HomeMy WebLinkAbout1996-200
'.
1
2
3
4
96-200
RESOLUTION NO.
RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE
EXECUTION OF AN AGREEMENT WITH NATIONAL PLANT SERVICES, INC. FOR
PROFESSIONAL SERVICES RELATIVE TO PROVIDING SPECIAL MAINTENANCE
SERVICES FOR THE CITY'S SEWAGE SYSTEM.
BE IT RESOLVED BY THE HAYOR AND COI1MON COUNCIL OF THE
5 CITY OF SAlJ BERNARDINO AS FOLLOWS:
6
7
8
9
10
11
12
13
SECTION 1.
The Mayor of the City of San Bernardino is
hereby authorized and directed to execute, on behalf of said
City, an Agreement for Professional Services with National Plant
Services, Inc. for special maintenance services for the City's
sewage system.
A copy of said agreement is attached hereto,
marked Exhibit "A" and incorporated herein by reference as fully
as though set forth at length.
SECTION 2.
The agreement shall not take effect until
14 fully signed and executed by both parties. The City shall not be
15 obligated hereunder unless and until the agreement is fully
16 executed and no oral agreement relating thereto shall be implied
17 or authorized.
18 SECTION 3. This resolution is rescinded if the parties
19 to the agreement fAil to execute it within ninety (90) days of
20 the passage of this resolution.
21 / / / /
22 / / / /
23 / / / /
24 / / / /
25 / / / /
26 / / / /
27 / / / /
28 / / / /
6-12-96
S ~6-200 .
""C"'f'
RESO: EXE~1TING AGREEMENT WITH NATIONAL PLANT SERVICES, INC. --
SEWER MAINTENANCE. .
1
I HEREBY CERTIFY that the foregoing resolution was duly
2 adopted by the Mayor and COIIU:lon Council of the City of San
3 Bernardino at a
regular
meeting thereof, held on the
4
1st
, 1996, by the fOllowing vote, to-wit:
July
day of
5 Council Members:
AYES
NAYS
ABSTAIN
ABSENT
6 NEGRETE
x
7 CURLIN
8 ARIAS
9 OBERHELMAN
10 DEVLIN
11 ANDERSON
x
x
x
x
x
12
13
14
15
16
17
18
19
MILLER
x
The foregoing resolution is
~k'~
hereby approved this sJi.
day of
Julv
, 1996.
~1 H//z't:A
/ Tom Minor, Mayor
Ci ty of San Bernardino
Approved as to form
20 and legal content:
21 James F. Penman
City Attorney
22
23 ,
7
24 1.-vy~
!
25
26
27
28
- 2 -
t's-.9i~;.."-,,o
, '
AGREEMENT FOR PROFESSIONAL SERVICES
AGREEMENT is made and entered into this 18~ day of
1996, by and between the CITY OF
SAN DINO, California, a municipal corporation, hereinafter
referred to as the "CITY" and National Plant Services, Inc., a
California corporation, hereinafter referred to as "PROVIDER."
WIT N E SSE T H
WHEREAS, City desires to obtain
cleaning, inspection and construction
municipal sewer system.
professional services
services related to
for
the
WHEREAS, in order to have these services supplement activities
conducted by the City, it is necessary to retain the professional
services of a provider; and
WHEREAS, Provider is qualified to provide said professional
services; and
WHEREAS, San Bernardino city Council has elected to engage the
services of Provider upon the terms and conditions as hereinafter set
forth.
NOW, THEREFORE, it is mutually agreed, as follows:
1. SCOPE OF SERVICES
Provider shall perform those services specified in the Request
for Proposals to Provide Sewer Operations and Maintenance Services
dated March 15.1996, a copy of which is attached hereto as Exhibit
"1" and incorporated as though set forth in full.
2. TERM OF AGREEMENT
The services of Provider are to commence within thirty (30)
days after the city has authorized work to start by issuance of a
Notice to Proceed. The scheduled completion dates, specifically set,
will be established by the City and Provider as the City authorizes
the work. Such adjustments shall require City approval prior to
commencement of performance of each phase. This Agreement shall
expire one year from date of execution unless extended by written
agreement of the parties. Two one year extensions are permitted upon
mutual agreement of the parties and providing satisfactory service
has been rendered.
