Loading...
HomeMy WebLinkAboutC-4041 - PSA for On-Call Emergency Underground Utility Repair Services• • 1 C-0 ( 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 PRLICH & 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 22 "a, 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: 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 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. APPROVED AS TO FORM: By: C� ffv.�" Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPOREACH A Munil Corpor i n Edward Selich, Mayor for the City of Newport Beach MIKE PRLIC& SONS, INC. By:It Title: President Print Name: Mt � I-' �—' ct By: (Financial Officer) Title: Print Name: Attachment: Exhibit A — Request to Extend On -Call Services Agreement Exhibit B — Schedule of Billing Rates Jun 13 2008 1:42AM E PRLICH & SONS, INC 6813 1770 p.2 Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fax: 626/813 -1770 June 13, 2008 CITY OF NEWPORT BEACH Utilities Department 3300 Newport Blvd. Newport Beach, CA 92658 -8915 Attu. CINDY ASHER Dear Ms, Cindy: EXHIBIT "All Mike Prlich and Sons, Inc. will hold prices of Equipments and Labors for the period of 07/01/08 - 08/31/09 as per attached copies. If there is any further information required, please do not hesitate to contact us at 626/813 -1700. Sincerely, Michael Prlich President Mike PrilchSom, -Mc: 5103 Elton Street Baldwin Park, CA 91706 Tel: 6281813 -1700 FAx: 6261813 -1770 EXHIBIT'B" Lenia Ul/U1 /US - USl37m`J a h c d e f I h I i I J I k I m I n o Craft Tw" BASE RATE & see Rate Vacation VAC I Sub Tote BENEFITS H & W Pension rain Co-Ad Fd IndJECC Sub Total FICA PAYROLL FU & SU TAXES & INSURANCE lWk CornDlInsurence Sub Total TOTAL RATE (a *d ewer 0.0766. e1 (0A7xe 0.0769 xe 0.149IIx um Fe a *k• BORER GRP.1 ST 28.63 3.21 31.84 4.18 5.25 0.63 0.15 0.13 10.32 2.44 2.23 2.45 4.77 11.88 54.04 OT 42.95 3.21 411,116 4.16 5.25 0.63 0.15 0.13 10,32 3.53 3.23 3.55 6.91 17.23 73.70 DT 57.26 3.21 60A7 4.16 5.25 0.63 0.15 0.13 10.32 4.63 4.23 4.65 9.08 22.57 93.36JI LABORER GRP. 2 ST 29.16 3.21 32.39 4.16 2.48 2.27 2.49 4.85 12.08 548 525 0.63 0.15 0.13 10.32 N9 uel Gomez OT 43.77 321 46.08 4.16 525 0.63 0.15 0.13 10.32 3.59 329 3.61 7.04 17.53 74.83 Omar Garda OT 58.36 3.21 Sim 4.16 5.25 0.63 0.15 0.13 10.32 4.71 4.31 4.731 9.22 22.98 9487 Demetrio Zamarron LA60RER.GRP.3 ST 29.73 3.21 3244 4.16 5.25 0.63 0.15 0.13 10 2.52 2.31 2.53 4.93 12.29 56.86 OT 44.60 3.21 47.81 4.16 5.25 0.63 0.15 013 10.32 3.66 3.35 3.66 7.16 17.84 76.97 DT 59.46 3.21 67-67 4.16 5.25 0.63 0.15 0.13 10.32 4.79 4.39 4.82 9.39 23.39 96.38 LABORER GRP. 4 ST 31.28 3.21 34AS 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 6CL13 4.16 5.25 0.63 0.15 0.13 10.32 3.83 3.51 3.86 7.51 18.71 79.16 Rafael Ambdz DT 62.56 3.21 66.77 4.16 5.25 0.631 0.15 0.13 10.32 5.03 4.60 5.06 9.85 24.55 100.64 Francisco Gomez Juan P. Martinez LABORER GRP. 4 ST 3253 321 35.74 4.16 5.25 0.63 0.15 0.13 10.321 2.73 2.50 2.75 5.35 13.34 59.40 Antonio Narrufo 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 19AII 81.73 DT 65A6 3.21 63.27 4.16 5.25 0.63 0.15 0.13 10.32 5.22 4.76 5.25 1023 25ABI 104.07 e LABORER GRP. 4 $T a 33,00 3.21 36.21 4.16 9.25 0.63 0.15 013 10-32 2.77 2.63 2.78 5A2 13.611 At elardo Carrlrsco OT 49.50 3.21 62.71 4.16 5.25 0.63 015 0.13 10.32 4.03 3.69 4.05 7.90 19.67 82.70 Arturo Lom DT 66.00 3.21 09.211 4.16 5.25 0.63 0.15 0.13 11IL32 5.29 4.84 5.32 10.37 25M 705.36 Rafaal Ramirez SUPERINTENDENT ST 64.00 0.00 "001 0.00 8.10 0.00 0.0ol 0.00 8.10 4.13 3.76 4.15 8.09 20.15 82.25 John Rojas OT 81.00 0.00 01. 0.00 12.15 0.00 0.001 0.00 12.15 620 5.67 6.23 12.13 30.23 123.38 OT 108.00 0.00 108.00 0.00 18.20 0.00 0.00 0.00 16.201 826 7.561 8.31 16.18 40.31 164.51 P. ENG. GRP. 16 ST 41.24 2.80 44.04 7.80 4.65 0.65 0.00 0.08 13.08 3.37 3.081 3.39 6.60 16A4 73.56 Javier Reyes OT 61.86 2.80 64.66 7.80 4.55 0.65 0.00 0.08 13.08 4.95 4.63 4.97 9.69 24.13 101.87 DT 82.48 2.80 85 7.80 4.55 0.65 0.00 0.08 13.08 6.52 5.97 6.56 12.77 31.83 1$0.19 OP. ENG. GIP. 8 AA ST 40.54 2.80 43.34 7.80 4.55 0.66 0.00 0.08 13.08 3.32 3.03 3.33 8.49 16.17 7259 Steve Newton OT 60.81 2.60 63.61 7.80 4.55 0.65 0.00 0.08 11 4.87 4.45 4.89 9.53 23.74 100.43 Rudy Palacios DT 81.08 2.60 $3.88 7.80 4.55 0.65 0.001 0.08 13.08 6.42 5.87 6.45 12.57 31.30 12 11.26 Ryan Satdana 4 c m N O O m ..._ .. _ ... Mike Erlich Sons; Inc., . ... _....... ..... _ . .... _ ... ... _ . c 6103 Elton Street ' Baldwin Park, CA 91706 cu Tel: 6261813 -1700 FAx: 6261813 -1770 N Period 07/01/08 - 08/31/09 0° 16.72 2.13 1.95 2.14 4.18 10A1 54 42 Thomas Vu OT 39.66 1.45 41.11 9.57 5.00 m 0.06 42041-- 2.80 44 7.80 4.55 0.85 0.00 0.08 13. 