HomeMy WebLinkAboutC-3882 - PSA for On-Call Emergency Underground Utility Repairs ServicesAMENDMENT NO. 3
r TO
PROFESSIONAL SERVICES AGREEMENT WITH GCI CONSTRUCTION, INC.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is
entered into as of this 8th day of September, 2009, by and between the CITY OF
NEWPORT BEACH, a Municipal Corporation ( "CITY "), and GCI CONSTRUCTION,
INC. a California Corporation whose address is 245 Fischer Avenue, Ste. B -3., Costa
Mesa, California, 92626 ( "CONTRACTOR "), and is made with reference to the
following:
RECITALS:
A. On September 12, 2006, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for
Underground Utility Repair Services.
B. CITY and CONTRACTOR have entered into two separate AMENDMENTS of the
AGREEMENT, the latest dated July 8, 2008.
C. CITY desires to enter into this AMENDMENT NO. 3 to extend the term of the
AGREEMENT to June 30, 2010.
D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT N0. 3," as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
2.
The term of the AGREEMENT shall be extended to June 30, 2010.
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 shall be based on the
attached Schedule of Billing Rates (Exhibit A).
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 labor laws, rules
and regulations and the parties agree that the City shall not be liable for any
violation thereof.
3. SERVICES TO BE PERFORMED
Contractor shall perform various underground utility repair services pursuant to
this Amendment No. 3 and according to the Request to Extend On -Call
Professional Services Agreement dated July 20, 2009, attached hereto as
(Exhibit B).
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3
on the date first above written.
APPROVED AS TO FORM: CITY OF^WPORT BEACH,
OFFICE OF THE CITY ATTORNEY: A Muni641 Corpor4tio
By:
XyZnettetb. Be c amp,
Assistant City Attorney
ATTEST:
r
r
By: Vl�
Leilani Brown,
City Clerk
r ,x_ >
oR� P
Mayor
CONTRACTOR:
GCI CONSTRUCTION, INC.
By:
(Q'orporate Officer)
Title: President
Print Name: Terry D. Gillespie
0 ar-M �';,.r NP r
Title: Secretary Treasurer
Print Name: Floyd Bennett
Attachments: Exhibit A — Schedule of Billing Rates
Exhibit B — Request to Extend On -Call Professional Services Agreement
GCI CONSTRUCTION lEffecuve I F11F2o09
to GaotlG
EQUIPMENT OPERATED RATE SCHEDULE
DESCRIPTION
FOREMAN PICK UP TRUCK
19.00
HOUR
CREW TRUCK
34.00
HOUR
10 WHEELER DUMP TRUCK
60.00
HOUR
SUPER 10
86.00
HOUR
BOTTOMlSEMI END DUMP
91.00
HOUR
LOW BED RATE
110.00
HOUR
SKIPLOADER
125.00
HOUR
BOBCAT
30.75
HOUR
446D BACKHOEILOADER
150.06NOUR
555E BACKHOEILOADER
135.00
HOUR
NEW HOLLAND BACKHOEA,OADER
135.00
HOUR
936 WHEEL LOADER
145.00
HOUR
CAT 050 LOADER
145.00
HOUR
CAT 950 E LOADER
150.00
HOUR
JD 450 WITH BOARD
150.00
HOUR
CAT 307 EXCAVATOR
150.00
HOUR
CAT 313 EXCAVATOR
170.00
HOUR
CAT 325 EXCAVATOR
192.00
HOUR
CAT 321CLCR EXCAVATOR
185.00
HOUR
CAT 235D EXCAVATOR
228,00
HOUR
KOBELCO SK300 LC1V EXCAVATOR
208-00
HOUR
RI NG O MATIC POT HOLING MACHINE
DAY
80,00 HR
ASHPHALTZIPPER
MAO
250.00
HOUR
Plus Teeth
ARROWBOARD
98.00
DAY
WATERTRUCK
160.00DAY
Bare
COMPACTION WHEEL
25.60
HOUR
COMPRESSOR
152,80
DAY
COMPRESSOR W /JACKHAMMER
228.001
DAY
2000 MULTIQUIP TOWABLE GENERATOR
205.00
DAY
HYDRAULIC BREAKER
48.00
HOUR
2000 LBS
UGHTTOWER
9200
DAY
WACKER
$2,00
DAY
Zieman Trailer
18.80.HOUR
-4' trash pump & hoses
92,00
day
Oxt6 Trench Box
62.
day
247.50 Wk
74240 Mo
4 x 16 Trench Box
55,00
day
105,60 Wk
49500 go
6 x 24 Trench Box
1800@
DAY
540.00 Wk
1620,00 Ma
(OVERTIME
LABOR RATES:
REGULAR
DBL TIME
LABORER GRADING
49.81
66.81
8320
LABORER SEWER
50.16
67.30
84:44
LABORER WATER
,44
$6.28
83.11
PIPELAYER GRADING
'6324
71.94
90.64
PIPELAYER SEWER
53.61!
7246
91.34
PIPELAYER WATER
62A3
71.36
89:89
OPERATOR GRADING
67.92
72,84
117.TT
OPERATOR SEWER
65.43
93.601
118.76
OPERATOR WATER
88.60
93,85
119.101
1
FOREMAN GRADING
70A3
"Al
12270
FOREMAN SEWER
70.971
$TAO
i23.831
1
FOREMAN WATER
71,15
47,67
124,18,
VT PFO NC.
July 20, 2009
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
Attn: Cindy Asher
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
(949) 644 -3010 Fax (949) 646 -5204
MINT 118,
General Engineering Contractor Lic. No. 755356
Re: Amendment to Professional Services Agreement
Dear Ms. Asher.
GCI Construction, Inc. is requesting to extend the Professional Services Agreement for
another year commencing on July 1, 2009 through June 30, 2010. New rate sheet(s) are
attached.
Yours truly,
GCI Congruction. Inc.
Encl. Rate Sheet, 711109
245 FISCHER AVENUE, STE. B-3, COSTA MESA, CAL ORNIA 42626
(714) 957 -0233 FAX (714) 540 -1148
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. s
September 8, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
Cindy Asher, Administrative Manager
949 - 644 -3010 or casher(a)newportbeachca.aov
SUBJECT: APPROVAL OF AMENDMENT NO. 3 TO PROFESSIONAL SERVICES
AGREEMENT WITH DOTY BROS. CONSTRUCTION COMPANY,
APPROVAL OF AMENDMENT NO. 3 WITH GCI CONSTRUCTION, INC.
AND APPROVAL OF AMENDMENT NO. 2 WITH VALVERDE
CONSTRUCTION, INC. FOR ON -CALL UNDERGROUND UTILITY
REPAIRS
1 RECOMMENDATIONS:
1. Approve Amendment No. 3 to Professional Services Agreement (PSA) with Doty Bros.
Construction Company (DBCC) for on -call underground utility repair services and authorize the
Mayor and City Clerk to execute the Amendment.
2. Approve Amendment No. 3 to Professional Services Agreement (PSA) with GCI
Construction, Inc. (GCI) for on -call underground utility repair services and authorize the Mayor
and City Clerk to execute the Amendment.
3. Approve Amendment No. 2 to Professional Services Agreement (PSA) with Valverde
Construction, Inc. (VCI) for on -call underground utility repair services and authorize the Mayor
and City Clerk to execute the Amendment.
DISCUSSION:
On September 11, 2007, the City Council approved a PSA with Doty Bros Construction
Company on September 12, 2006 with GCI Construction, Inc. and on November 13, 2007 with
Valverde Construction, Inc. to provide emergency and as needed on -call underground utility
repair services. The proposed revisions to each PSA are summarized below:
1) Amendment No. 3 to the PSA with DBCC incorporates a revised labor rate billing
sheet which reflects between a 1% and 6% increase, with the average increase at
2.6 %. Due to DBCC being a union shop, new rates are negotiated every July.
ORThere are no cost increases for equipment.
Underground Utility Repair Services — Approval of Amendments
On -Call Professional Services Agreements
September 8, 2009
Page 2
In February 2008, DBCC made emergency repairs to a 30" steel reclaimed water
main located at University Avenue and the 73 Toll Road. The City was reimbursed
for this repair by Orange County Water District.
2) Amendment No. 3 to the PSA with GCI incorporates a revised labor rate billing sheet
that reflects a decrease in all labor categories except the Foreman category which
averaged a 3.7% increase. According to GCI, the decrease is due to their workers'
compensation rates. The revised equipment rates increased 3.4% to 14.5 %, with
one piece of equipment increasing by 26.6% and another decreasing by 39 %. Many
equipment pieces had no increase.
GCI assisted the City in making some emergency repairs to a vault at Pacific Coast
Highway and Dover. GCI also assisted with manholes at the Big Canyon Golf
Course last fall.
3) Amendment No. 2 to the PSA with VCI incorporates a revised labor rate billing sheet
that reflects increases in rates ranging from 1.7% to 3.9 %. For equipment, the
increase in rates ranged from no increases to 14.7% on one piece of equipment.
VCI has not had the opportunity thus far to assist the City on any emergency
underground utility repairs.
The scope of work for the amended on -call PSAs include the following services: general
underground utility installation and repair, installing and repairing sewer laterals and mains;
installing and repairing water services including system appurtenances, street repairs, and
grading improvements.
The proposed on -Call PSAs for all three companies would be effective for a one year period
through June 30, 2010. Please see the attached Rate Comparison Tables.
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
Funding Availability:
Funding is available in various maintenance and operations water and wastewater accounts.
Prepared by:
WOw
Cindy Asher
Administrative 'Manager
Submitted by:
eor Mu och
Utilities Director
Attachments: Amendment No. 3 with Doty Bros. Construction Company
Amendment No. 3 with GCI Construction, Inc.
Amendment No.'2 with Valverde Construction, Inc.
Rate Comparison Tables
3 <tvL
AMENDMENT NO. 3
TO
PROFESSIONAL SERVICES AGREEMENT WITH GCI CONSTRUCTION, INC.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is
entered into as of this 8th day of September, 2009, by and between the CITY OF
NEWPORT BEACH, a Municipal Corporation ( "CITY'), and GCI CONSTRUCTION,
INC. a California Corporation whose address is 245 Fischer Avenue, Ste. B -3., Costa
Mesa, California, 92626 ( "CONTRACTOR "), and is made with reference to the
following:
RECITALS:
A. On September 12, 2006, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for
Underground Utility Repair Services.
B. CITY and CONTRACTOR have entered into two separate AMENDMENTS of the
AGREEMENT, the latest dated July 8, 2008.
C. CITY desires to enter into this AMENDMENT NO. 3 to extend the term of the
AGREEMENT to June 30, 2010
D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. 3," as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of the AGREEMENT shall be extended to June 30, 2010.
2. COMPENSATION
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 shall be based on the
attached Schedule of Billing. Rates (Exhibit A).
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 labor laws, rules
and regulations and the parties agree that the City shall not be liable for any
violation thereof.
3. SERVICES TO BE PERFORMED
Contractor shall perform various underground utility repair services pursuant to
this Amendment No. 3 and according to the Request to Extend On -Call
Professional Services Agreement dated July 20, 2009, attached hereto as
(Exhibit B).
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
t` �
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3
on the date first above written.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY:
By:
ynett . Be a�Wamp,
Assistant City Atto`f-ney
ATTEST:
By:
Leilani Brown,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
Edward Selich,
Mayor
CONTRACTOR:
GCI CONSTRUCTION, INC.
AR
(Corporate Officer)
Title: President
Print Name: Terry D. Gillespie
in
(Financial Officer)
Title: Secretary Treasurer
Print Name: Floyd Bennett
Attachments: Exhibit A — Schedule of Billing Rates
Exhibit B — Request to Extend On -Call Professional Services Agreement
1
GCI CONSTRUCTInw
EQUIPMENT OPERATED RATE SCHEDULE
DESCRIPTION
FOREMAN PICK UP TRUCK
19.00
HOUR
CREW TRUCK
34.00
HOUR
10 WHEELER DUMP TRUCK
80.00
HOUR
SUPER 10
86.00
HOUR
SOTTOMISEMI END DUMP
91.00
HOUR
LOW BED RATE
110.00
HOUR
-
SKIPLQADER
125.00
HOUR
-
BOBCAT
30.75
HOUR
446D BACK HOEILOADER
150.00
HOUR
555E BACKNOElLQA67ER
135.00
HOUR
NEW HOLLAND SACKHQEILOADER
135.00
HOUR
936 WHEEL LOADER
145.00
HOUR
CAT 050 LOADER
145.00
HOUR
CAT 050 E LOADER
150.00
HOUR
JO 450 WITH BOARD
150.00
HOUR.
