HomeMy WebLinkAbout11 - Amendment to Beach Container Refuse Collection Service Contract (Contract No. 4709)Q �EwPpRT
CITY OF
s NEWPORT BEACH
`q44:09 City Council Staff Report
January 27, 2026
Agenda Item No. 11
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director - 949-644-3311,
dawebb@newportbeachca.gov
PREPARED BY: Charles Springer, Senior Management Analyst — 949-718-3466,
cspringer@newportbeachca.gov
TITLE: Approval of Amendment No. Four to Beach Container Refuse
Collection Service Contract with Rainbow Disposal Co., Inc.
(Contract No. 4709)
ABSTRACT:
The City of Newport Beach contracts regular refuse collection from designated bins
located on City beaches. The current contract with Rainbow Disposal Co. (Rainbow) for
this service was approved in January 2011 and expires on February 28, 2026. As
recommended by the City Council's Ad Hoc Refuse Committee, staff requests an
amendment to the current agreement with Rainbow to extend the term to December 31,
2029, and increase the not -to -exceed amount by $694,494 to a new total of $3,740,000.
RECOMMENDATIONS:
a) Determine this action is exempt from the California Environmental Quality Act (CEQA)
pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because
this action will not result in a physical change to the environment, directly or indirectly;
b) Approve Amendment No. Four to Agreement with Rainbow Disposal Co., Inc. for
Beach Container Refuse Collection Service, increasing the total not -to -exceed
amount by $694,494.27 for a new contract total of $3,740,000, and extend the term to
December 31, 2029; and
c) Authorize the Mayor and City Clerk to execute the amendment.
DISCUSSION:
The City contracts with Rainbow for regular refuse collection service of trash containers
located on City beaches. Trash containers are distributed along the beaches of the
Peninsula, West Newport and Corona del Mar. Rainbow services 170 containers in the
winter period and 207 in the summer period.
Additionally, Orange County Waste & Recycling is in the process of revising its master
waste disposal agreements, which expire June 30, 2026, and govern landfill disposal
costs for local jurisdictions. The current draft County agreement proposes significant
landfill disposal rate increases, extending over the next 10 years. These County landfill
Approval of Amendment No. Four to Beach Container Refuse Collection Service
Contract with Rainbow Disposal Co., Inc. (Contract No. 4709)
January 27, 2026
Page 2
disposal costs are a pass -through contract cost to the City. In reviewing the draft County
agreement and considering the potential higher range of the proposed disposal cost, as
well as adding in a potential annual Consumer Price Index increase of 4.23%, staff
estimates the City's beach trash container contract cost could increase by an average of
$360,000 per year, or $1,350,000 over the extended term being requested as Rainbow
will pay these added county disposal cost and pass them on to the City.
To ensure the City can maintain and pay for future collection service, staff is requesting
approval of amendment No. Four to the agreement with Rainbow Disposal Co. for Beach
Container Refuse Collection Service to increase the total not -to -exceed amount by
$694,494, and extend the term to December 31, 2029.
FISCAL IMPACT:
The adopted budget includes sufficient funding for the remaining fiscal year. It will be
expensed to the Beach Trashcan Collection account in the Public Works Department,
0108051-811031. Additional necessary funding for future years will be programmed
during the annual budget process.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find 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.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of
the meeting at which the City Council considers the item).
ATTACHMENTS:
Attachment A — Amended Rate Sheet
Attachment B — Amendment No. Four to Beach Container Refuse Collection Service with
Rainbow Disposal Co.
Attachment A
Current Rates Effective 09/27/2025:
Rates Effective March 1, 2026:
EXHIBIT B
BILLING RATES
TIP RATE
$8.21
CART CLEANOUT RATE
$21.03
TIP RATE
$9.49
CART CLEANOUT RATE
$47.70
Attachment B
AMENDMENT NO. FOUR TO
AGREEMENT FOR BEACH CONTAINER REFUSE COLLECTION SERVICE
WITH RAINBOW DISPOSAL CO., INC.
THIS AMENDMENT NO. FOUR TO BEACH CONTAINER REFUSE
COLLECTION SERVICE AGREEMENT ("Amendment No. Four") is made and entered
into as of this 27th day of January, 2026 ("Effective Date"), by and between the CITY OF
NEWPORT BEACH, a California municipal corporation and charter city ("City"), and
RAINBOW DISPOSAL CO., INC., a California corporation ("Contractor"), whose address
on file with the Secretary of State is 18500 North Allied Way, Phoenix, Arizona 85054,
with a local address of 17121 Nichols Lane, Huntington Beach, CA 92647, and is made
with reference to the following:
RECITALS
A. On January 11, 2011, City and Contractor entered into an Agreement for Beach
Container Refuse Collection Service (Contract No. C-4709) ("Agreement") for
refuse collection, disposal and maintenance services for beach containers on a
regular basis ("Project").