3. STANDARD OF PERFORMANCE
Provider shall complete all work product and design in conform-
ance with Standard Specifications for Public Works Construction
(Greenbook) and the city of San Bernardino's Standard Drawings.
EXHIBIT nAn
)::':~ .Q/;_"nn
t
4.
CHANGES/EXTRA SERVICES
A. Performance of the work specified in the Request for
Proposals marked Exhibit 1, is made an obligation of Provider under
this Agreement, subject to any changes made subsequently upon mutual
agreement of the parties. All such changes shall be incorporated by
written amendments to this Agreement and include any increase or
decrease in the amount of compensation due Provider for the change in
scope. Any change which has not been so incorporated shall not be
binding on either party.
B. No extra services shall be rendered by Provider under this
Agreement unless such extra services are authorized, in writing, by
city prior to performance of such work. Authorized extra services
shall be invoiced based on provider's "Schedule of Hourly Rates"
dated April 11. 1996, a copy of which is attached, hereto, as
Exhibit "2" and incorporated herein as though set forth in full.
5. COMPENSATION
A. The city shall reimburse the Provider for actual costs
(including labor costs, employee benefits, overhead, profit, other
direct and indirect costs) incurred by the Provider in performance of
the work, in an amount not to exceed $100,000.00 for the first year.
Actual costs shall not exceed the estimated wage rates and other
costs as set forth in Exhibit "2", attached hereto and incorporated
herein as though set forth in full.
B. Said compensation shall not be altered unless there is
significant alteration in the scope, complexity or character of the
work to be performed. Any such significant alteration shall be
agreed upon, in writing, by city and Provider before commencement of
performance of such significant alteration by Provider.
Any adjustment of the
permitted when the Provider
writing, that there has been,
total cost
establishes
or is to be,
of services will only be
and ci ty has agreed, in
a significant change in:
1. Scope, complexity, or character of the services to be
performed;
2. Conditions under which the work is required to be
performed; and
3. Duration of work if the change from the time period speci-
fied in the Agreement for Completion of the work warrants
such adjustment.
C. The Provider is required to comply with all Federal,
state, and Local laws and ordinances applicable to the work. The
Provider is required to comply with prevailing wage rates in
accordance with California Labor Code Section 1770.
Page 2
RES 96-200
6. PAYMENT BY CITY
A. The billings for all services rendered pursuant to this
Agreement shall be submitted monthly by Provider to City and shall be
paid by city within twenty (20) days after receipt of same, excepting
any amounts disputed by City. Dispute over any invoiced amount shall
be noticed to the Provider within ten (10) days of billing and a meet
and confer meeting for purposes of resolution of such dispute shall
be initiated by the City within ten (10) days of notice of such
dispute. Interest of 1-1/2 percent per month (but not exceeding the
maximum rate allowable by law) will be payable on any amounts not in
dispute and not paid within thirty (30) days of the billing date,
payment thereafter to be applied first to accrued interest and then
to the principal unpaid amount. On disputed amounts, interest shall
accrue from thirty (30) days of the invoice date if the amount in
dispute is resolved in favor of the Provider. All tasks as specified
in Exhibit "1" shall be completed prior to final payment.
B. section 9-1.10 of the Cal-Trans Standard Specifications is
hereby specifically waived and not applicable to this agreement. The
parties hereto otherwise agree not to be bound by any other require-
ments for arbitration of any dispute arising hereunder. Disputes
shall be resolved by agreement of the parties, or upon the failure of
such agreement, by direct application to the Courts.
c. Should litigation be necessary to enforce any term or
provision of this Agreement, or to collect any portion of the amount
payable under this Agreement, then all litigation and collection
expenses, witness fees, and court costs, and attorney's fees shall be
paid to the prevailing party.
7. SUPERVISION AND ACCEPTANCE OF SERVICES
A. The Director of Public Works of city, or his designee,
shall have the right of general supervision over all work performed
by Provider and shall be city's agent with respect to obtai~ing
provider's compliance hereunder. No payment for any serv1ces
rendered under this Agreement shall be made without prior approval of
the Director of Public Works or his designee.
B. The Director of Public Services may review and inspect the
Provider's activities during the progress of the program.