CAT 307 EXCAVATOR
150.00
HOUR
CAT 313 EXCAVATOR
170.00
HOUR
CAT 325 EXCAVATOR
10200
HOUR
CAT 321CLCR EXCAVATOR
185.00
HOUR
CA7235D EXCAVATOR
220.00
HOUR
KOBELCO SK300 LC1V EXOAVA.
206,00
HOUR
RING O MATIC POT HOUN6. E
ASHPHALTTIPPER
400.00
DAY
86A6HR-
250.00
HOURSTeOth
ARROWBO VW
06.00
DAY
WATER TRUCK
160.00
DAY
COMPACTKIN WHEEL.
25.00
HOUR
COMPRESSOR
152.00
DAY
_
OMPRESSOR WIJAOKHAMME.R,
2000 MULTIQUIP TOWABLEGENERATI;IR-
228.00
DAY
265,06
DAY
HYDRAULIC BREAKER
.48.00
HOUR
2000 LOS
LIGHT TOWER
8200
DAY
WACKER
98.00
DAY
-
50man Tmiler
18.00
HOUR
4^ trash um & hoses
92.00
d
8x16 Trench Box
82.50
tl
247.50 WiC.
T42' _
4 x 16 Trench Dox -
55.00
185«00 Wk
:Mo
Sx24Tmnch Box
.150.00
DAY
540.0@1ryk
GABOEt RATS
AEQULAR
OVERTIME
OBLTIME
ER GRADING
40.51
66St
LABORER SEWER
LABOTRER WATER
PU ?SLAYER QRAIXNO
PELATER SEWER
; WEiLAYER WATER
QPERATORORADING
OPERATOR SEWER
OPERATOR WAFER
FOREMAN GRADING-
FOREMAN SEWER
FOREMAN WATER
50.18
.44
53.24
.03.61
52113
67.02
68.43
65:60
70.07
71.15
61-
66.26
71..
72.45
T
02.04
OIL
97:20
$7x67
- 8444
83.t1
-
SG84
11T.7'f.
t..78
t2$:0.3
124.18
.
EXHIBIT "B"
moU General Engineering Contractorl-ic. No. 755356
July 20, 2009
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
Atin: Cindy Asher
3300 Newport Boulevard
Newport Beach, CA 92658-8915
(949) 644-3010 Fax (949) 6,46-5204
Re: Amendment to Professional Services Agreement
Dear Ms. Asher.
GCt Construction, Inc. is requesting to extend the Professional,Serviceaftivernent for
another year commencing on July 1, 2009 through June 30, 2010. Newrate sheet(s) are
attached.
Enct.'Rdto Sheet, TAK19
AMENDMENT NO. 2
TO
PROFESSIONAL SERVICES AGREEMENT
WITH GCI CONSTRUCTION, INC.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 8th day of July, 2008, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City ") and GCI CONSTRUCTION,
INC., a California corporation whose address is 245 Fischer Avenue, Ste. B -3., Costa
Mesa, CA 92626 ( "Contractor "), and is made with reference to the following:
RECITALS
A. On September 12th, 2006, CITY and CONTRACTOR entered into a On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement", for Underground Utility Repair Services. This Agreement is
scheduled to expire on June 30th, 2007.
B. On June 26th 2007, City and Contractor entered into an Amendment No. 1
to extend the term of the Agreement to June 30th, 2008.
C. City desires to enter into this Amendment No. 2 to extend the term of the
Agreement to June 30th, 2009.
D. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 2 and according to the Request to
Extend On -Call Services Agreement dated June 12, 2008, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 2 for all work performed from July 1, 2008, to June 30,
2009, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to June 30, 2009.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By: �1
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
Cl'
/M
EdW,fd Selich,"
Mayor
for the City of Newport Beach
GCI CONSTRUCTION, INC.
By:1)'4 4
Title: President
Print Name: exr
in
(Financial Officer)
\ , ez
Print Name:
�!
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Schedule of Billing Rates
A?GCI EXHIff"N
CONSTRUCTION, INC.
General Engineering Contractor Lie. No. 755356
June 12, 2008
Steve Myrter
Utilities Director
City of Newport Beach
3300 Newport Blvd.
P O Box 1768
Newport Beach, CA 92658
Re: Professional Service Agreement — Utility Repair Services
Dear Mr. Myrter:
GCI Construction, Inc. is requesting to extend the Professional Service
Agreement for another year, to commence on July 1, 2008. New rate
Sheet(s) attached.
Yours t
T
rry Cy
Presi ent
Encl. Union Rate Sheet, 7 -1 -08
245 Fischer Avenue, Ste. B -3, Costa Mesa, California 92626 • (714) 957 -0233 • Fax (714) 540 -1148
GCI CONSTRUCTION 7/l/2008
EQUIPMENT_OPERAT�E SCHEDULE
- -- DESCRIPTION
--
FOREMAN PICK TRUCK __
CREW TRUCK
15.00
HOUR
30.00
HOUR
INTL TRUCK TRACTOR W/ TRAILER
105.00
HOUR
SKIPLOADER _
44613 OR 446D BACKHOEILOADER
125.00
145.00
135.00
HOUR
HOUR
HOUR__
655D OR_555E_BACKHOEILOADER
NEW HOLLAND BACKHOEILOADER
135.00
HOUR
936 WHEEL LOADER _ _
CAT 950 LOADER
140.00
_HOUR
HOUR
140.00
CAT 950 E LOADER
145.00
HOUR
CAT 307 EXCAVATOR _
CAT 313 EXCAVATOR
140.00
HOUR
160.00
HOUR
CAT 325 EXCAVATOR
185.00
HOUR
CAT 321 CLCR EXCAVATOR
175.00
HOUR
CAT 235 EXCA_V_AT_OR
220.00
HOUR
KOBELCO 325B EXCAVATOR
220.00
HOUR
RING _0 MATIC POT HOLING MACHINE
400.00
DAY
_
80.00 HR
ASHPHALT ZIPPER
250.00
HOUR
Plus Teeth
ARROWBOARD
98.00
DAY
_ _
BLADE
550.00
DAY
Bare
_ _
WATER TRUCK
265.00
DAY
Bare
COMPACTION WHEEL
COMPRESSOR
_ _
25.00
HOUR
_
152.00
DAY
_
COMPRESSOR WIJACKHAMMER
228.00
DAY
2000 MULTIQUIP TOWABLE GENERATOR
205.00
DAY
HYDRAULIC BREAKER
43.00
HOUR
2000 LBS
LIGHT TOWER
92.00
DAY
WACKER
92.00
DAY
Zieman Trailer
18.00
92.00
72.00
HOUR
day
day
210.00 Wk
_
_
630.00 Mo
4" trash pump & hoses
6x16 Trench Box
_
4 x 16 Trench Box
72.00
day
210.110 Wk
630.00 Mo
8 x 24 Trench Box
168.00
DAY
500.00 Wk
1500.00 Mo
LABOR RATES_:
REGULAR
OVERTIME
DBL TIME
LABORER GRADING _ _ _ _ _
LABORER SEWER
LABORER WATER
51.55
69.11
86.66
52.70
70.73
88.75
_
51.65
55.09
69.24
74.40
86.84
93.72
_
_
PIPELAYER GRADING_
PIPELAYER SEWER
56.33
76.17
96.01
PIPELAYER WATER
55.19
65.32
74.55
89.20
_
93.92
OPERATOR GRADING
OPERATOR_ SEWER _ _ _
OPERATOR WATER
66.20
90.49
_113.09
114.79
65.92
67.821
68.74
90.09
_90.14
91.45
114.26
114.34
116.06
_ _
FOREMAN GRADING
_
FOREMAN SEWER
FOREMAN WATER
68.46
_
91.04
115.53
IBIT 1111
6Y TNIk CtiY COtINp1�
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT �
('01
Agenda Item No. 6
�y m July 8, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
Steve Myrter, Utilities Director
949 - 718 -3400 or smvrter citv.newoort- beach.ca.us
SUBJECT: UNDERGROUND UTILITY SERVICE REPAIRS — APPROVAL OF
AMENDMENTS TO PROFESSIONAL SERVICES AGREEMENTS
RECOMMENDATIONS:
1. Approve Amendment No. 1 with Mike Prlich & Sons, Inc., for on -call underground
utility repair services and authorize the Mayor and City Clerk to execute the
Amendment.
2. Approve.Amendment No. 2 with GCI Construction, Inc. for on -call underground utility
repair services and authorize the Mayor and City Clerk to execute the Amendment.
3. Approve Amendment No. 2 with Mike Kilbride, LTD., for on -call underground utility
repair services and authorize the Mayor and City Clerk to execute the Amendment.
DISCUSSION:
On April 22, 2008, the City Council approved a Professional Services with Mike Prlich &
Sons, Inc. and on June 26, 2007, the City Council approved Amendment No. 1 with GCI
Construction, Inc. and Mike Kilbride LTD., to provide as needed on -call underground
utility repair services. These amendments will lock in prices on a time and materials
basis based on the rate sheets shown in Exhibit B through August 31, 2009 and June
30, 2009 respectively.
The scope of work for the on -call professional agreements being amended would
include the following services: underground utilities, storm drains, building and repairing
sewer laterals and mains; building and repairing water services including fire hydrants,
detector checks and backflow devices, street and grading improvements.
IInderground Repair Services — Approval of Amendments No. 1
and No. 2 to Professional On -Call Service Agreements
July 8, 2008
Page 2
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
Funding Availability:
Funding is available in various Maintenance and Operations Water and Wastewater
accounts. Periodically, a Capital Improvement Account will be utilized, as necessary, to
facilitate project expediency.
Expenditures more than $30,000 for an individual repair project will require a separate
City Council action in accordance with Policy F -14.
Prepared by:
Submitted
um A &
__ Cjr)'� Cindy Asher U Ste re
Administrative Manager Utilities Director
Attachments: Amendment No. 1 with Mike Prlich & Sons, Inc.
Amendment No. 2 with GCI Construction, Inc.
Amendment No. 2 with Mike Kilbride, LTD.
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH MIKE PRLICH & SONS, INC. FOR ON -CALL
EMERGENCY UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 8th day of July, 2008, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City") and MIKE PRLCH & SONS,
INC., a California corporation whose address is 5103 Elton Street, Baldwin Park,
California 91706 ( "Contractor"), and is made with reference to the following:
RECITALS
A. On April 22nd, 2008, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "Agreement ",
for Underground Utility Repair Services. This Agreement is scheduled to
expire on June 30th, 2008.
B. City desires to enter into this Amendment No. 1 to extend the term of the
Agreement to August 31st, 2009.
C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated June 13, 2008, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from July 1, 2008, to August 31,
2009, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to August 31, 2009.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
Ll
APPROVED AS TO FORM:
By: z 'qv�._
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
0
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Edward Selich,
Mayor
for the City of Newport Beach
MIKE PRLICH & SONS, INC.
Title: President
Print Name:
By:
(Financial Officer)
Print Name:
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Schedule of Billing Rates
Jun,13 2008 1:42HM MIKE PRLICH & SONS, INC 626 813 1770 p.2
Mike Prlich & Sons, Inc. EXHIBIT "A'
5103 Elton Street
Baldwin Park, CA 91706
Tel: 6261813 -1700
Fax: 626/813 -1770
June 13, 2008
CITY OF NEWPORT BEACH
Utilities Department
3300 Newport BIvd.
Newport Beach, CA 92658 -8915
Atha. CINDY ASHER
Dear Ms. Cindy:
Mike Prlich and Sons, Inc. will hold prices of Equipments and Labors for the period of
07/01108 - 08/31/09 as per attached copies.
If there is any further information required, please do not hesitate to contact us at
6261813 -1700.
Sincerely,
Michael Mich
President
..._.........Mike �t11cl1 -mss, - 1nc....... ... .. .
5103 Elton Street
EMdwln Park, CA $1706
Tel: 613 -1700 FAx: 626/813 -1770
EXH�If'B" f
a
Crag
h
Time
c
BASE
aee
d
RATE &
Yecadon
e
YAC
Sub Tote
F�M
i. It
BENEFITS
N & W Pension App/Train:
0i ;tl
I k
Co-Ad Fd I IndJECC Sub -Tatal
I
FICA
m
PAYROLL
FU & SU
n
TAXES
Wk Comp
o
E INSURANCE
Insurance Sub Total
TOTAL
RATE
(c♦
(01ftnM
EF8GXsj
0.0716
0.0769x•
.1.r98x
xum l-o
a +k•
MEMO
BORER GRP.1
ST
OT
28.63
42.95
3.21
3.21
31.8
46.1
4.16
4.16
5.25
5.25
0.63
0.63
0.15
0.15
0.13
0.13
10.32
10.32
2.44
3.53
2.23
3.23
2.45
3.55
4.77
6.91
11.88
17.23
54.04
73.70
OT
57.26
3.21
60
4.16
-5.25-0.63
0.15
0.13
10.32
4.63
4.23
4.65
9.06
22,57
93.
