HomeMy WebLinkAboutC-4535(A) - Agreement for Sidewalk Steam Cleaning ServicesAMENDMENT NO. ONE TO
AGREEMENT FOR SIDEWALK STEAM CLEANING SERVICES
WITH BONANZA STEAM CLEANING
U
\n THIS AMENDMENT NO. ONE TO STEAM CLEANING AG N�ENT
("Amendment No. One") is made and entered into as of this 3r day of 2413
l,n ("Effective Date") by and between the CITY OF NEWPORT EACH, a California
Municipal Corporation ("City"), and BONANZA STEAM CLEANING, a California
' corporation ("Contractor'), whose address is 31191 Via Cristal, San Juan Capistrano,
CA 92675 and is made with reference to the following:
RECITALS
A. On September 14, 2010, City and Contractor entered into a Steam Cleaning
Agreement ("Agreement") for sidewalk steam cleaning services ("Project').
B. City has elected to proceed with the three (3) one (1) year automatic extensions
to the Term of the Agreement.
C. City desires to enter into this Amendment No. One to reflect additional Work not
included in the Agreement, to increase the total compensation, to update
standard provisions and to update insurance requirements.
D. City and Contractor mutually desire to amend the Agreement, as provided below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
Exhibit A to the Agreement shall be amended in its entirety and as of the
effective date of Amendment No. One replaced with the Scope of Work/Maps 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 Work at its sole discretion.
2. COMPENSATION TO CONSULTANT
Exhibit B to the Agreement shall be amended in its entirety and as of the
Effective Date of this Amendment No. One shall be replaced with the Total Annual Cost
Form attached hereto as Exhibit B, which incorporates the Consumer Price Index
increases as of the Effective Date of this Amendment No One and additional Work, and
is incorporated herein by reference.
Section 4, paragraph 1 of the Agreement shall be amended in its entirety as of
the Effective Date of this Amendment No. One to include the previous years' CPI
increases and additional Work and is replaced with the following. "City shall pay
Contractor an amount not to exceed Two Hundred Eighteen Thousand Seven
Hundred Fourteen Dollars and 00/100 ($218,714.00) per year, subject to the
Consumer Price Index adjustment on an annual 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:'
3. INSURANCE
Section 8 of the Agreement is amended in its entirety and replaced with the
following: "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 D, and incorporated herein by
reference.,'
�1_1117iTittnnif 71011
Subsection 11(A) of the Agreement is amended in its entirety and replaced with
the following: "This Agreement shall be administered by the 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."
5. NOTICES
Section 19 shall be amended to reflect the Municipal Operations Director as the
recipient of notices for the City.
6. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
BONANZA STEAM CLEANING page A-2
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: '�
VL UVB
By: 3M
Aaron C. Harp
City Attorney
ATTEST:
Date: 0.)3
P a
By:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
A California municipal corporation
Date: of
By:
Dave
City Manager
CONSULTANT: BONANZA STEAM
CLEANING, a California corporation
Date:
By: -
Mark Hoogstraten
President
Date: Y- /" /.'
By:. �Atj)__p �6�C_6_lk
Gail Bradford
Administrator
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Work/Maps
Exhibit B — Total Annual Cost Form
Exhibit D — Insurance Requirements
BONANZA STEAM CLEANING Page A-3
EXHIBIT A
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. Provide the supervision, equipment, tools, labor, and materials, to steam
clean 167,688 square feet of Lithocrete sidewalks and designer roadway
pavement in Balboa Village area identified on the enclosed map on page A-
3. The Contractor shall develop and execute a schedule to perform
sidewalk and roadway steam cleaning tasks once per week from May
through September, and once per month from October through April.
2. Provide the supervision, equipment, tools, labor, and materials to steam
clean 24,240 square feet of Lithocrete sidewalks in the Marine Ave area
identified on the enclosed map on page A-4. The Contractor shall develop
and execute a schedule to perform the sidewalk steam cleaning tasks twice
per month.
3. Provide the supervision, equipment, tools, labor, and materials to steam
clean 67,050 square feet of Lithocrete sidewalks in the McFadden Square
area identified on the enclosed map on page A-5. The Contractor shall
develop and execute a schedule to perform the sidewalk steam cleaning
tasks twice per month, and memorial steam cleaning tasks twice per week.
4. Provide the supervision, equipment, tools, labor, and materials, to steam
clean the concrete Balboa and Newport Piers identified on the enclosed
map on pages A-3 and A-5. The Contractor shall develop and execute a
schedule to perform concrete steam cleaning tasks of the pier ends once
per week from May through September, and once per month from October
through April. The Contractor shall develop and execute a schedule to
perform concrete steam cleaning tasks of the piers once per month from
May through September, and once per three months from October through
April.
5. Provide the supervision, equipment, tools, labor, and materials to steam
clean 36 trash cans, 39 benches, and 6 bus canopies in the Corona del Mar
area identified on the enclosed map on page A-6. The Contractor shall
develop and execute a schedule to perform the steam cleaning tasks once
per month.
6. Remove gum, spills, dirt, spots, blood, fish oil, graffiti, and dirt and grime
from the contract areas identified in the enclosed maps at every cleaning.
In the case of hard to remove stains, the Contractor shall utilize an
environmentally sensitive stain remover.
BONANZA STEAM CLEANING Page B-1
7. Contractor will be required to utilize mechanical means to collect the
wastewater generated during the performance of the steam cleaning tasks
described in the RFP. In all areas, zero discharge of wastewater will be
allowed. Contractor shall recycle the residual water for reuse and properly
dispose of wastewater.
8. Contractor shall ensure that storm drain inlets are properly dammed with
sand bags and/or filter fabric to prevent entry of water or debris into the
storm drain system during performance of steam cleaning tasks.
9. Contractor shall clean contract area utilizing a hot water pressure washer
(minimum of 2,500 PSI) with either a 20 -degree or 30 -degree spray tip set
at a minimum of 180 degrees Fahrenheit. The pressure washing spray tip
must remain at a minimum of 18" from the cleaning surface in order to
reduce the potential for damages to the cleaning surface. The Contractor
will be responsible for damages to sidewalks and roadway pavements
resulting from excessive water pressure, heat and/or improper cleaning
techniques.
BONANZA STEAM CLEANING Page B-1
Sidewalk Maintenance
Balboa Village
X
Ilk%
"ZI-7
MASI. I
LITHOCKLTE PAT IERNL0(/,286sq. ft.)
MDESIGNLRCONCREfLI11,G91sq. tt)
PHASE 2
Ll:HOCRE,"OCIIE"IlIDLWAII(12,462sq.ft.)
r
U - PATTERNED (29,449sq. I.)
PHASE 3
CONCRETE SIDEWALK (22,324 sq. ft.)
N
WALK (5,380sq. ft.)
?xk—E
:L"H(lCqE"IIOL
USIGNI.RCONCRUL18,313W.11.)
W
'ZERO DISCHARGE WAIER
BALBOA PIER 126,706.1. (t]
0 75 ISO
AMENDMINTI
CONCRETESIDE WALK (1,092 sq- It)
CONCRE IL STREET 14,672 sq. ft.)
WNLONL SIDEWALKS 120,977 w. ft.)
ADAMS SIRLIT 15,307 sq. It.)
