Loading...
HomeMy WebLinkAbout10 - Approval of 3 On-Call RSAs for Underground Utility Installation and Repair ServicesCTY OF F NEWPORT BEACH City Council Staff Report May 26, 2015 Agenda Item No. 10 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: George Murdoch, Acting Municipal Operations Department Director - (949) 644- 3011, gmurdoch @newportbeachca.gov PREPARED BY: Rachell Wilfert PHONE: (949) 644 -3010 TITLE: Approval of Three (3) On -Call Repair Services Agreements for Underground Utility Installation and Repair Services ABSTRACT: The City utilizes on -call contractors to perform underground utility repairs. The existing on -call agreements have expired. A Request for Proposals (RFP) was issued to obtain new proposals for these services. Due to the urgency of response in the event of an emergency repair, staff is requesting more than one on -call contractor in the event another is unavailable. Staff is requesting to enter into three (3) separate agreements with the top -rated firms. RECOMMENDATION: a) Approve an on -call repair services agreement with Doty Bros. Equipment Co. for underground utility installation and repair services, and authorize the Mayor and City Clerk to sign the agreement; b) Approve an on -call repair services agreement with GCI Construction, Inc. for underground utility installation and repair services, and authorize the Mayor and City Clerk to sign the agreement; and c) Approve an on -call repair services agreement with T.E. Roberts, Inc. for underground utility installation and repair services, and authorize the Mayor and City Clerk to sign the agreement. FUNDING REQUIREMENTS: The current adopted budget provides sufficient funding for the typical repair of underground utilities. Should a large repair be needed that exceeds the available budget or contract limit, staff will bring the item to Council for additional funding. DISCUSSION: The City utilizes a comprehensive maintenance program for the water, wastewater and storm drain infrastructure. During daily operations of the infrastructure staff may occasionally need the assistance from competent and qualified firms to provide services related to underground utility installation and emergency repair. City staff currently maintains over 296 miles of water distribution mains, 423 miles of sewer 10 -1 collection mains and laterals, and 96 miles of storm drain pipeline. Additionally staff maintains various pump stations, water pressure regulation stations, reservoirs, treatment facilities, well sites, as well as thousands of fire hydrants, valves, manholes and other various equipment/facilities throughout the City. On occasion the underground utility infrastructure fails and staff needs the assistance from qualified firms to expedite the restoration of the utility service. These firms provide manpower, equipment, and services such as certified pipe welders, heavy equipment, and specialized equipment the City may not have. A Request for Proposals was released to the public in March. A total of seven proposals were received and subsequently evaluated by a selection panel on the basis of qualifications, availability, experience, understanding of the services and operational methodology. Due to the immediate need for utility repair service in emergency situations, contractor availability is a big priority. If one contractor is not available, then the next most qualified low cost contractor will be selected. The three (3) highest ranked firms were therefore chosen to provide on -call services. Per the agreement, each firm shall submit proposals for the work requested. Selection will be based on 1) contractor availability, which includes staff and equipment available at the time; and 2) proposal cost. Each agreement has a term limit of three years with a total amount not to exceed $300,000. 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: Description Attachment A - On -Call Repair Services Aareement with Dotv Bros. EauiDment Attachment B - On -Call Repair Services Agreement with GCI Construction, Inc. Attachment C - On -Call Repair Services Aareeement with T.E. Roberts. Inc. 10 -2 Technical Score Cost Ratio Total Score Rank Proposer (out of 70) Score (out of (out of 100) 30, 1 GCI Construction, Inc. 66.67 30.00 96.67 Doty Bros. Equipment 65.33 30.00 95.33 Company 3 ITE Roberts, Inc. 62.00 30.00 92.00 Mike Prlich & Sons, Inc. 54.67 30.00 184.67 5 Vidmar, Inc. 53.33 130.00 83.33 6 VCI Construction, Inc. 50.00 130.00 80.00 7 Bubalo Construction 42.67 30.00 72.67 Coe The three (3) highest ranked firms were therefore chosen to provide on -call services. Per the agreement, each firm shall submit proposals for the work requested. Selection will be based on 1) contractor availability, which includes staff and equipment available at the time; and 2) proposal cost. Each agreement has a term limit of three years with a total amount not to exceed $300,000. 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: Description Attachment A - On -Call Repair Services Aareement with Dotv Bros. EauiDment Attachment B - On -Call Repair Services Agreement with GCI Construction, Inc. Attachment C - On -Call Repair Services Aareeement with T.E. Roberts. Inc. 10 -2 /_1ir_Cy:hTtl=Ii!11 r_1 ON -CALL MAINTENANCE /REPAIR SERVICES AGREEMENT WITH DOTY BROS. EQUIPMENT COMPANY FOR UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES THIS ON -CALL MAINTENANCE /REPAIR SERVICES AGREEMENT ( "Agreement') is made and entered into as of this 11th day of May, 2015 ( "Effective Date "), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City "), and DOTY BROS. EQUIPMENT COMPANY, a California corporation ( "Contractor'), whose address is 11232 East Firestone Boulevard, Norwalk, California 90650, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform on -call maintenance and /or repair services for City ('Project'). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and /or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on April 30, 2018, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on -call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ( "Services' or "Work "). Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal'). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services to be provided; 10 -3 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.1.3 The estimated number of hours and cost to complete the Services; 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. . 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Letter Proposal 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 Hundred Thousand Dollars and 00 /100 ($300,000.00), without prior written amendment to the Agreement. Doty Bros. Equipment Company Page 2 10 -4 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and /or classification of employee who performed the Work, a brief description of the Services performed and /or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B and the Letter Proposal. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Phil Dennis to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Municipal Operations Department. City's Utilities Manager or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all Doty Bros. Equipment Company Page 3 10 -5 existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with highest industry standards. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the industry standard. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to Doty Bros. Equipment Company Page 4 10 -6 property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Doty Bros. Equipment Company Page 5 Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California Doty Bros. Equipment Company Page 6 io -a labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50 %) or more of the voting power or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. 17. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. Doty Bros. Equipment Company Page 7 10-9 20. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 23. CONFLICTS OF INTEREST 23.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 23.2 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 immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 24. NOTICES 24.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third Doty Bros. Equipment Company Page 8 10 -10 business day after the deposit thereof in the United States mail, postage prepaid, first - class mail, addressed as hereinafter provided. 24.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Utilities Manager Municipal Operations Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 24.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Phil Dennis Doty Bros. Equipment Company 11232 E. Firestone Blvd. Norwalk, CA 90650 25. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26. TERMINATION 26.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Doty Bros. Equipment Company Page 9 10 -11 26.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 27. LABOR 27.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ( "FLSA ") (29 USCA § 201, et seq.). 27.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 27.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 27.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and /or regulations. This obligation shall survive the expiration and /or termination of the Agreement. 28. STANDARD PROVISIONS 28.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 28.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. Doty Bros. Equipment Company Page 10 10 -12 28.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 28.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 28.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 28.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 28.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 28.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 28.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Doty Bros. Equipment Company Page 11 10 -13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY AT ' RN Y'S OFFICE Date: I� By:aq l� Aaron C. Harp emA wisasc City Attorney ATTEST: Date: in Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Edward D. Selich Mayor CONTRACTOR: Doty Bros. Equipment Company, a California corporation Date: By: M.C. Christy President By: Dale Haithcoat Treasurer /CFO [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Doty Bros. Equipment Company Page 12 10 -14 EXHIBIT SCOPE OF SERVICES Doty Bros. Equipment Company Page A -1 10 -15 SCOPE OF SERVICES OVERVIEW OF SERVICES REQUESTED The following is a list of the services that may be requested by the City during a typical contract engagementfor as- needed underground utility installation and repair services. Contractor shall furnish all labor, equipment, materials, and supervision to provide as- needed underground utility repairs, including but not limited to: • Excavations, pavement cuts, minor grading. • Installation and repair of water system components such as: o Waterlines sizing from 4" to 48" in diameter o Waterline pipe materials including, Ductile Iron, Cast Iron, Asbestos Cement, Polyvinyl Chloride, and Steel piping • Valves of various types and sizes • Services ranging from %" to 2" in diameter • Meters and boxes of various sizes o Backflow devices of various sizes o Pressure reducing, sustaining, relieving valves of various sizes o Vaults of various sizes o Fire connections of various sizes • Installation and repair of wastewater system components such as: o Force mains sizing from 4" to 12" in diameter o Laterals of various sizes o Clean -outs • Grease interceptors • Collection system mainlines • Vaults /wet wells o Valves of various sizes o Manholes • Installation and repair of storm water system components such as: o Storm drain piping 10 -16 o Catch basins o Tide valves o Manholes • Disposal of excess materials and spoils • Hauling of material for backfilling and grading • Backfill and compaction • Minor repair roadways • Welding repair or work CONTRACTOR REQUIREMENTS Contractor shall be required to: • Ensure that all work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable comply with all safety standards required by CAL -OSHA. The City reserves the right to issue restraint, or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance under this contract. All contractor employees shall have access to a W.A.T.C.H. (Work Area Traffic Control Handbook) at all times. • Maintain all work sites free of hazards to persons and /or property resulting from his /her operations. Any hazardous condition noted by the Contractor, which is not a result of his /her operations, shall be immediately reported to the City. • Upon acceptance work, restore the project area affected by the operations to a condition at least equal to that existing prior to the work, including the removal of all debris. • Provide callback within twenty four hours after initial request from the City for underground utility services. PROJECT ADMINISTRATION Based on the results of this solicitation process, the City will enter into a three -year on- call contract with the highest - qualified contractor(s). On -call contracts do not guarantee or imply any specific quantity of work over the proposed two -year contract period. When the need for services arises, the City shall request in writing, the necessary underground utility installation and repair services required in adequate detail. Contractor shall then provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: • A detailed description of the Services to be provided; • The estimated number of hours and cost to complete the Services; and 10 -17 • The time needed to finish the specific Project. City will assess the Letter Proposal to ensure that services and costs proposed are commensurate with those provided in the Contractor's RFQ response. No Services shall be provided until the City has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. FRIFb9 EXHIBIT B SCHEDULE OF BILLING RATES Doty Bros. Equipment Company Page B -1 10 -19 a OU IF? B IM 9 � El Construction Company Subsistence: $ 110.001day Travel Time: Customer will be advised if travel time is applicable Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Saturday is time and one half. Sundays and holidays shall be paid at double lime. For Operating Engineers, Laborers, Teamsters, Cement Masons, Electricians - first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half; all additional hours at double time including holidays. Emergency "call out work" - Four (4) hour minimum for labor and equipment. Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark -up of 15% Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial, Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rack, Santa Cn¢ Island. Arch Rock, San Nicholas Island, Catalina Island, San Clemente Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego County. NOTE: Wage scales are In accordance with all current applicable signatory labor agreements, and are subject to change without notice. This rate sheet Is not all Inclusive; additional classifications available If required. (v2.0) CA C.L. 273024 11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) S64 -6052 1tivvwadocybros.corn CA Lic. 273024 10 -20 COST PLUS RATES SOUTHERN CALIFORNIA COST PLUS RATES EFFECTIVE JULY 1, 2014 TO JUNE 30, 2015 t >';•'i::oic�.�. PAY STRAIGHT OVER DOUBLE PAY STRAIGHT OVER DOUBLE CRAFTSMAN/CLASS CODE TIME TIME TIME CRAFTSMAN /CLASS CODE TIME TIME TIME CARPENTERS OPERATING ENGINEERS General Foreman CGF 95.03 132.81 170.59 General Foreman, Appdx. A OGF 107.22 145.53 Operating Foreman COF 92.77 129.41 166.06 Foreman, Appdx. A OFM 103.88 183.85 Foreman CFM 90.03 125.31 160.59 Group 1, Appdx. A - Oiler OGI 95.73 140.53 177.17 Journeyman CJM 85.03 117.80 150.58 Group 2, Appdx. A- Oiler OG2 97.03 128.29 160.86 Shingler CSJ 85.24 118.13 151.01 Group 8, Appdx. A - Universal OG8 100.55 130.24 135.52 163.46 Apprentice - 8th Period (90 %) CAB 78.47 107.97 137.47 Group 10, Appdx. A Mechanic 170.50 - OGA 100.75 135.82 170.90 Group 8, Appdx. B - Crane t 25 Tons 088 101.03 136.25 171.47 MILLWRIGHTS Group 9, Appdx. 8- Crane >25 Tons CBS 101.31 136.67 172.04 General Foreman CMG 95.87 134.06 172.26 Apprentice. Grp S. Appdx A- Step 6 (90 %) OAS 93.55 125.03 156.51 Foreman CMF 90.86 126.56 162.25 Journeyman CMJ 85.86 119.05 152.25 UA. PIPEFITTERSANELOERS Apprentice -8th Period (95%) CMB 75.90 104.12 132.33 INDUSTRIAL CEMENTMASONS General Foreman IGF 119.03 162.48 205.93 Foreman MFM 87.60 116.67 145.73 Foreman Journeyman - Welder/Finer IFM 111.74 151.71 191.69 Journeyman MJM 82.60 109.16 135.72 Industrial Welder IJM IIW 100.80 135.56 170.32 F8T Machine Operator MTO 83.01 109.78 136.56 Apprentice - Fifth Year IA5 107.75 145.99 184.23 Apprentice .81h 6 Mos. (90 %) MAB 77.28 101.19 125.10 79.45 107.26 135.06 SHORTLINE (LOCAL 2501 LABORERS Foreman SFM 109.03 150.67 189.28 Operator General Foreman LOG 101.74 140.05 178.37 Journeyman (Welder /Fitter) SJM 102.34 140.63 176.16 Operator Foreman LOF 98.40 135.05 171.69 Welder Helper SWH 60.93 81.86 100.29 General Foreman LGF 84.47 114.16 143.84 Foreman LFM 82.61 111.65 140.50 UTILITY Group 1 - General LGI 75.47 100.65 125.82 Operator Foreman UOF 96.87 133.51 170.16 Group 2- Wrapper To 6' LG2 76.38 102.02 127.66 Foreman UFM 84.74 115.32 Group 3- PTO/Wrapper >6' LG3 77.30 103.40 129.49 Welder UWD 03,46 145.91 Group 4 -Pipe layer, CBS LG4 79.89 107.28 134.66 Joumeyman /fuser UJM 71.50 112.50 95.88 142.14 Group 5. Blaster LGS 80.47 108.15 135.83 Pipe Tradesman II UP2 54.93 71.21 120.25 Apprentice -6th Period (85%) LAS 61.48 85.01 108.54 87.49 ELECTRICIANS /INSIDE WIREMEN (Rates subject to project location 8 employee base location) TEAMSTERS General Foreman EGF 115.49 157.55 199.64 Operator General Foreman TOG 107.95 146.18 164.50 Foreman EFlvt 107.73 145.93 Operator Foreman TOF 104.53 141.18 177.83 Journeyman EJM 97.44 134.29 184.13 General Foreman TGF 82.93 108.78 134.62 Apprentice -10th Period (85 %) FAO 87.34 116.51 168.61 145.68 Foreman TFM 81.26 106.28 131.29 Group 2 - 2 Axle TG2 78.18 101.65 125.12 PROJECT MANAGEMENT Group 3 -3 Axle TG3 78.40 101.97 125.55 Project Manager MPM 111.65 152.73 197.24 Group 5 - Working Truck Driver TGS 78.76 102.52 126.28 Superintendent MSP 114.19 153.59 198.37 Group 6 -4 or More Axle TG6 78.81 102.60 126.38 Project Engineer MPE 77.75 113.79 149.83 Group 9- Lo-Bed TG9 79.98 104.35 128.72 Safety Director SAD 109.73 149.23 193.88 Group 12 - WTD BoomTrk Cad TBT 82.03 107.43 132.82 Safety Supervisor SAS 97.65 133.09 171.86 Subsistence: $ 110.001day Travel Time: Customer will be advised if travel time is applicable Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Saturday is time and one half. Sundays and holidays shall be paid at double lime. For Operating Engineers, Laborers, Teamsters, Cement Masons, Electricians - first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half; all additional hours at double time including holidays. Emergency "call out work" - Four (4) hour minimum for labor and equipment. Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark -up of 15% Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial, Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rack, Santa Cn¢ Island. Arch Rock, San Nicholas Island, Catalina Island, San Clemente Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego County. NOTE: Wage scales are In accordance with all current applicable signatory labor agreements, and are subject to change without notice. This rate sheet Is not all Inclusive; additional classifications available If required. (v2.0) CA C.L. 273024 11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) S64 -6052 1tivvwadocybros.corn CA Lic. 273024 10 -20 MASTER EQUIPMENT LIST AND RATES SOUTHERN CALIFORNIA COST PLUS RATES EFFECTIVE JULY 1, 2014 TO JUNE 30 2015 BACK HOES ID# Hourly Hourly 5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck Rate CABLE DOLLY- ONE REEL (Traitor Mounted) Rate AUGER #1189 $ 20.00 Accessory - COMPACTION WHEEL EXECAVATOR 01181 $ 40.00 Accessory - COMPACT WHEEL F /CASEJD #1179 $ 20.00 Accessory - HYDRAULIC BREAKER / CASE 8 JO #1183 $ 50.00 Accessory - HYDRAULIC BREAKER/ EXCAVATOR 6000# #1091 $ 95.00 Accessory - VIBRATORY PLATE 41535 $ 40.00 Accessory - BACK HOE FORKS (4 HR MIN.) #4749901 $ 7.50 CC -135A ROCK WHEEL 01313 $ 75.00 CASE 580/ JD 310 #6452 $ 40.82 CASE 590 /JD 410 $ 375.00 $ 42.82 JO 350 EXCAVATOR #4400 It 120.00 CAT 345 -TRACK MOUNTED #4072 $ 144.38 HITACHI ZX20 EXCAVATOR - WHEELED #4188 $ 98.13 CAT 416 #4147 $ 38.82 JD 710 TEST PUMP TRUCK $ 4632 TRENCHER - VERMEER T758 -RIDE ON #4218 $ 145.00 COMPACTION EQUIPMENT UTILITY VEHICLE (NON -HWY) $ ARROW (HYDRO HAMMER)/ STOMPER VACUUM TRUCK. SOFT DIG $ 44.50 SHEEPS FOOT- Tow Behind(VIvaUn8) 01169 $ 16.50 WACKER TAMPER #1860 $ 23.50 PADFOOT COMPACTOR 66' #1501 $ 32.94 COMPRESSORS W/90 LB BREAKER CLAY SPADE & TAMPER MISCELLANEOUS COMPRESSOR 125- 185CFM SOARING MACHINE HYDRAULIC $ 21.50 COMPRESSOR -AIR, PORTABLE (PER DAY RATE) 01808 $ 106.00 CRANES