-Sr
LABORER GRP. 2
Miguel Gomez
OT
29.18
43.77
3.21
3.21
32.391
46.
4.16
4.16
5.25
5.25
0.63
0.63
0.15
0.15
0.13
0.13
10.3
10.3
2.4
9.59
2.27
3.29
2.49
3.61
4.85
7.04
1109
17.53
54.80
74.83
Omar Garcia
DT
58.36
3.21
615
4.16
5.25
0.83
0.15
0.13
10.3
4.71
4.31
4.73
9.22
22.98
94.87
Demetrio Z.amarron
LABORER.GRP. 3
ST
29.73
3.21
32.
4.16
5.25
0.63
0.15
0.13
10 3
2.52
2.31
2.53
4.93
12729
55.55
OT
44.60
3.21
47.81
4.18
5.25
0.63
0.15
0.13
19 3
3.6
3.35
3.68
7.16
1714
75.97
OT
59.48
3.21
62.8
4.16
5.25
0.63
0.15
0.13
10.32
4.79
4.39
4.82
9.39
23.339
98.38
LABORER GRP. 4
ST
31.28
3.21
34A9
4.16
5.25
0.63
0.15
0.13
10.32
2.64
2.41
2.65
5.17
12.87
57.68
Reynaldo Fuentes
OT
46.92
321
60.13
4.16
6.25
0.63
0.15
0.13
10.32
3.83
3.51
3.86
7.51
18.71
79.16
Rafael Ambriz
OT
62.56
3.21
65.77
4.18
5.25
0.63
0.15
0.13
10.32
5.03
4.60
5.06
9.85
2456
100.84
Franeiseo Gomez
Juan P. Martinez
LABORER GRP. 4
ST
32.53
321
35.74
4.16
5.25
0.63
0.15
0.13
10.32
2.73
2.50
2.75
5.35
13.34
MAO
Antonio Mamdo
OT
48.80
3.21
52.01
4.16
5.25
0.63
0.15
0.13
10.32
3.98
3.64
4.00
7.79
1941
81.73
DT
65.06
321
88.2
4.18
5.25
0.63
0.15
0.13
10.32
5.22
4.78
5.25
10.23
WAS
104.
LABORER GRP. 4
ST
33.00
3.21
3 &21
4.16
8.25
0.63
0.15
0.13
10.32
2.77
2.53
2.78
5.42
13.61
60.04
Abelardo Carmsco
OT
49.50
3.21
52.71
4.16
5.25
0.63
0.15
0.13
10.32
4.03
3.09
4.05
7.90
19.67
82.70
Arturo Lopez
DT
55.00
3.21
69.21
4.16
5.25
0.83
0.15
0.13
10.3
5.29
4.84
6.32
10.37
25.8
105.36
Ra el Ramirez
SUPERINTENDENT-1
5T
64.00
0.00
54
0.00
8.10
0.00
0.00
0.00
8.10
4.13
3.76
4.15
8.0
20.15
8125
John Rain
OT
81.00
0.00
81.
0.00
12.15
010
0.00
0.00
12.15
62
5.67
8.23
12.13
30.23
123.38
DT
108.00
0.00
108.
0.00
16.20
0.00
O.DO
0.00
16.20
826
7.56
8.31
16.18
40.31
164.51
OP. ENG. GRP. 16
ST
4124
2.80
44AN
7.80
4.55
0.65
0.00
0.08
MOO
3.08
3.39
6.60
.18.44
73.56
Javler Re es
OT
61486
2.80
6468
7.80
4.55
0.85
0.00
0.08
13.0
4.
4.63
4.97
9.69
24.13
101.57
DT
8248
280
85.28
7.80
4.55
0.65
0.00
0.08
13.081
6.52
5.97
6.56
12.77
31.83
190.19
P. ENG GAP. 8 A-1
ST
40.54
260
7.80
4.55
0.65
0.00
0.08
13.0E
3.32
3.03
3.33
8.49
16.17
72.59
Steve Newton
OT
80.81
2.80
83.61
7.80
4.55
0.65
0,00
0.08
131
a.87
a.45
4.89
9.53
23.7
100.43
Rudy Patades
OT
81.08
280
83.88
7.80
435
n 65
n 00
O 0A
131
5 47
5 R7
R e5
�> 57
as an
sea a
' _ _ ... ..... ..... ............................ . ... ...Mike l?dic#a•Se .
6103 Elton Street 3
Baldwin Park, CA 91706 m
Tel: 62013 -1700 FAx: 626%813 -1770 N
PeF td 07/01/08 - 09131/09
OP. ENG. GRP. 23 ST 4204 2.80 44. 7.80 4.56 0.65 0.D0 0.08 13.0E 3.4 3.14 3.45 6.72 18.71 7465
John Mita�evleh OT 83.06 280 Su 7.80 4.55 0.65 0.00 OA8 13.0E S. 4.81 5.06 9.67 24.68 tA1.5Z
DT 54.08 280 86 88 7.80 4.65 0.86 O.OD 0.08 13.08 6.65 6.08 6.68 13.01 32.42 19238
P. icha ST 51.50 2.80 64.30 7.80 4.55 0.65 0.00 0.08 13.08 4.1 3.80 4.18 8.13 20.26 87.81
Richards IOa OT 77.25 280 80. 7.50 4.55 0.65 0.00 0.08 1308 6.1 5.60 6.16 11.99 29.87 123.
DT 103.OD 2.80 105.8 7.80 4.55 0.65 0.00 0.08 13.08 8.09 7.41 8.14 15.85 39.4 168.
TEAMSTER ST 26.94 28D 9.57 5.00 1.07 0.06 0.42 18.12 2. 2.07 2.27 4.43 11.02 58.681
AvNino OrBz OT 40.41 2.60 43.01 9.57 5.00 1.07 0.06 0.42 18.12 329 3.01 3.31 8.44 18 0 76.18
OT 53.88 2.80 68A 9.57 5.00 1.07 0.08 0,42 18.12 4.32 3195 4.34 8.46 21.0 93.68
TEAMSTER - tOntice ST 2644 1.45 2759 9.67 6.00 1.07 0.06 0.42 16.12 2.13 1.95 2.14 4.18 10A1 54.42
Thomas Vuko' OT 39.88 1.45 47.11 9.57 5.00 1.07 D.QB 0.42 tB 12 3.1 2.88 3.16 6.16 15.34 72.67
OT 52.88 1.45 8433 9.57 5.00 1.07 0.08 0.42 1612 4.18 3.80 4.18 8.14 20.28 90.73
Mark D. Zalch ST 64.00 0.00 64.0D 0.00 0.00 0.00 OAO 0.00 D.0 4.90 4.48 4.92 9.59 Z3 d7.d8
OF 90.00 0.00 90.00 0.00 OA0 0.00 0.00 O.OD 0.0 6.89 6.30 6.92 13.46 33 129.59
OT 120.00 0.00 120.00 0.00 0.00 0.00 0.00 0.00 0.0 9,18 8.40 9.23 17.98 44.7E 164.78
0
o
m
a
N
x
3
3
.y
m
m
'0
M
r
n
x
R°
m
O
N
0m
N
O
m
fv
J
J
O
A
0
o
m
a
N
x
3
3
.y
m
m
'0
M
r
n
x
R°
m
O
N
0m
N
O
m
fv
J
J
O
A
Jun 13 2008 1:42RM MIKE PRLICH L SOMS, IMC 926 013 1770
• •
Mike Prlich & Sons, Inc.
5103 Elton Street
Baldwin Park, CA 91706
Tel: 6261813 -1700
Fax: 6261813 -1770
EQUIPMENT LIST
125 COMPRESSOR
185 COMPRESSOR
RIVET BUSTER
AIR DIGGER
90 POUND JACKHAMMER
BROOM - SELF PROPELLED
BROOM - PICK UP
COMPAC TOR - HAND HELD
7.5 -15 GENERATOR
35 GENERATOR
LIGHTS 2 LIGHT SET
LIGHT TOWER 15.5 HP
FORK LIFT CHAMP
GRADER CATERPILLAR 12
HAMMERS DEMOIPILE HOE RAM
CAT 313B EXC
CAT 320 EXC
CAT 345BL
CAT 235 FRONT SHOVEL
CAT 245
KOMATSU `BARNET, PC75
GROVE CRANE RT528
GALION CRANE DG3801
DRESSER CRANE 150A
CAT RUBBER TIRE LOADER 9280
CAT RUBBER TIRE LOADER 936
CAT RUBBER TIRE LOADER 950A
CAT RUBBER TIRE LOADER 950F
CAT 430E1BACKHOE
CAT 436113ACKHOE
CAT 4461BACKHOE
CAT 446B/BACKHOE
KAWASAKI 65Z IV
KAWASAKI 70Z IV
BOBCAT LOADER
PICK-UP IRKS % TON & LIGHTER
FLAT -BED 1 TON
FREIGHTLINER BOB -TAIL DUMP
FORD /STERLING DUMP TRKS 3 AXLE
RATE
$16.80
PER HR
18.00
PER HR
1.08
PER HR
1.08
PER HR
1.44
PER HR
37.20
PER HR
86.40
PER HR
8.40
PER HR
7.20
PER HR
13.20
PER HR
3.60
PER HR
7.20
PER HR
38.40
PER HR
64.80
PER HR
15.60
PER HR
60.00
PER HR
82.80
PER HR
202.80
PER HR
147.60
PER HR
229.20
PER HR
37.20
PER HR
92.40
PER HR
72.00
PER HR
72.00
PER HR
76.80
PER HR
49.20
PER HR
56.40
PER HR
100.80
PER HR
43.20
PER HR
43.20
PER HR
57.60
PER HR
63.60
PER HR
74.40
PER HR
85.20
PER HR
31.20
PER HR
18.00
PER HR
24.00
PER HR
48.00
PER HR
63.60
PER HR
P,5
Jun,13 2008 1:43RM MIKE PRLICH & SONS, INC 626 813 1770 p,g
Mike Prlich & Sons, Inc.
5103 Elton Street
Baldwin Park; CA 91706
Tel: 6261813 -1700
Fax: 626/813 -1770
EQUIPMENT LIST
TILT TOP TRAILER 3 AXLE
ASPHALT ZIPPER
ROLLER IR 22
ROLLER IR 24
DYNAPAC CP
CUT -OFF SAWS CONCRETE/STEEL
CHAIN SAWS
TRASH PUMPS 3"
TRASH PUMPS 4'
SUB PUMP 2"
SUB PUMP 3"
SUB PUMP 4"
TRAFFIC CONTROL
ARROW BOARD — SOLAR
TYPE 1 BARRICADE W/O FLASHER
TYPE 1 BARRICADE WITH FLASHER
DELINEATORS
CRASH CUSHION BARRELS
K -RAIL PER 20 LF
RATE
7.20
184.80
38.18
38.05
51.60
6.60
3.00
7.20
8.40
1.20
2.40
3.60
9.90
.23
.44
.23
1.20
.47
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER HR
PER DAY
PER DAY
PER DAY
PER DAY
PER DAY
E
AMENDMENT NO.2
TO
Ll
PROFESSIONAL SERVICES AGREEMENT
WITH GCI CONSTRUCTION, INC.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 8th day of July, 2008, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City ") and GCI CONSTRUCTION,
INC., a California corporation whose address is 245 Fischer Avenue, Ste. B -3., Costa
Mesa, CA 92626 ("Contractor"), and is made with reference to the following:
RECITALS
A. On September 12th, 2006, CITY and CONTRACTOR entered into a On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement ", for Underground Utility Repair Services. This Agreement is
scheduled to expire on June 30th, 2007.
B. On June 26th 2007, City and Contractor entered into an Amendment No. 1
to extend the term of the Agreement to June 30th, 2008.
C. City desires to enter into this Amendment No. 2 to extend the term of the
Agreement to June 30th, 2009.
D. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 2 and according to the Request to
Extend On -Cali Services Agreement dated June 12, 2008, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 2 for all work performed from July 1, 2008, to June 30,
2009, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to June 30, 2009.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
0
0
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By : -�- Gv-
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
in
Edward Selich,
Mayor
for the City of Newport Beach
GCI CONSTRUCTION, INC.
By:
T-itle: President
Print Name:
En
(Financial Officer)
Print Name:
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Schedule of Billing Rates
mc;cf
CONSTRUCTION, INC.