BONANZA STEAM CLEANING Page B-1
BONANZA STEAM CLEANING Page B-1
o;'.
Marine Avenue
N N N N
S Pressure Washing Proposal
�
ss,
BAY FRONT ALLEY N
333
330
333
7226 sq. ft.
333
332 A -D
331
�qyS
327
326 1/2
331
rq<q
326
326 A -D
329
�F
327
325
324
325
324
324
325
323
322
323
322 3228
322 32,
322C
323
32
321
320
321
320 A -D
321
320
319
318
319 319A
318
318 1/2
3199
319
318
317
316 1/2
> 316
317
; 316
317 i
316
315
i 314
315
1z314
a
315 1/2 0
314 A
3148
313
312
313 1/2
312
313 1n5
312 1/2
313
313
312
311
310
311
310
311
310
309
308
306 1/2
309
308
306
CANAL WAV
306
307
306 8
307
306 1/2
307
306 A
306
304
305 1/2
304 1/2
305
304
305
304
303
302
301
302 1/2
303
302
302
301
300
300 1/2
3.6 sq. ft. 300
301
300
BALBOA AVE
227
226
229 A -C
226 A -C
227
226 1/2
227 1/2
226
225
224
2251/2224
22525
225
224
223
222
223
222
223
221
220
221
220 1/2
221
222
220
219
218
219 1/2
218 1/2
219
218
219
218
217
216
217 A
216 1/2
217
216
217
216
215
214
215
214
215
214
213 1/2
213
212
213
213
212
211
210
211A
210
211
211
210
209 1/2
208
209
209
208
209
208
4371 sq.
207
206
207 k1
206
207
206
206 1/2
205
204
204
205
204
203 1/2
203
205 1/2
202
203
202
o Sidewalks (24240
sq. ft.)
1306
200
1304
201
1308
201
200
6139sq. h.
N AVE
05 E
WO/
1305
1007PARK
-sq: ft,
7 q.
113s'ft
126
127 126 127
$
127
124
125
124
125
124
B 25 sB 75
122 1/2
- S
122
123
122
123
122
121
120
121112
BONANZA STEAM CLEANING Page B-1
o,
Sidewalk Maintenance
McFadden Square O
.tea/10th '� �m9
011
9 H
5�
�!( 9 1 ML P OENP �y
po �
o
R 'tW
35600 sq. ft,� R
McFADDEN SQUARE (35000 sq. ft.)
l� NEWPORT PIER(31450sq.R.)
)
PtP
ORS
31Q
,a4
31460, q.
F6 W
99
E
S
0 75 150
W Feet
N rwroicr
�.d ew =O ....... ....L...... ...
BONANZA STEAM CLEANING Page B-1
IPoS AVE
T
—NE AVE
w/
/ JI�
SARK_SPPUR AVE N i
[.ARKSPUR_=VE
m _ J
_- L
MARGUERITE AVE� —j
�~�-
h
�--
ad MAR DAVE �---�
10
JL
tNARCISSUS
12, to
J I=— l IF
ORCHID AVE _�- l
IL
POINSET7IAAVE
-j
!qI_
:p AVE—
'a POPPVAVE
HAZEL OR�
1 "=LD=f =
0
�d \
9
Fb I
250
ice/ •o� � '
�d \
in /
\ Mat, Un
BONANZA STEAM CLEANING Page B-1
Sidewalk Maintenance
Balboa Village
4y�p�' •, /'�
4>•w �
J
a
II -:OCRETE SIDEWALK (17,392 sq. 11.1
JIMOCRETE PA1IERNED(7,286sq.h.)
i IiIT DESIGNER CONCRETE 111,091 sq. h)
PKASE 2
l !UfNOCRETESIDEWALK(12,462 sq.ft.)
�4 LI OCRITE - PATIERNED (29,449 sq. h.)
-1•E 3
i:, NCRETE SIDEWALK (22,324 sq. It.) N
I1-OCRETE SIDEWALK (5,380 A. h.) qqL
t1 I,
J,SIGNEft CONCRE TE (8,3%1 sq. h.) W .t���7
aRO D60TARGE WATER
�RATBOAPIER(26,706sq.ft.1 '� s
0 7s do
AMENDMENT 1
= CONCRETE SIDEWALK IIA92 sq. ILL
i' rl1 CONCRETE STREET 14,672 sq. R)
NNZONE 5IDEWALK5120,877 sq. h.) -
I&V ADAMS STREET 15,307 U111)
BONANZA STEAM CLEANING Page B-1
• wilmmmign •
TOTAL, ANNUAL COST FORM
Area
Total Annual Cost
Balboa Village (167,688 sq ft)
Marine Ave (24,240 sq ft)
McFadden Square (67,050 sq ft)
Corona del Mar (36 trash cans, 39 benches, 6 bus
canopies)
$ 139,890.68
$ 18 232.37
$ 50, 433.70
$ 10,156.96
Total Annual Cost
$ 298,713.79
BONANZA STEAM CLEANING Page B-1
EXHIBIT D
1. INSURANCE REQUIREMENTS — MAINTENANCE SERVICES
1.1 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 foram 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.
1.2 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.
1.3 Coverage Requirements.
1.3.1 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.
1.3.1.1 Contractor shall submit to City, along with the
certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its
officers, officials, employees and agents.
1.3.2 General LiabilittyInsurance. Contractor shall maintain commercial
general liability insurance, and if necessary umbrella liability insurance, with coverage at
least as broad as provided by Insurance Services Office form CG 00 01, in an amount
not less than one million dollars ($1,000,000) per occurrence, two million dollars
($2,000,000) general aggregate and two million dollars ($2,000,000) completed
operations aggregate. The policy shall cover liability arising from premises, operations,
products -completed operations, personal and advertising injury, and liability assumed
under an insured contract (including the tort liability of another assumed in a business
contract) with no endorsement or modification limiting the scope of coverage for liability
assumed under a contract.
1.3.3 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 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 one
million dollars ($1,000,000) combined single limit for each accident.
1.4 Other Insurance Requirements. The policies are to contain, or be
endorsed to contain, the following provisions:
BONANZA STEAM CLEANING Page D-1
1.4.1 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 from each of its subcontractors.
1.4.2 Additional Insured Status. All liability policies including general
liability, excess liability, pollution liability, and automobile liability, but not including
professional liability (if required), shall provide or be endorsed to provide that City and
its officers, officials, employees, and agents shall be included as insureds under such
policies.
1.4.3 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.
1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30)
days notice of cancellation (except for nonpayment for which ten (10) days notice is
required) or nonrenewal of coverage for each required coverage.
1.5 Additional Agreements Between the Parties. The parties hereby agree to
the following:
1.5.1 Evidence of Insurance. Contractor shall provide certificates of
insurance to City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other endorsements
as specified herein for each coverage. Insurance certificates and endorsement must be
approved by City's Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during the term of this
contract. City reserves the right to require complete, certified copies of all required
insurance policies, at any time.
1.5.2 City's Right to Revise Requirements. The City reserves the right at
any time during the term of this Agreement to change the amounts and types of
insurance required by giving the Contractor ninety (90) days advance written notice of
such change. If such change results in substantial additional cost to the Contractor, the
City and Contractor may renegotiate Contractor's compensation.