3.43 3.14 3.45 6.72 18.7 74.85 1.071 IDT 63.06 2.80 65.86 7.80 4.55 0.65 0.00 0.08 13.08 5.04 4.81 5.08 9.87 2458 102.52 �p 84.0$ 2.80 88.$$ 7.80 455 0.65 0.00 0.06 13.08 6.6 6.08 6.68 13.01 32.42 122.38 N x Sias rentice ST 26.44 1.45 27 9.57 5.00 1.07 0.06 0.42 16.72 2.13 1.95 2.14 4.18 10A1 54 42 Thomas Vu OT 39.66 1.45 41.11 9.57 5.00 1.07 0.06 0.42 1 &12 3.141 Z881 3.161--- 6.161 iS.34 72.57 DT 1 52-881 1.45 64-331 9.571 5.001 1.071 0.061 0.421 15.131 4.161 3.801 4.181 8.141 20.26 90.73 ."0 r Y n x 4° m O Z m Y Z f7 T Y Y a 0 a Jun 13 2008 1:42RM E PRLICH & SONS, INC EQUIPMENT LIST 6813 1770 P.5 Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fax: 626/813 -1770 125 COMPRESSOR 185 COMPRESSOR RIVET BUSTER AIR DIGGER 90 POUND JACKHAMMER BROOM - SELF PROPELLED BROOM - PICK UP COMPACTOR - 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 "BARNEY" PC75 GROVE CRANE RT528 GALION CRANE DG3801 DRESSER CRANE 150A CAT RUBBER TIRE LOADER 928G CAT RUBBER TIRE LOADER 936 CAT RUBBER TIRE LOADER 950A CAT RUBBER TIRE LOADER 950F CAT 430EBACKHOE CAT 436113ACKHOE CAT 446BACKHOE CAT 446BBACKHOE KAWASAKI 65Z IV KAWASAKI 70Z IV BOBCAT LOADER PICK -UP TRKS % TON & LIGHTER FLAT -BED 1 TON FREIGHTLINER BOB -TAIL DUMP FORDISTERLING 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 Jun 13 2008 1:43RM E PRLICH & SONS, INC 6813 1770 P.6 Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park; CA 91706 Tel: 626/813 -1700 Fax: 6261813 -1770 EOUIPMENT LIST RATE TILT TOP TRAILER 3 AXLE 7.20 PER HR ASPHALT ZIPPER 184.80 PER HR ROLLER IR 22 38.18 PER HR ROLLER IR 24 38.05 PER HR DYNAPAC CP 51.60 PER HR CUT -OFF SAWS CONCRETE /STEEL 6.60 PERHR CHAIN SAWS 3.00 PER HR TRASH PUMPS 3" 7.20 PER HR TRASH PUMPS 4" 8.40 PER HR SUB PUMP 2" 1.20 PER HR SUB PUMP 3" 2.40 PER HR SUB PUMP 4" 3.60 PER HR TRAFFIC CONTROL ARROW BOARD - SOLAR 9.90 PER HR TYPE 1 BARRICADE W/O FLASHER .23 PER DAY TYPE 1 BARRICADE WITH FLASHER .44 PER DAY DELINEATORS .23 PER DAY CRASH CUSHION BARRELS 1.20 PER DAY K -RAIL PER 20 LF .47 PER DAY • 3� /00 -200 My CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT (1-*f! Agenda Item No. 6 ZJuly 8, 2008 G3S�30 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Steve Myrter, Utilities Director 949 -718 -3400 or smvrter(o)-citv.newoort- beach.ca.us SUBJECT: UNDERGROUND UTILITY SERVICE REPAIRS — APPROVAL OF AMENDMENTS TO PROFESSIONAL SERVICES AGREEMENTS 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. tnderground Repair Services — Appal 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 Cindy Asher U Stev Administrative Manager Utilities 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 0 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 PRLICH & 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 22 "d, 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). 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. r L_ APPROVED AS TO FORM: By: Z Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: go LaVonne Harkless, City Clerk 0 CITY OF NEWPORT BEACH A Municipal Corporation Edward Selich, Mayor for the City of Newport Beach MIKE PRLICH & SONS, INC. am 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'12 2008 1.4219M MIKE PRLICH & SONS, INC 626 813 1770 P.2 Mike PrUch & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fax: 626/813 -1770 June 13, 2008 CITY OF NEWPORT BEACH Utilities Department 3300 Newport Blvd. Newport Beach, CA 92658 -8915 Atta. CINDY ASHER EXHIBIT "A" Dear Ms. Cindy. Mike Prlich and Sons, Inc. will hold prices of Equipments and Labors for the period of 07/01/08 - 08/31/09 as per attached copies. If there is any further information required, please do not hesitate to contact us at 626/813 -1700. sin;cerely, Michael Prlich President _ ... .... ...._ . ....... ............. ..._ -Mike -RrlictHSonsi- Inc, ...... ... ........._........._..... 5103 Elton Street Baldwin Park, CA 91706 Tel: 6261313 -1700 FAx: 6261813 -1770 n�.a..w nam�_rna, nnre�rnn mffi y_ Y N O O M T'T h v i k n o Crag Time SASE RATE 8 VAC BENEFITS YROLL TAXES b INSURANCE TOTAL RATE cite Vecaflon Sub Tote H 8. W Pension A (Train e"cl Fd lndJECC Sub Tote U Wk Como Insurance Sub Total k• wm ) 0,0769xe .1a6ax sum to a +k+ BORER GRP. 1 ST 28.63 3.21 31.8 4.16 5.25 0.63 0.15 0.13 10,32 3 2.45 4.77 11.88 54.04 OT 42.85 321 46.1 4.16 5.25 0.63 0.15 0.13 10,3 3 3.55 6.91 17.23 73.70 DT 57.26 3.21 60.4 4.16 S.ZS 0.63 0.15 0.13 10.3 23 4.85 8.08 ZZ67 93.8 LABORERGRP.2 ST 29,18 3.21 323 4.16 5.25 0.63 0.15 0.13 10,32 27 249 4.85 12,08 54.80 IN ueloomez OT 43.77 321 46 4.16 6.25 0.63 0,15 0,13 10.3 3.59 329 3.61 7.04 17.63 74,81 Omer Garcia DT 58.36 3.21 61. 