Steve Myrter
Utilities Director
City of Newport Beach
3300 Newport Blvd.
P O Box 1768
Newport Beach, CA 92658
0 EXHIff"K
General Engineering Contractor Uc. No. 755356
June 12, 2008
Re: Professional Service Agreement — Utility Repair Services
Dear Mr. Myrter:
GCI Construction, Inc. is requesting to extend the Professional Service
Agreement for another year, to commence on July 1, 2008. New rate
Sheet(s) attached.
Yours i
T rsi
Presi ent
Encl. Union Rate Sheet, 7 -1 -08
245 Fischer Avenue, Ste. B-3, Costa Mesa, California 92626 - (714) 957-0233 • Fax (714) 540 -1148
tGCI CONSTRUCTION nlrzoos
EQUIPMENT OPE RATE SCHEDULE
DESCRIPTION
_
FOREMAN PICK UP TRUCK
15.00
HOUR
CREW TRUCK
30.00
HOUR
INTL TRUCK TRACTOR INTTRAIL.ER
105.00
HOUR
I
SKIPLOADER
125.00
HOUR__
_
4466 OR 446D BACKHOE/LOADER
145.00
HOUR
_
555D OR 555E_6ACKHOE/LOADER
135.00
_
HOUR
NEW HOLLAND BACKHOEILOADER
135.00
HOUR
_
936 WHEEL LO_ADER
140.00
HOUR
CAT 950 LOADER
140.00
HOUR
CAT 950 E LOADER
145.00
HOUR
CAT 307 EXCAVATOR
140.00
HOUR
CAT 313 EXCAVATOR i
160.00
HOUR
CAT 325 EXCAVATOR
CAT 321 CLCR EXCAVATOR
185.00
HOUR
175.00
HOUR
CAT 235 EXCAVATOR_
220.00
HOUR
KOBELCO 325B EXCAVATOR
220.00
HOUR
RING O MA_TIC POT HOLING MACHINE
400.00
DAY
80.00 HR
ASHPHALTZIPPER
250.00
HOUR
Plus Teeth
_
ARROWBOARD
98.00
DAY
BLADE
550.00
DAY
Bare
WATER TRUCK
265.00
DAY
Bare
COMPACTION WHEEL
25.00
HOUR
COMPRESSOR
152.00
DAY
COMPRESSOR WIJACKHAMMER
228.00
DAY
2000 MULTIQUIP TOWABLE GENERATOR
205.00
DAY
HYDRAULIC BREAKER
43.00
HOUR
2000 LBS
LIGHT TOWER
92.00
DAY
_
WACKER__ __
Zisman Trailer
92.00
DAY
_
18.00
HOUR
_
_
4" trash pump & hoses
92.00
day
6x16 Trench Box
72.00
day
210.00 Wk
630.00 Me
_ _
4 x 16 Trench Box
72.00
day
210.00 Wk
630.00 MO
6 x 24 Trench Box
168.00
DAY
500.00 Wk
1500.00 Me
LABOR_ FATES:
REGULAR
OVERTIME
DBLTIME
LABORER GRADING
51.55
69.11
V
LABORER SEWER
52.70
70.73
88.75
_
LABORER WATER
51.65
55.09
56.33
55.19
65.32
69.24
74.40
76.17
74.55
89.20
86.84
93.72
96.01
93.92
113.09
___
_
-_
PIPELAYER GRADING
_
PIPELAYER SEWER
PIPELAYER WATER_
OPERATOR GRADING
OPERATOR SEWER
66.20
65.92
90.49
90.09
114.79
114.26
_
_
OPERATOR WATER
FOREMAN GRADING_
67.82
68.74
90.14
91.45
114.34
116.06
_
FOREMAN SEWER
FOREMAN WATER
68.46
91.04
115.631
101T HUI
oil
0 0
AMENDMENT NO.2
TO
PROFESSIONAL SERVICES AGREEMENT
WITH MIKE KILBRIDE, LTD.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 10th .day of July, 2008, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City") and MIKE KILBRIDE, LTD., a
California corporation whose address is P.O. Box 3341, Newport Beach, CA 92659-
8341 ( "Contractor "), and is made with reference to the following:
RECITALS
A. On September 12"', 2006, CITY and CONTRACTOR entered into an On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement ', for Underground Utility Repair Services. This Agreement is
scheduled to expire on June 30th, 2007.
B. On June 26°i, 2007, City and Contractor entered into an Amendment No.
1 to extend the term of the Agreement to June 30"', 2008.
C. City desires to enter into this Amendment No. 2 to extend the term of the
Agreement to June 30"', 2009.
C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 2 and according to the Request to
Extend On -Call Services Agreement dated June 10, 2008, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 2 for all work performed from July 1, 2008, to June 30,
2009, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to June 30, 2009.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
• •
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By. -^ - C . r -�
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
Edward Selich,
Mayor
for the City of Newport Beach
MIKE KILBRIDE, LTD.
By:
Title: President
Print Name:
M
(Financial Officer)
Print Name:
Attachment: Exhibit A - Request to Extend On -Call Services Agreement
Exhibit B - Schedule of Billing Rates
• MIKE KILBRIDE, LTD. •
General Building & Engineering Contractors
License 738400
P.O. Box 3341
Newport Beach, CA 92659 -8341
(949) 548 -0106 • Fax (949) 548 -1616
June 10, 2008
City of Newport Beach
George Murdoch
Utilities Department
Re: Professional Services Agreement
George:
j1i�+ 2�0 d
'EXHIBIT "All
Pleas extend our professional service agreement for another year to commence on 30a'
day of June, 2008.
Please note that there are rate changes for this contract from the previous year.
Please contact our office with any questions.
Thank you,
Mike Ubride
• MIKE KILBRIDE, LTD.
•
General Building & Engineering Contractors
License 738400
P.O. Box 3341
Newport Beach, CA 92659 -8341
(949) 548 -0106 • Fax (949) 548 -1616
HOURLY RATE LIST
WE1111
Hourly rate Minimum Charge
Operated equipment
Backhoe with bucket
150.00
4 hours
Backhoe with hoepack
150.00
4 hours
Backhoe with hyd. breaker (HYRAM)
170.00
4 hours
Backhoe with compaction wheel
150.00
4 hours
Bobcat loader
150.00
4 hours
Bobcat breaker
170.00
4 hours
Pipefitters
Foreman & tool truck 105.00 4 hours
Pipefitter 65.00 4 hours
Laborer
Update 6/1108
f, r i • • ", ?VJl
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH GCI CONSTRUCTION, INC.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 26th day of June, 2007, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City ") and GCI CONSTRUCTION,
INC., a California corporation whose address is 245 Fischer Avenue, Ste. B -3., Costa
Mesa, CA 92626 ( "Contractor"), and is made with reference to the following:
RECITALS
A. On September 12th, 2006, CITY and CONTRACTOR entered into a On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement", for Underground Utility Repair Services. This Agreement is
scheduled to expire on June 30th, 2007.
B. City desires to enter into this Amendment No. 1 to extend the term of the
Agreement to June 30th, 2008.
C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. I", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated June 18, 2007, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from July 2, 2007, to June 30,
2008, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to June 30, 2008.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By: -` s
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By: �— /7) .
44�'
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
...-.1-.
for the City of Newport Beach
GCI CONSTRUCTION, I
Title: President
Print Name: jam
Officer)By: f��inancial
Title:
Print Name: F10ud fi�3WU4-
Attachment: Exhibit A - Request to Extend On -Call Services Agreement
Exhibit B - Schedule of Billing Rates
•
GC1
CONSTRUCTION,INO.
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
Mr. George Murdoch
949 W. 16f' Street
Newport Beach, CA 92658
(949) 644 -3011 Fax(949)646 -5204
Re: Professional Service Agreement
Utility Repair Services
Dear Mr. Murdoch,
9 EXHIBIT "N'
General Engineering Contractor LiQ No. 755356
June 18, 2007
Please extend the Professional Service Agreement for another year to commence on
July 1, 2007. Also note the rate increase on the attached sheet.
Yours
GCl C
Di espie
�.,...
245 MCEUM AV ENM STE. B-3, COSTA MESA, CAI.TFORNu 92626
(714) 957 -0233 FAX (714) 540 -1148
;a
• �' 6CI CONSTRUCTI
EQUIPMENT OPERATED RATE SCHEDULE
*a
DESCRIPTION
FOREMAN PICKUP TRUCK •
13.00 HOUR
If
CREW TRUCK.-
29.00 HOUR
-- -- - - - --
INTL TRUCK TRACTOR WI
TRAILER
_ 95.00 HOUR
SKIPLOADER
119100 HOUR
4468 OR 4460 BACKHOEILOADER
145.00 HOUR
_555D OR 555E BACKHOEILOADER
_ 135.00 HOUR
765 BACKHOEfLOADER
_
1998 HOLLAND BACKHOFILOADER
130.00 HOUR
-
936 WHEEL LOADER -.. , .
_ 140.00 HOUR
CAT 950 LOADER
130.00 HOUR
CAT 950 E LOADER -
140.00 HOUR
-
CAT Off LOADER - -- -_..
._ 155.00 HOUR
CAT 307 EXCAVATOR
140.00 HOUR
CAT 313 EXCAVATOR _
160.00 HOUR
_
CAT 320 EXCAVATOR
175,00 HOUR
AT 235 EXCAVATOR
190.00 HOUR
CAT 245 EXCAVATOR
224.00 HOUR
8.. .... -- - --
- - 160.00 HOUR
KOBELCO 3256 EXCAVATOR
188_00 HOUR
RING O MATIC POT HOLING MACHINE
_ - 400.00 DAY
80.00 HR
ASHPHALTZIPPER
_-
244.00 HOUR
Plus-Tooth
CASE VIBRATORY ROLLER
40.00 HOUR
_
ARROWBOARD --- _
9200 DAY
BLADE
550.00 DAY
FIRM
WATER TRUCK
236.00 DAY
lowra
COMPACTION WHEEL
Z2,Op R
COMPRESSOR --
15200 DAY
-
COMPRESSOR W /JACKHAMMER
224.00 0AY
_-
2000 M_ULTIQUIP TOWABLE GENERATOR
205.00 DAY
HYDRAULIC BREAKER
43.00 HOUR
2000 LOS
UGHTTOWER -_ . _
0100 DAY
WACKER -- --•--••--
92,00 DAY
Zleman Tralfer --
14.00 HOUR !
- -
4' trash PUMP & hoses
92.00 day
6x16 Trench Box
72.00 d
210.00 Wk 630.00_Mo
14x 18 Trench Box_
72,00 day
210.00 Wk 630.00 MO -
8 x 24 TreeOox -_- -
LABOR RATES.
188.00 DAY _ - -
500.00 Wk 1500.00 Mo
--
REGULAR OVERTIME
DEL TIME
- --
LABORER GRADING
47.96 64.01
- - --
- -- 90.06
LABORER SEWER
48.74 65.11
81.0_8
LABORER WATER _
-
48.47 64.73
-- - ' 8059 -
PIPE-LAYER GRADING - -
51.01 69.19
8293 -_
PlIPELAYERSEWER
5228 70.39
84.40
PIPELAYER WATER
89.98
8390
OPERATOR GRADING ._ _ I
-
Sa.721 80.59
102 48
OPERATOR SEWER _
80.12 8284
105.16 -
OPERATOR WATER _
59.68 12111
104 32
FOREMAN GRADING -
60.82 80.58
102.08 .
_
FOREMAN SEWER
- 62.07 - 82.64
705.16
FOREMAN WATER
61.82
- -
BY THE CFrY
WYOFNERPORr BEA
!ui "5, ;i
• CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 6
June 26, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
George Murdoch, Acting Utilities Director
949 - 718 -3400 or gmurdoch(cDcitv.newport- beach.ca.us
SUBJECT: UNDERGROUND UTILITY SERVICE REPAIRS — APPROVAL OF
AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENTS
Approve Amendment No. 1 to Professional Services Agreement with GCI Construction,
Inc. and Amendment No. 1. to Professional Services Agreement with Mike Kilbride,
.LTD. for on -call underground utility repair services and authorize the Mayor and City
Clerk to execute the Amendments.
DISCUSSION:
On September 12, 2006, the City Council approved Professional Services with GCI
Construction, Inc. and Mike Kilbride, LTD., to provide as needed on -call underground
utility repair services on a time and materials basis based on the rate sheet shown in
Exhibit B. These amendments will lock in prices through June 30, 2008.
The scope of work for the on -call professional agreements being amended would
include the following services: underground utilities, storm drains, building and repairing
sewer laterals and mains; building and repairing water services including fire hydrants,
detector checks and backflow devices, street and grading improvements.