1.5.3 Right to Review Subcontracts. Contractor agrees that upon
request, all contracts with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure of City to
request copies of such contracts will not impose any liability on City, or its employees.
1.5.4 Enforcement of Contract 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.
1.5.5 Reauirements 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
BONANZA STEAM CLEANING Page D-2
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.
1.5.6 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.
1.5.7 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.
1.5.8 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
Contractors performance under this Agreement, and that involve or may involve
coverage under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the handling of any
such claim or claims if they are likely to involve City.
1.5.9 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.
:• r
AGREEMENT FOR SIDEWALK STEAM CLEANING SERVICES
WITH BONANZA STEAM CLEANING, INC.
THIS STEAM CLEANING AGREEMENT ("Agreement"), entered into this day of
September 2010, by and between the City of Newport Beach, a California Municipal
Corporation and Charter City ("City„) and, BONANZA STEAM CLEANING, Inc., a
California Corporation located at 31191 Via Cristal, San Juan Capistrano, CA 92675
("Contractor"), is made with reference to the following recitals:
RECITALS
WHEREAS, the City desires to contract for services for the steam cleaning of
227,030 square feet of sidewalks, pavement, piers, trash cans, benches, and bus
canopies on a twice -weekly to quarterly basis.
WHEREAS, on April 1, 2010 a Request for Proposals ("RFP") requesting
proposals for the steam cleaning of 227,030 square feet of sidewalks, pavement, piers,
trash cans, benches, and bus canopies was mailed to firms performing this service.
WHEREAS, the Contractor HydroBlast, Inc. was deemed to be the most qualified
to perform the work out of those firms which responded to the RFP.
WHEREAS, on September 14, 2010 the agreement with HydroBlast was
terminated.
WHEREAS, the Contractor was deemed to be the second -most qualified 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
Unless earlier terminated in accordance with Section 20 of this Agreement, the initial
term of this Agreement shall be for a period of two (2) years. The initial term shall
commence on September 15, 2010, after City Council approval of this Agreement, and
upon receipt and approval of all required certificates of insurance.
The term of this Agreement may be extended for three (3) additional one (1) year terms
with the extensions to automatically commence upon the expiration of the initial term or
any extended term, unless the City notifies Contractor in writing at least thirty (30) days
before the end of the initial term or any extended term, of its intent to terminate this
Agreement at the conclusion of the initial term or any extension. Time is of the essence
in the performance of services under this Agreement. The term of the Agreement shall
not extend beyond September 14, 2015, without a separate 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
General Services 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 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 12
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 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 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.
K 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.
1. 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 13
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 City's Lithocrete
sidewalks, designer roadways, concrete Piers (Balboa and Newport Piers),
roadways, trash cans, benches, and bus canopies at the time of commencement
of this Agreement. Contractor is also familiar with all existing installations, both
public and private, in the area where 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 good maintenance practices as dictated by
the highest standards within the maintenance 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 steam
cleaning activity and shall immediately clean up any such spillage, dropping, or
scattering. Standards, schedules, and frequencies may be modified from time to
time as deemed necessary by the City for the proper maintenance of the sites.
Due to different materials and debris throughout the City, steam cleaning may
require slower cleaning speed and/or multiple passes. Streets with raised
medians (commercial and residential) shall have their curb -gutter perimeter
swept, including turnouts. Any steam cleaning equipment used must not deposit
debris onto private or public property.
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 One Hundred Eighty -Five
Thousand Three Hundred Eighty Dollars and No/100 ($185,360.00) per year, subject
to the Consumer Price Index adjustment after the first year, as further defined below.
Contractor shall submit invoices 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 14
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 June 1,
2010, the index to be used for the numerator is the index for the month of June 2010
and the index to be used for the denominator is June 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.
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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 15
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
indirectly) to any Work performed or Contract Services provided under this Agreement
(including, without limitation, defects in workmanship and/or materials) or Contractors
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 Contractors 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 Califomia, 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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 16
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 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
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 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.
D. Other Insurance Provisions or Requirements
The policies are to contain, or be endorsed to contain, the following provisions:
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.
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,
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 17
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. RECORDWREPORTS
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.
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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 18
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 General Services 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 General Services Department.
The General Services 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
($1,000.00). Additional services, may be billed in accordance with the per mile
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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 19
Contractor's unit costs specified in Exhibit C. In the event the location is
withdrawn for a period of less than a full two (2) 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.
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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 110
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, General Services 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:
Mark Hoogstraten
Bonanza Steam Cleaning, Inc.
31191 Via Cristal
San Juan Capistrano, CA 92675
20. TERMINATIONIDEFAULT
A. 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.
B. 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 111
written notice thereof and the City shall have fifteen (15) working days to cure the
alleged breach.
C. 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
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.
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
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 concerning 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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 112
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 rale 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.
[Signatures on following page]
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 113
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� L I (,A, ":2eonie
Mulvihill,,
Assistant City Attorney
ATTEST:
Leilani Brown,
City Clerk
Attachments:
Exhibit A — Scope of Work, Maps
Exhibit B — Total Annual Cost Form
Exhibit C — Unit Price Form
A09-00335
CITY OF NEWPORT BEACH
A California Municipal Corporation and
Charter City
By:
Keith D. Curry
Mayor
CONTRACTOR: BONANZA STEAM
CLEANING, INC., a California
Corporation
By:,.� f
Mark Hoogstraten
Title:
By:h,
Name:
Title: � D 011 �j 197-P—A Tb 'L
[End of signatures]
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 1 14
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. Provide the supervision, equipment, tools, labor, and materials, to steam
clean 135,740 square feet of Lithocrete sidewalks and designer roadway
pavement in Balboa Village area identified on the enclosed map on page A-
3. The Contractor shall develop and execute a schedule to perform
sidewalk and roadway steam cleaning tasks once per week from May
through September, and once per month from October through April.
2. Provide the supervision, equipment, tools, labor, and materials to steam
clean 24,240 square feet of Lithocrete sidewalks in the Marine Ave area
identified on the enclosed map on page A-4. The Contractor shall develop
and execute a schedule to perform the sidewalk steam cleaning tasks twice
per month.
3. Provide the supervision, equipment, tools, labor, and materials to steam
clean 67,050 square feet of Lithocrete sidewalks in the McFadden Square
area identified on the enclosed map on page A-5. The Contractor shall
develop and execute a schedule to perform the sidewalk steam cleaning
tasks twice per month, and memorial steam cleaning tasks twice per week.
4. Provide the supervision, equipment, tools, labor, and materials, to steam
clean the concrete Balboa and Newport Piers identified on the enclosed
map on pages A-3 and A-5. The Contractor shall develop and execute a
schedule to perform concrete steam cleaning tasks of the pier ends once
per week from May through September, and once per month from October
through April. The Contractor shall develop and execute a schedule to
perform concrete steam cleaning tasks of the piers once per month from
May through September, and once per three months from October through
April.
5. Provide the supervision, equipment, tools, labor, and materials to steam
clean 36 trash cans, 39 benches, and 6 bus canopies in the Corona del Mar
area identified on the enclosed map on page A-6. The Contractor shall
develop and execute a schedule to perform the steam cleaning tasks once
per month.