4:16 5.25 0.63 0115 0,13 10.3 4.71 4.31 4.73 9.22 22.98 94.87 Demetric 2amarren LABORER GRP. 3 ST 29.73 3.21 32, 4,15 5.25 0,53 0115 0.13 10 2.52 2.31 263 4.93 12.29 66,66 OT 44,60 3.21 47.81 4.16 5.25 0.63 0.15 0.13 10.3 3,66 3.35 3.68 7.16 17.84 76.97 DT 59.46 3.21 62,67 4.16 5.25 0.63 0.15 0.13 10.3 4.79 4.39 4.82 9.39 23.39 6,38 LABORER GRP. 4 ST 31.28 3.21 UA9 4.16 5.25 0.83 0.151 0.13 W.32 2.64 2.41 1 2.65 5.17 12.87 67.68 . Re naldo Fuentes OT 46.92 321 60,13 4 -16 526 0,63 0,15 0.13 40.32 3. 3.51 3.86 7.61 18.71 79.16 RafaelAmbdz OT 62.58 3.21 65,77 4.18 5.25 0.83 0.15 0.13 10.32 5.03 4.60 5.06 9.85 24.6 10864 Francisco Gomaz Juan P. Martinez LABORER QRP.4 ST 32.53 3.21 35.74 4.16 6.25 0.63 0.15 0.13 10.32 2.73 2.50 275 5.35 13.34 58.40 Antonio Marrufo OT 48.80 3,21 Moll 4.16 5.25 0.63 0.15 0.13 10.32 3.98 3.64 4.00 7.791 19A1 81. DT FEW 321 63.27 4.16 5.25 0.63 0.151 0.13 10.32 5.22 4.78 5.25 10.23 25 104.0 LABORER GRP. 4 ST 33.00 3.21 36.21 4,16 9.25 0.63 0:15 0.13 10.32 2.77 2.63 2.78 5.42 13.61 80.04 Abelardo Carrasco OT 49.50 3.21 52.71 4.16 5.25 0.63 0.15 0.13 10.32 4.03 3.69 4.05 7,90 19.8 82.70 Arturo Lopez ur 66.00 3.21 69.21 4.16 5.25 0.63 0.15 0.13 1013 5.29 4.84 5.32 10.37 25, 105.36 Rafael Ramirez SUPERINTENDENT' ST 54,00 0.00 54. 0.00 8.10 0.00 0.00 0.00 8,10 4.13 3.78 4.15 8,0 20,1 82.26 John Rojas OT 81,00 0.00 81.0 0,00 12.15 0,00 0.00 0.00 12.15 62 5.67 6.23 1213 30.23 123.38 DT 1DS.00 0.00 10 &00 0.00 1620 0.00 0.00 0.00 16.10 826 7.56 8.31 16.18 40,31 164-61 OP. ENG. GRP. 16 ST 41,24 280 44.04 7.80 4.65 0.66 0.00 0.08 134- 3.37 3.08 3.39 6,60 1844 73.56 Javier Reyes OT 61.86 2.80 64.6 7.80 4.55 0.85 0.00 0.08 13.08 4,95 4.63 4.97 9.69 24.13 MCC D7 82.48 2.80 7.60 4,55 0.65 0.00 0.08 13.06 6.52 5.97 8.56 12.77 31.83 130.19 P. ENG GRP. 8 A-1 ST 40.54 ZBD 49.34 7.80 4.55 0.66 0100 0.08 13.08 3.32 3.03 3.33 6.49 18.1 72.59 Steve Newton OT 60,81 280 63.61 7.80 4.55 0.65 0;00 0.08 73:06 4,87 4.45 4.89 9.b3 23.74 100.43 . Ru Palaeios DT 81.08 2.80 83.8 780 4.55 0 65 n 00 n OR 1x_08 6 a2 C 4-7 F as �� a7 R� 9n 1 �e rt ...... Mike-PrIlch-Sons, u ....... . ........... 6103 Elton Street 1,461 Baldwin Paris, CA 9I706 957 Tel: 6261813-1700 FAx: 6,261813-1770 IM Period 07 108 - 08131109 00421 im 3-14 2881 &V SAGI 16.341 72,67 I I I I 9.671 6.00 I 1.071 QQSJ 0.421 15.11 4.121 3.601 OP. FJYQ GRP. 23 SIT 42.04 9 AUC 7.80 4.55 0.08 3.45 1 . 74.65 John MilosevIch OT T 63.08 2.301 GS.86 7.60 4.5S 0155-040 ze 13.08 5,0411 4.811 9.06 9.87 24.5 f 02.52 OT OT 84,08 g2l,80 _8 2.801 86.88 7.00 4=651 .65T=�e r 0.65, O.D01 0.08 13.08� 6.6�� 6.081 6.68 ()l 131 ffM 132.36 ri I - — m _ __E! J 3 Thomas Vukoiriic 1 OT g 39,e8 l 1,461 FIR 957 I 6.001 IM 0,061 00421 im 3-14 2881 &V SAGI 16.341 72,67 Ur Q 62.881 1.451 54:33 9.671 6.00 I 1.071 QQSJ 0.421 15.11 4.121 3.601 4,101 6,141 20=1 9 FN m T Qo O cn U, Jun 13 2008 1:42RM MIKE PRLICH & SONS, INC 6 813 1770 Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fax: 6261813 -1770 EQUIPMENT LIST RATE 125 COMPRESSOR $16.80 PER HR 185 COMPRESSOR 18.00 PER HR RIVET BUSTER 1.08 PER HR AIR DIGGER 1.08 PER HR 90 POUND JACKHAMMER 1.44 PER HR BROOM - SELF PROPELLED 37.20 PER HR BROOM:- PICK UP 86.40 PER HR COMPACTOR - HAND HELD 8.40 PER HR 7.5 -15 GENERATOR 7.20 PER HR 35 GENERATOR 13.20 PER HR LIGHTS 2 LIGHT SET 3.60 PER HR LIGHT TOWER 15.5 HP 7.20 PER HR FORK LIFT CHAMP 38.40 PER HR GRADER CATERPILLAR 12 64.80 PER HR HAMMERS DEMOIPILE HOE RAM 15.60 PER HR CAT 313B EXC 60.00 PER HR CAT 320 EXC 82.80 PER HR CAT 345BL 202.80 PER HR CAT 235 FRONT SHOVEL 147.60 PER HR CAT 245 229.20 PER HR KOMATSU "BARNEY" PC75 37.20 PER HR GROVE CRANE RT528 92.40 PER HR GALION CRANE DG3801 72.00 PER HR DRESSER CRANE 150A 72.00 PER HR CAT RUBBER TIRE LOADER 928G 76.80 PER HR CAT RUBBER TIRE LOADER 936 49.20 PER HR CAT RUBBER TIRE LOADER 950A 56.40 PER HR CAT RUBBER TIRE LOADER 95OF 100.80 PER HR CAT 430EBACKHOE 43.20 PER HR CAT 436BACKHOE 43.20 PER HR CAT 4461BACKHOE 57.60 PER HR CAT 446B/BACKHOE 63.60 PER HR KAWASAKI 65Z IV 74.40 PER HR KAWASAKI 70Z IV 85.20 PER HR BOBCAT LOADER 31.20 PER HR PICK -UP TRKS 3/. TON & LIGHTER 18.00 PER HR FLAT -BED 1 TON 24.00 PER HR FREIGHTLINER BOB -TAIL DUMP 48.00 PER HR FORD /STERLING DUMP TRKS 3 AXLE 63.60 PER HR P.5 Jun' 19 2008 1.43RH MIKE PRLICH & SONS, INC EQUIPMENT LIST 626 813 1770 • Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park; CA 91706 Tel: 626/813 -1700 Fax: 6261813 -1770 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 P.6 0 0 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 12'h, 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 3&, 2008. C. City desires to enter into this Amendment No. 2 to extend the term of the Agreement to June 301h, 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. 