TAP MACHINE (Water lines 3" to 12') (Per inch / per day) #828 $ BOOM TRUCK - 8TON #3647 $ 35.63 BOOM TRUCK - 10 -11 TON WELDERS $ 50.63 BOOM TRUCK -14-19 TON 200AMF -TRUCK MOUNTED $ 54.63 BOOM TRUCK 23 -25 TON #3308 $ 59,63 CRANE - FIT / 15.18 TON (or equivalent) WELDER - RIG RENTAL NUMBER - $ 61.63 DOZERS I SIDEBOOMS WELDER - PORTABLE (PER DAY RATE) $ DOZER JD 450 #5078 $ 44.69 SIDEBOOM CAT D-6 $ 58.69 SIDEBOOM GAT D-7 #5063 $ 67.69 SIDEBOOM CAT 561 95045 S 64.69 SIDEBOOM CAT 572 05067 $ 79,69 SIDEBOOM JD 450 $ 42.69 FORKLIFTS FORKLIFT - HYSTER 20,000 LB #1203 $ 35.82 FORKLIFT - LION 6,000 LB #1204 $ 23.82 LOADERS MINI SKID STEER - DITCH WITCH #1275 $ 27.82 LOADER - BOBCAT W1 BUCKET 911848 $ 27.82 LOADER - BOBCAT WI SWEEPER #11845 $ 37.82 LOADER - BOBCAT W1 GRINDER #1184G $ 57.82 RUBBER TIRE LOADER - 544 JD #5086 S 47.63 RUBBER TIRE LOADER - 644 JD #5511 $ 58.75 RUBBERTIRE LOADER .930 CAT #5089 $ 49.63 RUBSERTIRE LOADER -950 CAT #5067 $ 60.63 RUBBER TIRE LOADER - 95DE/F CAT #5099 $ 71.63 RUBBER TIRE LOADER -966 CAT #5070 $ 66.63 SKIPLOADER - CASE 5801 MF 40E /F445 $ 32.82 ROAD EQUIPMENT D # Hourly 1738 5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck Rate CABLE DOLLY- ONE REEL (Traitor Mounted) 24.63 g 12,00 CABLE DOLLY -THREE REEL (Trailor Mounted) $ $ 25.00 FLASHING ARROWBOARD - (4 HR. MIN.) #3338 $ 17.00 GRADER -CAT 140 #R7791 S 83.63 GRINDER /COLD PLANER (BITELLI) - (4 HR. MIN.) #1187 $ 232.00 ROLLER - (RIDE ON) $ $ 29.50 ROLLER (WALK BEHIND) - 1 TON VIBRATOR $ 23,50 ROLLER TRAILER FLAT BED with LIFT $ 12.00 STREETSWEEPER (4HR.MIN.) #3319 $ 4313 TILTTRAILER 86366 $ 12.00 TRENCHER TRAILER #6481 $ 12.013 UTILITY TRAILER #6452 S 12.00 ZIPPER PAVEMENT GRINDER (PER DAY RATE) #1800 $ 375.00 ASPHALT PAVER - LEE BOY 100013 #1198 $ 115.63 CEMENT SAW -WALK BEHIND #1938 $ 33.50 WATER WAGON (PER DAY RATE) #6271 It 40.00 TRUCKS 2 -3 TON LUBE TRUCK =3450 $ 1738 5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck $ 24.63 BACK HOE MOVER TRUCK $ 2163 CEMENT TRUCK w/ mixer and compressor #3338 $ 55.63 DUMPTRUCK 10WHEELER $ 32,63 EQUIPMENT TRAILER - 20,000 LB $ 14.00 EQUIPMENT TRAILER - 40,000 LB $ 16.00 FLAT BED with LIFT 93693 $ 2363 FLAT BED with MIXER / DUMP 03392 $ 55.63 LOWBED TRAILER w/ tractor 8 move permit tees #3456 $ 48,83 LOWSIDE END DUMP TRAILER W/ TRACTOR 03418 S 43.63 PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED $ 16.38 PICK -UP - RENTAL NUMBER R7700 $ 16.38 SERVICE TRUCK -10 TON - (Ind. Compressor, Gen, B Teals) $ 32.63 SERVICE TRUCK- MISC TOOLS NOT INCLUDED $ 18.38 SERVICE VAN- MISC TOOLS NOT INCLUDED $ 16,38 TEST PUMP TRUCK 03401 $ 8063 TEST TRAILER(Hyprostalic) (#654986674) $ 3200 UTILITY VEHICLE (NON -HWY) $ 23.38 VACUUM TRUCK. SOFT DIG 03908 $ 39,13 WATER TRUCK - (1,500 -2,000 GALS.) $ 35,63 WATER TRUCK - (3,500 GALS.) #3464 S 40.63 WINCH TRUCK 03395 S 30.63 MISCELLANEOUS SOARING MACHINE HYDRAULIC 01521 $ 25.00 BORE MACHINE TRAILER #6447 $ 10.00 TAP MACHINE (Water lines 3" to 12') (Per inch / per day) #828 $ WAD TAP MACHINE (Water lines up to 2") (Per Inch / Per day) #820 $ 20.00 WELDERS 200AMF -TRUCK MOUNTED It 29,88 200 AMF, SKID MOUNTED or TRAILER It 16AS WELDER - RIG RENTAL NUMBER - R7704 $ 29.88 WELDER - PORTABLE (PER DAY RATE) $ 50.00 CUTTINGTORCH (ACETYLENE) FABRICATION SHOP 8 EQUIPMENT 0926 $ 18.00 #101 $ 90.08 vaye i m 2 10 -21 MASTER EQUIPMENT LIST AND RATES SOUTHERN CALIFORNIA COST PLUS RATES EFFECTIVE JULY 1, 2014 TO JUNE 30 2015 M,,M w p.. IUR Dally Kate MISCELLANEOUS ID# Daily Rat e ADDITIONAL (1) TORQUE HEAD FOR HYDRAULIC TORQUE WRENCH #3D91 $ 50.00 PIPE PUSHER 7 GRUNDORAM - HERCULE 91939 S 600.00 AIR HOSE 314 "X 50 0870 $ 8.00 PIPE TONGS (4 ", 6", 8 ",10', 12", 16', 18 °, 2(r) #1936 S 50.00 AIR SAW #857 $ 50.00 PIPE ROLLERS (FOR 2- TO 36" PIPE) 9899 $ 24.00 AIR TAMPER 4859 $ 35.00 PIPE STANDS (FOR W TO 12" PIPE) #900 $ 5.00 ASPHALT SPREADER BAR #1193 $ 125.00 PIPE SKIDS (4" X 6' X 4' LUMBER) #898 $ 1.00 BARRICADES 9680 $ 2.50 PIPE WRAPPING MACHINE4H,NO HELDACCUWRAP II TB " WIDTH 0930 $ 25.00 BEVELING BAND 14" -20' 4833 S 75.00 PLASMA CUTTER - PORTABLE #888 $ 150.00 BEVELING BAND 24 °42° 9834 $ 100.00 PLYWOOD i/3 REPLACEMENT COST #897 $ 3,00 BEVELING BAND 4"-12° #832 $ 50.00 PNEUMATIC/HYDRAU TORQUE WRENCH 93090 $ 150.00 BEVELING MACHINE 14"-20' #830 $ 75.00 PORTABLE BAND SAW 9860 $ 35.00 BEVELING MACHINE 24 "42' 4831 $ 100.00 POWERTHREAOER #853 $ 85.00 BEVELING MACHINE 4 " -12" 0829 $ 42.50 PRESSURE WASHER TRAILER MOUNT. #6941 $ 160,00 BORING MACHINE - CASE HYDRA #1092 $ 160.00 PUMP - SKID MOUNT BENTONITE 01166 $ 107,00 BORE MOTOR #854 $ 10.00 PUMP - SUBMERSIBLE #861 $ 27,00 BORING MACHINE 1 -112 "813/4" (Attu- punch) #1178 $ 15.00 RIGID ROLL GROOVER (#87389856) $ 30.00 BORING MACHINE 4 " -8" (Ace#- punch) #1520 $ 25.00 RIVET BUSTER /RIPPING GUN pgeg $ 59.09 BORING MACHINE 312" (Aceu- punch) 91177 S 20.00 ROCK DRILL (Plus Steel) #865 $ 35.00 BRISTLE BLASTER - ELECTRIC 94279911S 48.00 ROCK SEPARATOR - GRIZZLY #1811 $ 85,00 BUFFER & GRINDER #836 $ 25.00 ROTARY KAMMER (Plus Steel) 9852 $ 50,00 BUILDER LEVEL -AC-2X NIKON #845 $ 25.00 SANDBLASTER - UNIT (with accessories) #1175 $ 125.00 CEMENT MIXER $ 43.00 SAWZALL 0874 $ 15.00 CHAIN LINK FENCE PANELS #846 $ 3.00 SCISSOR LIFT- TEREX 9128s $ 175.00 CHAIN SAW 16' (INCLUDES BLADES) #850 $ 50.00 SHORING LUMBER 3"X 12'X 14' ryD REPUCEmPxrCGSrI #895 $ 3.00 CHIPPINGGUN (Plus Steel) #868 $ 35.00 SHORING LUMBER S "X 8"X 8' (15REPLACE01ENr COSn #896 CLAY SPADE (Plus Steel) #866 $ 35.00 SKILL SAW (INCLUDES BLADES) p 5 $ 20.00 CLEANING BALL 9890 $ 10.00 TAP MACHINE- T.O. WILLIAMSON(UP TO T) 0827 $ 700.00 COM -A- LONG /CHAIN #886 $ 15.00 TAR POT 9862 S 50.00 CONCRETE FINSHER #1823 $ 125.00 TEST PLUG #892 $ 10,00 CONCRETE VIBRATOR #891 $ 40.00 TEST PUMP 200 LB,400 I.B. SPRAGUE #1815 S 125.00 CONSTRUCTION SIGNS #882 $ 4.00 TEST PUMP High Pressure #1940 $ 125,00 CROSSING PLATES #878 $ 6.25 TESTPUMP Portable 2001b (#8188#817) $ 80.00 CUTOFF /CHOP SAW (INCLUDES BLADES) #810 $ 53.OD TESTING TABLE #7834 $ 60,00 DEAD WEIGHT TESTER $ 60,00 TORQUE WRENCH - HAND -3/4 "DRIVE DEW#Ibe NW92 $ 4.00 DELINEATORS #879 $ 2.50 TRAFFIC CONES #881 $ 2.50 DRILL MOTOR I2" #811 $ 20.00 TRAILER- JOBSITE STORAGE (MOBILE) #6194 $ 20.00 DRILL MOTOR 314" 4812 $ 25.00 TRANSIT - THEOLITE 98450 $ 35.00 DRY ROD OVEN - PORTABLE -1000 WATT 9809 $ 35.00 TRENCH BOX - S' X 10 01910 $ 200.00 DRY ROD OVEN - PORTABLE - 150 WATT 4813 $ 25.00 TRENCH BOX - 4' X 10 #1909 $ 130.00 DUCT ROD #855 $ 30.00 TRENCHJACK (SCREW) #877 $ 4.00 EMULSION POT SPRAYER $ 60.00 TRENCH JACK (HYDRAULIC) #876 $ 20.00 FLOODLIGHT TRIALER (MERCURY VAPOR LIGHTS) $ 125.00 TRENCHER - VERMEER -WALK BEHIND 01160 $ 125.00 FLOWLWER #847 S 25.00 TRI -VISE #884 $ 25.00 FUSION MACHINE 14 °Macelroy 03096 $ 50.00 VIBRATOR PLATE $ 91.00 FUSION MACHINE 4 -12 "Macelroy .