6. Remove gum, spills, dirt, spots, blood, fish oil, graffiti, and dirt and grime
from the contract areas identified in the enclosed maps at every cleaning.
In the case of hard to remove stains, the Contractor shall utilize an
environmentally sensitive stain remover.
7. Contractor will be required to utilize mechanical means to collect the
wastewater generated during the performance of the steam cleaning tasks
described in the RFP. In all areas, zero discharge of wastewater will be
A-1
allowed. Contractor shall recycle the residual water for reuse and properly
dispose of wastewater.
8. Contractor shall ensure that storm drain inlets are properly dammed with
sand bags and/or filter fabric to prevent entry of water or debris into the
storm drain system during performance of steam cleaning tasks.
9. Contractor shall clean contract area utilizing a hot water pressure washer
(minimum of 2,500 PSI) with either a 20 -degree or 30 -degree spray tip set
at a minimum of 180 degrees Fahrenheit. The pressure washing spray tip
must remain at a minimum of 18" from the cleaning surface in order to
reduce the potential for damages to the cleaning surface. The Contractor
will be responsible for damages to sidewalks and roadway pavements
resulting from excessive water pressure, heat and/or improper cleaning
techniques.
A-2
A-3
0 0 0
o
�4arine Avenue
f
s^s
Pressure Washing Proposal
f
�`rl
BAY FRONT
ALLEY
333
330
333
(��,--,--
7226pa'R
333
332 A -D
ill
331
%
s14
327
6
33t
326 A -D 329
1
327
F
325
324
325
I 32A
jj=28
325
324
323
327
323
7 322 323
32
3z2 32
3z2C
321
320
321...
320 A D 321
320
319
316
'319 319A
318
379
318 1�
3198
318
316
317 w 316
12
317
316
1317 z
316
a
315 ; 314
315
314
315112 o
314A
3148
313 312
,313 1,2
s <. 312
315
319 vz :
312 312 W
313
313
311
316
374
310
311
310
309
308.
306 12
309.
306
30E
307
306
"' 3468
GpHAL AY
306-rrz
307
306 A
307
306
.3.04
305 10,
.: 304 1?9
305
�, 363
305.
30
303
302:
301•:
302 1A
3i?3:
302
302
301
300
900 1
".
399
301.
4366s9
R
���••...
300
BALBOA
AVE
227
226.'.
ff—
229 A C
,' 12K A.0
227.
X2H Ire c
..225
1
2252
„1
227 1&
826
,"3.24'.'
2:.4
225
224
223
222
223
222
Z23
221
220
:221
22.01..
,222
219
216:
219 it2
.2.20
?` 216 1!2
:1219
,t 218
219.
216
217
216 -
211A
;�; 216 N2
117
9.16
217:
216
215
214
216
214
215
214
219 1+k
213
2112
213
213.
212
21.1
210:
211A
x.210
: R1U
2111
210
2m 1ik.:
206
209.
209
,.206
209
206
207
206
43
267 ft159
205
Z07
206
''�
206 r•2
205
204
'.204
205
204
203 V2
203 c
y
205 14
2ti2
203
202
S,dewalks(24240 s9-%)
1306
1
200
e
X04
1398
:$01
"13:
201
6
6139„ q,k.•...,.
ft
PARR AVE
Q&. Astl E
1;N35
1P61.s9 ft
1L' s9'k
-IF
12Y
126
12?
26
a
127
124
125
124
x3
t25
1?4
N zs
122 4T
123
1$2
13x3'.
. t22
21
121 t12
m
F Sidewalk Maintenance <
Mcfatltlen Sq
d`
� G
sr t
�J
W.DDEN 60U.E 09 sa R)
nabW TPIER (3ID90 s,I
z4c
M.
14,
�qp
0
1
_
�I
Y m
WS AINFA thyL
1 '
P
�..- �
"_•
Ira
v
\ IARK`vGUF IVE n' t\R44P4RME
�0 ,
fY�e
MMtAUPAiTC A9E y
�">
h�. °
�y
itS
I
� 1j I
,y0R4.
CD
A — �
O
y
NARCISSUS AYE
�
1
_ 3 Q
•. L'�I
- SK. 1
_
r.
It
e I
PoNNstiTfnAvf
I
i
PGPPYAVh ;2 VPFPYAVE
.��
� `
-pt,
y0h0
H4hLDR
k v.i
qF
'•
E
E t
�
fdafcht
� Ys
f
�
^
M.
EXHIBIT B: TOTAL ANNUAL COST FORM
Total Annual Cost Form
Area
Total Annual Cost
Balboa Village (135,740 sq ft)
Marine Ave (24,240 sq ft)
McFadden Square (67,050 sq ft)
Corona del Mar (36 trash cans, 39 benches, 6 bus
canopies)
$ 109.948.00
$ 17,448.00
$ 48,264.00
$ 9,720.00
Total Annual Cost
$ 185.380.00
Rix
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
Square foot
Trash Can
Bench
Bus Canopy
Balboa Pier End
Newport Pier End
Supplemental call -out hourly rate for special
cleaning (2 -hour minimum, travel time not included)
$ 0.03
$ 10.00
$ 10.00
$ 10.00
$ 260.00
$ 260.00
$ 60.00
C-1
+0"W
.py
y fi MUNICIPAL OPERATIONS
DEPARTMENT�E/G
E_
Dave Kiff, City Manager
From: Mark Harmon, Director
Date: March 13, 2013
Subject: Balboa Village Maintenance Program Amendment
nr-
On February 13th, Community Development staff and I met with the Balboa Village Advisory
Committee about enhancements to the current maintenance program in the area. Below are
the following recommendations for enhancements to the current maintenance program:
Sidewalk Steam Cleaning
One of those enhancements requires increasing the square footage and dollar amount of the
sidewalk steam cleaning agreement via an amendment.
Staff have prepared a contract amendment to the agreement with Bonanza Steam Cleaning in
the amount of $62,500 in order to include additional areas of the Balboa Village (Adams Street,
Bay Avenue, and the Fun Zone Boardwalk) in the sidewalk steam cleaning maintenance
program through September 2015, when the agreement expires.
We are also requesting a Budget Amendment appropriating $25,000.00 from the General Fund
to the Operations Support Contract Services Account No. 3140-8088 for the remainder of the
Fiscal Year.
Trash Receptacles
Another enhancement to the Balboa Village area is the replacement of 12 trash receptacles at
a total cost of $11,800. The new designer concrete receptacles will feature a stenciled kelp
design, sandblasted concrete, and a fiberglass lid that match the existing designer concrete
receptacles in the area. The on-going maintenance cost of these additional designer
receptacles will be about $2,500 annually. The funding for these replacements and on-going
maintenance will come from the existing Operations Support maintenance accounts.
Plant Containers
Lastly, there are standing planters and hanging baskets that are proposed to be replanted
entirely with drought -tolerant plants at a total cost of $5,000 in order to provide year-round
color. Of the standing planters, 23 need to be repainted at a total cost of $650. The on-going
cost for repainting and replacing the standing planters will be about $1,100 annually. The
funding for these replacements and on-going maintenance will come from the existing Parks &
Trees maintenance accounts.