0 0 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH A Municipal Corporation 23 Edward Selich, Mayor for the City of Newport Beach GCI CONSTRUCTION, INC. 10 Title: President Print Name: 0 (Financial Officer) Print Name: Attachment: Exhibit A — Request to Extend On -Call Services Agreement Exhibit B — Schedule of Billing Rates • A?GCI CONSTRUCTION, INC. Steve Myrter Utilities Director City of Newport Beach 3300 Newport Blvd. P O Box 1768 Newport Beach, CA 92658 0 EXHIB9 W 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 ul , T rry . i lesp 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 IG-CI CONSTRUCC�T��IO__N����__ �_ 7nrzooa EQUIPMENT OPERATIWRATE SCHEDULE DESCRIPTION _ FOREMAN PICKUP, TRUCK _ 15.00 HOUR _ _ CREW TRUCK 30.00 HOUR INTL TRUCK TRACTOR W /.TRAILER 105.00 HOUR . SKIPLOA_DER 125.00 HOUR__ _ 4466 OR446DBACKHOEILOADER 145.00 HOUR 555D OR 555E BACKHOEILOADER 135.00 HOUR NEW HOLLAND BACKHOEILOADER 135.00 HOUR 936 WHEEL LOADER 146.00 HOUR _ CAT 950 LOADER 140.00 HOUR CAT 950 E LOADER 145.00 HOUR CAT 307 EXCAVATOR 140.00 HOUR__ CAT 313 EXCAVATOR 160.00 HOUR CAT 325 EXCAVATOR 185.00 HOUR _ CAT 321CLCR EXCAVATOR 175.00 HOUR CAT 235 EXCAVATOR 220.00 HOUR KOBELCO 3258 EXCAVATOR 220.00 HOUR RING O 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 25.00 HOUR COMPRESSOR 152.00 DAY _ _ COMPRESSOR W /JACKHAMMER 228.00 DAY 2000 MULTIQUIP TOWABLE GENERATOR 205.00 DAY HYDRAULIC BREAKER 43.00 HOUR 2000 LES LIGHT TOWER 92.00 DAY WACKER 92.00 DAY _ _ Zieman Trailer 18.00 92.00 HOUR day _ 4" trash pump & hoses 6x16 Trench Box 72900 day 210.00 Wk 630.00 Mo _ 4 x 16 Trench Box 72.00 day 210.00 Wk 630.00 Mo 8 x 24 Trench Box 168.00 DAY 500.06 Wk 1500.00 MO LABOR RATES: REGULAR OVERTIME DBL TIME LABORER GRADING 51.55 69.11 86.66 _ LABORER SEWER 52.70 70.73 88.75 LABORER WATER 51.65 55.09 56.33 69.24 74.40 76.17 86.84 93.72 96.01 _ _ PIPELAYER GRADING PIPELAYER_SEWER V PIPEIAYERWATER__ 55.19 65.32 74.55 88.20 93.92 113.09 OPERATOR GRADING OPERATOR SEWER w 66.20 90.49 114.79 OPERATOR WATER 65.92 90.09 114.26 FOREMAN GRADING 67.82 90A4 114.34 FOREMAN SEWER 68.74 91.45 116.06 _ FOREMAN WATER 68.46 91.04 115.53 IBIT T' 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 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. 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. ( . Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: I_ 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: By: (Financial Officer) Title: 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 01112����6 June 10, 2008 'b �11 s un City of Newport Beach -e George Murdoch \4� Utilities Department���� Re: Professional Services Agreement George: EXHIBIf'A" Pleas extend our professional service agreement for another year to commence on 30th 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 kilbride • NUKE 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 FJMIBIf `�" Hourly rate Minimum Charge Operated eouioment 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 6/1/08 (1-41041 PROFESSIONAL SERVICES AGREEMENT WITH MIKE PRLICH & SONS, INC. FOR ON -CALL EMERGENCY UNDERGROUND UTILITY REPAIRS THIS AGREEMENT is made and entered into as of this 22nd day of April, 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City"), and MIKE PRLICH & 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. 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 underground utilities services in regards to City infrastructure. C. City desires to engage Contractor to perform on -call 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 Mike Prlich. 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, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call" 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: 3. 4. • • (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. 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. COMPENSATION TO CONTRACTOR 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. 2 i • 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 speck 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 Mike Prlich 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. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 6. 7 E] 0 ADMINISTRATION This Agreement will be administered by shall be the Project Administrator and under this Agreement. The Project representative shall represent City in all rendered pursuant to this Agreement. CITY'S RESPONSIBILITIES 0 the Utilities Department. Steve Myrter shall have the authority to act for City Administrator or his/her authorized matters pertaining to the services to be 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. 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. 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 El 0 0 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. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in a form acceptable to the City Attorney. The Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Kev Rating Guide: Property - Casualty. Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 5 0 0 11. 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. 12. 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. 13. 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. 14. 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. 15. 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 2 0 0 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. D. Coverage Reguirements. 1. 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. 7 • • 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: 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. 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. 2 0 r 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint - venture or syndicate or cotenancy, which shall result in changing the control of 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. 17. SUBCONTRACTING 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. 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at 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 Contractors 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. 19. 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 u • • 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. 20. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes the release of information. 21. 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. 22. 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. 23. 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 im 0 0 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. 24. 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. 25. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 26. 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. 27. 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: Cindy Asher, Utilities Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 -644 -3011 Fax: 949 - 646 -5204 11 • • All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Mike Prlich Mike Prich & Sons, Inc. 10918 Shoemaker Avenue Baldwin Park, CA 91706 Phone: 626- 813 -1700 Fax: 626 -813 -1770 28. 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 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. 29. 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. 30. 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. 12 a • 31. 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. 32. 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. 33. 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. 34. 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. 35. 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. 36. 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. 37. 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. 4 ,— c Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: By2Q LaVonne Harkless, City Clerk CITY O A Muni PORT>SEACH r•7 Edward Selich, Mayor for the City of Newport Beach CONTRACTOR: By: LQ (Corporate Officer) Title:_ T g -"r-5 , 0� C Print Na e: `c Lrr-(zL _�tl-tC B L �. (Finan6ial Officer) �;TZ�.