#3095 $200.00 WALKIETALKIES (SETOF2) 9893 $ 25.00 GENERATOR (3.5 -5KW) #1807 $ 53.00 WATER HOSE 172"X50 #871 $ 6,00 GENERATOR (75KW) #6290 $ 75,00 WATERHOSE 212"X50 #872 $ 7,50 HEATTRACER 9814 $ 25.00 WATER PUMP 2" Portable #1831 $ 53,00 HEATER 4815 $ 25.00 WATER PUMP 3" Portable 91832 5 B0W HOLIDAY DETECTOR #838 $ 25.00 WEEDEATER 0116 $ 50.00 HYDRAULIC STAR CUTTER #889 $ 100.00 WELDING SHIELDS (6 X 10 FRAME) 0901 $ 5.00 HYDROSTATIC TESTING UNIT HTU-500 96067 $ 450.00 WET /ORYVACUUM 9458990-$ 10.00 HYDROTEST EQUIPMENT& TOOLS #887 $1,450.00 WHALERS HYDRAULIC #1894 $ 300.00 IMPACT GUN 1" .9819 $ 25.00 WINCH IO TON(GRUNDO) #6042 $ 300.00 IMPACT GUN 112" #821 $ 15.00 IMPACTGUN 314" #822 $ 20.00 SAFETY AND HAZMAT EQUIPMENT Daily Rate IMPACTWRENCH 1" 9864 $ 35.00 4WAY GAS MONITOR #921 $ 25.00 LADDER 9875 $ 10.00 MULTI -GAS DETECTOR 7 PID 0914 S 105,00 LASER LEVEL #8458 $ 75.00 SUPPLIED AIR RESPERATOR KIT #922 $ 125.00 LEAF BLOWER #824 $ 25.00 ESCAPE AIR PACK 9918 S 25.00 LIGHTSTAND 9849 $ 15.00 H2S MONITOR 0920 $ 15,00 MANHOLE BLOWER WITH HOSE 8" #840 $ 43.00 HAZMAT SUIT - TYVEK 0912 $ 8.00 MANHOLE BLOWER WITH HOSE 12" $ 55.00 HAZMATTRAILER 96648 $ 20,00 PAVEMENT BREAKER /JACKHAMMER #867 $ 35.00 RESPERATOR APR- RALFIFULL MASK (CARTRIDGE INCLJ 9911 $ 5.00 PIPE BENDER S'GREENLEE 41885 $ 100.00 SCBA - SELF CONTAINED 0916 $ 55.00 PIPE BENDER 2 °GREENLEE #1886 $ 100.00 SCBA CYLINDER - EXTRA #917 $ 35.00 PIPE BENDER MACHINE 6 -20" (Plus shoes /(relght per day) #1082 $ 400.00 TRIPODWITHWINCH 9913 $ 100.00 PIPE BENDER SHOES 11082 BENDER #1190 81165.00 WEEKLY IWO WINCH RETRIEVAL BOOM #471990' $ 250.00 PIPE CUTTER - RIDGID SOIL 9885 $ 15.00 P.F.D. - PERSONAL FLOTATION DEVICE 0923 $ 5.00 PIPE CUTTER LINEUP CLAMP 16' -36" #839 $ 50,00 FULL BODY HARNESS 9924 $ 5.00 PIPE CUTTER LINEUP CLAMP 8" -14" 4851 $ 25.00 PIPE LOCATOR #843 5 25.00 PIPE LOCATOR - METROTECH #1935 $ 40.00 Pays 2 N2 F'rolvA EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE /REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented Doty Bros. Equipment Company Page C -1 10 -23 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees 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 subconsultants. 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 and its officers, officials, employees, and agents 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. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial Doty Bros. Equipment Company Page C -2 10 -2a 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 sub - consultant 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. Doty Bros. Equipment Company Page C -3 10 -25 H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, 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. I. 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. Doty Bros. Equipment Company Page C -4 10 -26 /_1ir_Cy:hTtl=Ii!119= ON -CALL MAINTENANCE /REPAIR SERVICES AGREEMENT WITH GCI CONSTRUCTION INC. FOR UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES THIS ON -CALL MAINTENANCE /REPAIR SERVICES AGREEMENT ( "Agreement ") is made and entered into as of this 11th day of May, 2015 ( "Effective Date "), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City "), and GCI CONSTRUCTION, INC., a California corporation ( "Contractor'), whose address is 1031 Calle Recodo, Suite D, San Clemente California 92673, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform on -call maintenance and /or repair services for City ( "Project "). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and /or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on April 30, 2018, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on -call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ( "Services" or "Work "). Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services to be provided; 10 -27 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; 2.1.3 The estimated number of hours and cost to complete the Services; and 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractors reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Letter Proposal 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 Hundred Thousand Dollars and 00/100 ($300,000.00), without prior written amendment to the Agreement. GCI Construction Inc. Page 2 10 -28 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and /or classification of employee who performed the Work, a brief description of the Services performed and /or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B and the Letter Proposal. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Terry Gillespie to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Municipal Operations Department. City's Utilities Manager or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all GCI Construction Inc. Page 3 10 -29 existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with highest industry standards. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the industry standard. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to GCI Construction Inc. Page 4 10 -30 property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct GCI Construction Inc. Page 5 10 -31 Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California GCI Construction Inc. Page 6 10 -32 labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50 %) or more of the voting power or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. 17. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. GCI Construction Inc. Page 7 10 -33 20. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 23. CONFLICTS OF INTEREST 23.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 23.2 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 immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 24. NOTICES 24.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third GCI Construction Inc. Page 8 10 -34 business day after the deposit thereof in the United States mail, postage prepaid, first - class mail, addressed as hereinafter provided. 24.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Utilities Manager Municipal Operations Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 24.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Terry Gillespie GCI Construction Inc. 1031 Calle Recodo Suite D San Clemente CA 92673 25. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractors acceptance.of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26. TERMINATION 26.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. GCI Construction Inc. Page 9 10 -35 26.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 27. LABOR 27.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ( "FLSA ") (29 USCA § 201, et seq.). 27.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 27.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 27.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and /or regulations. This obligation shall survive the expiration and /or termination of the Agreement. 28. STANDARD PROVISIONS 28.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 28.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. GCI Construction Inc. Page 10 10 -36 28.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 28.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 28.