Loading...
HomeMy WebLinkAbout29- Public Works CITY OF SAN 13ERNARDINO REQUEST FOR COUNCIL ACTION File No. 3 . 01 From: ROGER G. HARDGRAVE Subject: Authorization to Execute Agree- ment for Professional Services - Dept: Public Works & Public S fft es Provision of Sewer Maintenance Services - City-Wide - Date: 6-12-96 INA I NATIONAL PLANT SERVICES Synopsis of Previous Council action: 05-06--96 - Authorization granted to issue Requests for Proposals to provide sewer maintenance services . Recommended motion: Adopt resolution. i cc: Shauna Clark Jim Penman Jim Howell Signature Contact person: Gene R. Klatt Phone: 5125 Staff Report, Supporting data attached: Resolution, Agreement Ward: All FUNDING REQUIREMENTS: Amount: $100 , 000 (Sewer Maintenance Fund) Source: (Acct. No.) 132-371-5504-7016 Acct. Description) Special M ntenance - Outside Contractor Financ Council Notes: CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Authorization was granted at the Council meeting of 5-06- 96 to issue Requests for Proposals for special maintenance services for the City' s sewage system. Requests for Proposals were accordingly sent to nine (9) firms. However, only National Plant Services, Inc. submitted a proposal. An interview was conducted with National Plant Services, Inc. by representatives of the Departments of Public Services and Public Works. This firm was found to be very well qualified to perform the requested services- An Agreement to Provide Professional Services was negotiated with National Plant Services, Inc. This Agreement provides, in general , that National Plant Services, Inc. , will provide special maintenance services on the City' s sewage system as directed. The fee for the services provided from 7-1-96 to 6- 30-97 will be at the wage rates and other costs set forth in Exhibit "3 , " at a total amount not to exceed $100 ,000 for the 1996/97 Fiscal Year. An amount of $100 ,000 has been included in the proposed 1996/97 Sewer Maintenance Fund, under Account No. 132-371-5504- 7016 , to finance the cost incurred for services provided pursuant to this Agreement. We recommend that the Agreement for Professional Services be approved. 6-12-96 AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this day of , 1996, 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. " W I T N E S S E T H 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 March 15. 1996, a copy of which is attached hereto as Exhibit 111" 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 "A" 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 112" 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 11211, 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 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 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 obtaining Provider's compliance hereunder. No payment for any services 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: recruitment and recruitment advertising, employment, upgrading, and promotion. Page 3 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 11211 . 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. a 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 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 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 this Agreement shall be in writing and addressed to the following representatives of Provider and City: Provider CITY Attn: Mr. Dennis R. Keene Mr. Roger G. Hardgrave National Plant Services, Inc Director of Public 1461 Harbor Avenue Works/City Engineer Long Beach, CA 90813-2741 300 North "D" Street 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 Page 5 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 loom,-, (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 require 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 such insurance will include the City, the Provider, their consultants, and each of their 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. 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, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. Page 7 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 BY: Tom Minor, Mayor ATTEST: By: Rachel Clark, City Clerk I National Plant Services, Inc. By: President Approved as to form and legal content: JAMES F. PENMAN City Attorney By: ,%wo' Page 8 REQUEST FOR PROPOSALS TO PROVIDE SEWER OPERATIONS AND MAINTENANCE SERVICES FOR CITY OF SAN BERNARDINO CITY WIDE - AS NEEDED - ONE YEAR CONTRACT DEPARTMENT OF PIIBLIC WORKS AND DEPARTMENT OF PIIBLIC SERVICES CITY OF SAN BERNARDINO MARCH 15, 1996 EXHIBIT 1 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 to the operation and maintenance of the municipal sewer system. II. 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 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 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 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. III. 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. "D" 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. 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 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 any one 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. OWN Page 4 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 AORRS/ENGINEERING 300 NORTH 'D1 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: i ST HR OT HR i 1. Heavy Industrial Vacuum w/operator & Helper $ 130.00 $ 160 .00 2 . Combination Jet/Vac Unit w/Operator only $ 95.00 $ 110.00 w/Operator & Helper $ 130 .00 $ 160 .00 li i 3. Superintendent/Foreman $ 45.00 $ 60.00 4 . CCTV Unit w/ two men $ 130.00 $ 160.00 5 . Additional Technician $ 35. 00 $ 45. 00 6 . High Velocity Jetter $ 80.00 $ 95.00 w/Operator 7 . Power Rodder w/Operator $ 95.00 $ 110 .00 w/Operator & Helper $ 130 . 00 $ 160 .00 S . Utility Truck $ 9 .00 Page 1 EXHIBIT 2 1 PROPOSAL: CITY OF SAN BERNARDINO - SEWER MAINTENANCE 1996 1 it ST/HR OT HR i 9 . 611 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 i 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 $ 21. 00/Day W/5 min. escape cylinder B. Scott 30 min. Rescue Bottle $ 35. 00/Day C. Pressure Regulator $ 10. 00/Day D. Manifold Assembly $ 18 . 00/Day E. 100 ' HP Airline $ 15. 00/Day F. Tripod $ 120. 00/Day G. 6 Cylinder Cascade $ 100. 00/Day H. 12 Cylinder Air Trailer $ 200. 00/Day *This equipment will be used to clean wet wells, pump stations, etc. MISCELLANEOUS MATERIALS A. SpraySeal Polyurea $ 32 .50/gallon B. Acrylamide Gel $ 7 .50/gallon C. LinkPipe Repair Sleeves Cost plus 10% D. 3M Grout $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 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. 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 AM; 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 100 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. Re!smectfully submitted, '�� D nis R. Keene President Page 3 JUI-15-1996 13:14 NATIONAL PLANT SUCS P.02 0 t NATIONAL PLANT SERVICES, INC. Specializing in today's needs for environmental protection. 1481 Harbor Avenue • Long Beach, CA 90813-2741 • (310)436.7600 Fax (310)495-1528 v'• a 14, 1996 CI OF SAN BERNARDINO LIC WORKS/M;GINSER.ING 3 0 NORTH 'D' STR FJ3T 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 Amendment to Schedule of Rates and Charges Pe your request.,. we are submitting the following changes and adlitions to the previously submitted Schedule: AM 1. Item #2 - Rate Reduction Combination Jet/Vac Unit $ 680 .00/Day w/ operator $ 3 , 000 .00/week* $11, 200 .00/month* B ADD = X2X Rate = It 4 1 . CCTV Unit w/Operator $ 730 .00/Day w/self-propelling camera $ 3 , 400 . 00/Week* $12 , 800 .00/Month* *W e e:tiy =ate is defined as a Monday-Friday, 5 consecutive we king days . *. nz�hly rate is defined as Monday--Friday, 5 consecutive working days, 4 consecutive work weeks . C' y of San Bernardino will furnish all diesel fuel for NPS eqaipment to qualify for weekly and/or monthly rates . C' y of San Bernardino will furnish a qualified person with utility truck to assist NPS ' operator. City will provide traff ic control, a disposal site for debris collected during cleaning operations, all local permits and licenses, an unlimited water supply from the nearest available hydrant with water meter. i S' ould you have any questions regarding any portion of this s, mittal , please contact the undersigned immediately. WE look forward to your response . R s ectfully submitted, D nnis R. Keene P esidert Page 1 t f