8. COMPLIANCE WITH CIVIL RIGHTS LAWS
Provider hereby certifies that it will not discriminate against
any employee or applicant for employment or subcontractor because of
age, handicap, race, color, religion, sex, marital status, or
national origin. Provider shall promote affirmative action in its
hiring practices and employee policies for minorities and other
designated classes in accordance with Federal, State, and Local laws.
Such action shall include, but not be limited to, the following:
recrui tment and recruitment advertising, employment, upgrading, and
promotion.
Page 3
RES 96-:mn
9. TERMINATION OF AGREEMENT
A. This agreement may be terminated by either party upon
thirty (30) days' written notice in the event of substantial failure
of the other party to perform in accordance with the terms of this
Agreement. Each party shall have twenty (20) days following date of
such notice within which to correct the substantial failure, giving
rise to such notice. In the event of termination of this Agreement,
City shall within thirty (30) days pay Provider for all the fees,
charges and services performed to City's satisfaction by Provider,
which finding of satisfaction shall not be unreasonably withheld.
Provider hereby covenants and agrees that upon termination of this
Agreement for any reason, Provider will preserve and make immediately
available to city, or its designated representatives, maps, notes,
correspondence, or records related to work paid for by the city and
required for its timely completion, and to fully cooperate with City
so that the work to be accomplished under this Agreement may continue
within forty-five (45) days of termination. Any subsequent use of
such incomplete documents shall be at the sole risk of the City, and
the City agrees to hold harmless and indemnify Provider from any
claims, losses, costs, including attorney's fees and liability
arising out of such use. Provider shall be compensated for such
services in accordance with Exhibit "2".
B. This agreement may be terminated for the convenience of
the City upon thirty (30) days written notice to Provider. Upon such
notice, Provider shall provide work product to City, and city shall
compensate Provider in the manner set forth above.
C.
Agreement
until all
Following the effective date of termination of this
pursuant to this section, the Agreement shall continue
obligations arising from such termination are satisfied.
10.
CONTINGENCIES
In the event that, due to causes beyond the control of and
without the fault or negligence of Provider, Provider fails to meet
any of its Obligations under this Agreement, and such failure shall
not constitute a default in performance, the city may grant to
Provider such extensions of time and make other arrangements or
additions, excepting any increase in payment, as may be reasonable
under the circumstances. Increases in payment shall be made only
under the "changes" provision of this Agreement. Provider shall
notify City within three (3) days in wri~ing when it becomes aware of
any event or circumstance for which it claims or may claim an
extension.
11. INDEPENDENT CONTRACTOR
Provider shall act as an independent contractor in the perfor-
mance of the services provided for under this Agreement. Provider
Page 4
RES 96-200
shall furnish such services in its own manner and in no respect shall
it be considered an agent or employee of city.
12. ASSIGNMENT OR SUBCONTRACTING
Neither this Agreement, nor any portion thereof, may be
assigned by Provider without the written consent of city. Any
attempt by Provider to assign or subcontract any performance of this
Agreement without the written consent of the city shall be null and
void and shall constitute a breach of this Agreement. All
subcontracts exceeding $10,000, shall contain all provisions of this
contract. City acknowledges the Provider is a joint venture with
third parties in some aspects of this project.
13. NOTICES
All official notices relative to
writing and addressed to the following
and City:
this Agreement shall be in
representatives of Provider
Provider
CITY
Attn: Mr. Dennis R. Keene
National Plant services, Inc
1461 Harbor Avenue
Long Beach, CA 90813-2741
Mr. Roger G. Hardgrave
Director of Public
Works/City Engineer
300 North "D" Street
San Bernardino, CA
92418
14. RESPONSIBILITIES OF PARTIES
A. The Provider
provided through the
evaluation.
may reasonably rely upon the accuracy of data
City or its agents without independent
B. The City shall pay all costs of inspection and permit
fees. Charges not specifically covered by the terms of this
Agreement shall be paid as agreed by the parties hereto at the time
such costs arise; but in no event shall the work to be performed
hereunder cease as a consequence of any unforeseen charges unless by
mutual written agreement of City and Provider.