B. On August 13, 2019, City and Contractor entered into Amendment No. One to the
Agreement ("Amendment No. One") to increase the total compensation based
upon an unanticipated increase in the volume of services, to amend the
Administration and Notices sections of the Agreement, and to add sections related
to No Attorneys Fees and Counterparts.
C. On October 13, 2020, City and Contractor entered into Amendment No. Two
("Amendment No. Two") to increase the total compensation based upon an
unanticipated increase in the volume of services, to update Exhibit B, extend the
term of the Agreement to December 31, 2022, amend Hold Harmless section, and
update insurance requirements.
D. On September 27, 2022, City and Contractor entered into Amendment No. Three
to increase the total compensation, update the Scope of Services, amend the
Schedule of Billing Rates, and extend the term of the Agreement to February 28,
2026.
E. The parties desire to enter into this Amendment No. Four to extend the term of the
Agreement to December 31, 2029, revise Section 3 of the Agreement to include a
project manager, revise the Compensation to Contractor and increase the total
compensation, update the Schedule of Billing Rates, amend the Notices section,
and update the insurance requirements.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
Rainbow Disposal Co., Inc. Page 1
TERM
Section 1 of the Agreement is amended in its entirety and replaced with the
following: "The term of this Agreement shall commence on the Effective Date, and shall
terminate on December 31, 2029, unless terminated earlier as set forth herein."
2. WORKMANSHIP, SUPERVISION, AND EQUIPMENT
Section 3.1. of the Agreement is amended in its entirety and replaced with the
following: "I. Contractor shall designate a Project Manager who shall coordinate all
phases of the Project with the City's Administrator, and ensure satisfactory performance
of Agreement Services and compliance with the terms of this Agreement. The Project
Manager shall be available to City at all reasonable times during the Agreement term.
Contractor has designated Debbie Killey to be its Project Manager. Contractor shall not
remove or reassign the Project Manager or any personnel or assign any new or
replacement personnel to the Project without the prior written consent of City. City's
approval shall not be unreasonably withheld with respect to the removal or assignment of
non -key personnel."
3. COMPENSATION TO CONTRACTOR
As of the Effective Date of this Amendment No. Four, Exhibit B to the Agreement
shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit
B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the
Agreement, and Exhibit B to Amendment No. One, Amendment No. Two, Amendment
No. Three, and this Amendment No. Four shall collectively all be known as "Exhibit B".
Section 4 of the Agreement is amended in its entirety and replaced with the
following:
"4.1 City shall pay Contractor for the Services on a not -to -exceed basis
in accordance with the provisions of this Section and the Schedule of Billing
Rates attached hereto as Exhibit B and incorporated herein by reference.
Except as otherwise provided herein, no rate changes shall be made during
the term of this Agreement without the prior written approval of City.
Contractor's compensation for all Services performed in accordance with
this Agreement, including all reimbursable items, shall not exceed Three
Million Seven Hundred Forty Thousand Dollars and 00/100
($3,740,000.00), without prior written amendment to the Agreement.
4.2 The parties acknowledge that the Waste Infrastructure System
Enhancement (WISE) agreement is currently under negotiation. Once the
WISE agreement (or similar successor agreement) is fully executed and the
applicable rates are formally established, Contractor shall be permitted to
submit the pass -through billing rates established therein to the City's Project
Manager. All such rates remain subject to the advance written approval of
the City Manager or their designee, which approval shall not be
unreasonably withheld.
Rainbow Disposal Co., Inc. Page 2
Upon the first anniversary of the Effective Date and upon each
anniversary of the Effective Date thereafter, the non pass -through billing
rates set forth in Exhibit B ("Schedule of Billing Rates") may be adjusted in
proportion to changes in the Consumer Price Index, subject to the maximum
adjustment set forth below. Such adjustment shall be made by multiplying
the Billing Rates in Exhibit B by a fraction, the numerator of which is the
value of the Consumer Price Index for the calendar month three (3) months
preceding the calendar month for which such adjustment is to be made, and
the denominator of which is the value of the Consumer Price Index for the
same calendar month immediately prior to Effective Date. The Consumer
Price Index to be used in such calculation is the "Consumer Price Index, All
Items, 1982-84=100 for All Urban Consumers (CPI-U)", for the Los Angeles -
Riverside -Orange County Metropolitan Area, published by the United
States Department of Labor, Bureau of Labor Statistics. If both an official
index and one or more unofficial indices are published, the official index
shall be used. If said Consumer Price Index is no longer published at the
adjustment date, it shall be constructed by conversion tables included in
such new index. In no event, however, shall the amount payable under this
Agreement be reduced below the Billing Rates in effect immediately
preceding such adjustment. The maximum adjustment increases to the
Billing Rates, for any year where an adjustment is made pursuant to this
Section, shall not exceed the Consumer Price Index or 3.0% of the Billing
Rates in effect immediately preceding such adjustment, whichever is less.
