Loading...
HomeMy WebLinkAbout07 - Amendment to PSA's for Water, Wastewater and Storm Drain ServicesQ �EwPpRT CITY OF s NEWPORT BEACH `q44:09 City Council Staff Report December 9, 2025 Agenda Item No. 7 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Mark Vukojevic, Utilities Director - 949-644-3011, mvukojevic@newportbeachca.gov PREPARED BY: Joshua Rosenbaum, Senior Management Analyst - 949-644-3057 josenbaum@newportbeachca.gov TITLE: Amendment No. One to On -Call Service Agreements with GCI Construction, Inc. and T.E. Roberts, Inc. for Water, Wastewater and Storm Drain Services ABSTRACT: The Utilities Department utilizes on -call contractors for the City's water, wastewater and storm drain systems. Over the last few years, these contractors have been used for on - call tasks, repair projects and emergencies of various complexities. Staff is requesting City Council approval of amendments to increase the agreement amount of both GCI Construction, Inc. and T.E. Roberts, until their agreements expire in 2028. RECOMMENDATIONS: a) Determine this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because this action will not result in a physical change to the environment, directly or indirectly; b) Authorize the Mayor and City Clerk to execute Amendment No. One to the On -Call Maintenance and Repair Services Agreement with GCI Construction, Inc. to increase the agreement amount by $1,000,000, for a total not -to -exceed amount of $2,500,000-1 and c) Authorize the Mayor and City Clerk to execute Amendment No. One to the On -Call Maintenance and Repair Services Agreement with T.E Roberts, Inc. to increase the agreement amount by $1,000,000, for a total not -to -exceed amount of $2,500,000. DISCUSSION: The Utilities Department maintains hundreds of miles of water, wastewater and storm drain pipelines and appurtenant facilities such as pump stations, pressure stations, reservoirs, treatment facilities, well sites, fire hydrants, valves, manholes and communication equipment. The maintenance and operation of these systems are administered by licensed City staff. At times, the Utilities Department requires the assistance from contractors to provide supplemental manpower, backlog reduction, expertise, equipment, special repairs, supplemental capital improvements and emergency services. Examples include deep excavations that require specialized Amendment No. One to On -Call Service Agreements with GCI Construction, Inc. and T.E. Roberts, Inc. for Water, Wastewater and Storm Drain Services December 9, 2025 Page 2 shoring, storm damage repairs, dewatering, pipe welding, heavy and specialized equipment, emergency pipe repairs, utility locating/pothole services, and complex utility situations requiring several days of work. Decisions to use these contractors are typically based on the size and complexity of the repair or emergency, availability of staff and contract resources, shoring needs, expected duration of the repair and anticipated costs. When using contract resources, City staff oversees the repair. Typically, staff also provide supplemental services to save costs and expedite repairs. On May 23, 2023, City Council approved seven on -call agreements (following a Request for Qualifications process). Each contractor within their work specialty is asked to submit cost -competitive proposals and their availability to perform work. Over the last years, all seven of the contractors have been utilized for various City projects. GCI Construction, Inc. and T.E. Roberts, both earned the two highest rankings during the qualification process. They have demonstrated a proven track record of delivering the best pricing value, high quality work and reliability. The higher than anticipated volume of projects has exhausted a high percentage of their authorized agreement compensation. Staff is requesting amendments to increase GCI Construction, Inc. and T.E. Roberts agreements by $1 million each. Their total 5-year on - call agreement amounts will increase from $1.5 million to $2.5 million. FISCAL IMPACT: No additional General Funds are required. The adopted budget includes sufficient funding for these services. The agreements are funded from various annual maintenance and repair accounts in the water, wastewater, and storm drain budgets within the Utilities Department, as well as the Public Work's Department Capital Improvement project accounts. Over the past few years, the department averaged approximately $800,000 to $1 million in annual water, wastewater and storm drain repairs and emergencies across all contracted work and projects. A typical on -call project is approximately $50,000. In the event of major repair projects or emergencies that exceed the annual budget appropriation, a budget amendment would be brought to City Council. 