Loading...
HomeMy WebLinkAboutC-8501-1 - On-Call M/RSA for Beach Maintenance Servicesco AMENDMENT NO. FOUR TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT V WITH GCI CONSTRUCTION, INC. FOR BEACH MAINTENANCE SERVICES THIS AMENDMENT NO. FOUR TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Four") is made and entered into as of this 31st day of May, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GCI CONSTRUCTION, INC., a California corporation ("Contractor"), whose address is 1031 Calle Recodo, Suite D, San Clemente California 92673 and is made with reference to the following: RECITALS A. On June 13, 2017, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement") to engage Contractor to perform on -call maintenance and/or repair services for City ("Project"). B. On October 15, 2019, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to extend the term of the Agreement, to increase the total compensation, update the Schedule of Billing Rates, the terms of responsibility for damages or injury, prevailing wages, conflicts of interest, claims, and insurance requirements C. On August 25, 2020, City and Contractor entered into Amendment No. Two to the Agreement ("Amendment No. Two") to reflect additional services not previously included in the Agreement, as amended, to increase the total compensation, and to update insurance requirements. D. On October 12, 2021, City and Contractor entered into Amendment No. Three to the Agreement ("Amendment No. Three") to increase the total compensation due to an increase in the volume of Work. E. The parties desire to enter into this Amendment No. Four to extend the term of the Agreement to November 30, 2022, to update the Project Manager, and Contractor's contact for Notice. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows- 1 . TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on November 30, 2022, unless terminated earlier as set forth herein." 2. PROJECT MANAGER Section 5.1 of the Agreement is amended in its entirety and replaced with the following: "5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Alan Aristondo 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." 3. NOTICES Section 25.3 of the Agreement is amended in its entirety and replaced with the following: "25. 3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Richard Kay GCI Construction, Inc. 1031 Calle Recodo, Suite D San Clemente, CA 92673." 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] GCI CONSTRUCTION, INC. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Four to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY' OFFICE Date: S 2.-/22- ar C. Ha bv�ec�ze�1L C Attorne ATTEST: Date: Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: I q t_ 2a2.,2i By: 0-, t--� Gra . Leung Cit anager CONTRACTOR: GCI CONSTRUCTION, INC., a California corporation Date: Signed in Counterpart By: Richard Kay Chief Executive Officer Date: Signed in Counterpart By: Alan Aristondo Chief Financial Officer [END OF SIGNATURES] GCI CONSTRUCTION, INC. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Four to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORPEY'S OFFICE Date:S�2S 22— By: n C. rp CAM ucizriz- ar yy Atto ne ATTEST: Date: IN Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Grace K. Leung City Manager CONTRACTOR: GCI CONSTRUCTION, INC., a California corporation Date: By: Richard Kay Chief Executive Officer Date: O'S 151 `1ac @.a - By: Alan A o Chief Financial Office [END OF SIGNATURES] GCI CONSTRUCTION, INC. Page 3 8501-1 C1 CONSTRUCTION, INC. Attn: Mr. Michael Sinacorri City of Newport Beach Project: 40th - 44th street beach improvements ITEMS 1 40th st. - 44th st. beach improvements Proposal Approved by: Contract 8501-1 On -Call GCI 22HO4-Unassigned-1 00-Unassicfned GCI CONSTRUCTION, INC. License No. 755356A 1031 Calle Recodo, Ste. D San Clemente, CA 92673 Phone (714) 957-0233 Fax (714) 540-1148 QTY UNIT 1 EA Grand Tota Excludes: Inspection, Permits, Fees, Testing, Bond, Survey, Night Work, Construction water, Traffic Control Plans Notes: - Above price based on 1 mobilization. Additional cost will apply for any additional mobilization. 5/9/22 11:24 AM TOTALS AMENDMENT NO. THREE TO ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH GCI CONSTRUCTION, INC. FOR BEACH MAINTENANCE SERVICES THIS AMENDMENT NO. THREE TO ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Three") is made and entered into as of this 12th day of October, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GCI CONSTRUCTION, INC., a California corporation ("Contractor"), whose address is 1031 Calle Recodo, Suite D, San Clemente, California 92673, and is made with reference to the following: RECITALS A. On June 13, 2017, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement") for Contractor to perform on-call maintenance and/or repair service for City ("Project"). B. On October 15, 2019, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to extend the term of the Agreement to May 31, 2022, to increase the total compensation, update the Schedule of Billing Rates, the terms of responsibility for damages or injury, prevailing wages, conflicts of interest, and Insurance requirements. C. On August 25, 2020, City and Contractor entered into Amendment No. Two to reflect additional Services not included in the Agreement, as amended, to increase the total compensation, and to update Insurance requirements. D. The parties desire to enter into this Amendment No. Three to increase the total compensation due to an increase in the volume of Work. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed One Million Two Hundred Twenty Five Thousand Dollars and 00/100 ($1,225,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subconsultant fees, in an amount not to exceed Five Hundred Thousand Dollars and 00/100 ($500,000.00). 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] GCI Construction, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: B on Car " S City Attorney ATTEST: 1� a� X21 Date: � G di '' Brown City Clerk \PoRNi CITY OF NEWPORT BEACH, a California municipal corporation Date: /0 By: Br ry CONTRACTOR: GCI CONSTRUCTION, INC., a California corporation Date: By: Signed in Counterpart Terry D. Gillespie Chief Executive Officer Date: By: Signed in Counterpart Richard D. Kay Secretary [END OF SIGNATURES] GCI Construction, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 712- �B on C ar City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Brad Avery Mayor CONTRACTOR: GCI CONST UCTION, INC., a Califo is corp ratio Date: i� C,, /- zt By:� /-v ov Terry D. Gille pie I'7TG1 L1CL�7V�p7T I` Pt s < <_( Date: (k;, ober lq i anal By: ichard D. Kay Secretary [END OF SIGNATURES] GCI Construction, Inc. Page 3 �011 C,ONSTRUCr - N. uUC--. Attn: Mike Sinacori City of Newport Beach Project: Sand Haul Subject: Cost to Haul Sand for 2.5 Weeks M 3 Days) GCI CONSTRUCTION, INC. License #: 755356A - DI #: 1000001150 1031 Calle Recodo, Ste. D San Clemente, CA 92673 Phone (714) 957-0233 Fax (714) 540-1148 10/01/2020 ITEMS QTY UNIT TOTALS 1 Mobilization 1 LS $3,106.71 $3,106.71 2 Daily Rate 13 DAY $10,384.78 $135,002.09 3 Demobilize 1 LS $3,106.71 $3,106.71 Terry Gillespie, President (714)957-0233x-218 By 7'�P� 9. (Si nature) Name Michael J. Sinacori, P.E. (Print) Title Assistant City Engineer Date October 2, 2020 GRANDTOTALI $141,215.51 Date GCI CONSTRUCTION, INC. - JOB BID Project: Newport Beach Sand Haul To: Mike Sinacori DESCRIPTION OF WORK: Haul Sand from River to Pier (Daily Cost) LABOR Qty Unit Unit Price Ext. TOTALS Foreman 8.00 HR $ 97.47 $ 779.76 Laborer (2 Each) 16.00 HR $ 71.67 $ 1,146.72 $ - Excavator (operated) 8.00 HR $ 230.00 $ 1,840.00 Loaders 2 each, operated 14.00 HR SUB -TOTAL $ 1,926.48 20% Markup $ 385.30 EQUIPMENT Crew Truck HR $ 45.00 $ - Excavator (operated) 8.00 HR $ 230.00 $ 1,840.00 Loaders 2 each, operated 14.00 HR $ 370.00 $ 5,180.00 Foremans Truck HR $ 35.00 $ - HR $ - SUB -TOTAL $ 7,020.00 15% Markup $ 1,053.00 MATERIAL & RENTAL EQUIPMENT s10 dumps HR $ - Plates (Day Rental) EA $ - SUB -TOTAL $ - 15% Markup $ - SUBCONTRACTOR $ 2,311.78 $8,073.00 SUBTOTAL 1 $ 10,384.78 BOND Bond $ - TOTAL $ 10,384.78 CONTRACT TIME EXTENSION DAYS PREPARED BY CLIENT'S REPRESENTATIVE GCI CONSTRUCTION, INC. - JOB BID Project: Newport Beach Sand Haul To: Mike Sinacori DESCRIPTION OF WORK: Mobilize 2 Loaders & 1 Excavator to Newport Beach LABOR Qty Unit Unit Price Ext. TOTALS Foreman 8.00 HR $ 97.47 $ 779.76 Laborer (3 Each) HR $ 71.67 $ - SUB -TOTAL $ 779.76 20% Markup $ 155.95 EQUIPMENT Crew Truck HR $ 45.00 $ - Excavator (operated) HR $ 230.00 $ - Loaders 2 each, operated HR $ 380.00 $ - Foremans Truck HR $ 35.00 $ - Lowbed 8.00 HR $ 150.00 $ 1,200.00 SUB -TOTAL $ 1,200.00 15% Markup $ 180.00 MATERIAL & RENTAL EQUIPMENT s10 dumps HR $ - Plates (Day Rental) 10 EA $ 4.00 $ 40.00 SUB -TOTAL $ 40.00 15% Markup $ 6.00 SUBCONTRACTOR Marco Transportation $ 745.00 SUB -TOTAL $ 745.00 Sub- Markup 5% 1 1 1 $ - j $ 745.00 SUBTOTAL $ 3,106.71 $ 935.71 $1,380.00 $ 46.00 BOND Bond $ - TOTAL $ 3,106.71 CONTRACT TIME EXTENSION DAYS PREPARED BY CLIENT'S REPRESENTATIVE GCI CONSTRUCTION, INC. - JOB BID Project: Newport Beach Sand Haul To: Mike Sinacori DESCRIPTION OF WORK: Demobilize 2 Loaders & 1 Excavator to Newport Beach LABOR Qty Unit Unit Price Ext. TOTALS Foreman 8.00 HR $ 97.47 $ 779.76 Laborer (3 Each) HR $ 71.67 $ - SUB -TOTAL $ 779.76 20% Markup $ 155.95 EQUIPMENT Crew Truck HR $ 45.00 $ - Excavator (operated) HR $ 230.00 $ - Loaders 2 each, operated HR $ 380.00 $ - Foremans Truck HR $ 35.00 $ - Lowbed 8.00 HR $ 150.00 $ 1,200.00 SUB -TOTAL $ 1,200.00 15% Markup $ 180.00 MATERIAL & RENTAL EQUIPMENT s10 dumps HR $ - Plates (Day Rental) 10 EA $ 4.00 $ 40.00 SUB -TOTAL $ 40.00 15% Markup $ 6.00 SUBCONTRACTOR Marco Transportation $ 745.00 SUB -TOTAL $ 745.00 Sub- Markup 5% 1 1 1 $ - j $ 745.00 SUBTOTAL $ 3,106.71 $ 935.71 $1,380.00 $ 46.00 BOND Bond $ - TOTAL $ 3,106.71 CONTRACT TIME EXTENSION DAYS PREPARED BY CLIENT'S REPRESENTATIVE 0 U_� AMENDMENT NO. TWO TO ON-CALL MAINTENANC/REPAIR SERVICES AGREEMENT v WITH GCI CONSTRUCTION, INC. FOR BEACH MAINTENANCE SERVICES THIS AMENDMENT NO. TWO TO ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this 25th day of August, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GCI CONSTRUCTION, INC., a California corporation ("Contractor'), whose address is 1031 Calle Recodo, Suite D, San Clemente, CA 92673, and is made with reference to the following: RECITALS A. On June 13, 2017, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement") for Contractor to perform on-call maintenance and/or repair service for City ("Project"). B. On October 15, 2019, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to extend the term of the Agreement to May 31, 2022, to increase the total compensation, update the Schedule of Billing Rates, the terms of responsibility for damages or injury, prevailing wages, conflicts of interest, and Insurance requirements. C. Since entering into Amendment No. One, Contractor was asked to perform a higher volume of Work than was originally anticipated. D. The parties desire to enter into this Amendment No. Two to reflect additional Services not included in the Agreement, as amended, to increase the total compensation, and update Insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Seven Hundred Twenty Five Thousand Dollars and 00/100 ($725,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Two, including all reimbursable items and subconsultant fees, in an amount not to exceed Three Hundred Fifty Thousand Dollars and 00/100 ($350,000.00). 