Loading...
Contract - C & R Drains - 2015-07-01 AGREEMENT FOR AFTER HOURS EMERGENCY SEWER SERVICES This Agreement ("AGREEMENT") is made and effective as of July 1, 2015, between the Costa Mesa Sanitary District, a sanitary district ("DISTRICT"), and C&R Drains, Inc., a California Corporation ("CONTRACTOR"). In consideration of the mutual covenants and conditions set forth herein, the parties agree as follows: RECITALS WHEREAS, DISTRICT provides sewer service to its patrons pursuant to a system of sewer lines owned and operated by DISTRICT and must take reasonable steps to prevent and abate sewer system overflows (SSOs), including providing sewer pump and sewer main line maintenance, and further providing emergency repairs when a pump station or a main sewer line malfunctions thereby causing such an SSO; and WHEREAS, the WDR and SSMP requirements apply to this agreement and CONTRACTOR is aware of the penalties; and WHEREAS, DISTRICT has the need for certain emergency work from time to time that cannot always be competitively bid due to exigent circumstances and has taken into consideration Fairview Valley Fire Inc. v. California Dept. of Forestry (2015) 233 Cal. App. 4th 1262; and WHEREAS, CONTRACTOR is qualified to do such work and desires to perform said tasks; and WHEREAS, DISTRICT and C&R Drains, Inc., desire to contract for emergency response to SSOs to determine causation, the appropriate repairs needed, and to make preliminary determinations regarding whether the SSOs originate and/or are caused by privately owned facilities or public facilities; and • WHEREAS, the DISTRICT desires an agreement in which personnel of the DISTRICT and CONTRACTOR may work together in providing after hours emergency sewer services relating to sewer spills; NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES CONTRACTOR shall perform After Hours Emergency Sewer Services described and set forth in Exhibit A, attached hereto and incorporated herein as though set forth in full. 2. LICENSE CONTRACTOR represents that it possesses the following licenses: Class C-36 Plumbing Contractor's, License No. 531746. 3. AUTHORIZATION CONTRACTOR agrees that it will perform such services as the General Manager of District Engineer shall direct. Telephone authorization shall be sufficient to direct the work. 4. RATES (a) The DISTRICT, upon presentation of an invoice, agrees to pay the CONTRACTOR in accordance with Exhibit B, attached hereto and incorporated herein by reference OR upon completion of the task. No other expenditures made by CONTRACTOR shall be reimbursed by DISTRICT. (b) CONTRACTOR shall not be compensated for any services rendered in connection with its performance of this AGREEMENT that are in addition to those set forth herein, unless such additional services are requested in a written change order and are approved in advance and in writing by DISTRICT. The written change order requirement cannot be waived. The General Manager may approve change orders for additional work not to exceed the cumulative value of ten percent (10%) of the total contract sum. Any additional work in excess of this cumulative amount shall be , approved by the Board of Directors. (c) CONTRACTOR will submit invoices upon task completion unless otherwise agreed. Payment shall be made within thirty (30) days of receipt of each invoice as to all non-disputed fees. If DISTRICT disputes any of CONTRACTOR's fees, DISTRICT shall give written notice to CONTRACTOR within thirty (30) days of receipt of an invoice of any disputed fees contained in the invoice. 5. INVOICES CONTRACTOR shall keep adequate records of hours and equipment on the job and materials used and provide a detailed invoice within thirty (30) days of performing the services. 6. WORK QUALITY CONTRACTOR agrees to use its best efforts to perform such work in a workmanlike manner, considering that such work is being performed under emergency conditions. CONTRACTOR agrees to photograph the site with a date stamp and time stamped into the photo documenting the situation on a private SSO after 30 minutes have expired and they are ready to take action to fix the blockage. 7. PREVAILING WAGE RATES CONTRACTOR understands that this job, if over One Thousand Dollars ($1,000.00) in value and not exempt, requires compliance with the prevailing wage law. (Labor Code, §§ 1720 et seq.) As such, DISTRICT will ascertain the prevailing wages to be paid on this job from the Director of Industrial Relations. Said amounts are listed at http://www.dir.ca.gov/dlsr/pwd/index.htm. CONSULTANT agrees to pay prevailing wages and maintain prevailing wage records regarding those payments. CONSULTANT is also required to comply with the apprentice requirements. CONSULTANT shall defend, indemnify, and hold the DISTRICT, its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. CONSULTANT recognizes that state law makes eight (8) hours a day's work, and any worker working in excess of that time must be paid overtime. (Labor Code, § 1813.) District has made a determination that this job is subject to prevailing wages and has filed a DIR Form 100 with the Department of Industrial Relations. CONTRACTOR must be registered with the DIR to perform work under this AGREEMENT. 