15. COVENANT AGAINST CONTINGENT FEE
Provider warrants that no person or selling agency has been
employed or retained to solicit or secure this Agreement upon an
agreement or understanding for a commission, percentage, brokerage,
or contingent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by the Provider
for the purpose of securing business. For breach or violation of
this warranty, city shall have the right to terminate this Agreement
in accordance with the clause permitting termination for cause and,
at its sole discretion, to deduct from the Agreement price or
Page 5
RES 96-200
consideration, or otherwise recover, the full amount of such
commission, percentage, brokerage or contingent fee.
16. HOLD HARMLESS CLAUSE
A. Provider hereby agrees to hold City, its elective, and
appointive boards, officers, and employees, harmless from any
liability for damage or claims for damage for personal injury
including death, as well as from claims for property damage, which
may arise from provider's negligent acts, errors or omissions under
this Agreement.
B. Provider shall indemnify, defend and hold free and
harmless the City, its officers, and its employees from all claims,
damages, costs, expenses, and liability, including, but not limited
to, attorney's fees imposed upon them for any alleged infringement of
patent rights or copyrights of any person or persons in consequence
of the use by city, its officers, employees, agents, and other duly
authorized representatives, of programs or processes supplied to city
by Provider under this Agreement.
17. INDEMNITY
Provider shall indemnify, defend and hold harmless City from
and against any and all claims, demands, suits, actions, proceedings,
judgments, losses, damages, injuries, penalties, costs, expenses
(including attorney's fees), and liabilities, of, by, or with respect
to third parties, which arise solely from Provider's negligent
performance of services under this Agreement. Provider shall not be
responsible for, and City shall indemnify, defend, and hold harmless
Provider from and against, any and all claims, demands, suits,
actions, proceedings, judgments, losses, damages, injuries,
penalties, costs, expenses (including attorney's fees) and
liabilities of, by, or with respect to third parties, which arise
solely from the City'S negligence. with respect to any and all
claims, demands, suits, actions, proceedings, judgments, losses,
damages, injuries, penalties, costs, expenses (including attorney's
fees) and liabilities of, by or with respect to third parties, which
arise from the joint or concurrent negligence of Provider and city,
each party shall assume responsibility in proportion to the degree of
its respective fault.
18. LIABILITY/INSURANCE
A. provider's liability insurance for injury or damage to
persons or property arising out of work for which legal liability may
be found to rest upon Provider shall be a minimum of $1,000,000.
B. The City will requi~e the Provider to provide Workers
Compensation and comprehensive general liability insurance, including
completed operations and contractual liability, with coverage suffi-
cient to insure the Provider's indemnity, as above required; and,
Page 6
RES 96-200
such insurance will
consul tants, and each
additional insured.
include the city, the
of their officers, agents
Provider, their
and employees as
C. Provider shall provide, prior to commencing any services
under this agreement, evidence of insurance in the form of a policy
of insurance, in which the City is named as an additional named
insured to the extent of the coverage required by this Agreement.
19. VALIDITY
Should any provision herein be found or deemed to be invalid,
this Agreement shall be construed as not containing such provision,
and all other provisions which are otherwise lawful shall remain in
full force and affect, and to this end the provisions of this
Agreement are declared to be severable.
20. ENTIRE AGREEMENT
This Agreement represents the entire and integrated agreement
between the parties hereto and supersedes all prior and
contemporaneous negotiations, representations, understandings, and
agreements, whether written or oral, wi th respect to the subj ect
matter thereof. This Agreement may be amended only by written
instrument signed by both parties.
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
Page 7
RES 96-200
AGREEMENT FOR: SEWER MAINTENANCE, CLEANING AND INSPECTION SERVICES
IN WITNESS WHEREOF, the parties hereto have caused
Agreement to be executed on the date written above by their
authorized officers on their behalf.
this
duly
CITY OF SAN BERNARDINO
~J1'
BY: rr--v' { 1 1_V"\-
T6 'Minor, Mayor
ATTEST:
BV:~~
Ra _1 Clark, City Clerk
National Plant Services, Inc.
By:
J)J~
President tJBWi~ IL-~
Approved as to form
and legal content:
JAMES F. PENMAN
city Attorney
/1 '
Byu0.- II~N_
Page 8
RES 96-200
REQUEST FOR PROPOSALS
TO
PROVIDE SEWER OPERATIONS AND MAINTENANCB SERVICBS
FOR
CITY OF SAN BERNARDINO
CITY nDE - AS NEEDED - ONE YEAR CONTRACT
DEPARTMENT OF PUBLIC WORKS
AND
DEPARTMENT OF PUBLIC SERVICES
CITY OF SAN BERNARDINO
MARCH 15, 1996
EXHIBIT 1
RES 96-200
X. INTRODUCTION
The city of San Bernardino wishes to obtain the services of a
qualified provider of sewer construction, maintenance and
repair services for a variety of tasks for a one year period.