2. INSURANCE Exhibit C of the Agreement shall be deleted in its entirety and replaced with Exhibit C, attached hereto and incorporated herein by reference. Any reference to Exhibit C in the Agreement shall hereafter refer to Exhibit C attached hereto. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] GCI Construction, Inc Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: $1 71 2.0 zo By: Aaron C. Hare City Attorney ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: KS -1-6w By: fici • &�� Will O'Neill Mayor CONTRACTOR: GCI CONSTRUCTION, INC., a California corporation Date: Signed in Counterpart By: Terry D. Gillespie Chief Executive Officer Date: Signed in Counterpart By: Richard D. Kay Secretary [END OF SIGNATURES] Attachments: Exhibit C — Insurance Requirements GCI Construction, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: X61 Y.1 -,?,o By: 0,-k A�,�.G�, fr� Aaron C. Harp City Attorney ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation By: Will O'Neill Mayor CONTRACTOR: GCI INC., a Ca)iforpia co Terryl,D. Q1Il4le" Chief Exe utive Officer Date: 9/w ' Z0u) By: Ric rd D. Kay Secretary [END OF SIGNATURES] Attachments: Exhibit C — Insurance Requirements GCI Construction, Inc. Page 3 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this GCI Construction, Inc. Page C-1 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 each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration GCI Construction, Inc. Page C-2 of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Riqht to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. GCI Construction, Inc. Page C-3 Self-insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. GCI Construction, Inc. Page C-4 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Thursday, August 13, 2020 5:37 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number FV00000123 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV00000123 GCI Construction, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. k�/Gcl CONSTRUCTION. INC. General Engineering Contractor Lic. No. 755356 City of Newport Beach Re: On -Call Sand 2019 Attn: Mike Sinacori Dear Mike, 1031 Calle Recodo, Suite D San Clemente, CA 92673 Ph: (714) 957-0233 Fax: (714) 540-1148 Current Rates for the T&M On-call contract #8501-1 are attached. As Requested, we will load 10,000 CY of sand from Santa Ana Channel to the westside of the Balboa Pier and spread. The schedule is as follows: 1. Move equipment to sites Move in: $2500 Move out: $2500 Total: $5000 Hrs 2. Place plates and rumble plates for trucks and grading of sand %: Forman $95.94 Crew Unit Price Hrs Total Marked up Totals 1 Forman $95.94 8 $767.52 $921.02 1 Labor $69.10 8 $552.80 $663.36 1 Low bed $140 8 $1,120 $1,288 3. Commence with loading, trucking and grading of sand The crews for loading site are as follow: Crew Unit Price Hrs Total Marked up Totals %: Forman $95.94 80 $3,837.60 $4,605.12 1 Labor $69.10 80 $5,528 $6,633.60 1Operator $93.40 80 $7,472 $8,966.40 1 325 Excavator $225 80 $18,000 $20,700 CY 1 Komatsu Wheel Loader $185 80 $14,800 Total: $40,905.12 4.09 The crew at the pier is as follows: Crew Unit Price Hrs Total Marked up Totals %2 Forman $95.94 80 $3,837.90 $4,605.12 2 Labors $69.10 80 $11,056 $13,267.20 2 Operators $93.40 80 $14,944 $17,932.80 1950 Wheel Loader $195 80 $15,600 $17,940 1 Komatsu Wheel Loader $185 80 $14,800 $17,020 CY Total: $70,765.12 7.08 We anticipate moving approximately 700-1000 CY per day. For the fire ring operation, we anticipate 1 day to move the fire ring in/out and load city trucks with fire ring waste with the below crew: Crew Unit Price Hrs Total Marked up Totals 1 Forman $95.94 8 $767.52 $921.02 2 Labors $69.10 8 $1,105.60 $1,326.72 1Operator $93.40 8 $747.20 $896.64 1950 Wheel Loader w/ Forks $195 8 $1,560 $1,794 10 Plates and Rumble strips $40/day $400 $460 Total: $5,398.38 Grand Total: $124,941 Respectfully, Ne _ �- 10/3/19 GCI CONSTRUCTION Effective 711/2019 EQUIPMENT OPERATED RATE SCHEDULE DESCRIPTION FOREMAN PICK UP TRUCK 26.50 HOUR CREW TRUCK 40.50 HOUR 10 WHEELER DUMP TRUCK 90.00 HOUR SUPER 10 05.00 HOUR BOTTOWSEMI END DUMP 105.00 HOUR LOW BED RATE 140.00 HOUR SKIPLOADER 170.00 HOUR BOBCAT 168.00 HOUR 446D BACKHOE/LOADER 185.00 HOUR NEW HOLLAND BACKHOE/LOADER 170.00 HOUR KOMATSU WHEEL LOADER 185.00 HOUR CAT 950 G LOADER 195.00 HOUR JD 450 WITH BOARD 167.50 HOUR D-6 W Board 217.50 HOUR CAT 308 EXCAVATOR 175.00 HOUR CAT 313 EXCAVATOR 190.00 HOUR CAT 314 EXCAVATOR 205.00 HOUR CAT 325 EXCAVATOR 225.00 HOUR CAT 321CLCR EXCAVATOR 225.00 HOUR KOBELCO SK300 LC1V EXCAVATOR 250,00 HOUR CAT 14M MOTOR GRADER 190.00 HOUR RING O MATIC POT HOLING MACHINE 427.00 DAY 85.00 HOUR VACTOR VACUME TRUCK 235.00 HOUR ASHPHALT ZIPPER 272.00 HOUR Plus Teeth ARROWBOARD 120.00 