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
Funding Availability:
Funding is available in various Maintenance and Operations Water, Wastewater and
•General Funds (General Services) accounts. Periodically, a Capital Improvement
Account will be utilized, as necessary, to facilitate project expediency.
enderground Repair Services — App*al of Amendment No. 1
to Professional On -Call Service Agreements
June 26, 2007
Page 2
Expenditures more than $30,000 for an individual repair project will require a separate
City Council action in accordance with Policy F -14.
Prepared by: Submitted by:
4 9
Cindy Asher Georg urdoch
AdministrativbrManager Acting Utilities Director
Attachments: Amendment No. 1 with GCI Construction, Inc.
Amendment No. 1 with Mike Kilbride, LTD.
•
LJ
0
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH GCI CONSTRUCTION, INC.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 26th day of June, 2007, by and between the CITY OF NEWPORT BEACH, a
municipal. corporation, (hereinafter referred to as "City") and GCI CONSTRUCTION,
INC., a California corporation whose address is 245 Fischer Avenue, Ste. B -3., Costa
Mesa, CA 92626 ( "Contractor"), and is made with reference to the following:
RECITALS
A. On September 120, 2006, CITY and CONTRACTOR entered into a On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement ", for Underground Utility Repair Services. This Agreement is
,scheduled to expire on June 30th, 2007. .
B. City desires to enter into this Amendment No. 1 to extend the term of the
Agreement to June 30th, 2008.
_ C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated June 18, 2007, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from July 2, 2007, to June 30,
2008, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to June 30, 2008.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
PCI.CON.STRUQTiT
,QUIPMENT OPERATED RATE SCHEDULE
DESCRIPTION . I
;REMAN PICK UP TRUCK 13.00, HOUR
WW TRUCK 29.00 HOUR
iL W1 TLRAILER 95.00 HOUR
UPLOA13ER 119.00 HOUR
88 OR 4460 5 AC K 110 MO �:V- 145.00 HOUR
5D OR 555E BACKHOEIIJOADER 135.00 HOUR
I BACKHOEILOADER t3&00 HOUR
III HOLLAND BACKHoe(LOAC)ER 130.00 HOUR
WHEEL LOADER R_
T95OLOADER =0 211
T VSD E LOADER 140.00 HOUR
17960LOADER 155.00 HOUR
r 3o7 EXCAVATOR 140.00 HOUR
r 313 EXCAVATOR 4 100.5HOUR.
P320 EXCAVATOR 17,1
r 235 EXaAVATOR c 0(, tI!u
qtoli
'245 EXCAVATOR 22400 HOUR
Dozer 160.00 HOUR
. SE . LCO325BEX6AVAi6R -2611 -
; 0 MATIC POT HOLING MACHINE 400_00 DAY 80.00 HR
PHALT2IPP9R 244.00 HOUR Plus Tooth
E VIBRATORY ROLLER 80.00 HOUR
OVWOARD 92.00 DAY
DE
ER TRUCK 236,00 DAY no"
40
PACTION WHEEL Z2.00 HOUR
PRESSOR _ 152 00 DAY
PR95WR WIJACKHAMMER 228 OD OAY
MULTiQUIP TOWABLE GENERATOR 205.00 DAY
tAUUO BREAKER 43.00 HOUR 12000 LOS
goweR f 92.00 bAY •
Cat 92.00 DAY
a T;ellsr 18 00 HOUR
!turn rtump &hoses 92. a
tench Box moo 210A0 Wk
Trench Box 72 00 day 210.00 Wk
GMOO Mo
630A0 Uo
Trench Box 166.00 DAY 500.00 Wk
OR RATES: REGULAR OVERTIME DBL TIME
tER GRADING 47.96 64.01 00.06
1500-00 Mo
48-741. 65.111. iAs
lik w4iiii 4.41 9
8 7
kYER GRADING g1A 1 113
CYlifiSEWER 52-26 70.39 "Al)
LYER WATER 61.97 69.98 83.90
TOR GRADING . P0.59) -1-''
TOR SEWER 60.12 sz"l 105.16
TOR WATER 59.-w 10"2
AN GRADING amillif 102."
AN SEWER 62.07 82.64 6
W WATER 61.62 8200 ,
AMENDMENT NO. 1
TO
• PROFESSIONAL SERVICES AGREEMENT
WITH MIKE KILBRIDE, LTD.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 26th day of June, 2007, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City") and MIKE KILBRIDE, LTD., a
California corporation whose address is P.O. Box 3341, Newport Beach, CA 92659-
8341 ( "Contractor"), and is made with reference to the following:
RECITALS
A. On September 12th, 2006, CITY and CONTRACTOR entered into an On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement ", for Underground Utility Repair Services. This Agreement is
scheduled to expire on June 30th, 2007.
B. City desires to enter into this Amendment No. 1 to extend the term of the
Agreement to June 30th, 2008.
C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated June 18, 2007, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from July 2, 2007, to June 30,
2008, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to June 30, 2008.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
40 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By:
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH •
A Municipal Corporation
M
Steve Rosansky,
Mayor
for the City of Newport Beach
MIKE KILBRIDE, LTD.
Title: President
Print Name:
By:
(Financial Officer)
Title: •
Print Name:
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Schedule of Billing Rates
ri
LJ
MIKE KILBRIDE, LTD.
General Building & Engineering Contractors
License 738400
P.O. Box 3341
• Newport Beach, CA 92659 -8341
(949) 548 -0106 • Fax (949) 548 -1616
0
U
June 18, 2007
City of Newport Beach
George Murdoch
Utilities Department
Re: Professional Services Agreement
George:
WIN IN
Please extend our professional services agreement for another yew to commence on the
30'h day of June, 2007.
Also, note that there are no rate changes for this contract from the previous year.
Please contact our office with any questions.
Thank you,
Mike Kilbride
0 0
MIKE KILBRIDE, LTD.
General Building e Engineering Contractors EXHIBIT lip
License 738400
P.O. Box 3341
Newport Beach, CA 92659 -8341
(949) 548 -0106 • Fax (949) 548 -1616
Loadarm &✓Excavators - 8 Hour Minimum Move on/Off
953 TRACK LOADER $ 135.00 Szsa.w
963 TRACK LOADER $ 150.00 $40.00
950 RUBBER 71RE LOADER $ 136.00 54a0.ao
210 EXCAVATOR 20 McWc Tort Class $ 750.04 MOM
210 EXCAVATOR with Thumb $175.00 "W.00
*MOVE ON & OFF PRICES APPLY Lowbad $110.00. per-hour outside Ornn4e County .
x SACKHOSS 4 Hour Mb imum
BA.CKH.OE 4 WHEEL DRIVE $ 100,00
Hy-RAM S 150.00
HOE -PAC S 125.00
BACKHO010 WHEEL COMBO $ 125.00
SOBCQTS- 4 HogrNmimgm
T-200 RUBBER TRACK LOADER
BOBCAT LOADER
BOBCAT BACKHOE
BOBCAT BREAKER
B013CAT 110 WHEEL COMBO
BOBCAT/ BOBTAIL COMBO
BOBCAT /AUGER
BOBCAT WINCH
* TRUCIC/NG.4 Hour Minimum
10 WHEEL DUMP TRUCK
SEMI END DUMP
40 YARD & LOWSIDE CONTAINERS
"
COMPRESSORS. 3 Hour Minimum
2 MAN COMPRESSOR
` CONCRETE CUTI7NG- 2 Hour Minimum
FLAT SAW * CORBDRIL.L
HAND SAW /AIR SAW
WALL. SAW 8 Hour Minimum
HYDRAULIC FL ATIHAND SAW
* LABORERS - 4 HourMinimum
LA60R FOREMAN TRUCK & TOOLS
GENERAL LABORS
: CONS7RUC77ON SITE CLEAN UP SERVICE
$ 125.00
$ 95.00
$ 96.00
$ 125.00
$ 125.00
$ 100.00
$ 100.00
S 150.00
$ 76.00
$ 90.00
$ 460.00
$ 110.00
S 110.00
$ 110.00
$ 125.00
5 1Z6.D0
$ 60.00
$ 35.00
(MinIMUm $250.00) Excludes Dump F�e
6100.00
546.00
5710.00
S11a.00
$60.04
C�
J
U
PROFESSIONAL SERVICES AGREEMENT WITH
GCI CONSTRUCTION, INC. FOR ON -CALL
EMERGENCY UNDERGROUND UTILITY REPAIRS
THIS AGREEMENT is made and entered into as of this 12th day of September,
2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation
( "City"), and GCI CONSTRUCTION, INC., a California corporation whose address is
245 Fischer Avenue, Ste. B -3., Costa Mesa, California, 82626 ( "Contractor"), 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 has a need for on -call assistance for emergency underground utilities
services in regards to City infrastructure.
C. City desires to engage Contractor to perform on -call emergency underground
utilities services in various locations and for various City infrastructure.
D. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Contractor for purposes of Project shall be Terry
Gillespie.
F. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor, and desires to
retain Contractor to render professional services under the terms and conditions
set forth 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 above written date, and shall
terminate on the 30th day of June, 2007, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Contractor shall provide "On -Cali" emergency underground utilities services as
described in the Statement of Qualifications attached as Exhibit "A." Upon
verbal or written request from the Project Administrator, 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:
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services, and
the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
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
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Contractor to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
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 to the other party so that all delays can be addressed.
3.1 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) 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.
3.2 For all time periods not specifically set forth herein, Contractor shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
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 Schedule of
Billing rates attached hereto as Exhibit W and incorporated herein by reference.
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Contractor's compensation for services performed in
accordance with this Agreement, including all reimbursable items and
subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Utilities Department. Any Letter Proposal that sets forth fees in
excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a
separate Professional Service Agreement approved by City Council per Council
Policy F -14.
2
4.1 Contractor shall submit monthly invoices to City describing the work
performed the preceding month. Contractor's bills shall include the name
of the person and/or classification of employee who performed the work, a
brief description of the services performed and /or the specific task in the
letter proposal 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) days after approval of the monthly invoice by City
staff.
4.2 City shall reimburse Contractor only for those costs or expenses
specifically approved in the Letter Proposal. Unless otherwise approved,
such costs shall be limited and include nothing more than the following
costs incurred by Contractor:
A. The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this
Agreement and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Contractor in the
performance of this Agreement.
4.3 Contractor shall not receive any compensation for Extra Work 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 Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
5. PROJECT MANAGER
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.
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.
K
0 0
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 Utilities Department. Pete Antista
shall be the Project Administrator and shall have the authority to act for City
under this Agreement. The Project Administrator or his/her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Contractor in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Contractor, one copy of all
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.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Contractor will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Contractor and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner
commensurate with community professional standards. All services shall
be performed by qualified and experienced. personnel who are not
employed by City, nor have any contractual relationship with City.
8.2 Contractor represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Contractor to practice its profession.
Contractor further represents and warrants to City that Contractor shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Contractor to practice its profession.
Contractor shall maintain a City of Newport Beach business license during
the term of this Agreement.
Il
0 9
8.3 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, or 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. HOLD HARMLESS
To the fullest extent permitted by law, Contractor shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties ") from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work performed or
services provided under this Agreement (including, without limitation, defects in
workmanship or materials and /or design defects [if the design originated with
Contractor]) 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).
Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Contractor.
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. Nothing in this Agreement shall be deemed to constitute approval
for Contractor or any of Contractor's employees or agents, to be the agents or
employees of City. Contractor shall have the responsibility for and control over
the means of performing the work, provided that Contractor is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Contractor as to the details of the performance or to
exercise a measure of control over Contractor shall mean only that Contractor
shall follow the desires of City with respect to the results of the services.
0 41
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 the
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 and /or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the work, 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, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. 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.
n
0 0
D. Coverage Requirements.
Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) days prior to such change. The insurer shall agree to
waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Contractor for City.
2. General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than Two Million
Dollars ($2,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
3. Automobile Liability Coverage. Contractor shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Contractor arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than One Million Dollars ($1,000,000) combined single limit for
each occurrence.
4. Professional Errors and Omissions Insurance. Contractor shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of One Million Dollars
($1,000,000).
D. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following speck language:
The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Contractor.
7
0 0
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Contractor's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) days written notice has been received
by City.
A. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claim made or suit instituted arising out of or resulting from Contractor's
performance under this Agreement.
B. Additional Insurance. Contractor shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
work.
15. 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 Consultant. 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.
E-J
n
u
16. SUBCONTRACTING
0
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Contractor. Assignments of any or all rights, duties or obligations of the
Contractor under this Agreement will be permitted only with the express written
consent of City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
17. 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 Contractors
expense, provide such Documents to City upon written request.
