30/19 A. INSURANCE COMPANY: ACE American 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? $5,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ❑ N/A ❑ Yes Z No G. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 6/30/18 - 6/30/19 A. INSURANCE COMPANY: ACE American Insurance Company B. AM BEST RATING (A- : VII or greater): A++ / XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY ✓ POLLUTION LIABILITY ✓ BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO. WHICH ITEMS NEED TO BE COMPLETED? ® Yes ❑ No ® Yes ❑ No $3,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑Yes No ® Yes ❑ No Approv 6/27/18 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach 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: Approved: Risk Management Date * Subject to the terms of the contract.