Loading...
HomeMy WebLinkAbout20- Development Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Michael E. Hays, Director Subject: Resolution awarding contract to National Plant Services—Provision of Dept: Development Services Sewer Operations and Maintenance Services. Date: March 22, 2000 0RUNAL File No. 3.7016 MCC Date: 4/17/00 Synopsis of Previous Council Action: 6/06/99 Allocated $136,000 from Sewer Line Maintenance Fund as part of the FY 1999/00 CIP budget. 1/10/00 Authorized the Director of Development Services to issue Requests for Proposal. Recommended Motion: Adopt Resolution Michael . Hays Contact person: T. Jarb Thaipejr, Senior Civil Engineer Phone: 5127 Supporting data attached: Staff Report, Resolution Ward: All FUNDING REQUIREMENTS: Amount: $136,000 Source: (Acct. No.) 132-432-5504-7016 Acct. Description: Special Maintenance-Outside Contractors Finance: Council Notes: Agenda Item No. ow I/i7/'2 0a) CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution awarding contract to National Plant Services, Inc. for Providing Sewer Operations and Maintenance Services. Background: The Departments of Public Services and Development Services, in order to continue to maintain the existing sewer system in good operating condition, have been contracting out the sewer maintenance services for the past three years. City crews address the sewer spills and back-ups; however, they do not have all of the necessary cleaning and inspection equipment, or the manpower, to address all the areas of concern. National Plant Services, Inc. will provide special cleaning equipment, inspection services, manhole repair and relining, removal of protruding laterals, root cutting, and emergency response. The requests for proposal were sent to nine companies. Only one proposal was received and it was from National Plant Services, Inc. Public Works and Public Services staffs have had a positive working relationship with National Plant Services, Inc. and we have determined that this company is qualified to meet the needs of the City on this project. Financial Impact: The fee will be based on actual cost, with a maximum of $136,000 for FY 1999/00. The proposed contract is for one year with the option to extend the contract for one additional year at no additional cost with Mayor and Common Council approval. Funds for these services are in the Sewer Line Maintenance Fund, Account No. 132-432-5504-7016 (Professional/Contractual Services). Recommendation: That the Mayor and Common Council adopt the Resolution awarding a contract to National Plant Services, Inc. for Providing Sewer Operations and Maintenance Services. O PO:y 1 RESOL I 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE 3 EXECUTION OF AN AGREEMENT WITH NATIONAL PLANT SERVICES, INC. FOR PROFESSIONAL SERVICES RELATIVE TO PROVIDING SPECIAL 4 MAINTENANCE SERVICES FOR THE CITY'S SEWAGE SYSTEM. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 6 CITY OF SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. The Mayor of the City of San Bernardino is hereby authorized and 8 directed to execute, on behalf of said City, an Agreement for Professional Services with 9 National Plant Services, Inc. for special maintenance services for the City's sewage system. A 10 11 copy of said agreement is attached hereto, marked Exhibit "A" and incorporated herein by 12 reference as fully as though set forth at length. 13 SECTION 2. The agreement shall not take effect until fully signed and executed by 14 both parties. The City shall not be obligated hereunder unless and until the agreement is fully 15 executed and no oral agreement relating thereto shall be implied or authorized. 16 17 SECTION 3. This resolution is rescinded if the parties to the agreement fail to execute 18 it within ninety (90) days of the passage of this resolution. 19 20 21 22 23 3 24 25 7 t 26 27 28 1 RESOLUTION...AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH NATIONAL PLANT SERVICES, INC. FOR PROFESSIONAL SERVICES RELATIVE 2 TO PROVIDING SPECIAL MAINTENANCE SERVICES FOR THE CITY'S SEWAGE 3 SYSTEM. 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 5 Common Council of the City of San Bernardino at a meeting thereof, held on the_day 6 of_, 2000, by the following vote, to wit: 7 Council Members: AYES NAYS ABSTAIN ABSENT 8 ESTRADA 9 LIEN 10 11 MCGINNIS 12 SCHNETZ 13 SUAREZ 14 ANDERSON 15 MCCAMMACK 16 17 18 City Clerk 19 The foregoing resolution is hereby approved this day of , 2000. 20 21 22 Judith Valles, Mayor City of San Bernardino 23 Approved as to 24 form and legal content: 25 JAMES F. PENMAN, 26 City Att 27 By. 28 2000-84 EXHIBIT "A" AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this 17th day of April , 2000, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and National Plant Services. Inc. a California corporation, hereinafter referred to as "PROVIDER". WITNESSETH WHEREAS, City desires to obtain professional services for cleaning, inspection and construction services related to the municipal sewer system. 