•�Jlc�,�- Print Name: PC7ne Attachments: On -Call Professional Services Agreement Exhibit A - Statement of Qualifications Exhibit B - Schedule of Billing Rates 14 0 0 Mike Mich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fax: 626/813 -1770 February 26, 2008 CITY OF NEWPORT BEACH Utilities Department 3300 Newport Blvd. Newport Beach, CA 92658 -8915 Attn. ED BURT Dear Mr. Burt: EXHIBPR Mike Prlich and Sons, Inc. is a fifty plus year old company specializing in sewer, storm drains, and water mains. We have completed over 400 public works projects and installed over 4 million feet of pipe in Southern California. Recently, we have completed a project for the City of Newport Beach and we are requesting to be included in your select bidders list for Emergency Projects. I have enclosed our Labor Rates and Equipment Costs Rates which will be effective until June 30, 2008. I am confident that my reputation and workmanship with previous agencies will support my request. Kindest Regards, Michael Prlich President MOw PrIlch Sons, Inc. 5103 Elton Street Baldvrin Park, CA 91708 Tel: 8281813 -1700 Fax. 8281813.1770 • • W CVP D o0O'O��p����plaai�pOp�� �7 ®__{ I]C�rrr- rrr��!"AM �II�EI�SCa: 7GT" r�1tuQS��_ F�IIS t[T74PR^.5.'.II:IIS.! ^F3+CSa111=11 _ rpp p�pppp!ppppr p; m pE.F31�i7 S97tkI)�S�piIEFl:I monxilidF1oomM37�P&&,p [ 5iE' iFi7�F31sh�s1� ®�lpp��].��➢>�bG3p��OsI �,�;_�",L>♦d7� ®�fl �IfO���p��Il�]fF9�l��;�i7 ICI � �r� ppp8�rp pppp8�,p Im`- ���r�trtr�� m �®® ��It Ef' 1�ClIttE71�1� ; ©6t�1�C7�7��1:�Sfl �� o ■�E�n�;�lm�1����m� Esc ��79�p �D ��r�racr��mE+�a�c �l�ao���� ©Erf�'��t� MOM - �tri'TT+�rtdrP'71C7 ��1�13E ®��1�'3F7�.�'�x7��161iLEf! ML': r- 7ip➢i E31t .�0 1tif7 :B�'1m3�t3 ©�tfp.��]'�tS:l�l[� �Efi arf_ r � ponlEm ppp ppppp �� R_r- laarl:rxr, ©Si ®SEIM: � ll�f ©p�� lEsyl ®�19tQSi� *lam M11rM- ��t3F ?J�p� ©�' ® ®�1r:f �msF7 @7 �'UA� pppppppB�pppp�' mmu:]NNKRE MOM �Ta+7r.^T>_'im a9F?;]IEm�m,��ESFi�p�r3F1� ��9pp�i�4l�•. QL.G'� p>•B� ppp8�pp p��ppp�8 ppp'ppMEMO pMEMO! 9l• : ,�a�n��r-aa �cn���ttp�r::!n,�C7��8��]m�� n� ©�Ca�E��am�]. orr- �:t�9�mtnc������t�m�� �E>r3BEIM ©m ria©���� �;�Ippp'ppppp9l•�ppppp �a ON= milum �;m*7srr- �- ��MS�i�E�CI� iE�:I�IBL��m��� X11 ®�C7�`d�➢'�i31 pp91•ppr:ppppp,p ter r �ck�m���a�o»�m�m��mmoa ©Mos MOLAHME NIM]'' HEIM= 11111E] t;�i*T'1sm�^'n7 �f1EiE� -T7i ilGl i 9 1�3,]�FE71��Ei fIG7 ©�ii7 NE§90 z i�:a.�LSmm�Oss"M�an;>I�niai���>s • • W CVP • Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fag: 626/813 -1770 EOUIPMENT LIST RATE 125 COMPRESSOR $14.00 PER HR 185 COMPRESSOR 15.00 PER HR RIVET BUSTER .90 PER HR AIR DIGGER .90 PER HR 90 POUND JACKHAMAMR 1.20 PER HR BROOM - SELF PROPELLED 31.00 PER HR BROOM - PICK UP 72.00 PER HR COMPACTOR - HAND HELD 7.00 PER HR 7.5 -15 GENERATOR 6.00 PER HR 35 GENERATOR 11.00 PER HR LIGHTS 2 LIGHT SET 3.00 PER HR LIGHT TOWER 15.5 HP 6.00 PER HR FORK LIFT CHAMP 32.00 PER HR GRADER CATERPILLAR 12 54.00 PER HR HAMMERS DEMO/PILE HOE RAM 13.00 PER HR CAT 313B EXC 50.00 PER HR CAT 320 EXC 69.00 PER HR CAT 345BL 169.00 PER HR CAT 235 FRONT SHOVEL 123.00 PER HR CAT 245 191.00 PER HR KOMATSU "BARNEY" PC75 31.00 PER HR GROVE CRANE RT528 77.00 PER HR GALION CRANE DG3801 60.00 PER HR DRESSER CRANE 150A 60.00 PER HR CAT RUBBER TIRE LOADER 928G 64.00 PER HR CAT RUBBER TIRE LOADER 936 41.00 PER HR CAT RUBBER TIRE LOADER 950A 47.00 PER HR CAT RUBBER TIRE LOADER 950F 84.00 PER HR CAT 430EBACKHOE 34.00 PER HR CAT 436BACKHOE 36.00 PER HR CAT 446BACKHOE 48.00 PER HR CAT 446BBACKHOE 53.00 PER HR KAWASAKI 65Z IV 62.00 PER HR KAWASAKI 70Z IV 71.00 PER HR BOBCAT LOADER 26.00 PER HR PICK -UP TRKS % TON & LIGHTER 15.00 PER HR FLAT -BED I TON 20.00 PER HR FREIGHTLINER BOB -TAIL DUMP 40.00 PER HR FORD /STERLING DUMP TRKS 3 AXLE 53.00 PER HR TRAFFIC CONTROL ARROW BOARD - SOLAR Mike Prlich & Sons, Inc PER HR TYPE 1 BARRICADE W/O FLASHER 5103 Elton Street PER DAY TYPE 1 BARRICADE WMMH FLASHER Baldwin Park, CA 91706 PER DAY DELINEATORS Tel: 626/813 -1700 PER DAY CRASH CUSHION BARRELS Fag: 626/813 -1770 PER DAY EQUIPMENT LIST RATE PER DAY TILT TOP TRAILER 3 AXLE 6.00 PER HR ASPHALT ZIPPER 154.00 PER HR ROLLER IR 22 31.82 PER HR ROLLER IR 24 31.71 PER HR DYNAPAC CP 43.00 PER HR CUT -OFF SAWS CONCRETE/STEEL 5.50 PER HR CHAIN SAWS 2.50 PER HR TRASH PUMPS 3" 6.00 PER HR TRASH PUMPS 4" 7.00 PER HR SUB PUMP 2" 1.00 PER HR SUB PUMP 3" 2.00 PER HR SUB PUMP 4" 3.00 PER HR TRAFFIC CONTROL ARROW BOARD - SOLAR 8.25 PER HR TYPE 1 BARRICADE W/O FLASHER .19 PER DAY TYPE 1 BARRICADE WMMH FLASHER .37 PER DAY DELINEATORS .19 PER DAY CRASH CUSHION BARRELS 1.00 PER DAY K -RAIL PER 20 LF .39 PER DAY • • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT r, Agenda Item No. 11 April 22, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Steve Myrter, Utilities Director 949 -718 -3400 or smyrter @city.newport- beach.ca.us SUBJECT: PROFESSIONAL SERVICE AGREEMENT WITH MIKE PRLICH & SONS, INC. FOR ON -CALL EMERGENCY UNDERGROUND UTILITY REPAIRS RECOMMENDATION: Approve the agreement with Mike Prlich & Sons, Inc. for emergency underground utility repairs on an on -call basis. DISCUSSION: A request for qualifications for on -call services was requested of Mike Prlich & Sons, Inc. Due to the nature of an emergency requiring immediate repair work, staff is recommending approval of an on -call agreement with Mike Prlich & Sons, Inc. to provide "as needed" underground repair services. Terms for services to be performed can be further negotiated upon receipt of letter proposals as requested. This agreement will formalize on -call with Mike Prlich & Sons, Inc. and lock in prices through June 30, 2008. They are a prevailing wage company, thus a new rate sheet will be negotiated for FY08 -09. Mike Prich & Sons, Inc. is a fifty plus year old company specializing in sewer, storm drains and water mains. They have completed over 400 public works projects and installed over 4 million feet of pipe in Southern California. They have recently completed a project for the City of Newport Beach. Staff is recommending that Mike Prlich & Sons, Inc. be included as one of the City's on -call contractors for underground utility repairs. Environmental Review: This action requires no environmental review, as it is not a project pursuant to CEQA. 0 0 Underground Utility Repairs Approval of On -Call Professional Service Agreement April 22, 2008 Page 2 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: ffi6l Cindy Asher Administrative Manager Submitted by: Steve Myrter Utilities Director Attachments: On -Call Professional Services Agreement 0 0 PROFESSIONAL SERVICES AGREEMENT WITH MIKE PRLICH & SONS, INC. FOR ON -CALL EMERGENCY UNDERGROUND UTILITY REPAIRS THIS AGREEMENT is made and entered into as of this 22nd day of April, 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City"), and MIKE PRLICH & 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. 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 underground utilities services in regards to City infrastructure. C. City desires to engage Contractor to perform on -call 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 Mike Prlich. 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, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall provide 'On -Call" 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: 0 0 (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 CONTRACTOR 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. 2 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 Mike Prlich 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. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 0 0 6. ADMINISTRATION This Agreement will be administered by the Utilities Department. Steve Myrter 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. 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 ■ 0 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, attorneys fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any 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. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in a form acceptable to the City Attorney. The Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Kev Ratinq Guide: Prooerty- Casually. Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. I 11. 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. 12. 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. 13. 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. 14. 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. 15. 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 i 0 0 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. D. Coverage Requirements. 1. 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. 7 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: L 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. 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. 0 0 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of 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. 17. SUBCONTRACTING 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. 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon 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. 19. 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 O 0 0 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. 20. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes the release of information. 21. 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. 22. 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. 23. 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 10 0 0 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. 24. 