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 28.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 28.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 28.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 28.10 Equal Opportunitv Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] GCI Construction Inc. Page 11 10 -37 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATT R E 'S OFFICE Date: 5 � By: Aaron C. Harp 0^'AOMI�I�c City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Edward D. Selich Mayor CONTRACTOR: GCI Construction Inc., a California corporation Date: Bv: Terry Gillespie President Date: By: Janet Gillespie Corporate Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements GCI Construction Inc. Page 12 10 -38 EXHIBIT A SCOPE OF SERVICES GCI Construction Inc. Page A -1 iDdc9l SCOPE OF SERVICES OVERVIEW OF SERVICES REQUESTED The following is a list of the services that may be requested by the City during a typical contract engagement for as- needed underground utility installation and repair services. Contractor shall furnish all labor, equipment, materials, and supervision to provide as- needed underground utility repairs, including but not limited to: • Excavations, pavement cuts, minor grading. • Installation and repair of water system components such as: • Waterlines sizing from 4" to 48" in diameter o Waterline pipe materials including, Ductile Iron, Cast Iron, Asbestos Cement, Polyvinyl Chloride, and Steel piping • Valves of various types and sizes • Services ranging from Y4" to 2" in diameter • Meters and boxes of various sizes • Backflow devices of various sizes • Pressure reducing, sustaining, relieving valves of various sizes o Vaults of various sizes o Fire connections of various sizes • Installation and repair of wastewater system components such as: • Force mains sizing from 4" to 12" in diameter • Laterals of various sizes • Clean -outs • Grease interceptors • Collection system mainlines • Vaults /wet wells • Valves of various sizes o Manholes • Installation and repair of storm water system components such as: o Storm drain piping 10 -40 o Catch basins o Tide valves o Manholes • Disposal of excess materials and spoils • Hauling of material for backfilling and grading • Backfill and compaction • Minor repair roadways • Welding repair or work CONTRACTOR REQUIREMENTS Contractor shall be required to: • Ensure that all work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable comply with all safety standards required by CAL -OSHA. The City reserves the right to issue restraint, or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance under this contract. All contractor employees shall have access to a W.A.T.C.H. (Work Area Traffic Control Handbook) at all times. • Maintain all work sites free of hazards to persons and /or property resulting from his /her operations. Any hazardous condition noted by the Contractor, which is not a result of his /her operations, shall be immediately reported to the City. • Upon acceptance work, restore the project area affected by the operations to a condition at least equal to that existing prior to the work, including the removal of all debris. • Provide callback within twenty four hours after initial request from the City for underground utility services. PROJECT ADMINISTRATION Based on the results of this solicitation process, the City will enter into a three -year on- call contract with the highest - qualified contractor(s). On -call contracts do not guarantee or imply any specific quantity of work over the proposed two -year contract period. When the need for services arises, the City shall request in writing, the necessary underground utility installation and repair services required in adequate detail. Contractor shall then provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: • A detailed description of the Services to be provided; • The estimated number of hours and cost to complete the Services; and FLOWN] • The time needed to finish the specific Project. City will assess the Letter Proposal to ensure that services and costs proposed are commensurate with those provided in the Contractor's RFQ response. No Services shall be provided until the City has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. iD39a EXHIBIT B SCHEDULE OF BILLING RATES GCI Construction Inc. Page B -1 10 -43 GCI CONSTRUCTION Effective 71112014 EQUIPMENT OPERATED RATE SCHEDULE DESCRIPTION FOREMAN PICK UP TRUCK 21.00 HOUR CREW TRUCK 36.00 HOUR 10 WHEELER DUMP TRUCK 85.00 HOUR SUPER 10 95.00 HOUR BOTTOMISEMI END DUMP 95.00 HOUR LOW BED RATE 120.00 HOUR SKIPLOADER 138.00 HOUR BOBCAT 138.00 HOUR 446D BACKHOEILOADER 163.00 HOUR 555E BACKHOEILOADER 148.00 HOUR NEW HOLLAND BACKHOE /LOADER 148.00 HOUR 936 WHEEL LOADER 158.00 HOUR CAT 950 LOADER 158.00 HOUR CAT 950 E LOADER 163.00 HOUR JD 450 WITH BOARD 163.00 HOUR CAT 307 EXCAVATOR 163.00 HOUR CAT 313 EXCAVATOR 183.00 HOUR CAT 325 EXCAVATOR 205.00 HOUR CAT 321CLCR EXCAVATOR 198.00 HOUR CAT 235D EXCAVATOR 233.00 HOUR KOBELCO SK300 LC1V EXCAVATOR 213.00 HOUR RING O MATIC POT HOLING MACHINE 418.00 DAY 85.00 HR ASHPHALT ZIPPER 268.00 HOUR Plus Teeth ARROWBOARD 105.00 DAY WATERTRUCK 170.00 DAY Bare COMPACTION WHEEL 27.00 HOUR COMPRESSOR WIJACKHAMMER 235.00 DAY 2000 MULTIQUIP TOWABLE GENERATOR 210.00 DAY HYDRAULIC BREAKER 50.00 HOUR 2000 LBS LIGHT TOWER 100.00 DAY WACKER 100.00 DAY Zieman Trailer 20.00 HOUR 4" trash pump & hoses 100.00 day 6x16 Trench Box 85.0D day 250.00 Wk 750.00 Mo 4 x 16 Trench Box 67.00 day 170.00 Wk 505.00 Me 8 x 24 Trench Box 182.00 DAY 550.00 Wk 1630.00 Me LABOR RATES: REGULAR OVERTIME DBL TIME LABORER GRADING 60.76 80.83 100.91 LABORER SEWER 61.88 82.45 103.01 LABORER WATER 60.53 80.51 10D.48 PIPELAYER GRADING 64.28 86.12 107.95 PIPELAYER SEWER 65.49 87.86 110.23 PIPELAYER WATER 64.04 85.77 107.50 OPERATOR GRADING 82.96 111.41 139.87 OPERATOR SEWER 84.42 113.56 142.70 OPERATOR WATER 82.66 110.98 139.30 FOREMAN GRADING 85.67 115.48 140.27 FOREMAN SEWER 87.20 117.73 141.49 FOREMAN WATER 85.36 115.03 140.92 TEAMSTER GRADING 66.40 85.35 104:29 TEAMSTER SEWER 67.68 87.09 106.50 TEAMSTER WATER 66.15 85.00 103.85 MARK UP ON LABOR 20% MARK UP ON EQUIPMENTIMATERIAL 15% 10 -44 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE /REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented GCI Construction Inc. Page C -1 `nabs vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees 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 subconsultants. 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 and its officers, officials, employees, and agents 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. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial GCI Construction Inc. Page C -2 10 -46 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 sub - consultant 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. GCI Construction Inc. Page C -3 10 -47 H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, 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. GCI Construction Inc. Page C -4 FrOXIM ATTACHMENT C ON -CALL MAINTENANCE /REPAIR SERVICES AGREEMENT WITH T. E. ROBERTS, INC. FOR UNDERGROUND UTILITY INSTALLATION AND REPAIR SERVICES THIS ON -CALL MAINTENANCE /REPAIR SERVICES AGREEMENT ( "Agreement') is made and entered into as of this 11th day of May, 2015 ( "Effective Date "), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City "), and T. E. ROBERTS, INC., a California corporation ( "Contractor"), whose address is 306 West Katella Avenue, Unit B, Orange, California 92867, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform on -call maintenance and /or repair services for City ( "Project'). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and /or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on April 30, 2018, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on -call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ( "Services" or "Work'). Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal'). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services to be provided; 10 -49 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.1.3 The estimated number of hours and cost to complete the Services; 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Letter Proposal 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. Contractors compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Three Hundred Thousand Dollars and 00 /100 ($300,000.00), without prior written amendment to the Agreement. T. E. Roberts, Inc. Page 2 10 -50 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and /or classification of employee who performed the Work, a brief description of the Services performed and /or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B and the Letter Proposal. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Tim Roberts to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Municipal Operations Department. City's Utilities Manager or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all T. E. Roberts, Inc. Page 3 10 -51 existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with highest industry standards. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the industry standard. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractors performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractors Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to T. E. Roberts, Inc. Page 4 10 -52 property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractors presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractors 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 T. E. Roberts, Inc. Page 5 10 -53 Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute - the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California T. E. Roberts, Inc. Page 6 10 -54 labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50 %) or more of the voting power or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. 17. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. T. E. Roberts, Inc. Page 7 10 -55 20. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project 23. CONFLICTS OF INTEREST 23.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 23.2 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 immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 24. NOTICES 24.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third T. E. Roberts, Inc. Page 8 10 -56 business day after the deposit thereof in the United States mail, postage prepaid, first - class mail, addressed as hereinafter provided. 24.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Utilities Manager Municipal Operations Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 24.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Tim Roberts T. E. Roberts, Inc. 306 West Katella Ave, Unit B Orange CA 92867 25. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26. TERMINATION 26.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. T. E. Roberts, Inc. Page 9 10 -57 26.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 27. LABOR 27.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ( "FLSA ") (29 USCA § 201, et seq.). 27.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 27.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 27.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and /or regulations. This obligation shall survive the expiration and /or termination of the Agreement. 28. STANDARD PROVISIONS 28.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 28.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. T. E. Roberts, Inc. Page 10 PGff -M 28.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 28.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 28.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 28.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 28.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 28.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 28.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] T. E. Roberts, Inc. Page 11 10 -59 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY AT R E 'S OFFICE Date: i M By: ` VU Aaron C. Harp CAM 'M l Sol is City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Edward D Selich Mayor CONTRACTOR: T. California corporation Date: By: Tim Roberts President By: Luke Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements E. Roberts, Inc., a T. E. Roberts, Inc. Page 12 10 -60 EXHIBIT A SCOPE OF SERVICES T. E. Roberts, Inc. Page A -1 10 -61 SCOPE OF SERVICES OVERVIEW OF SERVICES REQUESTED The following is a list of the services that may be requested by the City during a typical contract engagement for as- needed underground utility installation and repair services. Contractor shall furnish all labor, equipment, materials, and supervision to provide as- needed underground utility repairs, including but not limited to: • Excavations, pavement cuts, minor grading. • Installation and repair of water system components such as: • Waterlines sizing from 4" to 48" in diameter o Waterline pipe materials including, Ductile Iron, Cast Iron, Asbestos Cement, Polyvinyl Chloride, and Steel piping • Valves of various types and sizes • Services ranging from %" to 2" in diameter o Meters and boxes of various sizes o Backflow devices of various sizes o Pressure reducing, sustaining, relieving valves of various sizes o Vaults of various sizes o Fire connections of various sizes • Installation and repair of wastewater system components such as: • Force mains sizing from 4" to 12" in diameter • Laterals of various sizes • Clean -outs • Grease interceptors • Collection system mainlines • Vaults /wet wells • Valves of various sizes • Manholes • Installation and repair of storm water system components such as: o Storm drain piping PGdi'a o Catch basins o Tide valves o Manholes • Disposal of excess materials and spoils • Hauling of material for backfilling and grading • Backfill and compaction • Minor repair roadways • Welding repair or