DAY WATER TRUCK 220.00 DAY Bare COMPACTION WHEEL 30.00 HOUR COMPRESSOR WIJACKHAMMER 260.00 DAY 2000 MULTIQUIP TOWABLE GENERATOR 250.00 DAY HYDRAULIC BREAKER 60.00 HOUR 2000 LBS LIGHT TOWER 120.00 DAY WACKER 120.00 DAY Zieman Trailer 30.00 HOUR 4" trash pump & hoses 120.00 day 6x16 Trench Box 110.00 day 250.00 Wk 750.00 Mo 4 x 16 Trench Box 110.00 day 170.00 Wk 505.00 Mo 8 x 24 Trench Box 200.00 DAY 550.00 Wk 1,630.00 Mo continued Page 2 ... LABOR RATES: REGULAR OVERTIME DBL TIME LABORER GRADING 69.10 91.17 113.25 LABORER SEWER 69.91 92.31 114.71 LABORER WATER 70.25 92.79 115.33 PIPELAYER GRADING 72.42 96.15 119.89 PIPELAYER SEWER 73.28 97.36 121.45 PIPELAYER WATER 73.64 97.87 122.10 OPERATOR GRADING 93.40 125.17 156.95 OPERATOR SEWER 94.39 126.63 158.88 OPERATOR WATER 94.81 127.25 159.68 FOREMAN GRADING 95.94 128.99 162,04 FOREMAN SEWER 96.97 130.51 164.04 FOREMAN WATER 97.41 131.14 164.88 TRUCK DRIVER GRADING 74.44 94.48 114.52 TRUCK DRIVER SEWER 75.34 95.68 116.02 TRUCK DRIVER WATER 75.72 96.18 116.64 MARK UP ON LABOR 20% MARK UP ON EQUIPMENT/MATERIAL 15% General Engineering Contractor Lic. No. 755356 City of Newport Beach Re: On -Call Sand 2019 Attn: Mike Sinacori Dear Mike, 1031 Calle Recodo, Suite D San Clemente, CA 92673 Ph: (714) 957-0233 Fax: (714) 540-1148 Current Rates for the T&M On-call contract #8501-1 are attached. As Requested, we will load 10,000 CY of sand from Santa Ana Channel to the westside of the Balboa Pier and spread. The schedule is as follows: Move equipment to sites Move in: $2500 Move out: $2500 Total: $5000 Hrs Place plates and rumble plates for trucks and grading of sand Forman $95.94 Crew Unit Price Hrs Total Marked up Totals 1 Forman $95.94 8 $767.52 $921.02 1 Labor $69.10 8 $552.80 $663.36 1 Low bed $140 8 $1,120 $1,288 3. Commence with loading, trucking and grading of sand The crews for loading site are as follow: Crew Unit Price Hrs Total Marked up Totals Forman $95.94 80 $3,837.60 $4,605.12 1 Labor $69.10 80 $5,528 $6,633.60 1Operator $93.40 80 $7,472 $8,966.40 1 325 Excavator $225 80 $18,000 $20,700 CY 1 Komatsu Wheel Loader $185 80 $14,800 Total: $40,905.12 4.09 The crew at the pier is as follows: Crew Unit Price Hrs Total Marked up Totals Forman $95.94 80 $3,837.90 $4,605.12 2 Labors $69.10 80 $11,056 $13,267.20 2 Operators $93.40 80 $14,944 $17,932.80 1950 Wheel Loader $195 80 $15,600 $17,940 1 Komatsu Wheel Loader $185 80 $14,800 $17,020 CY Total: $70,765.12 7.08 We anticipate moving approximately 700-1000 CY per day. For the fire ring operation, we anticipate 1 day to move the fire ring in/out and load city trucks with fire ring waste with the below crew: Crew Unit Price Hrs Total Marked up Totals 1 Forman $95.94 8 $767.52 $921.02 2 Labors $69.10 8 $1,105.60 $1,326.72 1Operator $93.40 8 $747.20 $896.64 1950 Wheel Loader w/ Forks $195 8 $1,560 $1,794 10 Plates and Rumble strips $40/day $400 $460 Total: $5,398.38 Grand Total: $124,941 Respectfully, Terry Gillespie, President GCI CONSTRUCTION Effective 711/2019 EQUIPMENT OPERATED RATE SCHEDULE DESCRIPTION FOREMAN PICK UP TRUCK 26.50 HOUR CREW TRUCK 40.50 HOUR 10 WHEELER DUMP TRUCK 90.00 HOUR SUPER 10 95.00 HOUR BOTTOM/SEMI END DUMP 105.00 HOUR LOW BED RATE 140.00 HOUR SKIPLOADER 170.00 HOUR BOBCAT 168.00 HOUR 446D BACKHOEILOADER 185.00 HOUR NEW HOLLAND BACKHOEILOADER 170.00 HOUR KOMATSU WHEEL LOADER 185.00 HOUR CAT 950 G LOADER 195.00 HOUR JD 450 WITH BOARD 167.60 HOUR D-6 W Board 217.50 HOUR CAT 308 EXCAVATOR 175.00 HOUR CAT 313 EXCAVATOR 190.00 HOUR CAT 314 EXCAVATOR 205.00 HOUR CAT 325 EXCAVATOR 225.00 HOUR CAT 321CLCR EXCAVATOR 225,00 HOUR KOBELCO SK300 LC1V EXCAVATOR 250.00 HOUR CAT 14M MOTOR GRADER 190.00 HOUR RING 0 MATIC POT HOLING MACHINE 427.00 DAY VACTOR VACUME TRUCK 235.00 HOUR ASHPHALT ZIPPER 272.00 HOUR ARROWBOARD 120.00 DAY WATER TRUCK 220.00 DAY COMPACTION WHEEL 30.00 HOUR COMPRESSOR WIJACKHAMMER 260.00 DAY 2000 MULTIQUIP TOWABLE GENERATOR 250.00 DAY HYDRAULIC BREAKER 60.00 HOUR LIGHT TOWER 120.00 DAY WACKER 120.00 DAY Zieman Trailer 30.00 HOUR 4" trash pump & hoses 120,00 day 6x16 Trench Box 110.00 day 4 x 16 Trench Box 110.00 day 8 x 24 Trench Box 200.00 DAY continued Page 2 ... 85.00 HOUR Plus Teeth Bare 2000 LBS 250.00 Wk 750.00 Mo 170.00 Wk 505.00 Mo 550.00 Wk 1,630.00 Mo LABOR RATES: REGULAR OVERTIME DBL TIME LABORER GRADING 69.10 91.17 113.25 LABORER SEWER 69.91 92.31 114.71 LABORER WATER 70.25 92.79 115.33 PIPELAYER GRADING 72.42 96.15 119.89 PIPELAYER SEWER 73.28 97.36 121.45 PIPELAYER WATER 73.64 97.87 122.10 OPERATOR GRADING 93.40 125.17 158.95 OPERATOR SEWER 94.39 126.63 158.88 OPERATOR WATER 94.81 127.25 159.68 FOREMAN GRADING 95.94 128.99 162.04 FOREMAN SEWER 96.97 130.51 164.04 FOREMAN WATER 97.41 131.14 164.88 TRUCK DRIVER GRADING 74.44 94.48 114.52 TRUCK DRIVER SEWER 75.34 96.68 116.02 TRUCK DRIVER WATER 75.72 96.18 116,64 MARK UP ON LABOR 20% MARK UP ON EQUIPMENT/MATERIAL 15% PAMENDMENT NO. ONE TO Op ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT V WITH GCI CONSTRUCTION, INC. FOR BEACH MAINTENANCE SERVICES THIS AMENDMENT NO. ONE TO ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 15th day of October, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GCI CONSTRUCTION, INC., a California corporation ("Contractor"), whose address is 1031 Calle Recodo, Suite D, San Clemente, California 92673, and is made with reference to the following: RECITALS A. On June 13, 2017, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement ("Agreement') to perform on-call maintenance and/or repair services for City ("Project'). B. The parties desire to enter into this Amendment No. One to extend the term of the Agreement to May 31, 2022, to increase the total compensation, update the Schedule of Billing Rates, the terms of esponsibility for damages or injury, prevailing wages, conflicts of interest, claims, and Insurance Requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on May 31, 2022, unless terminated earlier as set forth herein." 2. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement is amended in its entirety and replaced with the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section, the Letter Proposal, and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items shall not exceed Three Hundred Seventy Five Thousand Dollars and 00/100 ($375,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for an increase in the volume of Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subcontractor fees, in an amount not to exceed Seventy Five Thousand Dollars and 00/100 ($75,000.00). 3. RESPONSIBILITY FOR DAMAGES OR INJURY Sections 9.1, 9.2, and 9.3 of the Agreement are amended in their entirety and replaced with the following: "9.1 City and all officers, employees and representatives thereof and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement (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 breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them)." GCI CONSTRUCTION, INC. Page 2 4. PREVAILING WAGES Section 16 of the Agreement is amended in its entirety and replaced with the following: "16.1 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. 16.2 Unless otherwise exempt by law, Contractor warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Contractor further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work." 5. CONFLICTS OF INTEREST Section 24 of the Agreement is amended in its entirety and replaced with the following: "24.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section." GCI CONSTRUCTION, INC. Page 3 6. CLAIMS Section 26 of the Agreement is amended in its entirety and replaced with the following: "26.1 Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor/Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.)." 7. INSURANCE Exhibit C to the Agreement is amended in its entirety and replaced with the Insurance Requirements, attached hereto as Exhibit C and incorporated herein by reference. Any reference to Exhibit C in the Agreement shall hereafter refer to Exhibit C attached hereto. 8. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] GCI CONSTRUCTION, INC. Page 4 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: O�/&( j By: Aaron C. Harp (AM%0iarM City Attorney ATTEST:'( Date: brownBy: d" I �Yft— CITY OF NEWPORT BEACH, a California m nicipal corporation Date: /� i/(� �/9 By: Gr c K. Leung C anager CONTRACTOR: GCI CONSTRUCTION, INC., a California corporation Date: Signed in Counterpart Bv: Terry D. Gillespie Chief Executive Officer Date: Signed in Counterpart By: Janet Gillespie Secretary [END OF SIGNATURES] Attachments: Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements GCI CONSTRUCTION, INC. Page 5 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:0,,1/K/( j By: z� /t" � R,.,. Aaron C. Harp uM%Ultxhl City Attorney ATTEST: Date: M Leilani I. Brown City Clerk Attachments CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONTRACTOR: INC., a Caliiforr},r Date: IU -(EY` I4 CI CONSTRU Terry D. gIlespie Chief Executive Officer Date: (0 -1!5 -'(q B/ 4m Adj1 lIJ,( V ane Gillespie etary [END OF SIGNATURES] Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements GCI CONSTRUCTION, INC. Page 5 EXHIBIT B SCHEDULE OF BILLING RATES EQUIPMENT OPERATED RATE SCHEDULE: Description: Rate $): Notes: FOREMAN PICK UP TRUCK 26.50 HOUR__ CREW TRUCK 40.50 HOUR 10 WHEELER DUMP TRUCK _ 190.00 HOUR SUPER 10 95.00 HOUR BOTTOMISEMI END DUMP [ 105.00 HOUR LOW BED RATE 140.00 HOUR SKIPLOADER 170.00 HOUR BOBCAT 158.00 HOUR 446D BACKHOEILOADER 185.00 HOUR NEW HOLLAND BACKHOE/LOADER 170.00 HOUR KOMATSU WHEEL LOADER - - 185.00 HOUR CAT 950 G LOADER - 195.00 HOUR JD 450 WITH BOARD [ 167.50 HOUR D-6 W Board 217.50 HOUR CAT 308_EXCAVATOR _ _ 175.00 HOUR CAT 313 EXCAVATOR - - 190.00 HOUR CAT 314 EXCAVATOR _ 1205.00 HOUR 7 CAT 325 EXCAVATOR 225.00 HOUR CAT 321CLCR EXCAVATOR _--1 -M.00 HOUR_ KOBELCO SK300 LC1V EXCAVATOR 250.00 HOUR CAT 14-M _MOTOR GRADER _�90 00 HOUR RING O MATIC POT HOLING MACHINE427.00 DAY or8_5.00_HOUR _ VACTOR VACUME TRUCK 235.00 HOUR �- T ZIPPER _ .... WATER TRUCK _-....2 -.. 220.__0.-00- DAY Bare - COMPACTION WHEEL _ 30.00 HOUR - COMPRESSOR W/ JACKHAMMER 260.00 DAY 2000 MULTIQUIP TOWABLE GENERATOR - _ .250.00 DAY - - - -_ HYDRAULIC BREA_K_ER 60.00 HOUR 2,000 lbs LIGHT TOWER 120.00 DAY WACKER 120.00 DAY__ Zieman Trailer -- -_--- V trash pump & hoses 120 00 day 6 x 16 Trench Box _ _ _11 0._00 ____ -_ or 4 x 16 Trench Box 110 00 d0ay ort170.00 week -- or 505.00 month 8 )C24 Trench Box 200.00 DAY or 550.00 week or 1,630.00 month GCI CONSTRUCTION, INC. Page B-1 LABOR RATES: Labor: Regular ($): Overtime ($): Double Time $ Laborer Grading 69.10 91.17 Operator Sewer 113.25 Laborer Sewer 69.91 92.31 114.71 Laborer Water _._._ __- 70.25 92.79 -- 115.33 Pipeelayer Grading 72.42 96.15 119.89 Pipelayer Sewer 73.28 97.36 121.45 Pi ela er Water -- 73.64 - 97.87 - 122.10 Operator Grading 93.40 125.17 1156.95 Operator Sewer 94.39 126.63 158_.88 Operator