The provider must have all necessary equipment, manpower,
tools and skills to provide a wide variety of operations
related to maintenance, operation and repair of municipal
sewer system. It is planned that some of the operations will
be the cleaning by jet rodder, cleaning by mechanical rodder,
root cutting, mechanical grease removal, video inspection,
cutting of protruding laterals, in-situ relining, dig and
replace for damaged lines, by-pass pumping on lines from 4
inches to 48 inches in diameter, manhole repair, manhole
relining, spill containment and clean up, emergency response
to baCk-up or spills and all other operations related to the
operation and maintenance of the municipal sewer system.
XI. DESCRIPTION OF PROJECT
The project, in general, will consist of providing the
manpower and equipment to complete the projects assigned by
the City Department of Public Services in a timely manner.
After hours emergency response time should not be greater than
2 hours and the provider should mention where the equipment
will be based as well as what equipment will be provided. It
is anticipated that the contract will reach $100,000.00 over
a 12 month period. No minimum amount of work will be
guaranteed at anyone time, but every attempt will be made to
group work and allow for reasonable production of work
product. The City presently provides all maintenance and
inspection of its sewer system, but has determined that a
major effort is needed to complete delayed cleaning and
inspection of the system. It is anticipated that this
inspection/cleaning will generate the need for additional
repairs on damaged lines, manholes, or connections. It is
known that many existing systems have improper lateral taps
that protrude into the mainline and removal/repair of these is
anticipated. Removal of protruding taps should be
accomplished by methods that do not require digging in the
street (interior cutting and patching) .
Upon completion acceptance of the proposal and contract, the
City will engage the provider on various cleaning, inspection,
repair projects throughout the community. The provider will
be expected to produce inspection videos, completed repairs
and/or cleaning records and all work will be subject to City
inspections. The service will be provided on an hourly basis
and shall include all necessary equipment, manpower, tools,
and materials necessary to complete the assigned work.
Page 2
RES, 96-:200
Plans exist for the existing sewer system and said plans will
be provided upon request as each project is assigned.
Disposal of solids and liquids removed from the system will be
delivered to the City operated treatment plant for disposal at
no cost to the provider. The provider will be required to
comply with all safety regulations and shall provide all
necessary safety equipment, training, and traffic control to
comply with Federal, State or Local safety regulations and the
WATCH Manual for traffic control.
Provider should expect to meet with designated City staff on
a regular basis for updates on project progress, concerns,
problems, and accomplishments. Preliminary contact with
utilities affected by the work is also considered to be a part
of the provider's work.
XXX. PROPOSAL REQUIREMENTS
A. six (6) copies of the proposal shall be submitted to Mr.
Roger G. Hardgrave, Director of Public WorkS/City
Engineer, 300 N. liD" street, 3rd Floor, City Hall, San
Bernardino, CA 92418, later than April 12. 1996 , at
4:00 p.m.
B. Proposals shall indicate the following in a detailed
manner:
1. Past experience on similar projects. At a minimum,
experience on the types of work listed if no
similar projects have been done.
2. Staff persons specifically assigned to the project
at the management and supervisors level.
Specifically identify the "project manager" that
will serve as contact person and liaison with the
city.
3. Support personnel to be used. Specify number of
persons that are available or that could be
committed to the project.
4. A list of all equipment that will be available to
accomplish the designated tasks, its location and
response time, both during regular working hours
and after hours for emergency response. List
should be specific as to size, capacity, number of
units. Also include list of any special services
that might be available, but not specifically
mentioned in this request for proposal. If
equipment is proposed to be rented or work
subcontracted, it shall be so designated in the
proposal with the subcontractor or rental agency
identified.
Page 3
I RES 96-200
5. An hourly cost breakdown associated with each of
the tasks identified in the proposal to complete
the work. Equipment and manpower assigned shall be
a total hourly cost to provide the necessary
service. Example - 1 - 1000 gallon vactor truck,
three man crew, necessary traffic control and
safety equipment for jet rodding sewer lines at a
cost of $100/hour.