8. PAYROLL RECORDS The provisions of section 1776 of the Labor Code of the State of California regarding the preparation, maintenance and filing of payroll records are applicable to this AGREEMENT. Specifically, each CONTRACTOR and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by him in connection with the public work. THE CONTRACTOR'S AND SUBCONTRACTOR'S PAYROLL RECORDS SHALL BE SUBMITTED ON A WEEKLY BASIS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR SUBMITTAL OF SUB- CONTRACTOR'S PAYROLL RECORDS. CONTRACTOR shall file electronic payroll records with the DIR. 9. Penalty. CONTRACTOR shall, as a penalty to the DISTRICT, forfeit up to $50.00 for each calendar day or portion thereof for each workman paid (either by him or any subcontractor under him) less than the prevailing rate set forth herein on the work provided,for in this contract, all in accordance with Section 1775 of the Labor Code of the State of California. 10. APPRENTICES If applicable, the provisions of Labor Code section 1777.5 requiring the use of apprentices in certain ratios to journeymen on the project are hereby imposed upon CONTRACTOR. 11. Legal Day's Work. In the performance of this AGREEMENT, not more than eight (8) hours shall constitute a day's work, and the CONTRACTOR shall not require more than eight (8) hours of labor in a day from any person employed by him hereunder except as provided in Labor Code section 1815. (CONTRACTOR shall conform to Article 3, Chapter 1, Part 7 (section 1810, et seq.) of the Labor Code of the State of California, and it is agreed that the CONTRACTOR shall forfeit to the DISTRICT as a penalty the sum of$25.00 for each workman employed in the execution of this Contract by the CONTRACTOR or any subcontractor for each calendar day during which any workman is required or permitted to labor more than eight (8) hours in any one calendar day and forty (40) hours in any one week in violation of said article. 12. INDEMNIFICATION CONTRACTOR shall indemnify, defend with legal counsel approved by DISTRICT, and hold harmless DISTRICT, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with CONTRACTOR's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the DISTRICT. Should conflict of interest principles preclude a single legal counsel from representing both DISTRICT and CONTRACTOR, or should DISTRICT otherwise find CONTRACTOR's legal counsel unacceptable, then CONTRACTOR shall reimburse the DISTRICT its costs of defense, including without limitation reasonable legal counsels fees, expert fees and all other costs and fees of litigation. The CONTRACTOR shall promptly pay any final judgment rendered against the DISTRICT (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the CONTRACTOR's negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this AGREEMENT. CONTRACTOR obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of DISTRICT under any provision of this AGREEMENT, CONTRACTOR shall not be required to indemnify and hold harmless DISTRICT for liability attributable to the active negligence of DISTRICT, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where DISTRICT is shown to have been actively negligent and where DISTRICT active negligence accounts for only a percentage of the liability involved, the obligation of CONTRACTOR will be for that entire portion or percentage of liability not attributable to the active negligence of DISTRICT. • Notwithstanding any limits provided for indemnification, CONTRACTOR's duty to defend is broader. CONTRACTOR agrees to provide DISTRICT with a defense, with counsel reasonably acceptable to DISTRICT, or pay DISTRICT's costs of defense; upon service of any complaint, petition, or other pleading that requires DISTRICT to defend itself in any proceeding arising out of the work described in,this AGREEMENT. Said obligation shall not extend to disputes between CONTRACTOR and DISTRICT. 13. INSURANCE CONTRACTOR shall maintain in effect during the term of this Contract the following insurance coverages which shall name DISTRICT as an additional insured in an endorsement that cannot be canceled except upon thirty (30) days written notice to DISTRICT: Commercial General Liability Insurance (primary) shall be provided on DISTRICT-approved endorsement forms. Policy limits shall be no less than one million dollars ($1,000,000.00) per occurrence for all coverages and two million dollars ($2,000,000.00) general aggregate. DISTRICT and its employees and agents shall be added as additional insureds using a DISTRICT-approved endorsement form. Coverage shall apply on a primary non-contributing basis in relation to any other insurance or self- insurance, primary or excess, available to DISTRICT or any employee or agent of DISTRICT. Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Coverage shall contain no contractors' limitation endorsement. There shall be no endorsement or modification limiting the scope of coverage for liability arising from pollution, explosion, collapse, underground property damage or employment-related practices. Business Auto Coverage shall be written on a DISTRICT-approved endorsement form including symbol 1 (Any Auto). Limits shall be no less than one million dollars ($1,000,000.00) per accident. Workers' Compensation/Employer's Liability shall provide workers' compensation statutory benefits as required by law. Employer's liability limits shall be no less than one million dollars ($1,000,000.00) per accident or disease. Unless otherwise agreed, this policy shall be endorsed to waive any right of subrogation as respects with the DISTRICT, its employees or agents. Unless otherwise approved by the DISTRICT, CONTRACTOR's insurance shall be written by insurers authorized to do business in the State of California and with a minimum Best's Insurance Guide rating of "A-:VII." Self-insurance will not be considered to comply with these insurance specifications. CONTRACTOR agrees to provide evidence of the insurance required herein, satisfactory to the DISTRICT, consisting of certificate(s) of insurance evidencing all of the coverages required and an additional insured endorsement to CONTRACTOR's general liability using DISTRICT-approved endorsement forms. Certificate(s) are to reflect that the insurer will provide thirty (30) days notice of any cancellation of coverage. CONTRACTOR agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. CONTRACTOR agrees to provide complete certified copies of policies to DISTRICT within ten (10) days of DISTRICT's request for said copies. 14. SAFETY CONTRACTOR shall observe all safety procedures when performing said job, including, but not limited to, those set forth in Labor Code section 6705 pertaining to trenching, those provided by CAL-OSHA and those set forth in the most recent editions of CAL-TRANS manuals pertaining to traffic control and the use of warning devices for highway work. Such standards shall include the following: 1. The Work Area Traffic Control Handbook (WATCH). 2. The Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon Highways. 3. State Labor Code Sections 6704, 6706 and 6707. 4. The Construction Safety Orders (CAL/OSHA). 5. •The General Industry Safety Orders (CAL/OSHA). 6. Standard Specifications for Public Works Construction (The Green Book). 15. PERMITS CONTRACTOR shall comply with all permit requirements of all government entities and shall obtain appropriate permits when necessary. 16. BUSINESS'LICENSE Should CONTRACTOR perform any work in a calendar year for DISTRICT, it shall obtain a City of Costa Mesa business license. 17. TERM This AGREEMENT shall be for one (1) year with two (2) one-year extensions at the DISTRICT's option. Year one (1) shall commence on July 1, 2015, and shall remain and continue in effect until tasks described herein are completed, unless sooner terminated pursuant to the provisions of this AGREEMENT. 18. AS-BUILTS CONTRACTOR shall provide DISTRICT with as-built drawings if requested for repairs or photographs/video as requested by District Engineer. All records of the repair shall be provided to DISTRICT. 19. NO ASSIGNMENT This AGREEMENT may not be assigned without the consent of the DISTRICT. 20. ENTIRE AGREEMENT This AGREEMENT represents the entire agreement of the parties and shall not be amended except by written amendment signed by persons with the legal authority to bind the parties. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed this day and year first above written. COSTA MESA SANITARY DISTRICT C&R Drains, Inc. 4:General Manager e;atu ATTEST: I en 6. (11. 114drosE. Typed Name /AV District C 'rk 111, . • `L i i O bV\ Tite APPROVED AS TO FORM: 64.14-64€4-7 District Counsel /�gP SANITq y� i� o� Exhibit A (EF, , `°L, Al • • i8 =ry' 8 5 Costa Mesa SanitaryDistrict cRp oR„,, . . .an Independent Special District REQUEST FOR PROPOSAL After Hours Emergency Sewer Services (Revised RFP as of 3/30/15) I. Introduction The Costa Mesa Sanitary District ("District") is an independent special district formed in 1944 under the Sanitary District Act of 1923. The District boundaries encompass all of the City of Costa Mesa and portions of Newport Beach and unincorporated Orange County. The population is approximately 116,700. The District provides liquid waste collection and transmission to Orange County Sanitation District facilities for treatment and disposal. The District's liquid waste collection system consists of 224.2 miles of sewer mains, 4,650 manholes and 20 pump stations. Visit www.cmsdca.gov for more information about the District. This Request for Proposal is for emergency sewer services during after-hours, District observed holidays, and weekends. The District is seeking proposals from qualified Contractor's firms interested in performing the requested services. A mandatory pre-bid meeting will be scheduled for Monday, March 30, 2015, at 11:00AM at District Headquarters located at 628 W. 19th Street, Costa Mesa, CA 92627. Proposals are to be