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 15
September 14, 2010
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: General Services Department
Mark Harmon, Director
(949) 644-3055, mharmon@newportbeachca.gov
SUBJECT: Terminate agreement with HydroBlast, Inc. for Sidewalk Steam
Cleaning Services and Contract with Bonanza Steam Cleaning, Inc.
for Sidewalk Steam Cleaning Services
ISSUE:
Staff is requesting approval to terminate the agreement with HydroBlast of Orange and
execute an agreement with Bonanza Steam Cleaning of San Juan Capistrano to
provide sidewalk steam cleaning services for a period of up to five years.
RECOMMENDATION:
Terminate the agreement with HydroBlast and approve an agreement with Bonanza
Steam Cleaning to provide sidewalk steam cleaning services for two (2) years with an
option of three (3) one-year extensions.
DISCUSSION:
Current Contract
The General Services Department circulated a Request for Proposals (RFP) in March of
this year for sidewalk steam cleaning services at specific locations (Attachment #1).
The City Council approved an agreement with HydroBlast at the May 11 meeting
(Attachment #2). HydroBlast commenced work June 1.
Insufficient Performance
A Letter of Improvement, dated July 1, was sent to HydroBlast regarding observed
performance -related issues including: cleanings not completed within scheduled time,
numerous requests for re -cleanings due to the jobs not being completed to satisfaction,
Terminate Agreement with HydroBlast and
Contract with Bonanza Steam Cleaning for Sidewalk Steam Cleaning Services
September 14, 2010
Page 2
and a Notice of Violation issued by Code Enforcement for prohibited discharge because
they were not capturing the waste water (Attachment #3). On July 30, a Letter of
Termination was sent by certified mail to the Contractor (Attachment #4). HydroBlast
was provided ample opportunity to improve performance and failed to meet the agreed
upon standard of performance as required in the Agreement.
The General Services Department holds all of its contractors to the highest industry
standards and the majority of contractors meets or exceeds those standards.
Recommended Contractor
Bonanza Steam Cleaning submitted the second lowest, responsive proposal of the firms
responding to the RFP. Based in San Juan Capistrano, Bonanza Steam Cleaning has
provided sidewalk steam cleaning and other similar cleaning services utilizing a closed-
loop cleaning process for 17 years. Bonanza Steam Cleaning holds contracts with the
cities of Dana Point, Lake Forest, and Mission Viejo. Staff completed reference checks
with those cities, who stated that they would recommend the contractor. Bonanza
Steam Cleaning provided a satisfactory on-site demonstration of their equipment and
technical knowledge of steam cleaning practices that recover waste water runoff. A
draft agreement with Bonanza Steam Cleaning is included with this report (Attachment
#5).
Environmental Review:
This action is not subject to the California Environmental Quality Act ("CEQA") pursuant
to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable
indirect physical change in the environment) and 15060(c)(3) (the activity is not a
project as defined in Section 15378) of the CEQA Guidelines, California Code of
Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical
change to the environment, directly or indirectly.
Legal Review:
The City Attorney's Office has reviewed this report and the attached agreement with
Bonanza Steam Cleaning.
Public Notice:
This agenda item was noticed according to the Ralph M. Brown Act (72 hours in
advance of the public meeting at which the City Council considers the item).
Funding Availability
Funding for this agreement is included in the Fiscal Year 2010-11 budget. The annual
cost for sidewalk steam cleaning services under the current contract is $179,040 per
Terminate Agreement with HydroBlast and
Contract with Bonanza Steam Cleaning for Sidewalk Steam Cleaning Services
September 14, 2010
Page 3
year. Based on the proposal from Bonanza Steam Cleaning of $185,380, this
agreement would represent an increase of approximately $6,340 per year.
Consistent with current practice, staff will continue to evaluate the service levels and
frequency on a per -site basis in order to reduce costs, based upon weather and the
amount of debris.
Prepared by:
T'tti2/II✓'t�.
Maurice Turner
Administrative Analyst
Attachments
Submitted by:
Mark Harmon
General Services Director
1. Map of Specific Locations
2. Staff Report May 11, 2010 (less attachment)
3. Letter of Improvement to HydroBlast July 1, 2010
4. Letter of Termination to HydroBlast July 30, 2010
5. Agreement with Bonanza Steam Cleaning, Inc.
/
S`'51
e"ll
Sidewalk Maintenance
Balboa Village
O
PHASE -1
LITHOCRETE SIDEWALK (11390 sq.ft.)
® LITHOCRETE - PATTERNED (5780 sq.ft.)
PHASE -2
- LITHOCRETE SIDEWALK (21230 sq.ft.)
® LITHOCRETE - PATTERNED (30950 sq.ft.)
space
MAIN ST. DESIGNER CONCRETE (21150 sq.ft.)
* ZERO DISCHARGE WATER
- CONCRETE SIDEWALK (18540 sq.ft.)
® BALBOA PIER (26700 sq.ft.)
Janus =10 BabmVillaW Bitlaxal� eevimul
N
W-4 E <4E
IS
0 75 150
Feet
N FWPORT
Lf') 0 o NJco;""" Marine Avenue N
r> CDCN CNI _ r v
rcoPressure Washing Proposal
0
r co
rn r
333
327
325
323
321
319
317
315
313
311
309
307 1
303
301
W
a
z
0
BAY FRONT ALLEY N
330
326 112
326
324
322
320
318
316 1/2
316
314
312
310
308
306
304
302
300
inn 1
333
331
325
323
321
319 319A
319B
317
315
313 1/2
313
311
307
305 112
305
301
BALBOA AVE
7226 sq! ft.
1 332 A -D
W
a
W
Z
s
a
. ft.
PARK AVE
W fg
1z07y1305127 126
S 127
125 124
0 zs so 7s
122 1/2
F� 122 123
121 1 120 1211/2
DeG2009 MarineAve_PmssureWashing.mxd
324
3 322B
22
322C
320 A -D
318
316
314
312
310
308 112
308
306 B
306 A
304 1/2
304
302 1/2
302
mol
226 A -C
224
222
220 1/2
220
218 1/2
218
216 1/2
216
214
210
208
206
204
200
124
122
333
331
329
327
325
323
321
319
317
315 1/2
315
313 1/2
313
311
309
307
305
303
301
227
227 1/2
225
223
221
219
217
215
213
211
209
207
205
205 1/2
203
201
127
125
123
0671
S�.
324
322 32,
32
320
318 1/2
318
316
314 A
314 B
312 1/2
312
310
308
CANAL WAYI
306 112
306
304
302
300
226 1/2
226
224
222
218
216
214
212
210
208
206
206 1/2
204
202
200
126
124
122
227
226
229 A -C
225
224
2251/2
225
223
222
223
221
220
221
219
218
219 1/2
219
217
216
217 A
217
215
214
215
213 1/2
213
212
213
211
210
211 A
211
209 1/2
208
209
209
4371
sq.
207
206
207
ft.
205
204
203 1/2202
sq. ft.)
203
1306 201
o Sidewalks
(24240
1304
1308
PARK AVE
W fg
1z07y1305127 126
S 127
125 124
0 zs so 7s
122 1/2
F� 122 123
121 1 120 1211/2
DeG2009 MarineAve_PmssureWashing.mxd
324
3 322B
22
322C
320 A -D
318
316
314
312
310
308 112
308
306 B
306 A
304 1/2
304
302 1/2
302
mol
226 A -C
224
222
220 1/2
220
218 1/2
218
216 1/2
216
214
210
208
206
204
200
124
122
333
331
329
327
325
323
321
319
317
315 1/2
315
313 1/2
313
311
309
307
305
303
301
227
227 1/2
225
223
221
219
217
215
213
211
209
207
205
205 1/2
203
201
127
125
123
0671
S�.