6. The life of the contract is anticipated to be one
year. Attempts will be made to schedule work in
advance and with input from the provider, but
emergency repair or spill containment cannot be
fully anticipated. The City will negotiate with
the selected provider to arrange a mutually
acceptable schedule to accomplish the desired
results from the program.
c. This "Request for Proposals" does not commit the city to
award a' contract, to pay any costs incurred in the
preparation of a 'proposal in response to this request, or
to procure or contract for any services. The City
reserves the right to accept or to reject, in part or in
its entirety, the Request for Proposal if such action is
deemed to be in the best interest of the City.
D. Proposal will be reviewed and supplemental interviews
will be conducted at a later date and prior to the
selection of anyone of the firms submitting proposals.
E. Any contract entered into as a result of this proposal
shall be considered to include the items of work detailed
in the proposal unless specifically deleted at the
request of the city.
F. Any request for additional information or clarification
should be submitted to Mr. Roger G. Hardgrave, Director
of Public Works/city Engineer at (909) 384-5111.
Page 4
RES 96.,.200
OJ NATIONAL PLANT SERVICES, INC.
Specializing in today's needs for environmental protection.
1461 Harbor Avenue' Long Beach, CA 90813-2741 . (310) 436-7600 . Fax (310) 495-1528
April 11, 1996
CITY OF SAN BERNARDINO
PUBLIC WORKS/ENGINEERING
300 NORTH 'D' STREET
SAN BERNARDINO, CA. 92418
Attention: Mr. Roger G. Hardgrave, R.C.E.
Re: Annual Sewer Operations and Maintenance Services
For the purposes of this Services contract, National Plant
Services has attempted to list the equipment and manpower
most likely to be~utilized by the City of San Bernardino
during the course of the contract. This list is not
comprehensive of all equipment owned and operated by National
Plant Services. If during the course of providing services
to the City, equipment not listed below is required to
accomplish a task for the City, rates for this equipment will
be submitted for approval prior to commencement of work
The following schedule of rates and charges will apply to the
performance of this work for this Annual Contract:
1. Heavy Industrial Vacuum
w/operator & Helper
ST/HR OT/HR
$ 130.00 $ 160.00
$ 95.00 $ 110.00
$ 130.00 $ 160.00
$ 45.00 $ 60.00
$ 130.00 $ 160.00
$ 35.00 $ 45.00
$ 80.00 $ 95.00
2. Combination Jet/Vac Unit
w/Operator only
w/Operator & Helper
3. Superintendent/Foreman
4. CCTV Unit w/ two men
5. Additional Technician
6. High Velocity Jetter
w/Operator
7. Power Rodder
w/operator
w/Operator & Helper
$ 95.00
$ 130.00
$ 110.00
$ 160.00
8. utility Truck
$
9.00
Page I
EXHIBIT 2
RES 96-200
I
I. PROPOBAL, eu, OP SAN ."""''''''0 - SBWB. '''''''''HANe. ""
ST/HR OT/HR
9. 6" Hydraulic Sludge Pump $ 100.00 $ 115.00
w/operator
10. Industrial Winch Truck $ 75.00 $ 90.00
w/operator
11- Mini-Camera $ 115.00 $ 145.00
w/operator & Helper
12. CCTV Unit & JC Unit $ 150.00 $ 180.00
w/ 2 Operators
13. Arrow Board $ 100.00/Day
14. Grout unit
w/operator ~ Helper $ 165.00/HR $ 190.00/HR
15. Manhole Rehab Unit
w/Operator & Helper $ 165.00/HR $ 195.00/HR
16. Polyrep Cutter $ 25.00/HR
CONFINED SPACE ENTRY EQUIPMENT*
A. Scott Airline Respirator
w/5 min. escape cylinder
B. Scott 30 min. Rescue Bottle
C. Pressure Regulator
D. Manifold Assembly
E. 100' HP Airline
F. Tripod
G. 6 Cylinder Cascade
H. 12 Cylinder Air Trailer
$ 21. DO/Day
$ 35.00/Day
$ lO.OO/Day
$ IS.OO/Day
$ 15.00/Day
$ l20.00/Day
$ 100.OO/Day
$ 200.00/Day
*This equipment will be used to clean wet wells, pump
stations, etc.