submitted, via email, no later than 3:30 p.m. on Monday, April 27, 2015 to the following address: Costa Mesa Sanitary District Javier Ochiqui, Management Analyst jochiqui@cmsdca.gov II. Scope of Work Contractors wishing to be considered for selection by the Costa Mesa Sanitary District must agree to meet District's requirements and provide the services outlined below to include, but not limited to, the following: Mandatory Pre-bid Meeting A mandatory pre-bid meeting on Monday, March 30, 2015 at 11:00AM at District Headquarters located at 628 W. 19th Street, Costa Mesa, CA 92627 with the District `,11F UIS'J'ItCi e y. Protecting our community's health and the environment by providing solid waste and sewer collection services. ,, ,, www.cmsdca.gov Exhibit A Engineer and Sewer Maintenance Supervisor is required to discuss the expectations and requirements for after-hours emergency sewer services. Emergency Services • Contractor will provide a 24-hour a day phone number that will be staffed by a live person from the Contractor's organization. No voice mail is allowed. • Contractor will provide a list of names, titles, and experience of those individuals who will be responding to these services. • Contractor's 24-hour a day phone number will be made available on the District's website and given to the Costa Mesa and Newport Beach Police Departments. • Contractor will keep in all their vehicles assigned to the District copies of District sewer atlas, City of Costa Mesa storm drain atlas and City of Newport Beach storm drain atlas (all three atlas will be provided by the District). • Contractor will display on all their vehicles assigned to the District signage that reads: "Costa Mesa Sanitary District authorized first emergency responder". • After hours emergency services is defined as follows: Monday (between the hours of 3:30 PM to 6:00 AM) Tuesday (between the hours of 3:30 PM to 6:00 AM) Wednesday (between the hours of 3:30 PM to 6:00 AM) Thursday (between the hours of 3:30 PM to 6:00 AM) Friday (between the hours of 2:30 PM to 6:00 AM) Saturday (All day/ 24-hours) Sunday (All day/ 24-hours) District Holidays (All day/ 24hours) District observed holidays are as follows: o New Year's Day o Martin Luther King Day o Presidents Day o Memorial Day o Labor Day 0 4th of July o Veterans Day o Thanksgiving Day and the day after o Christmas Day • After receiving a call about a possible sanitary sewer overflow (SSO), Contractor will notify the District's on duty standby personnel informing him of the dispatch. Exhibit A Contractor will inform standby personnel who made the call and the location of the possible SSO. • Contractor must arrive at the scene with all the equipment including a jetter as • described in Section 1 within 60 minutes (1 hour) after receiving the call. Contractor will follow different procedures for public and private SSOs as described below. Private SSO • Contact District standby personnel to notify him that the SSO is from a cleanout or a private manhole. • Block storm drains with sandbags or other barrier devices. Creating a dirt berm is not acceptable. • Take pictures of the SSO. • Attempt to make contact with the property owner/manager. If property owner/manager is not available, relieve the blockage and bill the District for the service. • If property owner/manager is contacted, inform him/her that you can provide the service. Share with property owner/manager your emergency rates. • If property owner/manager agrees to your service have him/her sign your consent form. Disseminate a list of cleanup vendors and letter from the District. Bill the property owner/manager for your service. • If property owner/manager refuses your service, ask them, "is your plumber on his way?" If yes, tell them that he/she has approximately 30 minutes for the arrival of a private plumber. • If plumber arrives within 30 minutes give property owner/manager a list of cleanup vendors and then leave the premises. Bill the District for your services • If the plumber does not arrive within 30 minutes relieve the blockage and bill the property owner/manager for your service. Before leaving the premises, give property owner/manager a list of cleanup vendors and District letter. Public SSO • Contact District standby personnel to notify him that the SSO is from a District manhole. • Block storm drains with sandbags or other barrier devices. Creating a dirt berm is not acceptable. • Take pictures of the SSO. • Place signs in the right-of-way warning the public about the SSO. • Inform the standby personnel that you are able to locate the downstream manhole to relieve the blockage. • District standby personnel will arrive with sewer combination truck to clean up the SSO and wash down and vacuum public property. • Complete SSO spill report in the District's SSO Standard Operating Procedures manual. • Section (1) Equipment Exhibit A Contractor must have in its possession when responding to an SSO (private or public) the following equipment: • Trailer mounted high pressure jetter that can produce water pressure at