Water � 94.81 127.25 � 159.68- _ „ __ Foreman Grading - _- 95.94 128.99 -- - 162.04 Foreman Sewer 196.97 1130.51 1164.04 1 Foreman Water 97.41 131.14 164.88 Truck Driver Grading 74.44__ 94.48 -_ 114.52 Truck Driver Sewer 75.34 95.68 116.02 Truck Driver Water 75.72 96.18 1116.64 - -- -- - Mark up on labor: 20% Mark up on equipment/material: 15% GCI CONSTRUCTION, INC. Page B-2 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this GCI CONSTRUCTION, INC. Page 1 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 each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. GCI CONSTRUCTION, INC. Page 2 B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. GCI CONSTRUCTION, INC. Page 3 H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. GCI CONSTRUCTION, INC. Page 4 fico ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH GCI CONSTRUCTION, INC. FOR BEACH MAINTENANCE SERVICES THIS ON-CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 13th day of June, 2017 ("Effective Date'), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GCI CONSTRUCTION, INC., a California corporation ("Contractor"), whose address is 1031 Calle Recodo, Suite D, San Clemente, California 92673 and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform on-call maintenance and/or repair services for City ("Project'). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on May 31, 2020, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on-call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal'). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services to be provided; 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; ITTIS 2.1.3 The estimated number of hours and cost to complete the Services; 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3, TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services underthis Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section, the Letter Proposal, and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Three Hundred Thousand Dollars and 00/100 ($300,000.00), without prior written amendment to the Agreement. 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and/or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date GCI Construction, Inc. Page 2 the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B and the Letter Proposal. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Terry D. Gillespie to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described GCI Construction, Inc. Page 3 in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws and legally recognized professional standards. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims'), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, GCI Construction, Inc. Page 4 defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR 10.1 It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 10.2 Contractor agrees and acknowledges that no individual performing Services or Work pursuant to this Agreement shall: work full-time for more than six (6) months; work regular part-time service of at least twenty (20) hours per week for one year or longer; work nine hundred sixty (960) hours in any fiscal year; or already be a CaIPERS member. GCI Construction, Inc. Page 5 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. BONDING 15.1 For any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit D which is incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit E which is incorporated herein by this reference. 15.2 The Labor and Materials Payment Bond and Faithful Performance 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 Key Rating Guide: Property - Casualty. 15.3 Contractor shall deliver, concurrently with City's approval of any Letter Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and GCI Construction, Inc. Page 6 Materials Payment Bond and Faithful Performance 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. 16. 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. 17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 18. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. GCI Construction, Inc. Page 7 19. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 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 expressly authorizes in writing the release of information. 21. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 22. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work GCI Construction, Inc. Page 8 performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 25. NOTICES 25.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 25.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 25.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Terry D. Gillespie GCI Construction, Inc. 1031 Calle Recodo, Suite D San Clemente, CA 92673 26. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). GCI Construction, Inc. Page 9 27. TERMINATION 27.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 27.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 28. LABOR 28.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ("FLSA") (29 USCA § 201, et seq.). 28.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 28.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 28.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and/or regulations. This obligation shall survive the expiration and/or termination of the Agreement. 29. STANDARD PROVISIONS 29.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 29.