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 February 16, 2000 , 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. One one-year extension is 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 conformance with Standard Specifications for Public Works Construction (Green Book, and the City of San Bernardino's Standard Drawings. 1 2000-84f 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_ February 16, 2000 , a copy of which is attached, hereto, ax 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 $136,000.00 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 total cost of services will only be permitted when the Provider establishes and City has agreed, in writing, that there has been, or is to be, 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 specified 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. 2 2000-84 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 (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. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The City Engineer 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 obtaining Provider's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the City Engineer 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 because of race, color, religion, sex, marital status, age, handicap or national origin. Provider's hiring practices and employee policies shall comply with Federal, State and Local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 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 3 2000-84 such incomplete documents, other than their originally intended use, 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. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all 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 writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. 11. INDEPENDENT CONTRACTOR Provider shall act as an independent contractor in the performance of the services provided for under this Agreement. Provider 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 Hall shall be null and void and shall construct a breach of this Agreement. All subcontracts exceeding $10,000.00, shall contain all provisions of this contract. 4 2000-84 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Provider and City: PROVIDER CITY Mr. Dennis R. Keene Mr. Michael E. Hays National Plant Services, Inc. Director of Development Services 1461 Harbor Avenue 300 North"D" Street Long Beach, CA 90813 San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Provider may reasonably rely upon the accuracy of data provided through the City or its agents without independent evaluation. 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 consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 16. INDEMNITY/HOLD HARMLESS A. Provider shall indemnify, defend and hold harmless City from and against any and all claims, demands„ suits, actions, proceedings, judgements, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees), and liabilities, of, by, or with respect to third parties, which arise 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, judgements, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of,by, or with respect to third parties,which arise from the City's negligence. With respect to any and all claims, demands, suits, actions, proceedings, judgements, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities 5 2000-84 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. 17. , 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 $1,000,000.00. B. The City shall require the Provider to provide Workers Compensation and Comprehensive General Liability Insurance, including completed operations and contractual liability, with coverage sufficient to insure the Provider's indemnity, as above required; and, such Comprehensive General Liability Insurance shall include the City, and each of its officers, agents and employees as additional insured. 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. 18. 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. 19. 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, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. 6 2000-84 AGREEMENT FOR: SEWER MAINTENANCE, CLEANING AND INSPECTION SERVICES IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. CITY OF SAN BERNARDINO Y• Wendy McCammack Mayor ro Tem ATTEST: BY: "Rachel Clark, City Clerk NATIONAL PLANT SERVICES, INC. BY: Dennis R. Keene, President Approved as to form And legal content: JAMES F. PENMAN City Attorney BY: 7 2000-84 _. REQUEST FOR PROPOSALS TO PROVIDE SEWER OPERATIONS AND MAINTENANCE SERVICES FOR CITY OF SAN BERNARDINO CITY WIDE - AS NEEDED - ONE YEAR CONTRACT DEVELOPMENT SERVICES DIVISION PUBLIC WORKS DIVISION AND DEPARTMENT OF PUBLIC SERVICES CITY OF SAN BERNARDINO JANUARY, 2000 EXHIBIT 1 i 2000-84 I. 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 tot he operation and maintenance of the municipal sewer system. H. 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 a 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 not exceed S 136,000.00 over a 12 month period. No minimum amount of work will be guaranteed at any one 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 acceptance of the proposal and contract, the City will engage the provider In various cleaning, inspection, repair projects throughout the community. The provider will be expected to produce inspection videos of 2 2000-84 the repairs and sewer line cleaning. 