Documents, including drawings and specifications, prepared by Contractor
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed documents
for other projects and any use of incomplete documents without specific written
authorization from Contractor will be at City's sole risk and without liability to
Contractor. Further, any and all liability arising out of changes made to
Contractor's deliverables under this Agreement by City or persons other than
Contractor is waived against Contractor and City assumes full responsibility for
such changes unless City has given Contractor prior notice and has received
from Contractor written consent for such changes.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Contractor
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Contractor. By acceptance of CADD data, City agrees to indemnify
Contractor for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file for City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
E
E
19. CONFIDENTIALITY
0
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 authorizes the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
The Contractor shall defend and indemnify City, its agents, officers,
representatives and employees against liability, including costs, for infringement
of any United States' letters patent, trademark, or copyright infringement,
including costs, contained in Contractor's drawings and specifications provided
under this Agreement.
21. RECORDS
Contractor shall keep records and invoices in connection with the work 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 to this Agreement. All such records shall be
clearly identifiable. Contractor shall allow a representative of City to examine,
audit and make transcripts or copies of such records 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 under this Agreement.
22. WITHHOLDINGS
City may withhold payment 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 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.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Contractor which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Contractor, the additional design, construction and /or
restoration expense shall be borne by Contractor. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
10
0
0
24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other Contractors in connection with the Project.
25. CONFLICTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose 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.
If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination of
this Agreement by City. Contractor shall indemnify and hold harmless City for
any and all claims for damages resulting from Contractor's violation of this
Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Contractor to City shall be addressed to City at:
Utilities Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949- 644 -3011
Fax: 949 - 646 -5204
All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
GCI Construction, Inc.
245 Fischer Avenue, Ste. B -3
Costa Mesa, CA 92626
Phone: 714 - 957 -0233
Fax: 714 540 -1148
27. TERMINATION
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
11
0 0
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, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
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 and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. 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, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. 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.
30. 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.
31. 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.
12
0 0
32. 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.
33. 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.
34. 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.
35. 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 or age.
36. 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.
13
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
By: �—
Aaron C. arp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By�-X��
-
LaVonne Harkless,
City Clerk�,�
Attachments
CITY OF NEWPOR EACH
A Municipal Corpor ti
By: (" Q,
Don Webb
Mayor
for the City of Newport Beach
CONSULT
In
rporate Officer)
Title: –Ti"2.SiG-&L-�
Lj
Officer)
Jir t/ '
Print Name
Exhibit A – Statement of Qualifications
Exhibit B – Schedule of Billing Rates
F:\users\cat\shared\Ag\On-Call\Template.doc
14
08/30/2006 11:31 FAX 7145401148 GCI CONSTRUCTION • U 002/006
•
k a C I
C0NS' TRUl':T10N.INC.
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
Mr. Pete Antista
949 West 161" Street
Newport Beach, CA 92663
(949) 644-3011, fax (949) 848 -5204
Dear Mr. Andste,
EXHIBU 'A '
General Engineering Gantraotar tic. No. 755356
August 30, 2006
I would like to take this opportunity to introduce G C 1 Construction, Inc.. For 16 years we had been doing
business as Gillespie Construction, Inc. as a General Engineering Contractor specializing In underground
utilities. storm drain, sewer, water, street & grading improvements, provide emergency repair for all of the
services mentioned. In 1998 we began G C I Construction, Inc.. We are still engaged In the same type of
work. Combined we have over 24 years of experience as a General Engineering Contractor in this field. We
have also worked for the City of Newport Beach for that entire 24 year period on various projects.
Our key individuals would be Terry Gillespie, President; Richard Thrall, Vice President; and Floyd Bennett,
Secretary Treasurer. Terry Gillespie has over 35 years experience in this industry. Richard Tirrell and Floyd
Bennett have over 45 years experience in this industry.
Present commitments would be Terry Gillespie overseeing certain projects in a supervisory/superintendent
capacity. Richard Tirrell also oversees projects in the same capacity. Floyd Bennett oversees the office staff
and all financial matters including extensive job costing. All officers participate in the bidding of new projects.
All officers are very hands on in all aspects of the business operations.
GCI Construction, Inc. also employs a number of highly 'experienced key employees who act as
superintendent/Foreman and Project Managers on all of our projects running them from start to finish. They
too have many years experience In this Industry.
GCI Construction, Inc. is a full service general engineering contractor with many years experience working
with numerous Public Works agencies as well as County and State agencies. We have completed many
projects through out the years with City of Newport Beach Public Works as well as City of Newport Beach
Utilities Department We look forward to the opportunity to work with you in the future.
2:15 f'lschurAvonue. Sty:. U.3, Gomm monit C,rddonua V626 • (,'I =) 95141233 • F_ix 1, I�; 54U 11 4B
08/30/2006 11:31 FAX 7145401148 GCI CONSTRUCTION Q 003/006
A& in
QCI CONSTRUCTION -riumm!
EQUIPMENT OPERATED RATE SCHEDULE_
DESCRIPTION
FOREMAN PICK UP TRUCK 13.00 HOUR
CREW TRUCK
29.110
119.00
14&W
I9S.01
"OUR
HOUR
HOUR
HOUR
SICIPLOADER
441R WKHOERAMER
5550 BACKHOEfLOADER
M BACKHOEILOADER
135-01
HOUR
1999 HOLLAND SACKHOEILOADER-
CAT 950 LOADER
CAT M E LOADER
130.00
130L80
HOUR
HOUR
140"
CAT 90 LOADER
I 5S.Go
HOUR
CAT 887 EXCAVATOR
CAT 320 EXCAVATOR
CAT 235 EXCAVATOR
140.119
175.00
HOUR
HOUR
190.00
HOUR
CAT 246 EXCAVATOR
27400
HOUR
. .... .......
024 Dozer
KOBELCO 3250 EXCAVATOR
_174L00
130-00
HOUR ..
"OUR
RUG 0 MMC PUT HOLING MACHINE
408AD
DAY
80.00 MR
ASHPHALT ZIPPER
244.00
HOUR
Plus Troth
CASE VIBRATORY ROLLER
9.0.00
SLOG
HOUR
DAY
ARROWBOARD
Tw
COMPACTION WHEEL
22AO
151.00
221.00
205.00
HOUR
COMPRESSOR
COMPRESSOR WIJACKHAMMER
-
DAY
DAY
DAY
2NO MULTIQUIP TOWABLE GENERATOR
HYDRAULIC BREWER
HOUR
2080 LIES
LIGHT TOWER
WACKIER
--AM
A2.00
DAY
9200
DAY
Ziman Trailer
18.00
HOUR
Ozoo
... 72.00
72.00
d.I§L
IWO Trench Bw
4 x 16 Trench Bat
day
day
210._00 Wk
210.00 Wk
M-80 Mc
9 x24 Trench Box
160.00
DAY
MAGWIt
1600.00111
LABOR RATES-
REGULAR
42.30
43.68
OVERTIME
"a
67.92
DSLTIME
Sl.T
72.15
LABORER GRADING
LASORER3EWER
LABORER WATER
43.27
$7.35
71A2
ElWA)LTLR GRADING
PIPELAVER SEWER
PIPELAYER WATER
45.72
47M
46.78
$0.72
81.13
63.24
62.62
76.54
7925
7845
OPERATOR GRADING
90.59
IDL46
OPERATOR SEWER
OPERATOR WATER
IFOREMAN GRADING
SQA2
soles
60.62
02.07
l"A2
92.44
• 82.00
80.90
82."
gZall
iftis
10492
102AS
FOR r-
MANS!M?!_
FOREMAN WATER
105.16
184.32
F.101181T'B'
08/29/2006 16:01
Seltzer Insurance
140 Cente=2al
Tustin, Ca 92780
acl
2045,
:PF
8
C
D
3
7146659801
:'PION, INC.
Ave. Suite 13-
PAGE 0e'
v — 7 O U U TICS CUTIMCATI IS sMED A8 A MATTER OF IIKORFARYPGN
OMLY AND CORPLAS NO RIGHTS UPON THE CERTIFICATE HOLDER,
THIS CERTMATE DOES NOT AMEND, FXTEND OR ALTER THE
COVERAGE AFFORDED BY THE POLICIEs BELOW.
A
u Scottsdale Insurance Company
A
Gcacooa �B B°'"" Lincoln General Insurance Compare
x
C
CWnPW A=a
D - Redwood Fire & Casualt y Cc
MM 13 TO CHIT" THAT TNQ FOUCM Op MCURANCE LISTED BROW HAVE BEEN iS9J4D TD TNI 1
RIDI[ATW. NOTWRHSTAHDMO ANY gEDBI1H.IEHT. TEgM OR CONDITION OF ANY CONTRACT OR O � M41LD ABOVII FOB THE FOUCY
TMS CERTIFICATE "My BE ISS"'ED OR MAY FEATAIH. THI MSUgANCE AFFORDED BY THB DOCWd/f NTH BL73PE[T TO WMICM
THE BONS AND CON0 W OF SUC ItB U REDUCED DESCRIBED IMM IS SVEIACT TD ALL
SHOWN MAY NAVE BEEN REDUCED BY P4E) CLApIS
POLICY POLICY
7YP41 OF INSURANCE POLICY RUMBHI EF T IXPIRA11ON
iRAL LIABNT DATE DATE LIMITS
ffWtW0 "LWWI SCSOO22603 04/01/06 04/01/07 P, "I lode
OM,
6310002686
1,000
W633 -6113
b=98401780
cers,
Cutg Of NeWPOrt Desch
pub is Works Department
3300 N ort goulety.a�d
Newport each, CA 92663
01/06
01/06104/01/07
17/06 03/17/07
4/01/06104/01/07
D"BN UmB
,000
ia.Le, employees and volunteers are named
adorsemente required by contract with
scared.
*10 Day Notice For Nan - payment
ANY OF THE ABOVE DQSCMBEO POLICIES BE CANCELLED BEFORE THE f
ION S Wf 7HEABOP, THE L4SUDJC COMPANY WILL &I MALI +1
DAYS WRITTEN MQ"OE TD THE CERTIFICATE HOLDER N�iAi ED ^PTO THE
08!29/2006 16:01 7146659801 • PAGE 03106
GCI CONSTRUCTION, INC.
POLICY NUMBER: 13CS0012603
SCOTTSDALE INSURANCE COMPANY
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY-
ADDITIONAL INSURED - OWNERS, LESEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsemen modifies Insurance provided under the foppwing:
COMMERICAL GENERAL /!ABILITY COVERAGE PART
Name of Person or Organization:
SCHEDULE
City of Newport Beach, its
Officers, Agents, Officials,
Employees and Volunteers
Location and Description of Completed Operations: Agreement For Emergency Services
As Required By Contract
Additional Premium: INCLUDED
of no entry, appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to Iris endorsement).
SECTION 11— WHO IS AN INSURED is amended to included as an insured the person or organization shown in the
Schedule, but schedule of this elndorsemme�perfomted for that insured �and included in the 'products —completed doperations hazard'.
insurance maintained by the add primary insured(s) its exccess and on- contributory with this policy as respects to worts h
perfrxmed by the named insured.
IT IS FURTHER AGREED that we waive any right of recovery we may have against the person or organization shown in
the schedule above because of payments we make for Injury or damage arising out of your ongoing operations or "your
work" done under a contract with that person or organization and included in the "products - completed operations hazard"
This waiver applies only to the person or orgenbcation shown in the schedule above.
.• A ed repr6.9mm .
GG20 37 10 01 iso Preperem. 2000 Page 1 d 1
08/28/2006 16:01 7146659801 •
Auto Additional Insured Form
Lincoln General Insurance Company
Insured: GCI Construction, Inc.
policy, No 63400026M ...
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAEFULLY
ADDITIONAL INSURED - OWNER, LESSEE OR CONTRACTORS
TMs Endorsement Modifies Insurance Provided Under The Following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
NAME OF PERSON OR ORGANIZATION:
City Of Newport Beach, Its
Officers, Agents, Officials
Employees and Volunteers
PAGE 04/06
Who is an Insured (Section II) Liability Coverage is amended to included as an
Additional insured the persons or organization showing in the Schedule, but only with
respect to liability arising out of a auto acadent and occurring while operations are being
performed for them by the •insured" and occurring while a COVERED AUTO is being
driven by the gnsured" employees.
It is Further Agreed that such Insurance afforded the additional Insured shall apply as
Primary insurance and that Insurance carried by the CRY of Newport Beach, its Officers,
Agents, officials, Employees and Volunteers will not contribute with this insurance.
�� 1 !�.
