HomeMy WebLinkAboutC-4490 - Letter Agreement for Emergency Sewer Repair ServicesLETTER AGREEMENT
WITH GCI CONSTRUCTION, INC.
FOR EMERGENCY SEWER REPAIR SERVICES
This Letter Agreement for Emergency Repair Services for a 6" sewer main is
entered into as of this 10 day of January, 2010, 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, California 92626 ( "Contractor "), and is made with
reference to the following:
RECITALS
A. On September 12, 2006, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "On -Call
Agreement," for Underground Utility Repair Services. The provisions of which
are fully incorporated herein by this reference.
B. City and Contractor entered into several amendments to extend the term of the
Agreement, the most recent, Amendment No. 3, was approved by City Council
on September 8, 2009. The provisions of which are fully incorporated herein by
this reference.
D. On December 1, 2009, the Utilities Dept. received a service request regarding a
sewer backup at 2201 Cliff Drive. On December 2 & 3,2009, City Crews dug up
the sewer lateral in the backyard easement of 2201 & 2205 Cliff Drive and
inspected the pipe with video equipment. After videoing the pipe, staff found the
mainline pipe had deteriorated to the point of needing immediate replacement.
Emergency repair services were necessary to replace the 6" sewer line.
E. The emergency repair work for repair of 6" sewer main set forth fees in excess of
Thirty Thousand Dollars and No Cents ($30,000.00) and requires a separate
Agreement in accordance with Council Policy F -14 and Section 4.0 of the
Agreement.
F. City and Contractor mutually desire to enter into this Letter Agreement,
hereinafter referred to as "Emergency Services Letter Agreement," as
provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate upon payment of final invoice by City for emergency repairs to 6"
sewer main or by February 15, 2010, whichever occurs first.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and
all utility and. transportation services necessary for the emergency repair services
pursuant to this Emergency Services Letter Agreement and according to the On-
Call Services Agreement dated September 12, 2006, and all amendments
thereto, the most recent amendment, Amendment No. 3, approved by City
Council on September 8, 2009.
3. COMPENSATION TO CONTRACTOR
Attached hereto as Exhibit A is the proposal for all emergency work required to
complete replacement of the 6" sewer main. The total not -to- exceed cost for all
services, materials, labor and reimbursable expenses is Forty-Four Thousand
One Hundred and Ninety Dollars and No /100 ($44,190.00).
4. PREVAILING WAGES
Pursuant to the applicable provisions of the Labor Code of the State of California,
not less than the general prevailing rate of per diem wages including legal holidays
and overtime work for each craft or type of workman needed to execute the work
contemplated under the Agreement shall be paid to all workmen employed on the
work to be done according to the Agreement by the Contractor and any
subcontractor. In accordance with the California Labor Code (Sections 1770 et
seq.), the Director of Industrial Relations has ascertained the general prevailing
rate of per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
Agreement. A copy of said determination is available by calling the prevailing
wage hotline number (415) 703 -4774, and requesting one from the Department of
Industrial Relations. The Contractor is required to obtain the wage determinations
from the Department of Industrial Relations and post at the job site the prevailing
rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him /her to comply with all State of California labor laws, rules
and regulations and the parties agree that the City shall not be liable for any
violation thereof.
5. ADDITIONAL TERMS AND COVENANTS
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the On -Call Agreement shall remain unchanged and shall be in full
force and effect.
Page 12
IN WITNESS WHEREOF, the parties hereto have executed this Letter Agreement on
the date first above written.
APPROVED AS TO FORM:
OFFICE OF CITY ATTORNEY:
i•2 •!o
Leonie Mulvihill,
Assistant City Attorney
ATTEST:
By:
Leilani I. Brown,
City Clerk A
CITY OF NEWPORT BEACH
A Municipal Corporation
= Iv
GC
M
City Manager
Title: President
Print Name: Terry D. Gillespie
• 1
Title: Secretary Treasurer
Print Name: Floyd Bennett
Attachment: Exhibit A — Proposal for Emergency Repairs
Page 13
01/11/2010 11:22 FAX 7144187071 GCI- Construction Will '1 A 1116 001 /00 1
�' GCI CONSTRUCTION, INC.
License Na. 755366A
W 245 Fischer Ave. Suite B -3
f:C)NSTWUC:Tn0N.INC. Costa MOSS, CA 92626
Phone(714)957 -0233 Fox(714)540 -1148
Attn: Mr. Mike Lynch 111111 0 10:25 AM
City of Newport Beach utl111y, Dept
(949)644.3010 Fax: (949)646-6284.0611: (949)718 -3415 E -mail: mlynch@QIty.newporI- bea0h.C8.Ue
asa;r
Project: CLIFF DR SEWER REPAIR
Excavation and 6ursting add Modified Manhole
TV not to exceed
ISMS
1
2
3
4
6
8
7
MOBILIZATION
TRAFFIC CONTROL
BURST 6- PIPE
DIG PITS FOR BURSTING
BACKFILL PITS
BREAK MANHOLE& REPAIR FOR THE WINCH
INSTALL 24, MODIFIED MANHOLE
1 LS
1 L$
150 LF
2 EA
3 EA
1 EA
1 EA
EA
SF
UNIT
10M
$2,200.00
$2,200.00
$800.00
$800.00
$6740
$14,550.00
$2,850.00
85,700.00
$1,900.D0
$5,700.00
$2,650.00
$2,650.00
$5,6D0.D0
$5,600.00
$1,830.DD
$5,490.00
$6.00
$15DO.00
GRAND TOTAL:
544190.;19
Date
Excludes: Inspection, Permits, Fees, SollsTestlng, Bond, Survey, Night Work, Construction water, Demo 1 Clearing A Grubbing,
Coating or Waterproofing IntaridUexterior of Manholes
Erosion Control (except to protect our own work). SWPPP plans or Implementation
plans or any other plans not spaol8ad above, and any and all Items not specified in the Bid Proposal above.
Map Output Page 1 of 1
j" Selected Features
✓ Boundary
Other WW Point Types
Chimney
A increaserlReducer I
Plug
'k Valve
Wet W811
t'
/1•. <
* WIN Point Types
Manhole
WW Lateral
WW Buildings
WW Main
Newport Beach
Private
WW Main Relined
\ 4
M
http: / /www6. city. newport - beach. ca. us/ servlet/ com. esri. esrimap.Esrimap ?ServiceNamc =nb_ info &ClicntVersion =4.0 &Form =Tr... 01/28/2010