324
322 32,
32
320
318 1/2
318
316
314 A
314 B
312 1/2
312
310
308
CANAL WAYI
306 112
306
304
302
300
226 1/2
226
224
222
218
216
214
212
210
208
206
206 1/2
204
202
200
126
124
122
v a'a
Sidewalk Maintenance
McFadden Square
� 7r
� s
��s ^011 'a�an s ? G lgdb
00
2,'02
a09 230O
0
10, 1 � 2e
O McFADDEN SQUARE (35600 sq. ft.)
- NEWPORT PIER (31450 sq.ft.)
McFadden Sidewalk_areas_mvl.mxd JanuaryMIO
ft.
IPN
W
S
0 75 150
Feet
D�
0
a °
O
O
35600 sq. ft.
r WPORT
99'Sy OA
P OP N N
aze '\5G 1�1 r m ku 2e.o a e,1 O,o(�\FL '9G 2 PJ`G
ar s F
03 s ? g 92— 9G ECIO�O
2603 n 2e2e $ N F S
O $&=
23,] COAST
I.1 HWYE
1 a e z e5 _ 1 1 0
1 •�� `� n N N S< , 3�� M J
n is L
O N n m r �', h^ m �I
,A
Oy�A- 00 y� 9
9G 90� 7z- FOZ GF 92-�
2
p� 9G 9GO PJB OAF vG JE 7z-
%101
® 9GF
W
U)
R'
3111
LUry5 g Q
�c a
rn
�Sa�oc 3
FIRSTAVE
00
i
A"
LIJ
Q A�
Ix
Y
g BAYSIDE DR
>
Q
LUirW
p
R m 3321 COAST H
1� 3]1�1
3v �mA3R R� � ^m m n;R Y 61
$ a 3111
a,
gDoomuU uU I I
SECOND AVE �I
Q o
} J
a LIJ
LU
> a a =
O
N W
m � a co
� Z L
O
WY E
o
Legend Corona del Mar Trash and Bench Locations
Trash Can note: Mapped locations are approximate.
Bus Canopy
1�1 Bench 0 so too 200 300 ano
Feet
CDM SVeetFumilureLocaGons.m c! Dec 2009
TO:
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Attachment 1
Agenda Item No. 16
May 11, 2010
HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: General Services Department
Mark Harmon, Director
(949) 644-3055, mharmon@newportbeachca.gov
SUBJECT: Contract with HydroBlast, Inc. for Sidewalk Steam Cleaning Services
ISSUE:
Should the City execute an agreement with HydroBlast of Orange to provide sidewalk
steam cleaning services for a period of up to five years?
RECOMMENDATION:
Approve an agreement with HydroBlast to provide sidewalk steam cleaning services for
two (2) years with an option of three (3) one-year extensions.
DISCUSSION:
Backqround
Balboa Village, Marine Avenue, McFadden Square, and Corona del Mar are some of
the City's highest pedestrian traffic areas during the summer months and attract
thousands of visitors each spring and summer season. Since 2002 over 200,000
square feet of Lithocrete sidewalk and designer roadway pavement has been installed
as part of a renovation project designed to increase public interest in and patronage of
shops and businesses. Both Newport and Balboa Piers are also steam cleaned on an
as -needed basis for the enjoyment of visitors and residents.
The existing contract with Dworsky Industries expired on April 30, 2010.
Contract with HydroBlast for Sidewalk Steam Cleaning Services
May 11, 2010
Page 2
Proiect Description
The steam cleaning of 227,030 square feet of Lithocrete sidewalk and designer
roadway pavement, trash cans, benches, and bus canopies needs to be completed on
regular basis in order to remove debris left behind from food spills, fishing, and bird
activity. The intervals range from twice -weekly cleaning of sidewalks in high -traffic areas
during the summer to quarterly cleaning of benches and bus canopies.
Proposal Process and Analysis
On April 1, a copy of the RFP was mailed to eight companies on file with the General
Services Department. The deadline for submitting a proposal to the City was April 13.
Prior to this deadline, the City received four proposals for steam cleaning services.
Cost Information
Each vendor was required to submit a total cost that included separate cost proposals
for each of the following areas: Balboa Village, Marine Avenue, McFadden Square, and
Corona del Mar. As the following chart indicates, HydroBlast submitted the lowest,
responsive proposal.
Current $136,000 ($43,040
HydroBlast $179,040 $0
Bonanza Steam Cleaning $185,380 $6,340
Dworsky $233,380 $54,340
Sunset Property Services $245,938 $66,898
Recommended Contractor
HydroBlast submitted the lowest, responsive proposal. Based in Orange, HydroBlast
has provided sidewalk steam cleaning and other similar cleaning services utilizing a
closed-loop cleaning process for ten years. HydroBlast holds contracts with the City of
Santa Ana and Industrial Cleaning Professionals. HydroBlast provided a satisfactory
on-site demonstration of their equipment and technical knowledge of steam cleaning
practices that recover waste water runoff.
Financial Review
Funding for this agreement will be included in the Fiscal Year 2010-11 budget. The
current annual cost for sidewalk steam cleaning services under the current contract is
$136,000 per year. Based on the proposal from HydroBlast of $179,040, this
agreement would represent an increase of approximately $43,040 per year.
F1
Contract with HydroBlast for Sidewalk Steam Cleaning Services
May 11, 2010
Page 3
Consistent with current practice, staff will continue to evaluate the service levels and
frequency on a per -site basis in order to reduce costs, based upon weather and the
amount of debris.
Environmental Review:
This action is not subject to the California Environmental Quality Act ("CEQA") pursuant
to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable
indirect physical change in the environment) and 15060(c)(3) (the activity is not a
project as defined in Section 15378) of the CEQA Guidelines, California Code of
Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical
change to the environment, directly or indirectly.
Public Notice:
This agenda item was noticed according to the Ralph M. Brown Act (72 hours in
advance of the public meeting at which the City Council considers the item).
Prepared by:
Maurice Tu ner
Administrative Analyst
Attachments
1. Agreement
General Services Director
3
Attachment 2
CITY OF NEWPORT BEACH
GENERAL SERVICES DEPARTMENT
Mark Hannon, Director
July 1, 2010
Mr. Rodney Ward
HydroBlast, Inc.
726 W. Angus Avenue, Unit G
Orange, CA 92868
Dear Mr. Ward,
On June 7, 2010, your company, HydroBlast, Inc. commenced work steam cleaning
for the City of Newport Beach. In the period you have been under contract, you have
experienced ongoing problems with your equipment. Additionally, on several
occasions, you have been required to return and re -clean areas before the work was
accepted by City staff.
The following is a brief list of the deficiencies we have experienced this month:
June 7 - First day of work in the City, Balboa Boulevard and Coast Highway
sidewalks - vacuum system did not work well, and because of this, the job was
taking much longer than it should have.