work CONTRACTOR REQUIREMENTS Contractor shall be required to: • Ensure that all work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable comply with all safety standards required by CAL -OSHA. The City reserves the right to issue restraint, or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance under this contract. All contractor employees shall have access to a W.A.T.C.H. (Work Area Traffic Control Handbook) at all times. • Maintain all work sites free of hazards to persons and /or property resulting from his /her operations. Any hazardous condition noted by the Contractor, which is not a result of his /her operations, shall be immediately reported to the City. • Upon acceptance work, restore the project area affected by the operations to a condition at least equal to that existing prior to the work, including the removal of all debris. • Provide callback within twenty four hours after initial request from the City for underground utility services. PROJECT ADMINISTRATION Based on the results of this solicitation process, the City will enter into a three -year on- call contract with the highest - qualified contractor(s). On -call contracts do not guarantee or imply any specific quantity of work over the proposed two -year contract period. When the need for services arises, the City shall request in writing, the necessary underground utility installation and repair services required in adequate detail. Contractor shall then provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: • A detailed description of the Services to be provided; • The estimated number of hours and cost to complete the Services; and 10 -63 • The time needed to finish the specific Project. City will assess the Letter Proposal to ensure that services and costs proposed are commensurate with those provided in the Contractor's RFQ response. No Services shall be provided until the City has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 10 -64 EXHIBIT B SCHEDULE OF BILLING RATES T. E. Roberts, Inc. Page B -1 10 -65 P TEO Roberts INCORPORATED vain i.c.0 nn o.,a.uar 304 A'nl Itlulla kvantr Ii nil 8 Olrne r, (R 93841 1. 716.669.0071 I. 714.700.9141 Lluase 0601008 aaa. rero6enl. tom PROPOSAL T.E. Roberts, Inc 2/26/15 Proposed two-year ore-Call Rates for the City of Newport Beads As- Needed Underground Utility Installation and Repair Services President- Timothy Roberts Superintendents - Justin Roberts. Bob Hartwell. Ed Perez Proiru:t Manager-aill Kutlesa T.E. Roberts, Inc. proposes to provide On -Call Services for: Water System Installation and Reppirs Wastewater System Component Installation and Repairs ' Storm Water System Component Installation and Repairs The above work may encompass excavation, pavement cuts, minor grading, disposal and hauling of spoils and excess materials, backfill and compaction, asphalt repair work and welding repair work. Due to the unknown nature of future seryicts required, rest aswmd every job will be completed efficiently, safely, and with the quality of workmanship that T.E. Roberts, Inc Is known for which will meet or exceed City standards. A 74 hour Imergency Contact List with home and all phone numbers of key personnel will be provided to the City upon award of contract. Upon no06rabon, T.E. Roberts, Inc will Immediately report to an emergency site within one hour to assess the scope of work. A ucw will m0hilire within four to eight hours with appropriate personnel, equipment and materials to begin repair work. Our extensive flect of equipment and personnel allows us to mobilize quickly to perform a wide array of services to efficiently complete projects. We have established lines of credit with reputable local suppliers who can provide quality materials 24/7. As an experienced underground conlracror we will perform and provide quality service, materials, and invoicing in a timely and professlonal manner. T.E. Roberts, Inc is committed to providing quality pipeline services with on -lime and on budget project completions. Our high standards combined with the latest technology In pipeline construction allow us to deliver what our customers need when they need R. Our president Tim Roberts, is personally involved with daily operations and is 10 -66 Hourly Straight Time Rates Hourly Rates LABOR EQUIPMENT Superintendent 5350.00 Urge Excavator 5110.00 Project Manager $97.50 Medium Excavator 5300.00 Foreman /Operating Collin $125.00 Small Excavator Sg0.00 roremanAaboner $110.00 Back Hoc 542 -00 Operating Engineer $102.00 Air Compressor $20.00 Laborer $7$.00 Dump Truck /Super 10 545.00 Pipe Layer 579.00 Pickup Truck or Van S25A0 welder 585.00 Crew Truck $30.00 Teamster $82.00 rtatbed Truck $25.00 Bed Trailer 545.10 SUBCONTRACTORS cost PIus10% Truck and Pup 575.00 Structures Unlimited- concrete structures Water Truck $3S.OD Penhall- sawoming, concrete breaking Sweeper $72.00 Wheel Loader $55.00 Materials cost plus IS% Skip leader 540.00 Bands LS %of total Skid Steer 540.00 Asphalt Zipper $80.00 A 74 hour Imergency Contact List with home and all phone numbers of key personnel will be provided to the City upon award of contract. Upon no06rabon, T.E. Roberts, Inc will Immediately report to an emergency site within one hour to assess the scope of work. A ucw will m0hilire within four to eight hours with appropriate personnel, equipment and materials to begin repair work. Our extensive flect of equipment and personnel allows us to mobilize quickly to perform a wide array of services to efficiently complete projects. We have established lines of credit with reputable local suppliers who can provide quality materials 24/7. As an experienced underground conlracror we will perform and provide quality service, materials, and invoicing in a timely and professlonal manner. T.E. Roberts, Inc is committed to providing quality pipeline services with on -lime and on budget project completions. Our high standards combined with the latest technology In pipeline construction allow us to deliver what our customers need when they need R. Our president Tim Roberts, is personally involved with daily operations and is 10 -66 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE /REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented T. E. Roberts, Inc. Page C -1 10 -s7 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees 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 subconsultants. 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 and its officers, officials, employees, and agents 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. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial T. E. Roberts, Inc. Page C -2 10 -68 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 sub - consultant 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. T. E. Roberts, Inc. Page C -3 10 -69 H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, 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. I. 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. T. E. Roberts, Inc. Page C -4 10 -70