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. Amendment No. One to On -Call Service Agreements with GCI Construction, Inc. and T.E. Roberts, Inc. for Water, Wastewater and Storm Drain Services December 9, 2025 Page 3 NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Amendment No. One to the On -Call Agreement with T.E. Roberts Attachment B — Amendment No. One to the On -Call Agreement with GCI Construction ATTACHMENT A AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH T.E. ROBERTS, INC. FOR ON -CALL WATER, WASTEWATER AND STORM DRAIN SERVICES THIS AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 4th day of November, 2025 ("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 17771 Mitchell North, Irvine, CA 92614, and is made with reference to the following: RECITALS A. On May 23, 2023, City and Contractor entered into an On -Call Maintenance/ Repair Services Agreement (Contract No. C-9314-1) ("Agreement") to engage Contractor to perform on -call maintenance and/or repair services for water, wastewater and storm drains ("Project"). B. Since entering into the Agreement, Contractor was asked to perform a higher volume of Work than was originally anticipated. C. The parties desire to enter into this Amendment No. One to increase the total compensation for the higher volume of work, and to update the insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the 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 the City's Utility Director or designee. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Two Million Five Hundred Thousand Dollars and 001100 ($2,500,000.00) without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed One Million Dollars and 001100 ($1,000,000.00). 2. INSURANCE As of this Effective Date of this Amendment No shall be deleted in its entirety and replaced with incorporated herein by reference. Any reference to hereafter refer to Exhibit C attached hereto. 3. INTEGRATED CONTRACT One, Exhibit C of the Agreement Exhibit C, attached hereto and Exhibit C in the Agreement shall Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] T.E. ROBERTS, INC. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: n �1 a on C. Harp Ci y Attorney ATTEST: Date: By: Lena Shumway City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: in Joe Stapleton Mayor CONTRACTOR: T.E. ROBERTS, INC., a California corporation Date: 11- 5.25 Timothy E Roberts Chief Executive Officer Date: 11- S -ZS By: Jin<n M Roberts Secretary [END OF SIGNATURES] Exhibit C - Insurance Requirements T.E. ROBERTS, INC. Page 3 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCEIREPAIRIJANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements, A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or T.E. ROBERTS, INC. Page C-1 rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. D. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than one million dollars ($1,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above. Such policy or policies shall include the following terms and conditions; • A drop down feature requiring the policy to respond in the event that any primary insurance limits are exhausted by paid claims; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. E. Pollution Liability Insurance, If required, Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than one million dollars ($1,000,000) per loss and two million dollars ($2,000,000) in the aggregate per policy period. Claims -made policies require a 5-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third - party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation T.E. ROBERTS, INC. Page C-2 against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days T.E. ROBERTS, INC. Page C-3 advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self -insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self - insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. G. Clty Remedies for Non -Compliance. If Contractor or any subcontractor falls to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from T.E. ROBERTS, INC. Page C-4 Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. T.E. ROBERTS, INC. Page C-5 ATTACHMENT B AMENDMENT NO. ONE TO ON -CALL MAINTENANCEIREPAIR SERVICES AGREEMENT WITH GCI CONSTRUCTION, INC. FOR ON -CALL WATER, WASTEWATER AND STORM DRAIN SERVICES THIS AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 4th day of November, 2025 ("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, CA 92673, and is made with reference to the following: RECITALS A. On May 23, 2023, City and Contractor entered into an On -Call Maintenance/ Repair Services Agreement (Contract No. C-9315-1) ("Agreement") to engage Contractor to perform on -call maintenance and/or repair services for water, wastewater and storm drains ("Project"). B. Since entering into the Agreement, Contractor was asked to perform a higher volume of Work than was originally anticipated. C. The parties desire to enter into this Amendment No. One to increase the total compensation for the higher volume of work, and to update the insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the 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 the City's Utility Director or designee. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Two Million Five Hundred Thousand Dollars and 001100 ($2,500,000.00) without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed One Million Dollars and 001100 ($1,000,000.00). 2. INSURANCE As of this Effective Date of this Amendment No shall be deleted in its entirety and replaced with incorporated herein by reference. Any reference to hereafter refer to Exhibit C attached hereto. 3. INTEGRATED CONTRACT One, Exhibit C of the Agreement Exhibit C, attached hereto and Exhibit C in the Agreement shall Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] GC1 CONSTRUCTION, INC. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 10 Zt Z — By:� r n Harp City Attorney ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: i Joe Stapleton Mayor CONTRACTOR: GCI CONSTRUCTION, INC., a California corporation Date: 111es16kpaS By: By: Lena Shumway Alan Aris fondo City Clerk Chief Executive Officer Date: Richard Kay Chief Financial [END OF SIGNATURES] Attachments: Exhibit C -- Insurance Requirements GCI CONSTRUCTION, INC. Page 3 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 City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or GCI CONSTRUCTION, INC. Page C-1 rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. D. Umbrella or Excess Liability insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than one million dollars ($1,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance limits are exhausted by paid claims; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. E. Pollution Liability Insurance. If required, Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than one million dollars ($1,000,000) per loss and two million dollars ($2,000,000) in the aggregate per policy period. Claims -made policies require a 5-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third - party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation GCI CONSTRUCTION, INC. Page C-2 against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days GCI CONSTRUCTION, INC. Page C-3 advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. _Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self -insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self - insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from GCI CONSTRUCTION, INC. Page C-4 Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. GCI CONSTRUCTION, INC. Page C-5 GCI CONSTRUCTION Effective 7/1/2025 - 6/30/2026 EQUIPMENT OPERATED RATE SCHEDULE DESCRIPTION OPERATED FOREMAN PICK UP TRUCK 43.00 HOUR CREW TRUCK 55.00 HOUR STAKE BED TRUCK 64.00 HOUR 10 WHEELER DUMP TRUCK 115.00 HOUR SUPER 10 120.00 HOUR 130/Hr for DIR Projects BOTTOM/SEMI END DUMP 130.00 HOUR 130IHr for DIR Projects LOW BED RATE 218.00 HOUR SKIPLOADER 202.00 HOUR BOBCAT 190.00 HOUR 446D BACKHOEILOADER 220.00 HOUR KOMATSU WHEEL LOADER 226.00 HOUR CAT 950 G LOADER 230.00 HOUR JD 450 WITH BOARD 213.00 HOUR CAT 308 EXCAVATOR 207.00 HOUR CAT 314 EXCAVATOR 242.00 HOUR CAT 325 EXCAVATOR 265.00 HOUR CAT 321CLCR EXCAVATOR 265.00 HOUR KOBELCO SK300 LC1V EXCAVATOR 300.00 HOUR CAT 824C DOZER 269.00 HOUR CASE 8651CAT 140M MOTOR GRADER 284.00 HOUR VACTOR VACUME TRUCK 278.00 HOUR ASPHALT ZIPPER 272.00 HOUR Pius Teeth ARROWBOARD 100.00 DAY 300IWK MESSAGE BOARD 185.00 DAY 6001WK WATER TRUCK 220.00 DAY COMPACTION WHEEL 30.00 HOUR COMPRESSOR WIJACKHAMMER 300.00 DAY 2000 MULTIQUIP TOWABLE GENERATOR 288.00 DAY 629IWK HYDRAULIC BREAKER 60.00 HOUR 2000 LBS LIGHT TOWER 138.00 DAY WACKER 138.00 DAY Zieman Trailer 30.00 HOUR 4" trash pump & hoses 138.00 DAY 6 x 16 Trench Box 110.00 DAY 293IWK 4 x 16 Trench Box 100.00 DAY 1961WK 8 x 24 Trench Box 66.00 DAY 6381WK continued Page 2 ... LABOR RATES: LABORER GRADING (GROUP 1) LABORER SEWER (GROUP 1) LABORER WATER (GROUP I) PIPELAYER GRADING (GROUP IV) PIPELAYER SEWER (GROUP IV) PIPELAYER WATER (GROUP IV) OPERATOR GRADING (GROUP VIII) OPERATOR SEWER (GROUP VIII) OPERATOR WATER (GROUP VI11) FOREMAN GRADING (GROUP VIII) FOREMAN SEWER (GROUP VIII) FOREMAN WATER (GROUP VIII) WATER TRUCK LABORER GRADING WATER TRUCK LABORER SEWER WATER TRUCK LABORER WATER 89.65 118.97 148.28 90.28 119.87 149.47 89.63 118.93 148.23 93.00 123.98 154.96 93.65 124.94 156.22 92.97 123.24 154.91 126.23 169.59 212.94 127,08 170.84 214.60 126.19 169.53 212.87 128.84 173.51 218.18 129.72 174.80 219.88 128.80 173.45 218.10 103.92 138.90 173.89 104.65 139.98 175.30 103.88 138.86 173.83 MARK UP ON LABOR 20% MARK UP ON EQUIPMENTIMATERIAL 15% MARK UP ON SUBCONTRACTOR 5% BOND COST IS 2.4% OF THE TOTAL CONTRACT AMOUNT ***DIR PROPOSED RATE INCREASE FOR JULY 2026 - JUNE 2027, TBD***