a minimum of 2,500 PSI from.a minimum 300 gallon water tank. Jetting hose shall be %2" with a maximum capability of 500 feet. It's recommended that the equipment has an electronic arrow board or safety beacon light. • A variety of cleaning nozzles including a warthog nozzle. • Arrow board on contractor's vehicle and/or trailer mounted jetter. • • Shovels • Sandbags and/or other barrier devices to block wastewater from entering storm drains. • Reflective safety vests. • Digital camera Safety Contractor shall observe all safety procedures when performing said job, including but not limited to those set forth in Labor Code Section 6705 pertaining to trenching, those provided by CAL-OSHA and those set forth in the most recent edition of CAL TRANS manuals pertaining to traffic control and the use of warning devices for highway work. Such standards shall include the following: 1. The Work Area Traffic Control Handbook (WATCH) 2. The Manual of Warning Signs, Lights and Devices for the Use in Performance of Work Upon Highways 3. State Labor Code Sections 6704, 6706 and 6707 4. The Construction Safety Orders (CAL-OSHA) 5. The General Industry Safety Orders ( CAL-OSHA) Ill. Instructions to Contractor's A. Examination of Proposed Documents By submitting a proposal, the Contractor represents that he/she has thoroughly re- examined and become familiar with the work required under this RFP, and that he/she is capable of performing the work identified in Section II — Scope of Work. B. Addenda/Clarification Explanations or clarifications desired by respondents regarding the meaning or interpretation of the RFP may be requested in writing by submitting an email to Javier Ochiqui at the following email address jochiqui@cmsdca.gov no later than 5:00 p.m., Monday, April 6, 2015. Specify "After Hours Emergency Sewer Services" in the subject line. Responses to all questions received by the April 6, 2015 deadline will be disseminated to all contractor's that have received this RFP by Friday, April 17, 2015. C. Withdrawal of Proposal Submittal Exhibit A A Contractor may withdraw his proposal at any time prior to the deadline for submission of proposals by delivering to the District contact person (Javier Ochiqui) a written request for withdrawal signed by, or on behalf of, the Contractor. D. Rights of the Costa Mesa Sanitary District This RFP does not commit the Costa Mesa Sanitary District to enter into a contract, nor does it obligate the District to pay for any costs incurred in preparation and submission of the proposal or in anticipation of a contract. The District reserves the right to reject any or all proposals. E. Deadline for Submittal of Proposals The proposals must be received by the District no later than 3:30 p.m. on Monday, April 27, 2015. Once submitted, responses become the property of the District. No corrected or resubmitted proposals will be accepted after the deadline. Late proposals will not be accepted. Submit one original signed proposal in a digital PDF or Word format to the following email address. Costa Mesa Sanitary District Attn: Javier Ochiqui, Management Analyst jochiqui(a�crosdca.gov The Costa Mesa Sanitary District promotes zero waste strategies to save landfill space and to protect our natural resources. As such, the District encourages the development of paperless reports. Any and all additional materials must be in a digital PDF or Word format. IV. Contents for Proposals In order for proposals to be considered, said proposal must be clear, concise, complete, well organized and demonstrate both respondent's qualifications, and its ability to follow instructions. The proposal shall be organized in the format listed below and shall be limited to twenty (20) pages (excluding attachments and appendices) in Microsoft Office for Word (e.g. 2003, 2007 or 2010 for Windows) or a digital PDF format. Respondents shall read each item carefully and answer each of the following items accurately to ensure compliance with District requirements. Failure to provide all requested information or deviation from the required format may result in disqualification. A. Submittal Letter Include the RFP's title and submittal due date, the name, address, fax number and telephone number of the responding firm. Include a contact person(s) and corresponding e-mail address. The letter shall state that the proposal shallbe valid for a 60-day period and that the staff proposed is available immediately to work on this project. The person authorized by the firm to negotiate a contract with the District shall sign the cover letter. B. Description of Firm Exhibit A This section should provide information regarding the size, location, nature of work performed, years in business and the approach that will be used in meeting the needs of the District. C. Proposals Briefly summarize the proposals and experience of your firm's professionals in providing After Hours Emergency Sewer Services. Please include a list of cities, counties and/or independent special districts and contact information in which your firm acted