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter GCI Construction, Inc. Page 10 enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 29.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 29.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 29.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 29.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 29.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 29.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 29.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 29.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 29.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] GCI Construction, Inc. Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a CaliforJ�ia mu ' ipal poral Date:��u . �_ (ZoY� Date: b By: (a=cr By: Aaron C. Harp �^" °"0�l'r K in Muldoon City Attorney, ayor ATTEST: Date: ►.Ill,��.,., �� �i/I�� Leilan! 1: Brown Terry D. Gillespie City Clerk Attachments CONTRACTOR: GCI Construction, Inc., a California corporation Signed in Counterpart President Signed in Counterpart By: Janet Gillespie Secretary [END OF SIGNATURES] Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond GCI Construction, Inc. Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: Oe-,".—rz Aaron C. Harp City Attorney ATTEST: Date: M Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Kevin Muldoon Mayor CONTRACTOR: GCI C Inc., a Califor is corporation Date: July 26,7 _ By:_ Terry July 26, 2017 [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond GCI Construction, Inc. Page 12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE .v.<.44_ .ci<.wl.a4 .w .442.44 .ci A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On �Z6I 2J\� before me, Aamina Tohmeh - Notary Public Date Here Insert Name and Title of the Officer personally appeared Terry D. Gillespie and Janet Gillespie Name® of Signer& who proved to me on the basis of satisfactory evidence to be the perso s whose name(D iszare subscribed.,to the within instrument and acknowledged to me that he/sheQbexecuted the same In his/he heir authorized capaci ie , and that b rhis/heii thei ignatureQs n the instrument the person@) or the entity upon behalf of which the persorifs executed the instrument. AAMINA TOHMEH `Notary Public - California Orange County Commission N 2181173 My Comm. Est im Soo 4 2020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Fl Other: Signer Is Representing: .-s_ 'ate 'y 'd '„ 'ate 'd 'e'4�v�c'✓4'acv4'ei4"a 'vN ei -d -ei -d -d 'v 'd 'v 'n -s -s 'a '✓ 'ei 'n' 'x6:•' 'aq 'd 'vc\a4 u4'v -u - Q a • • •. ..1 1 1 • 1 • • iaa weirmvellira i • •iN11-TTIYA EXHIBIT A SCOPE OF SERVICES Services. The on-call beach maintenance services contemplated by this Agreement include, but are not necessarily limited to, the following: 1.1. Dredging. Contractor shall dredge sand at low tide and relocate the sand from the water's edge up to the bulkhead in order to increase the height of the usable beach and to help protect the seawall; tamping; and grooming the beach. 1.2. Sand Importation. Contractor shall import sand from approved locations to beaches in order to maintain public access. 1.3. Harvesting. Contractor shall harvest and/or stockpile sand from local so to use as fill and/or sand ramps. 2. Site Locations. 2.1. Dredging and sand importation locations may include, but may not be limited to: China Cove, Balboa Island, the Grand Canal, and other bay front beaches. 2.2. Harvesting locations may incluQe, but may not be limited to: the West Newport/Santa Ana River storm drain outfall area. 3. Contractor Responsibilities. 3.1. Contractor shall be responsible for supplying all equipment, machinery, vehicles, and personnel. 3.2. Contractor may be required to submit bond(s) for project and/or project locations, depending on circumstances. 3.3. As beach access will most likely be the nearest street ends, Contractor shall take the utmost care in order to prevent any damage to the seawall(s). 3.4. Contractor shall coordinate projects in order to take advantage of the lowest tides that occur during the daylight hours. Work hours are as follows: 7:00 AM - 6:00 PM Monday through Friday and 8:00 AM - 5:00 PM Saturday. No work on Sundays. GCI Construction, Inc. Page A-1 There may be an allowance with the hours of operation depending on the tide schedule, which shall require prior City approval. 3.5. Contractor shall avoid incurring any damage to the surrounding private piers, piles, public seawalls, storm drains, shore moorings, utilities, curbs, streets, etc. during operations. 3.6. On -shore mooring lines shall be removed and the boats attached to the moorings shall be pushed to the side. Lines shall be returned to their original state the same day. 3.7. Contractor shall maintain a minimum fifteen (15) foot distance from of any eelgrass per California Coastal Commission and the Army Corps of Engineers requirements. Absolute care shall be given so that no eelgrass is disturbed. 3.8. Contractor shall provide adequate personnel to ensure public safety around streets, sidewalks, and any other areas of public access. 3.9. Contractor shall work in a professional manner. 4. City Responsibilities. 4.1. City shall assist Contractor in identifying eelgrass areas. 