MISCELLANEOUS MATERIALS
A. SpraySeal Polyurea
B. Acrylamide Gel
C. LinkPipe Repair Sleeves
D. 3M Grout
$ 32.50/gallon
$ 7.50/gallon
Cost plus 10%
$150.00/gallon
Any additional materials or supplies required will be charged
at cost plus 10%. (Additional materials may include cement,
mortar, gunite and other miscellaneous manhole materials;
absorbent pads and other spill cleanup materials, etc.)
No purchases will be made without approval of the City of San
Bernardino.
Page 2
RES 96-200
PROPOSAL: CITY OF SAN BERNARDINO - SEWER MAINTENANCE 1996
All subcontracted services will be charged at cost plus 10%,
if paid by the City within 30 days.
There will be a four (4) hour minimum call-out charge for all
other rates and services.
I
,
MObilization/Demobilization of men and equipment will be
charged to the City of San Bernardino on a portal to portal
basis on the first and last day of each call-out, at the
applicable hourly rate.
straight Time applies to 7:00 AM - 3:30 PM, Monday through
Friday. Overtime applies to any hours in excess of 8 worked
during one shift; call-outs after 3:30 PM or before 7:00 AN;
Saturdays, Sundays and Holidays.
***All rates quoted are based on National Plant Services
payroll rates predicated on General Prevailing Wage
Determination for Craft: Sewer Maintenance Worker, dated
5/22/91 (Determination C-23-1234-1-91-1).
Scheduling of specific equipment will be coordinated with the
City of San Bernardino. Specific rates and charges will be
determined for each call-out, prior to commencement of work.
National Plant Services' crews carry time tickets to each job
site. City of San Bernardino will sign time ticket daily, if
possible. Invoicing will be done from signed time tickets on
a monthly basis.
Terms: Net 30 days. There will be a 10% late fee for unpaid
balances. Late fee will be compounded monthly for unpaid
balances.
Should you have any questions regarding this proposal or our
services, please contact the undersigned at 1-800-445-3614 at
your earliest opportunity.
R~~~~~bmitted'
Dt;1r;1!s R. Keene
President
Page 3
RES 96:"'~1l1-15-1996
I
f
13: 14
NATl ONAL PLANT SVCS
P.02
NATIONAL PLANT SERVICES, INC.
SpecJsJlzlng In today's needs for enwronmenraJ protection.
1461 Harbor Avenue' Long Beach, CA 90613-2741 . (310) 436.7600 . Fax (310) 495-1528
OF SAN BERm\RDINO
LIe WORXS/ENGINBBRrNG
NORTH I D I STREET
BERNARDINO, CA. 92418
At ention: Mr. Roger G. Hardgrave - Director of Public Works
Mr. Gene R. Klatt - Assistant City Engineer
Re Annual Sewer Operations and Maintenance Services
:a._<1mAnt to Schedule of Rates and Charges
Pe your reques~ we are submitting the following changes and
ad itions to the previOUSly submitted Schedule:
A... ClIANGR
1. Item #2 - Rate Reduction
Combination Jet/Vac Unit
w/ operator
$ 6S0.00/Day
$ 3,OOO.OO/week*
$11,200.00/month*
AIm .::. ll9 ~ .tQ llSl!!! .ti
1. CCTV Unit w/Operator
w/self-propelling camera
$ 730.00/Day
$ 3,400.00/Week*
$12,SOO.OO/Month*
rate is defined as a Monday-Friday, 5 consecutive
king days,
n~hly rate is defined as Monday-Friday, 5 consecutive
king days, 4 consecutive work weeks.
Y of San Bernardino will furnish all diesel fuel for NPS
ipment to qualify for weekly and/or monthly rates.
C' y of San Bernardino will furnish a qualified person with
'lity truck to assist NPS' operator. City will provide
ffic control, a disposal site for debris collected during
aning operations, all local permits and licenses, an
imited water supply from the nearest available hydrant
h water meter.
S' ould you have any questions regarding any portion of this
mittal, please contact the undersigned immediately.
look forward to your response.
. I
"'--"
D nnis R. Keene
p esident
Page 1
TOTAL P. 02