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. 25. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 26. 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. 27. 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: Cindy Asher, Utilities Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 - 644 -3011 Fax: 949 - 646 -5204 11 0 0 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor•at: Mike Prlich Mike Prlich & Sons, Inc. 10918 Shoemaker Avenue Baldwin Park, CA 91706 Phone: 626- 813 -1700 Fax: 626 - 813 -1770 28. 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 parry shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, 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. 29. 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. 30. 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. 12 0 01 31. 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. 32. 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. 33. 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. 34. 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. 35. 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. 36. 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. 37. 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 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: Z O'�. C ff� 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 By: Edward Selich, Mayor for the City of Newport Beach CONTRACTOR: 0 (Corporate Officer) Print Name: M (Financial Officer) Print Name: Attachments: On -Call Professional Services Agreement Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates IN 0 February 26, 2008 Mike Prlich & Sons, Inc. 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fax: 626/813 -1770 CITY OF NEWPORT BEACH Utilities Department 3300 Newport Blvd. Newport Beach, CA 92658 -8915 Attn. ED BURT Dear Mr. Burt: EXHIB9'N Kilo Prlich and Sons, Inc. is a fifty plus year old company specializing in sewer, storm drains, and water mains. We have completed over 400 public works projects and installed over 4 million feet of pipe in Southern California Recently, we have completed a project for the City of Newport Beach and we are requesting to be included in your select bidders list for Emergency projects. I have enclosed our Labor Rates and Equipment Costs Rates which will be effective until June 30, 2008. I am confident that my reputation and workmanship with previous agencies will support my request. Kindest Regards, Michael Prlich President Mike Prlich & Sons, In* 5103 Elton Street Baldwin Park, CA 91706 Tel: 626/813 -1700 Fax: 626/813 -1770 EQUIPMENT LIST RATE 125 COMPRESSOR $14.00 PER HR 185 COMPRESSOR 15.00 PER HR RIVET BUSTER .90 PER HR AIR DIGGER .90 PER HR 90 POUND JACKHAMMER 1.20 PER HR BROOM -SELF PROPELLED 31.00 PER HR BROOM - PICKUP 72.00 PER HR COMPACTOR - HAND HELD 7.00 PER HR 7.5 -15 GENERATOR 6.00 PER HR 35 GENERATOR 11.00 PER HR LIGHTS 2 LIGHT SET 3.00 PER HR LIGHT TOWER 15.5 HP 6.00 PER HR FORK LIFT CHAMP 32.00 PER HR GRADER CATERPILLAR 12 54.00 PER HR HAMMERS DEMO/PILE HOE RAM 13.00 PER HR CAT 313B EXC 50.00 PER HR CAT 320 EXC 69.00 PER HR CAT 345BL 169.00 PER HR CAT 235 FRONT SHOVEL 123.00 PER HR CAT 245 191.00 PER HR KOMATSU `BARNEY- PC75 31.00 PER HR GROVE CRANE RT528 77.00 PER HR GALION CRANE DG3801 60.00 PER HR DRESSER CRANE 150A 60.00 PER HR CAT RUBBER TIRE LOADER 928G 64.00 PER HR CAT RUBBER TIRE LOADER 936 41.00 PER HR CAT RUBBER TIRE LOADER 950A 47.00 PER HR CAT RUBBER TIRE LOADER 950F 84.00 PER HR CAT 430EBACKHOE 34.00 PER HR CAT 436/BACKHOE 36.00 PER HR CAT 4461BACKHOE 48.00 PER HR CAT 446BBACKHOE 53.00 PER HR KAWASAKI 65Z IV 62.00 PER HR KAWASAKI 70Z IV 71.00 PER HR BOBCAT LOADER 26.00 PER HR PICK -UP TRKS 3/a TON & LIGHTER 15.00 PER HR FLAT -BED 1 TON 20.00 PER HR FREIGHTLINER BOB -TAIL DUMP 40.00 PER HR FORD/STERLING DUMP TRKS 3 AXLE 53.00 PER HR • Mike Prfich & Sons, In* 5103 Elton Street Baldwin Park, CA 91706 Tel: 6261813 -1700 Fax: 626/813 -1770 EQUIPMENT LIST RATE TILT TOP TRAILER 3 AXLE 6.00 PER HR ASPHALT ZIPPER 154.00 PER HR ROLLER IR 22 31.82 PER HR ROLLER IR 24 31.71 PER HR DYNAPAC CP 43.00 PER HR CUT -OFF SAWS CONCRETEISTEEL 5.50 PER HR CHAIN SAWS 2.50 PERHR TRASH PUMPS 3" 6.00 PER HR TRASH PUMPS 4" 7.00 PER HR SUB PUMP 2" 1.00 PER HR SUB PUMP 3" 2.00 PER HR SUB PUMP 4" 3.00 PER HR TRAFFIC CONTROL ARROW BOARD - SOLAR 8.25 PER HR TYPE I BARRICADE W/O FLASHER .19 PER DAY "TYPE 1 BARRICADE WITH FLASHER .37 PER DAY DELINEATORS .19 PER DAY CRASH CUSHION BARRELS 1.00 PER DAY K -RAIL PER 20 LF .39 PER DAY