June 10 - Balboa Island sidewalks - Vacuum system was not collecting the
amount of water flowing into the street. On that date, you were reminded by
Operations Support Superintendent Jim Auger and Beach Supervisor Joe
Delgado that BMP's must be in place in front of catch basins and that all water
must be recovered. Since the vacuum system was not working properly, your
personnel left water and leaves in the street and gutter and vacated the area.
Our Code Enforcement/Water Quality Division issued your company a Notice of
Violation for prohibited discharges.
June 14 - Steam cleaned the ends of the Newport and Balboa Piers. After Mr.
Delgado's inspection, the Balboa Pier was insufficiently cleaned and required to
be re -cleaned.
June 15 - The Balboa Pier was re -cleaned. Crayon marks remained on the
concrete around Ruby's restaurant, and the area appeared dirty. Mr. Delgado
advised that your work was still unacceptable and that you would not be paid
for this service. We also received a complaint from the manager of Ruby's
regarding the condition of the Pier. You were also instructed to bring a
floodlight so you can better view the area you are cleaning in the early morning
hours.
June 17 - The Balboa Pier was cleaned a third time. The quality of the work
was better and the completed work was accepted.
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3055 • Fax: (949) 650-0747 • www.city.newport-beach.ca.us
June 21 - The second scheduled cleaning for Marine Avenue on Balboa Island.
When Mr. Delgado arrived to check your work, there were no BMP's covering
the storm drains and catch basins. You were asked to slow down and do a
better job of removing spots and stains, and check completed work before
moving forward.
June 25 - When inspecting your work at the Corona del Mar Clock Tower, Mr.
Delgado discovered you were not recovering any water. There were no BMP's in
place and you were allowing all of the water to drain into a catch basin. Also,
you stated that you "thought you had a crew out there" when questioned about
whether the street furniture was cleaned.
June 28 - Mr. Delgado asked Steve Ammann if the cleaning in Corona del Mar
was completed, and he admitted that the street furniture needed to be re-
cleaned.
Thus far, your performance has clearly been below City standards, and your lack of
attention to water quality issues is in violation of the Agreement, as well as state and
local laws. You are advised you are not to perform any steam cleaning activities
without BMP's in place and ALL water being recovered. If your vacuum equipment is
not sufficient to recover the water from the cleaning activities, you must upgrade this
equipment if you are to continue working for the City.
In conclusion, you must show immediate improvement in your performance.
Sincerely,
Mark Harmon, Director
General Services Department
Cc: Jim Auger, Operations Support Superintendent
Mike Pisani, Deputy General Services Director
Attachment 3
COPY `€
CITY O NEWPORT
GENERAL SERVICES DEPARTMENT
Mark Harmon, Director
July 30, 2010
Ira U.S. First -Class Certified Mail
Mr. Rodney Ward
HydroBlast, Inc.
726 W. Angus Ave., Unit G
Orange, CA 92868
RE: AGREEMENT FOR SIDEWALK STEAM CLEANING SERVICES
DATED MAY 11, 2010
Dear Mr. Ward:
The City of Newport Beach ("City') previously notified you via correspondence dated July
1, 2010 of its concerns regarding the performance of HydroB(ast, Inc. ("HydroBlast") under
the terns of the above -referenced Agreement for Sidewalk Steam Cleaning Services
dated May 11, 2010 ("Agreement"). Notwithstanding this notice, HydroBlast's
performance to date is insufficient and below City standards. As a result, the purpose of
this letter is to provide HydroBlast notice of the City's intent to terminate the Agreement
pursuant to Section 20, effective September 14, 2010.
The City understands that HydroBlast will continue to perform steam cleaning services as
required under the Agreement until September 14, 2010. Please note, however, that
should HydroBlast's performance continue to be substandard, the City may withhold all or
portion the compensation due to HydroBlast pursuant to Section 20(C) of the Agreement.
Sincerely,
Mark Hannon, Director
General Services Department
Cc: Assistant City Attorney
Deputy General Services Director
Operations Support Superintendent
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3055 - Fax: (949) 650-0747 • www.city.newport-beach.ca.us
Attachment 4
AGREEMENT FOR SIDEWALK STEAM CLEANING SERVICES
WITH BONANZA STEAM CLEANING, INC.
THIS STEAM CLEANING AGREEMENT ("Agreement'), entered into this _ day of
September 2010, by and between the City of Newport Beach, a California Municipal
Corporation and Charter City ("City"), and, BONANZA STEAM CLEANING, Inc., a
California Corporation located at 31191 Via Cristal, San Juan Capistrano, CA 92675
("Contractor"), is made with reference to the following recitals:
RECITALS
WHEREAS, the City desires to contract for services for the steam cleaning of
227,030 square feet of sidewalks, pavement, piers, trash cans, benches, and bus
canopies on a twice -weekly to quarterly basis.
WHEREAS, on April 1, 2010 a Request for Proposals ("RFP") requesting
proposals for the steam cleaning of 227,030 square feet of sidewalks, pavement, piers,
trash cans, benches, and bus canopies was mailed to firms performing this service.
WHEREAS, the Contractor HydroBlast, Inc. was deemed to be the most qualified
to perform the work out of those firms which responded to the RFP.
WHEREAS, on September 14, 2010 the agreement with HydroBlast was
terminated.
WHEREAS, the Contractor was deemed to be the second -most qualified 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
Unless earlier terminated in accordance with Section 20 of this Agreement, the initial
term of this Agreement shall be for a period of two (2) years. The initial term shall
commence on September 15, 2010, after City Council approval of this Agreement, and
upon receipt and approval of all required certificates of insurance.
The term of this Agreement may be extended for three (3) additional one (1) year terms
with the extensions to automatically commence upon the expiration of the initial term or
any extended term, unless the City notifies Contractor in writing at least thirty (30) days
before the end of the initial term or any extended term, of its intent to terminate this
Agreement at the conclusion of the initial term or any extension. Time is of the essence
in the performance of services under this Agreement. The term of the Agreement shall
not extend beyond September 14, 2015, without a separate 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
General Services 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 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 12
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 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 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 13
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 City's Lithocrete
sidewalks, designer roadways, concrete Piers (Balboa and Newport Piers),
roadways, trash cans, benches, and bus canopies at the time of commencement
of this Agreement. Contractor is also familiar with all existing installations, both
public and private, in the area where 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 good maintenance practices as dictated by
the highest standards within the maintenance 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 steam
cleaning activity and shall immediately clean up any such spillage, dropping, or
scattering. Standards, schedules, and frequencies may be modified from time to
time as deemed necessary by the City for the proper maintenance of the sites.
Due to different materials and debris throughout the City, steam cleaning may
require slower cleaning speed and/or multiple passes. Streets with raised
medians (commercial and residential) shall have their curb -gutter perimeter
swept, including turnouts. Any steam cleaning equipment used must not deposit
debris onto private or public property.
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 One Hundred Eighty -Five
Thousand Three Hundred Eighty Dollars and No/100 ($185,380.00) per year, subject
to the Consumer Price Index adjustment after the first year, as further defined below.
Contractor shall submit invoices 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 14
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 June 1,
2010, the index to be used for the numerator is the index for the month of June 2010
and the index to be used for the denominator is June 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.
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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 15
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
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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 16
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 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
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 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.