Contractor shall notify City in writing of any requests for adjustment
pursuant to this Section at least thirty (30) days prior to the Effective Date
of such adjustment and provide updated billing rates. Adjusted billing rates
shall be approved in writing by City prior to use."
The total amended compensation reflects Contractor's additional compensation for
additional Services to be performed in accordance with this Amendment No. Four,
including all reimbursable items and subconsultant fees, in an amount not to exceed Six
Hundred Ninety Four Thousand Four Hundred Ninety Four Dollars and 27/100
($694,494.27).
4. NOTICES
Section 19 of the Agreement shall be amended in its entirety and replaced with the
following:
"19.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in
writing, and conclusively shall be deemed served when delivered personally, or on
the third business day after the deposit thereof in the United States mail, postage
prepaid, first-class mail, addressed as hereinafter provided.
19.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Rainbow Disposal Co., Inc. Page 3
Attn: Director of Public Works
Public Works Department
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
19.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attn: Debbie Killey
Rainbow Disposal Co., Inc.
17121 Nichols Lane
Huntington Beach, CA 92647"
5. INSURANCE REQUIREMENTS
As of this Effective Date of this Amendment No. Four, Exhibit E of the Agreement
shall be deleted in its entirety and replaced with Exhibit E, attached hereto and
incorporated herein by reference. Any reference to Exhibit E in the Agreement,
Amendment No. One, Amendment No. Two, and Amendment No. Three shall
hereafter refer to Exhibit E attached hereto."
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]
Rainbow Disposal Co., Inc. Page 4
IN WITNESS WHEREOF, the parties have caused this Amendment No. Four to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: l 111 3 ( 07
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By: By:
Aaron C. Harp
City Attorney
ATTEST:
Date:
Lena Shumway
City Clerk
Attachments
Lauren Kleiman
Mayor
CONTRACTOR: RAINBOW DISPOSAL
CO., INC., a California corporation
Date:
By:
Daniel Capener
General Manager
[END OF SIGNATURES]
Exhibit B — Schedule of Billing Rates
Exhibit E — Insurance Requirements
Rainbow Disposal Co., Inc. Page 5
EXHIBIT B
SCHEDULE OF BILLING RATES
Rainbow Disposal Co., Inc.
Current Rates Effective 09/27/2025:
II. Rates Effective March 1, 2026:
EXHIBIT B
BILLING RATES
TIP RATE
$8.21
CART CLEANOUT RATE
$21.03
TIP RATE
DESCRIPTION
$1.39
Pass Through
$8.10
Non -Pass Through
$9.49
Total Tip Rate
CART CLEANOUT RATE
$47.70
EXHIBIT E
INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES
1. Provision of Insurance. Without limiting Contractor's indemnification of City,
and prior to commencement of Work, Contractor shall obtain, provide and
maintain at its own expense during the term of this Agreement, policies of
insurance of the type and amounts described below and in a form satisfactory
to City. Contractor agrees to provide insurance in accordance with
requirements set forth here. If Contractor uses existing coverage to comply
and that coverage does not meet these requirements, Contractor agrees to
amend, supplement or endorse the existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Contractor shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Contractor shall maintain commercial
general liability insurance and, if necessary, umbrella liability insurance,
with coverage at least as broad as provided by Insurance Services Office
form CG 00 01, in an amount not less than two million dollars
($2,000,000) per occurrence, four million dollars ($4,000,000) general
aggregate. The policy shall cover liability arising from premises,
operations, products -completed operations, personal and advertising
injury, and liability assumed under an insured contract (including the tort
liability of another assumed in a business contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or
Rainbow Disposal Co., Inc.
rented vehicles, in an amount not less than one million dollars
($1,000,000) combined single limit each accident.