08/28/2006 16:01 7146659801
WORKERS COMPENSATION AND EMPLOYERS IJABILIW INSURANCE PoLtCY
INSURER REDWOOD FIRE AND CASUALTY IFO�iA4NCE COMPANY
• PAGE 05/06
PURM NUMBER
ADDITIONAL MMREO(S) ENDORSEMENT . ,
It is agreed that such insurance as is afforded by this policy
also applies to the following as Additional Insured(s), but only with
respect to employees hired by and included on the payroll of the
Named Insured while performing work for the Additional Insured(s).
Additional Insured(s):
1. City of Newport Beach
2. Its Ofricers, Agents, Officials, Employees and Volunteers
RE: As Required By Contract
THIS ENDORSEMENT DOES NOT WAIVE ANY RIGHT OF SUBROGATION.
rr r
This W dmvrp%M changes the poky towhieh s o an ks1 unnigss of Po i sWed.
a
Ufle kftM lloo below Is reputed a* when
Endorsement EIfe*la 03/17/2006
Policy No. vy633 -6113 Endorsement No. 5
inww GCI ConshuCdon.111m. etal (A CORP )
WmWsWied by J Auteoraed Agent
03/17/2006
4
08/29/2006 16:01 7146659801
MIME RS COMPENSATION AMD LWLOY'M Lbi9R17Y IMSUP . POLICY
INSURER REDWOOD FIRE AND CASUALTY INSURANCE cDMPANY
CAM 4D:0%
CAUFORMA
WAIVER O OUR-RIGHT TO REtyOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone li against
injury covered by this policy. We will not enforce our rig ae
the person(s) or organizadons(s) named in the Schedule. This agree-
ment applies only to the extent that you perform work under a written
contract that requires you to obtain this agreement from us.
You must maintain payroll records accurately segregating the remun-
eration of your employees while engaged in the work described in the
Schedule.
The additional premium Compensation premium premi m otherwise due oof uch remun-
ifomia Workers' Compe
eration.
Minimum Premium:
Schedule:
Person or Organization: Job Description: ------------
PAGE 06/06
FORM NUMBER
WC- 633.0113
1. city of Newport Beach As Required By Contract
2. Its OfFoers, Agents, Officials, Empioyees and Volunteers
t•.
TW eodorsemerd changes the D M which k aM chO and is affecift on the dale Issuo";4.4s wlen�nse stand•
(The kdormatlon below is regalvd OW when thb endom merit k bawd subsequent td pia v al of the policy.)
ewarsaiwoM Elfeouve 03f1 71M Pow bb. WC01234667 End rsan�or No: of
Irrsraed acl coNSTRUCTION, lNC J gL
03117M �
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 8
September 12, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
Pete Antista, Utilities Director
949 -718 -3400 or pantista @city.newport- beach.ca.us
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH GCI
CONSTRUCTION, INC. FOR ON -CALL EMERGENCY UNDERGROUND
UTILITY REPAIRS
ISSUES:
Should the City execute a Professional Services Agreement with GCI Construction, Inc.
(GCI) for emergency underground utility repairs on an on -call basis?
RECOMMENDATION:
Authorize the Mayor to approve an agreement with GCI Construction, Inc. for
emergency underground utility repairs on an on -call basis.
DISCUSSION:
A request for qualifications for on -call services was requested of GCI Construction, Inc.
(GCI). Due to the nature of an emergency requiring immediate repair work, staff is
recommending approval of an on -call agreement with GCI to provide "as needed"
emergency underground repair services. Terms for services to be performed will be on
a time and materials basis and will be based upon the rates shown in Exhibit B. This
agreement will formalize on -call emergency services with GCI and lock prices through
June 30, 2007.
GCI has been doing business for 16 years as a General Engineering Contractor
specializing in underground utilities, storm drain, sewer, and water, street and grading
improvements, and providing emergency repair for all of the services mentioned.
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
0 0
Approval of On -Call Professional Service Agreement
September 12, 2006
Page 2
Funding Availability:
Funds for emergency repairs are available as follows:
Water — 5500 -8160 and 7501 C- 5500074
Wastewater — 5600 -8160 and 7531 C5600292
Expenditures more than $30,000 for an individual project will require a separate City
Council action in accordance with Policy F -14.
Prepared by:
Cindy AAer
Administrative Manager
Submitted by:
Pete ntista
Utilities Director
Attachments: On -Call Professional Services Agreement
H
• 1 •
PROFESSIONAL SERVICES AGREEMENT WITH
GCI CONSTRUCTION, INC. FOR ON -CALL
EMERGENCY UNDERGROUND UTILITY REPAIRS
THIS AGREEMENT is made and entered into as of this 12th day of September,
2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation
( "City"), and GCI CONSTRUCTION, INC., a California corporation whose address is
245 Fischer Avenue, Ste. 13-3., Costa Mesa, California, 92626 ( "Contractor"), 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 has a need for on -call assistance for emergency underground utilities
services in regards to City infrastructure.
C. City desires to engage Contractor to perform on -call emergency underground
utilities services in various locations and for various City infrastructure.
D. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Contractor for purposes of Project shall be Terry
Gillespie.
F. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor, and desires to
retain Contractor to render professional services under the terms and conditions
set forth 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 above written date, and shall
terminate on the 30th day of June, 2007, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Contractor shall provide "On -Call" emergency underground utilities services as
described in the Statement of Qualifications attached as Exhibit "A." Upon
verbal or written request from the Project Administrator, Contractor shall provide
N
0 0
a letter proposal for services requested by the City (hereinafter referred to as the
"Letter Proposal "). The Letter Proposal shall include the following:
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services, and
the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
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
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Contractor to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
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 to the other parry so that all delays can be addressed.
3.1 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) 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.
3.2 For all time periods not specifically set forth herein, Contractor shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
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 Schedule of
Billing rates attached hereto as Exhibit "B" and incorporated herein by reference.
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Contractor's compensation for services performed in
accordance with this Agreement, including all reimbursable items and
subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Utilities Department. Any Letter Proposal that sets forth fees in
excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a
separate Professional Service Agreement approved by City Council per Council
Policy F -14.
q
r.
0 0
4.1 Contractor shall submit monthly invoices to City describing the work
performed the preceding month. Contractor's bills shall include the name
of the person and /or classification of employee who performed the work, a
brief description of the services performed and /or the specific task in the
letter proposal 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) days after approval of the monthly invoice by City
staff.
4.2 City shall reimburse Contractor only for those costs or expenses
specifically approved in the Letter Proposal. Unless otherwise approved,
such costs shall be limited and include nothing more than the following
costs incurred by Contractor:
A. The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this
Agreement and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and/or other costs and /or payments specifically
authorized in advance in writing and incurred by Contractor in the
performance of this Agreement.
4.3 Contractor shall not receive any compensation for Extra Work 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 Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
5. PROJECT MANAGER
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.
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.
5
0
Contractor warrants that it will continuously fumish 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 Utilities Department. Pete Antista
shall be the Project Administrator and shall have the authority to act for City
under this Agreement. The Project Administrator or his/her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Contractor in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Contractor, one copy of all
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.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Contractor will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Contractor and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner
commensurate with community professional standards. All services shall
be performed by qualified and experienced. personnel who are not
employed by City, nor have any contractual relationship with City.
8.2 Contractor represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Contractor to practice its profession.
Contractor further represents and warrants to City that Contractor shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Contractor to practice its profession.
Contractor shall maintain a City of Newport Beach business license during
the term of this Agreement.
n
11
0
0
8.3 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, or 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. HOLD HARMLESS
To the fullest extent permitted by law, Contractor shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties ") from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work performed or
services provided under this Agreement (including, without limitation, defects in
workmanship or materials and/or design defects [if the design originated with
Contractor]) 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).
Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Contractor.
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. Nothing in this Agreement shall be deemed to constitute approval
for Contractor or any of Contractor's employees or agents, to be the agents or
employees of City. Contractor shall have the responsibility for and control over
the means of performing the work, provided that Contractor is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Contractor as to the details of the performance or to
exercise a measure of control over Contractor shall mean only that Contractor
shall follow the desires of City with respect to the results of the services.
V
5
11. COOPERATION
0
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 the
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 and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the work, 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, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. - Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. 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.
0
0 0
D. Coverage Requirements,
1. Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employers Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) days prior to such change. The insurer shall agree to
waive all rights of subrogation against City, its officers, agents, .
employees and volunteers for losses arising from work performed
by Contractor for City.
2. General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than Two Million
Dollars ($2,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
3. Automobile Liability Coverage. Contractor shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Contractor arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than One Million Dollars ($1,000,000) combined single limit for
each occurrence.
4. Professional Errors and Omissions Insurance. Contractor shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of One Million Dollars
($1,000,000).
D. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Contractor.
I
7
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Contractor's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) days written notice has been received
by City.
A. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claim made or suit instituted arising out of or resulting from Contractor's
performance under this Agreement.
B. Additional Insurance. Contractor shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
work.
15. 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 Consultant. 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.
t0
0
16. SUBCONTRACTING
0
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Contractor. Assignments of any or all rights, duties or obligations of the
Contractor under this Agreement will be permitted only with the express written
consent of City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
17. 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 written request.
Documents, including drawings and specifications, prepared by Contractor
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed documents
for other projects and any use of incomplete documents without specific written
authorization from Contractor will be at City's sole risk and without liability to
Contractor. Further, any and all liability arising out of changes made to
Contractor's deliverables under this Agreement by City or persons other than
Contractor is waived against Contractor and City assumes full responsibility for
such changes unless City has given Contractor prior notice and has received
from Contractor written consent for such changes.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Contractor
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Contractor. By acceptance of CADD data, City agrees to indemnify
Contractor for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans, The City will
provide AutoCAD file for City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
0
19. CONFIDENTIALITY
0
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 authorizes the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
The Contractor shall defend and indemnify City, its agents, officers,
representatives and employees against liability, including costs, for infringement
of any United States' letters patent, trademark, or copyright infringement,
including costs, contained in Contractor's drawings and specifications provided
under this Agreement.
21. RECORDS
Contractor shall keep records and invoices in connection with the work 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 to this Agreement. All such records shall be
clearly identifiable. Contractor shall allow a representative of City to examine,
audit and make transcripts or copies of such records 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 under this Agreement.
22. WITHHOLDINGS
City may withhold payment 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 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.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Contractor which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Contractor, the additional design, construction and /or
restoration expense shall be bome by Contractor. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
12
In
0
0
24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other Contractors in connection with the Project.
25. CONFLICTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose 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.
If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination of
this Agreement by City. Contractor shall indemnify and hold harmless City for
any and all claims for damages resulting from Contractor's violation of this
Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Contractor to City shall be addressed to City at:
Utilities Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949- 644 -3011
Fax: 949 - 646 -5204
All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
GCI Construction, Inc.
245 Fischer Avenue, Ste. B -3
Costa Mesa, CA 92626
Phone: 714 - 957 -0233
Fax: 714 540 -1148
27. TERMINATION
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
13
11
0 0
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, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
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 and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. 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, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. 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.
30. 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.
31. 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.
ru
12
41 0
32. 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.
33. 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.
34. 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.
35. 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 or age.
36. INTERPRETATION
The terrns 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.
15
13
0 0
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
By: A-^—
Aaron C. arp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Don Webb
Mayor
for the City of Newport Beach
CONSULTANT:
By:
(Corporate Officer)
Title:
Print Name:
By:
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A – Statement of Qualifications
Exhibit B – Schedule of Billing Rates
F:lusersl cat lshared\Ag\On- Call\Template.doc
is
i6
08/30/2006 11:31 FAX 7145401146 SCI CONSTRUCTION ID002 /006
k.GCI
CONSTAU(:TION.,NC.
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
Mr. Pete Andsta
949 West I e Street
Newport Beach, CA 92663
(949) 644 -3011, fax (949) 646.5204
Dear Mr. Antista,
EXHI&f'A°
Cc:nersl Enyineering Gontractor Lic. No. 755356
August 30, 2006
I would like to take this opportunity to introduce G C I Construction, Inc.. For 16 years we had been doing
business as Gillespie Construction, Inc. as a General Engineering Contractor specializing to underground
utilities, storm drain, sewer, water, street 8 grading improvements, provide emergency repair for all of the
services mentioned. In 1998 we began G C 1 Construction, Inc.. We are still engaged in the same type of
work. Combined we have over 24 years of experience as a General Engineering Contractor in this field. We
have also worked for the City of Newport Beach for that entire 24 year period on various projects.
Our key individuals would be Terry Gillespie, President; Richard TUrell, Vice President; and Floyd Bennett,
Secretary Treasurer, Tany Gillespie has over 35 years experience in this industry. Richard Tircell and Floyd
Bennett have over 45 years experience in this industry.