D. Other Insurance Provisions or Requirements
The policies are to contain, or be endorsed to contain, the following provisions:
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.
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,
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 17
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.
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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 18
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 General Services 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 General Services Department.
The General Services 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
($1,000.00). Additional services, may be billed in accordance with the per mile
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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 19
Contractor's unit costs specified in Exhibit C. In the event the location is
withdrawn for a period of less than a full two (2) 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.
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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 110
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, General Services 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:
Mark Hoogstraten
Bonanza Steam Cleaning, Inc.
31191 Via Cristal
San Juan Capistrano, CA 92675
20. TERMINATION/DEFAULT
A. 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.
B. 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
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 111
written notice thereof and the City shall have fifteen (15) working days to cure the
alleged breach.
C. 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
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.
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
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 concerning 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.
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 112
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.
[Signatures on following page]
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 113
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:
Leonie Mulvihill,
Assistant City Attorney
ATTEST:
Leilani Brown,
City Clerk
Attachments:
Exhibit A — Scope of Work, Maps
Exhibit B — Total Annual Cost Form
Exhibit C — Unit Price Form
A09-00335
CITY OF NEWPORT BEACH
A California Municipal Corporation and
Charter City
Keith D. Curry
Mayor
CONTRACTOR: BONANZA STEAM
CLEANING, INC., a California
Corporation
A
Mark Hoogstraten
Title:
By:
Name:
Title:
[End of signatures]
Sidewalk Steam Cleaning Bonanza Steam Cleaning, Inc. Page 114
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. Provide the supervision, equipment, tools, labor, and materials, to steam
clean 135,740 square feet of Lithocrete sidewalks and designer roadway
pavement in Balboa Village area identified on the enclosed map on page A-
3. The Contractor shall develop and execute a schedule to perform
sidewalk and roadway steam cleaning tasks once per week from May
through September, and once per month from October through April.
2. Provide the supervision, equipment, tools, labor, and materials to steam
clean 24,240 square feet of Lithocrete sidewalks in the Marine Ave area
identified on the enclosed map on page A-4. The Contractor shall develop
and execute a schedule to perform the sidewalk steam cleaning tasks twice
per month.
3. Provide the supervision, equipment, tools, labor, and materials to steam
clean 67,050 square feet of Lithocrete sidewalks in the McFadden Square
area identified on the enclosed map on page A-5. The Contractor shall
develop and execute a schedule to perform the sidewalk steam cleaning
tasks twice per month, and memorial steam cleaning tasks twice per week.
4. Provide the supervision, equipment, tools, labor, and materials, to steam
clean the concrete Balboa and Newport Piers identified on the enclosed
map on pages A-3 and A-5. The Contractor shall develop and execute a
schedule to perform concrete steam cleaning tasks of the pier ends once
per week from May through September, and once per month from October
through April. The Contractor shall develop and execute a schedule to
perform concrete steam cleaning tasks of the piers once per month from
May through September, and once per three months from October through
April.
5. Provide the supervision, equipment, tools, labor, and materials to steam
clean 36 trash cans, 39 benches, and 6 bus canopies in the Corona del Mar
area identified on the enclosed map on page A-6. The Contractor shall
develop and execute a schedule to perform the steam cleaning tasks once
per month.
6. Remove gum, spills, dirt, spots, blood, fish oil, graffiti, and dirt and grime
from the contract areas identified in the enclosed maps at every cleaning.
In the case of hard to remove stains, the Contractor shall utilize an
environmentally sensitive stain remover.
7. Contractor will be required to utilize mechanical means to collect the
wastewater generated during the performance of the steam cleaning tasks
described in the RFP. In all areas, zero discharge of wastewater will be
W
allowed. Contractor shall recycle the residual water for reuse and properly
dispose of wastewater.
8. Contractor shall ensure that storm drain inlets are properly dammed with
sand bags and/or filter fabric to prevent entry of water or debris into the
storm drain system during performance of steam cleaning tasks.
9. Contractor shall clean contract area utilizing a hot water pressure washer
(minimum of 2,500 PSI) with either a 20 -degree or 30 -degree spray tip set
at a minimum of 180 degrees Fahrenheit. The pressure washing spray tip
must remain at a minimum of 18" from the cleaning surface in order to
reduce the potential for damages to the cleaning surface. The Contractor
will be responsible for damages to sidewalks and roadway pavements
resulting from excessive water pressure, heat and/or improper cleaning
techniques.
►6a
Sidewalk f0laintenance
Balboa Village
A-3
4
8r.
\�
m'. mineo,a.M1l
�
�'_
I [ J maw s,. us�mca<oxaaacaz,:owx I h
op r q.xr
12
��y�yh�
A-3
O
O
O N
N
N
N
Pressure Washing Proposal
333
327
BAY FRONT ALLEY N
325
330
323
ozz6
sq a
332 AD
33£
321
1n
319
331
326
317
326 q -D
329
315
327
324
325
: 324
325
313
323 i
311
323
320
309
320 A D''
321
307
319 319A<
3193 '
303
319
316
316
112
301
a
7.
2:
2.
2'
21
S
o
(Pg Marine Avenue
Pressure Washing Proposal
BAY FRONT ALLEY N
330
333
ozz6
sq a
332 AD
33£
326
1n
331
326
331
326 q -D
329
327
324
325
: 324
325
322
323 i
322 3228.
322C
323
320
321 :
320 A D''
321
378
319 319A<
3193 '
318
319
316
316
112
317
a
316
317.
314
": 315
314
315:12.
112
313 to
Y
f
372
373 3n5
313,
:'.313.
110
': 311 -
k' 310
311.
08:
,r 308 1R
309
306
r:
06
1307 ?
3068
307
306 A
04
305 1/2
306
304 12
304
305.
32
301'1
302 92
303 'I
436559.
ft.
302
300
-
301
BALBOA AVEw
s6
229. A -C
,;
226 A7
:. nno 227(
,1 - S,d.Oks (24240 sq R )
PARNAVE
L4
125 ,124 y3�
25 5] 15
X122 i2 123 122
Feet i22..
121 21K/92
A-4
324:
322 m
302
'y > Sidewalk Maintenance t
McFadden Sq f
p a
a �
� xs.
} r
i \s
51
14 �$
~a
� tiO4�
I a
I
A-5
Elm
F`
rz
all
N,
AM,
Ij
IN
IN
MI
IV'
*1AVE
N,,
IN,
_NVI
NN,
IN
Elm
EXHIBIT B: TOTAL ANNUAL COST FORM
Total Annual Cost Form
Area
Total Annual Cost
Balboa Village (135,740 sq ft)
Marine Ave (24,240 sq ft)
McFadden Square (67,050 sq ft)
Corona del Mar (36 trash cans, 39 benches, 6 bus
canopies)
$ 109,948.00
$ 17,448.00
$ 48,264.00
$ 9,720.00
Tota! Annual Cost
$ 185,380.00
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
Square foot
Trash Can
Bench
Bus Canopy
Balboa Pier End
Newport Pier End
Supplemental call -out hourly rate for special
cleaning (2 -hour minimum, travel time not included)
$ 0.03
$ 10.00
$ 10.00
$ 10.00
$ 260.00
$ 260.00
$ 60.00
C-1