4.2. City shall be responsible for securing any agency permits required for any Services or Work. GCI Construction, Inc. Page A-2 EXHIBIT B SCHEDULE OF BILLING RATES Equipment Rates: FOREMAN PICK UP TRUCK $24.00 HOUR CREW TRUCK $38.00 HOUR 10 WHEELER DUMP TRUCK $85.00 HOUR SUPER 10 $95.00 HOUR BOTTOM/SEMI END DUMP $100.00 HOUR LOW BED RATE $126.00 HOUR SKIPLOADER $160.00 HOUR BOBCAT $139.00 HOUR 446D BACKHOE/LOADER $165.00 HOUR 555E BACKHOE/LOADER $150.00 HOUR NEW HOLLAND $150.00 HOUR 936 WHEEL LOADER $160.00 HOUR CAT 950 G LOADER $180.00 HOUR CAT 950 E LOADER $165.00 HOUR JD 450 WITH BOARD $165.00 HOUR CAT 307-308 EXCAVATOR $165.00 HOUR CAT 313 EXCAVATOR $185.00 HOUR CAT 325 EXCAVATOR $207.00 HOUR CAT 321CLCR EXCAVATOR $199.00 HOUR CAT 235D EXCAVATOR $235.00 HOUR KOBELCO SK300 LC1V EXCAVATOR $227.00 HOUR RING O MATIC POT HOLING MACHINE $425.00 DAY ASHPHALT ZIPPER $270.00 HOUR ARROWBOARD $108.00 DAY WATER TRUCK $172.00 DAY COMPACTION WHEEL $29.00 HOUR COMPRESSOR W/JACKHAMMER $237.00 DAY 2000 MULTIQUIP TOWABLE $215.00 DAY GENERATOR HYDRAULIC BREAKER $52.00 HOUR LIGHT TOWER $102.00 DAY WACKER $102.00 DAY Zieman Trailer $23.00 HOUR 85.00 HOUR Plus Teeth Bare 2000 LBS GCI Construction, Inc. Page B -1Y 4" trash pump & hoses $102.00 day 6x16 Trench Box $88.00 day 4 x 16 Trench Box $59.00 day 8 x 24 Trench Box $184.00 DAY 250.00 Wk/ 750.00 Mo 170.00 Wk/ 505.00 Mo 550.00 Wk/ 1630.00 Mo LABOR RATES: REGULAR: OVERTIME: DOUBLE TIME: LABORER GRADING 61.85 82.11 102.36 LABORER SEWER 62.83 83.50 104.18 LABORER WATER 61.89 82.16 102.43 PIPELAYER GRADING 65.17 87.09 109.00 PIPELAYER SEWER 66.21 88.59 110.96 PIPELAYER WATER 65.21 87.15 109.08 OPERATOR GRADING 84.98 113.53 142.07 OPERATOR SEWER 86.24 115.37 144.50 OPERATOR WATER 85.04 113.60 142.17 FOREMAN GRADING 87.54 117.36 147.18 FOREMAN SEWER 88.85 119.28 149.71 FOREMAN WATER 87.59 117.44 147.28 TEAMSTER GRADING 64.98 82.98 100.98 TEAMSTER SEWER 66.03 84.41 102.78 TEAMSTER WATER 65.02 83.03 101.05 MARK UP ON EQUIPMENT/MATERIAL RATES 15% MARK UP ON LABOR RATES 20% GCI Construction, Inc. Page B-2 EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. GCI Construction, Inc. Page C-1 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation (except for nonpayment for which ten (10) calendar days' notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure GCI Construction, Inc. Page C-2 of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Contractors Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. GCI Construction, Inc. Page C-3 EXHIBIT D CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GCI Construction, Inc. hereinafter designated as the "Principal," a contract for maintenance and/or repair services, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Dollars and _/100 ($ ), lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does GCI Construction, Inc. Page D-1 hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of , 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GCI Construction, Inc. Page D-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. nature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) GCI Construction, Inc. Page D-3 EXHIBIT E CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ , being at the rate of $ thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GCI Construction, Inc. hereinafter designated as the "Principal," a contract for maintenance and/or repair services in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and 'duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Dollars and _/100 ($ ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive GCI Construction, Inc. Page E-1 notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: LIM Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GCI Construction, Inc. Page E-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) GCI Construction, Inc. Page E-3 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 6/16/17 Dept./Contact Received From: Joan Date Completed: 7/31/17 Sent to: Joan By: Alicia Company/Person required to have certificate: GCI Construction, Inc. Type of contract: All Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 4/1/17-4/1/18 A. INSURANCE COMPANY: Great American Assurance Co. B. AM BEST RATING (A-: VII or greater): A+; XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? E Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? INV2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) E Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) E Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? E Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? E Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes E No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): E N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A E Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 4/1/17-4/1/18 A. INSURANCE COMPANY: Wesco Insurance Co. B. AM BEST RATING (A-: VII or greater) A; XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? E Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1M E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): E N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes E No H. NOTICE OF CANCELLATION: ❑ N/A E Yes ❑ No [II. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 3/17/17-3/17/18 A. INSURANCE COMPANY: Security National Insurance Company B. AM BEST RATING (A-: VII or greater): A; XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1M F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY ® N/A ❑ Yes ❑ No V POLLUTION LIABILITY ® N/A ❑ Yes ❑ No V BUILDERS RISK ® N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 7/31/17 Date RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date