Present comndtments would be Terry Gillespie overseeing certain projects in a supervisory/superintendent
capacity. Richard Thrall also oversees projects in the same capacity. Floyd Sennett oversees the office staff
and all financial matters including extensive job costing. All officers participate in the bidding of new projects.
All officers are very hands on in all aspects of the business operations.
GCI Construction, Inc. also employs a number of highly experienced key employees who act as
Superintanden7Foreman and Project Managers on all of our projects running them from start to finish. They
too have many years experience In this Industry.
GCI Construction, Inc. is a fun service general engineering contractor with many years experience working
with numerous Public Works agencies as well as County and State agencies. We have completed many
projects through out the years with City of Newport Beach Public Works as well as City of Newport Beach
Utilities Department. We look forward to the opportunity to work with you in the future.
LIA5 (1sch;:rAvenue. 8w. B -3, Goxln M(-:at Grlhlrnnto 1"26 • 1,14) 95141'33 • F<Ix I, 1,3;'_+•10.11 t8 17
08/30/2008 11:31 FAX 71454011A GCI CONSTRUCTION a 1@003/006
OCI CONSTRUCTION
EQUIPMENT OPERATED RATE SCHEDULE
DESCFJFMON
FOREMAN PICK UP TRUCK 13.00
"OUR
CREW TRUCK
SICIPLOADER
4488 BACKHOEILOADER
555D BACKHOEFLOADER
.00
119-00
146.110
135.00
HOUR
HOUR
HOUR
HOUR
755 SACKHOEAMADER
IM HOLLAND BACKHOEWJWEF-
CAT 96O LOADER
CAT 950 E LOADER
135.00
HOUR
_, 190-00
_ 131LOO
140-00
HOUR
HOUR
HOUR
CAT 956 LOADER
CAT 307 EXCAVATOR
CAT 320 EXCAVATOR
CAT 235 EXCAVATOR
166.00
HOUR
MO
175.00
HDLM. - ..
HOUR
IrMOMO
HOUR
CAT 24SEXCAVATOR
22400
HOUR
924 Dour
xoamco 3258 EXCAVATOR
--nk.00HOUR
188.40
HOUR
RING 0 MAT IC POT HOLING MACHINE
40BAC
DAY
80.110 HR
ASHPHALT 23PPER
23300
HOUR
Plum Taalh
CASE VIBRATORY ROLLER--
60.00
92.00
HOUR
DAY
ARROWBOARD
COMPACTION WHEEL
22.00
22LOO
206.00
HOUR
CO?APR
RE E8%
COMPRESSOR!'48T9i�MER__._..
DAY
DAY
2000 MULTIOUIP TOWABLE GENERATOR
HYDRAULIC BREAKER
LIGHT TOWER..
WACKER
.00
HOUR
200 LBS
92.00
DAY
Mmmn Trager
18100
HOUR.-
hob"
Y2 00
72 day
MOD d
IGLOO DAY
1xi 5 Tmnrh Sm
4 z 16 Trench Box
21
210.00
500.00
Wk 6=,pq
Wk 630.00
Wk 1500m
M
M
ma
I x 24 Trw" Om
LABOR RATES: REGULAR
4L39
43.60
"27-
WeRnME DEL
ss
57.52
STJS
TIME
69.7
72.15
TIA2
LABORER GRADING
LABORER SEWER
LABORER WATER
EI.MLi)TLR GRADING
?-'PE-LAmR- WVVkR
PIPELAYFR WATER
47.29
46.70
511.72
81.13
70.54
$124
02.62
7845
OPERATORGRADma
80.69
102.46
OPERARE
TO WER S
----- - -------
OPERATOR WATER
IFOREMANGRADING
60.12
SLIM)
80.62
BMW
82,64
RZAO
-6.0-69
02."
Moo
106.16
104.32
10245
FOREMAN SEWER_
FOREMAN WATER
105.16
10432
EXHI&T'B'
0
08/29/2006 16:01 71466590
• PAGE 02/06
AC4REr
Pr (714) 665 -9800
3 e1 tier Insurance SE TviC a
'Seltzer Insures
1el
Tustin, en 92780
TIAS CERWICATl 19 ISSUED AS A MATT" OP INFURMATTON
ONLY AND CONFERS NO fMHTS UPON THE CERTIFICATE HOLDER.
THIS CERTIRCATE DOES NOT AMEND, EXTEND OR ALTER THE
COVERADE AFFORDED BY THE PCUCIES BELOW.
ce ftv Scottsdale insurance Company
A
compww Li cola General insurance Company
8
k s red GCY COOT•J85
AIG
GCI CONSTRUCTION, INC.
C
CMB, INC.
245 Fischer Ave. Suite B-3
D Redwood lFire & Casualty Cc
7X1616 TO CERTIFY THAT THE POLMS OF INSURANCE LISTED BROW HAVE vew wm=TO THE wsLkvn NAMED ABOVE POn THE POUCY
M GATED, NOTYATHSTANOINO ANY REDORWI NTH TERM OR
CONDITION OF ANY CONTRACT DR OTHER DOCUMENT WRX RVSPMT TO WXICH
TM5 CERTIFICATE MAY BE LVULYD DR MAY PERTAIN, THE INSWANCE AFPDRDED SYTHE POLICIES MCMEO HEREIN IS SUBJECT TO ALL
THE TERMS, EICLVS*NS AND CONDITIONS OF SUrH POLICIES. LIMNS WOWN MAY HAVE B ENRMMUCED BY PAID Ct
POLICY
POLICY
E OF MURANCE
POLICY NUVMER
R*WTr
EXPIRATION
LIMITS
UAS
d&a LWWtr_
BCS0012603
4/D1/06
04/01/D7
cm+eRd re .m
Product-c 4t."NApp
ftyp AdY, do I u
114 r 00m
a CaronowYF pmtwT.
EPeh
PNG Dpm1 a IAn 1 }PA)
fBmw
0.Te?cAl ane
TO MOBILE LIABLITY
A
6310002686
04/01/06
04/01/07
AU -
d
Bodw
ed A%*M
BAade I"
+�na
j /am" DAd
$ 1,000
PpppRy DemN3F
GARAGE LIABILITY
AUM O*V- AcddaM
DI Then 6M O
Ant Aub
EfgI APCMem
A
C
C BIL
Fw
BE7422375
04/01/06
04/01/07
EveA
Gayer Then lFP6dTe
D
WORKER COIN ATION
EMPLOYERS`LLaBB TTY
Phl Ft"F_- /, J d
!R: Eec1
W633 -6113
3/17/06
03/17/07
IlAn O
aEWhAVWM
Okrmse -PW 4MT
EI.
OTH
8
����
eusd(H73redRen
MXI98401784
04/01/06
04/01/07
imiLt150$000r000
RESCRIPrION OF OPMATIONSILOCATICWSNBIMFSI$PrCRAL ITEMS
he Cityy, its officers, agents, officials, employees and volunteers are named
ddi.tioiial Insureds as per attached endorsements required by contract with
aspect to Work performed by named insured.
aivers of Subrogation to be included.
»10 Day Notice For Non - Payment
19
SHOULD ANY OF THE ABOVE DESCRISEO POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, ME ISSUING COMPANY WILL MAIL
"3 0* DAYS WRDTEN NOTICE TD T}eE CEATRYCATE HOLDER NAMED TO THE
City of New Beach
Pubic Works Department
3300 Newport Soulevard
Newport Beach, CA 92663
LEFT.
Authatind Repra=ithfive
08/29/2006 16:01 7146651 • PAGE 03/06
GCi CONSTRUCTION, INC.
POLICY NUMBER: 13CS0012603
SCOTTSDALE INSURANCE COMPANY
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modiflee insurance provided under the foilvwb►9:
COMMERICAL GENERAL LIABILITY COVERAGE PART
Name of Pelson or Organization:
SCHEDULE
City of Newport Beach, its
Officers, Agents, Officials,
Employees and Volunteers
Location and Description of Completed Operations: ds e As red or Emergency Services
Additional Premium: INCLUDED
(If no entry appears abom information required to complete this endorsement will be shown in the Dedlaradons as
applicable to this endorsement).
SECTION 11 — WHO IS AN INSURED is amended to included as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of -your work' at the location designated and described
sc Wute of this endorsement performed for that insured and included in the 'products —Completed operation s in the
IT IS AGREED dial this policy is primary as respect any insurance maintained b y the additional insured(s) and that such
Insurance maintained by the additional insured(s) is excess and non - contributory with this policY as respects to work
performed by the named insured.
IT IS FURTHER AGREED that we waive any right of recovery we may have against the person or organization shown in
the schedule above because of payments we make for injury or damage arising out of your ongoing operatios or �s
work" done under a contract with that person or organization and included in the "products - completed operations
This wabver applies only to the person or organizarion shown in the schedule above.
K L
1
Cato 37 ra or ISO Propertbs, 2000 Page 1 of t
ao
08/28/2006 16:01 7146654 • PAGE 04/06
Auto Additional Insured Form
Insured: GCI Construc906, 166 -
Lincoln General Insurance Company
Policy No. 631012026;36 .
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAEFULLY
ADDITIONAL INSURED - OWNER, LESSES OR CONTRACTORS
This Endorsement Modifies Insurance Provided Under The Following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
NAME OF PERSON OR ORGANIZATION:
City Of Newport Beach, its
Officers, Agents, Officials
Employees and Volunteers
Who is an Insured (Section II) Uability Coverage is amended to included as an
Additional Insured the persons or organization showing in the Schedule, but only with
respect to nabinty arising out of a auto accident and oxurdM while operations are being
Performed for them by the'lnsuree and ocmxft while a COVERED AUTO Is being
driven by the 'Insured" employees.
It Is Further Agreed that such insurance afforded the additional Insured $ban apply as
Primary insurance and that Insurance carried by the City of Newport Beach, its Officers,
Agents, Officials, Employees and Volunteers will not contribute with this insurance.
a1
88/29/2006 16:01 7146651
WOWERS COMPENSATION AND EMPLOYER$ t.IABO.TIY INSURANCE POLICY
INSURER REDWOOD FIRE AND CASUALTY INSURANCE COMPANY
CALIFORJiA
ADDITIONAL- INSURED($) ENDORSEMEhlT
PAGE 05/06
FORM NUMBER
,ITt - 1 -iii
It is agreed that such insurance as is a"ed by this policy
also applies to the following as Additional Insured(s), but only with
respect to employees hired by and Included on the payroll of the
Named Insured while performing work for the Additional Insured(s).
Additional Insured(s):
1. City of Newport Beach
2. Its Officers, Agents, Officials, Employees and Volunteers
RE: As Required By Contract
THIS ENDORSEMENT DOES NOT WAIVE ANY RIGHT OF SUBROGATION.
This endorsemeM ch8" 1119 poCCy ro whJ0 Is WAdred and is e4 cfte on ft do* kned w*sss Wwvtlse vta a
(rne N&Mu M bW yr Is reputed Q* when tihb endor.WeM Is MWW =bwqu to pteWarion of Rte p0q )
Endorsm*rd Effacon 03/17/2006 Pocky No. W633.6113 Endorsement No. 5
insured GO] ConStnxion, Inc:.. etal (A CORP) ��/i 1� jcraeA aged
03/1712006 J
as
08!29!2006 16:01 71466598
PAGE B6 /BE
W MMAS COMPENSATION AND EMPLOYERS LIAWLIY INSURANCE POLICY FORM NUMBER
INSURER REDWOOD FIRE AND CASUALTY MSUR ANCE COMPANY WC- 633.0113
CA PORNIA
WAIVER OF OUR-RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an
injury covered by this policy. We wilt not enforce our right against
the person(s) or organizations(s) named in the Schedule. This agree-
ment applies only to the extent that you perform work under a written
contract that requires you to obtain this agreement from us.
You must maintain payroll records accurately segregating the remun-
eration of your employees while engaged in the work described in the
Schedule.
The additional premium for this endorsement shall be 3% of the Cal -
domia Workers' Compensation premium otherwise due on such remun-
eration.
Minimum Premium:
Schedule:
Person or Organ¢ation:
---- ------- - - - - --
Job Description:
1. City of Newport Beach As Required By Contract
2. Its Officers, Agents, Officials, Employees and Volunteers
This endorsement of age9 ft policy to ~Is ettocfred and is efkceffie on fire date issuea. nte99 ofrre*e Stated.
frhe fnfam on WOW IS required ordy when thfs endws&wnt is mooed sub" ma to preparlim Cr ft p w#.)
Fsdorsenrentt tve03r17/66 PDW,?N9. W001ZS4567 BnOorawrmtNo :o1
insured GG CONSiRUChhON, INC CountaWomd
03!17106
27