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. 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 shall be delivered, by the provider, to the City operated treatment plant for disposal at no cost. 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 and on-going coordination with utilities affected by the work is also considered to be a part of the provider's work. III. PROPOSAL REQUIREMENTS A. Six (6) copies of the proposal shall be submitted to Mr. Raymond A. Casey, City Engineer, 300 North "D" Street, 3`d Floor, City Hall, San Bernardino, CA 92418, no later than February 25 2000 , 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 supervisor level. Specifically identify the "project manager" that will serve as contact person and liaison with the City. 3. Specify the number of support personnel available or that can be committed to the project. 3 2000-84 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, and 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. 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. For example, 1 — 1000 gallon vactor truck, three man crew, necessary traffic control and safety equipment for jet rodding sewer lines at a total cost of$100lhour. 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. Once the Mayor and Common Council have awarded the contract, 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. All proposals in response to this RFP will become the property of the Agency and may be used by the Agency in any way deemed appropriate. D. The proposals will be reviewed and supplemental interviews may be conducted at a later date prior to the selection of any one of the firms submitting proposals. 4 r 2000-84 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. Raymond A. Casey, City Engineer, at (909) 384-5111. IV. INStiRAtiCE AND INDEMNIFICATION The provider shall procure and maintain_at the provider's expense for the duration of the contract a program of insurance satisfactory to the City. Where such insurance is provided by commercial insurance, such insurance shall be secured through a carrier satisfactory to the City. The following form of insurance shall be required: Comprehensive General Liability of $1,000,000.00 combined single limit for each occurrence and in the aggregate; Automobile Liability; and Worker's Compensation. A statement indicating a willingness and ability to meet the Agency's insurance and indemnification requirements shall be included. V. AFFIRMATIVE ACTION The City has adopted a policy to provide Minority Business Enterprises (MBE), Women Business Enterprises (WBE) an equal opportunity to participate in the performance of all City contracts. A copy of this policy may-be reviewed at the City's Public Works Division. VI. AWARD OF CONTRACT Award of the contract will be made by the Mayor and the Common Council, at subsequent Council Meeting, after the completion of the selection process. 5 2000-84 0 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 February 16, 2000 City of San Bernardino Development Services Department 300 North `D' Street San Bernardino, CA 92418-0001 Attenti9n: T. Jarb Thaipejr, P.E. Re: City-Wide - As-Needed - Sewer Operations and Maintenance Services National Plant Services, Inc. is pleased to submit the following Schedule of Rates and Charges to provide Sewer Operations and Maintenance Services to the City of San Bernardino for a one-year period. For the purpose of this Services Contract, National Plant Services has attempted to list the equipment (with trained personnel) most likely to be utilized by the City of San Bernardino during the course of this 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 utilization of that equipment. SCHEDULE OF RATES AND CHARGES EQUIPMENT 1. Combination Jet/Vac Unit w/2 man crew $145.00/Hr ST $185.00/Hr OT Rate includes utility truck, all hoses, nozzles, PPE, gas detector, cones, truck-mounted arrowboard 2. Color CCTV Inspection Unit w/2 man crew $145.00/Hr ST $185.00/Hr OT Rate includes utility truck, cameras, skids, accessories, gas detector, cones truck-mounted arrowboard 3. Jumbo Jet/Vac* Unit w/2 man crew $170.00/Hr ST $210.00/Hr OT *This Unit is designed for larger diameter line cleaning Rate includes utility truck, all hoses, nozzles, PPE, gas detector, cones, truck-mounted arrowboard 4. High-Velocity Jetter w/2 man crew $140.00/Hr ST $180.00/Hr OT Rate includes utility truck, all hoses, nozzles, PPE, gas detector, cones, truck-mounted arrowboard A Cary/on Company EXHIBIT 2 PROPOSAL: CITY OF SAN BERNARDINO 2000-84 CITY-WIDE SEWER OPERATIONS & MAINTENANCE SERVICES CONTRACT SCHEDULE OF RATES AND CHARGES EQUIPMENT 5. Power Rodder w/2 man crew $155.00/Hr ST $195.00/Hr OT Rate includes utility truck, all tools, rod, PPE, gas detector, cones, truck-mounted arrowboard 6. Grout Unit w/2 man crew $175.00/Hr ST $215.00/Hr OT Rate includes utility truck, all