D. Umbrella or Excess Liability Insurance. Contractor shall obtain and
maintain an umbrella or excess liability insurance policy with limits of not
less than one million dollars ($1,000,000) that will provide bodily injury,
personal injury and property damage liability coverage at least as broad
as the primary coverages set forth above. Such policy or policies shall
include the following terms and conditions:
• A drop down feature requiring the policy to respond in the event that
any primary insurance limits are exhausted by paid claims;
• Pay on behalf of wording as opposed to reimbursement;
• Concurrency of effective dates with primary policies;
• Policies shall "follow form" to the underlying primary policies; and
• Insureds under primary policies shall also be insureds under the
umbrella or excess policies.
E. Pollution Liability Insurance. If required, Contractor shall maintain a
policy providing contractor's pollution liability ("CPL") coverage with a
total limit of liability of no less than one million dollars ($1,000,000) per
loss and two million dollars ($2,000,000) in the aggregate per policy
period. Claims -made policies require a 5-year extended reporting
period. The CPL policy shall include coverage for cleanup costs, third -
party bodily injury and property damage, including loss of use of
damaged property or of property that has not been physically injured or
destroyed, resulting from pollution conditions caused by contracting
operations. Coverage as required in this paragraph shall apply to
sudden and non -sudden pollution conditions resulting from the escape
or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals,
liquids, or gases, waste materials, or other irritants, contaminants, or
pollutants. The CPL shall also provide coverage for transportation and
off -Site disposal of materials. The policy shall not contain any provision
or exclusion (including any so-called "insured versus insured" exclusion
or "cross -liability" exclusion) the effect of which would be to prevent, bar,
or otherwise preclude any insured or additional insured under the policy
from making a claim which would otherwise be covered by such policy
on the grounds that the claim is brought by an insured or additional
insured against an insured or additional insured under the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation
Rainbow Disposal Co., Inc.
against City, its City Council, boards and commissions, officers, agents,
volunteers and employees or shall specifically allow Contractor or others
providing insurance evidence in compliance with these requirements to
waive their right of recovery prior to a loss. Contractor hereby waives
its own right of recovery against City, and shall require similar written
express waivers from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability,
and automobile liability, if required, shall provide or be endorsed to
provide that City, its City Council, boards and commissions, officers,
agents, volunteers and employees shall be included as insureds under
such policies.
C. Primary and Non Contributory. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance or
self-insurance maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which
ten (10) calendar days notice is required) or nonrenewal of coverage for
each required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along
with a waiver of subrogation endorsement for workers' compensation
and other endorsements as specified herein for each coverage.
Insurance certificates and endorsement must be approved by City's Risk
Manager prior to commencement of performance. Current certification
of insurance shall be kept on file with City at all times during the term of
this Agreement. The certificates and endorsements for each insurance
policy shall be signed by a person authorized by that insurer to bind
coverage on its behalf. At least fifteen (15) days prior to the expiration
of any such policy, evidence of insurance showing that such insurance
coverage has been renewed or extended shall be filed with the City. If
such coverage is cancelled or reduced, Contractor shall, within ten (10)
days after receipt of written notice of such cancellation or reduction of
coverage, file with the City evidence of insurance showing that the
required insurance has been reinstated or has been provided through
another insurance company or companies. City reserves the right to
require complete, certified copies of all required insurance policies, at
any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) calendar days
Rainbow Disposal Co., Inc.
advance written notice of such change. If such change results in
substantial additional cost to Contractor, City and Contractor may
renegotiate Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements
stated herein, and Contractor shall ensure that City is an additional
insured on insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Agreement Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no
additional obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features
or limits contained in this Section are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Contractor maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits
maintained by the Contractor. Any available insurance proceeds in
excess of the specified minimum limits of insurance and coverage shall
be available to the City.
F. Self -insured Retentions. Any self -insured retentions must be declared
to and approved by City. City reserves the right to require that self -
insured retentions be eliminated, lowered, or replaced by a deductible.
Self-insurance will not be considered to comply with these requirements
unless approved by City.
G. City Remedies for Non -Compliance. If Contractor or any subcontractor
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Agreement, or to suspend Contractor's right to proceed
until proper evidence of insurance is provided. Any amounts paid by
City shall, at City's sole option, be deducted from amounts payable to
Contractor or reimbursed by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Rainbow Disposal Co., Inc.
Contractor's performance under this Agreement, and that involve or may
involve coverage under any of the required liability policies. City
assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they
are likely to involve City.
Contractor's Insurance. Contractor shall also procure and maintain, at
its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and
prosecution of the Work.
Rainbow Disposal Co., Inc.