as a first responder for After Hours Emergency Sewer Services. D. Organizational Structure Describe your firm's organizational structure. Supply the names of the professionals who will be responsible for this project. Please provide brief resumes for these individuals. E. References and Description of Experience This section should identify similar projects that the firm has completed as outlined in the RFP. Use this section to indicate the areas of expertise of your firm and how the firm's expertise will enable the District to benefit from that expertise. Include the size of the local government (e.g. city, county, independent special district) along with the names of individuals familiar with your work that can be contacted by District staff. F. Project Overview This section should clearly convey the Contractor's understanding of the nature of the work related to After Hours Emergency Sewer Services and the general approach the Contractor will use to complete the project. This section should include, but not limited to, a discussion of the organization of the project and a summary of the proposed approach and a list of trucks and equipment, and personnel. G. Detailed Work Plan This section of the RFP should include a full description of each step your firm would follow in completing the project. The work description should be in sufficient detail to show a clear understanding of the work and proposed approach. Please note that proper documentation is very important. H. Cost Proposal Submit a pricing proposal that is based on an hourly rate for all after hour emergencies (this rate shall be based on a two-man crew with jetter). If more than two people are needed for a iob, the Contractor must first contact the District for approval. Please include an hourly rate for subsequent people. For example, your pricing proposal per hour must be presented as follows: Hourly rate (two-man crew with jetter): $ per hour. Hourly rate (three-man crew with jetter): $ per hour. Hourly rate (four-man crew with jetter): $ per hour. Exhibit A • I. Distinguishing Characteristics Please describe what distinguishes your firm from other Contractors and how said services will benefit the District. V. Selection Criteria Contractors submitting proposals are advised that all proposals will be evaluated to determine the proposal that is considered "Best Value" to the District. The selection criteria to be determined "Best Value" is listed below. • Cost • Responsiveness to RFP • Qualifications and experience • References/Previous performance • Ability to provide service • • Timeliness for completing the services Exhibit B • C a R DRAINS, INC. • 1525 W. MACARTHUR BLVD, STE 11 COSTA MESA, CA 92626 Phone: (714) 641-15451 Fax: (714) 641-3189 1 CandRDrains.com April 23, 2015 Submittal Letter / Request for Proposal: After Hours Emergency Sewer Services Due Date: April 27th, 2015 • C ft R Drains, Inc. 1525 W. MacArthur Blvd, Ste 11 Costa Mesa, .Ca 92626 (714) 641-1545 Fax (714) 641-3189 Kim.Melrose@CandRDrains.com Pamela.Hernandez@CandRDrains.com Plot case sensitive 24-hour a day phone number (714) 641-1545, in case the phone is down for any unforeseen problems call Kim on her cell (714) 915-2403 or Pam if Kim is not available at (714) 200-5277 • Kim Melrose is authorized to negotiate a contract with the C.M.S.D... This proposal is valid for 60 days, good through June 27th, 2015. If proposal is not accepted within 60 we will need to renegotiate terms. Description of Firm / Proposal: C £t R Drains, Inc. has been in business for 36 years here in Orange County. It is a family owned business that understands the needs of its customers. We strive to provide our community with affordable plumbing services, honest qualified technicians that are ready to help you through your plumbing issues at any time of day or night. We do work for all types of customers including Home Owner Associations and commercial buildings. We are a trusted and established company that has proven to be a reliable source for plumbing solutions for many different homeowners and businesses in Orange County. We are on call 24/7 for emergencies. We provide services for the following: References: Amber Property Management: Various Associations in Orange County. (Dana Point, Garden Grove, Irvine, Mission Viejo) • Christian Judy, Suzi Phillips (949) 429-5831 Page 1 • All information is confidential.All information regarding C a R Drains,Inc.employee's is confidential and not to be use for head hunting purposes for hire. Prices subjected to change once a year due to the increased cost Exhibit B Newport Beach City Hall emergency jetter services for parks and recreations, Newport Beach Fire Stations. Tom Miller (949) 812-0792 Total Property Management: Various Associations in Orange County. (Aliso Viejo, Costa Mesa, Huntington Beach, Irvine, Lake Forest, Mission Viejo, Santa Ana) Holly Stevenson (949) 261-8282 We also deal with private homeowners and businesses throughout Orange County. Organizational Structure: Margarito Garcia: Lead Drain Technician Experience: Garcia's specializes in sewer and area drains stoppages and repairs,leak detection and scoping and tracing of drain lines. If you want your line cleared he is the man for the job.He has 17 years experience and was trained by John Melrose himself, so he has a very high standard of work ethics. Garcia has been working with the C.M.S.D. after hour's emergency for the past ten (10)years and is able to follow the protocol required. Gabriel Berry: • Senior Plumber Technician Experience: Gabe has more than 20 years of plumbing experience. His experienced is in all interior plumbing and re-modeling piping. He is great with re-pipes,re-routes,fixtures. He also is very experience in clearing drain line stoppages. Gabe has been working with the C.M.S.D. after hour's emergency for the past four(4)years and is • able to follow the protocol required. Brandon Hickman: Plumber Technician Experience: Brandon comes from a background in Septic Tanks. He grew up in a family business of pumping septic tanks and repair and replacements. He is our youngest employee and has been with us for two years now and picks up quickly on all of our customers plumbing need. He is great with drain stoppages. Brandon has been working with the C.M.S.D.after hour's emergency for the past two(2)years and is able to follow the protocol required. Daniel Munoz: Plumber/ Helper Technician Experience: Dan's background is in commercial buildings,from plumbing to erecting sky rises. Dan is our help support for our technicians. He assists our plumbing technicians on re-routes and drain line repairs and keeps our shop organized. He has experience in so many building applications in his more than 45 years of working in the construction industries. Dan has been working with the C.M.S.D. after hours'emergency for the past year and is able to follow the protocol required. Vince Mitsch: Plumber Technician Experience: Vince is our newest employee and comes to us with several years experienced in the service/ plumbing industry. Vince is a very experience in drain stoppage,fixture repairs, leak detection. He has been out for training on an emergency for the Sanitary District and follows instruction with accordance of the lead technician during these types of emergencies. Brian Prenger: Lead Plumber Technical Plumber ' Experience: Brian is able to build homes from the ground up. He has years of extensive knowledge in service and repair plumbing and codes. If he does not know the answer he will find the answer. He is very meticulous about his work just like our other lead technicians. Brian has been working with the C.M.S.D.after hour's emergency for the past t four(4)years and is able to follow the protocol required. Page 2 All information is confidential.All information regarding C a R Drains,Inc.employee's is confidential and not to be use for head hunting purposes for hire. Prices subjected to change once a year due to the increased cost Exhibit B References and Description of Experience: Costa Mesa Sanitary District: 24 hour emergency services for sewer backups, SSO's.. Rob Hamers(714)293-2727 Newport Beach City Hall/24 hour emergency services for sewer backups. Tom Miller(949)812-0792 Project Overview: All our Technicians are very familiar with SSO protocol and we are equipped with all necessary equipment such as jetter with many types of jetter heads including warthog nozzle and 500 feet of jetter hose,main line sewer equipment,arrow board,sandbags, barriers devices,reflective safety vests,cameras. Detailed Work Plan: • Make contact with on call C.M.S.D. standby personnel and describe and determine if it's a Private or a Public S.S.O. • Block Storm Drains. • Take pictures of site. • If it's a private overflow or stoppage we will contact the owner/management of the property and discuss the situation and offer our services with rates to take care of the problem if they have no one available to do so for them. If they do have their own plumbing service within 30 minutes and we leave once they arrive with the proper equipment. If they have no plumbing service available and sewage is running into the street we will take care of the stoppage and bill the C.M.S.D.if the responsible party does not pay for services rendered. • Fill out and turn any necessary paper work and pictures in a timely manner. Cost Proposal: Hourly rate(two men and jetter)... $465.00 per hour/without jetter$352.00 per hour Hourly rate(three men and jetter) $641.00 per hour/without jetter$528.00 per hour Hourly rate(four men and jetter) $817.00 per hour/without jetter$704.00 per hour Answering Services $100.00 per month or nothing if no calls come in per month • Rates are for 24 hour service around the clock Sunday-Sunday After hour rates are$176.00 per hour per man without jetter. Additional materials and equipment charges may apply if needed. Page 3 All information is confidential.Alt information regarding C&If Drains,Inc.employee's is confidential and not to be use for head hunting purposes for hire. Prices subjected to change once a year due to the increased cost