hoses, nozzles, PPE, gas detector, cones, truck-mounted arrowboard 7. Industrial Winch Truck w/Operator $ 85.00/Hr ST $105.00/Hr OT 8. Manhole Rehab Unit w/2 men $175.00/Hr ST $215.00/Hr OT Rate includes utility truck, all hoses, nozzles, PPE, gas detector, cones, truck-mounted arrowboard 9. Polyrep Cutter" $250.00/Day Tool used to cut intruding laterals ("or similar unit) 10. Utility Truck $100.00/Day 11. Additional Technician $ 55.00/Hr ST $70.00/Hr OT If work assigned by the City requires additional personnel for safety and/or Other practical reasons. Additional Technician will not be added until and unless j approved by the City. 12. Trailer-mounted Arrowboard $175.00/Day There will be a four (4) hour minimum daily charge for any equipment and personnel ordered by the City. Mobilization and Demobilization of men and equipment will be charged on a portal to portal basis from our Long Beach facility on the first and last day of each call-out. Travel will be charged at the applicable hourly rate. All rates are based on paying California Prevailing Wage Rates for the Sewer Maintenance Classification. SAFETY EQUIPMENT Basic safety equipment, including PPE, is included in the hourly rates for the Equipment listed above. However, some work in the City (wet well, pump station, siphon cleaning, etc.) may require additional Safety equipment not included in the Equipment Rates. This items may include Continuous Breathing Air equipment, regulators, tripods, additional airline, carriers. Manifolds, rescue bottles, etc. If assigned this work, National Plant Services will furnish pricing for this additional equipment at that time. 2 2000-84 PROPOSAL: CITY OF SAN BERNARDINO CITY-WIDE SEWER OPERATIONS & MAINTENANCE SERVICES CONTRACT SCHEDULE OF RATES AND CHARGES MATERIALS A. Sprayseal Polyurea Coating $35.00/Gallon B. Acrylamide Gel Grout $8.00/Gallon (30 gallon minimum) C. LinkPipe Repair Sleeves Cost" plus 15% 'Cost includes shipping, taxes, tariiffs, etc. Any materials or supplies (not listed above) required to perform work assigned by the City will be charged at cost plus 15%. (Additional materials may include cement, mortar, gunite, and other miscellaneous manhole materials.) No purchases will be made without the prior approval of the City. RENTALS & SUBCONTRACTING Any equipment rented or services subcontracted will be charged to the City at cost plus 15%. No equipment will be rented or services subcontracted without the prior approval of the City. Services mentioned in the specifications that National Plant Services would subcontract include excavations, by-pass pumping, open-cut pipe repair, pipe lining by no-dig method, paving and other construction related services. ITEMS TO BE FURNISHED BY THE CITY The City will furnish, at no charge to National Plant Services, Inc. the following: 1. An unlimited water supply 2. A Water Meter 3. A Disposal Area for any and all debris collected during cleaning operations 4. Secure equipment and vehicle parking 5. All local licenses and permits, including Encroachment Permits and any CalTrans permits that may be required. The City has on-site diesel fuel storage and dispensing equipment. If the City furnishes diesel fuel to National Plant Services during the course of this contract, National Plant Services will pay for actual fuel provided or discount billing by 1'/2 % on those days that fuel was provided. i i i 3 i y WAR C I T Y O F 5an Bernardino moo ' 'CIO offW 30 All :19 G iDED IS lea D E V E L O P M E N T S E R V I C E S D E P A R T M E N T M I C H A E L E . H A Y S May 25, 2000 0 1 R E C T O R y File No. 3.7016 Mr. Dennis R. Keene National Plant Services, Inc. 1461 Harbor Avenue Long Beach, CA 90813 Subject: Agreement for Sewer Operation and Maintenance Dear Mr. Keene: On April 17, 2000, the Mayor and Common Council adopted Resolution 2000-84 approving an agreement with your company to provide sewer operation and maintenance services at various locations throughout the city. This letter is to advise you that, due to a change of internal policy, several non-substantive changes need to be made to the agreement. These changes are as follows: 1. Item 7A. SUPERVISION AND ACCEPTANCE OF THE WORK—Replace two occurrences of "City Engineer"with"Director.of Public Services". 2. Item 13 NOTICES —Change the city's contact person from "Mr. Michael Hays, Director of Development Services, 300 N. "D" Street, San Bernardino, CA 92418" to "Mr. Lynn Merrill, Director of Public Services, 300 N. "D" Street, San Bernardino, Ca 92418". If you have any questions regarding this change, please contact the undersigned at (909) 384-5111. Very Truly Yours, Raymond A. Casey . City Engineer RC/pp cc: See Page 2 3 0 0 N O R T H D S T R E E T , S A N B E R N A R D I N O . C A L I F 9 2 4 1 8 - 0 0 0 1 (909) 384 - 53ST • FAX : 384 . 5080 / PU13LIC WORKS FAX : 384 - SISS National Plant Services,Inc. May 25, 2000 File No. 3.7016 Page 2 of 2 cc: Lynn Merrill,Director of Public Services Mike Hays, Director of Development Services Rachel Clark, City Clerk Henry Empeno, Deputy City Attorney Ed Stone, Street Superintendent Mike Grubbs, Senior Civil Engineer