Loading...
HomeMy WebLinkAboutC-4487 - On-Call M/RSA for Emergency Pipeline Repairs, Cleaning and Video Inspection of Sewer LinesC? 4#67 ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH PROFESSIONAL PIPE SERVICES FOR EMERGENCY PIPELINE REPAIRS, CLEANING AND VIDEO INSPECTION OF SEWER LINES THIS AGREEMENT is made and entered into as of this 1'� day of February, 2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and Charter City ( "City"), and PROFESSIONAL PIPE SERVICES, A DIVISION OF HOFFMAN SOUTHWEST CORPORATION, a California Corporation whose principal place of business is 23311 Madero St., Mission Viejo, California, 92691 ( "Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has a need for on -call assistance for emergency pipeline repairs, cleaning and video inspection of sewer lines. C. City desires to engage Contractor to perform on -call emergency sewer pipeline repairs, cleaning and video inspection services throughout the City on an as- needed basis ( "Project"). D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall be for a period of two (2) ears, and shall commence on the above written date, and shall terminate on the 30 day of June 2012, unless terminated earlier as set forth herein. 2. SCOPE OF SERVICES Contractor shall provide "On -Call" sewer pipeline repairs, cleaning and video inspection services as described in the Statement of Qualifications attached hereto as Exhibit A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. Upon verbal or written request from the Project Administrator, Contractor shall provide a letter proposal for services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: A. A detailed description of the services to be provided; B. The position of each person to be assigned to perform the services, and the name of the individuals to be assigned, if available; C. The estimated number of hours and cost to complete the services; and D. The time needed to finish the specific project. No services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The On -Call Services Agreement Page 2 Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor for the services on a time and expense not -to- exceed basis, in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit "B" and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Contractor's compensation for services performed in accordance with this Agreement, including all reimbursable items, shall not exceed the fees identified in the Letter Proposal, as approved by the Project Administrator. Any Letter Proposal that sets forth fees in excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a separate Professional Service Agreement approved by per Council Policy F -14. 4.1 Contractor shall submit monthly invoices to City describing the work performed the preceding month. Contractor's bills shall include the name of the person and/or classification of employee who performed the work, a brief description of the services performed and /or the specific task in the letter proposal to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Contractor only for those costs or expenses specifically approved in the Letter Proposal. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: A. Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 4.3 Contractor shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Letter Proposal and which the parties did not reasonably anticipate would be On -Call Services Agreement Page 3 necessary. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates set forth in Exhibit B. 5. WORK DEFICIENCIES AND CORRECTIONS 5.1 The Contractor's performance will be evaluated on a regular basis. When problems are identified, the City will notify Contractor. If issues are serious or go unresolved, a Notice of Deficiency will be issued to Contractor in writing. This notice will detail the issues and give a cure period to resolve them. 5.2 Failure to correct the deficiencies listed in the Notice of Deficiency within the timeframe specified by the City may, in the City's sole discretion, result in action being taken by the City, including, but not limited to, (a) withholding payment for the subject deficiency until the work is completed; (b) correcting the deficiency (using the City's own work force and /or by contracting out) and deducting any associated costs plus overhead incurred thereby from the total monthly compensation due the Contractor; (c) contracting with another Vendor to perform the maintenance and other services required for the remainder of the term of the Contract; (e) terminating the agreement; and /or (f) taking any other action and exercising any other legal remedy available to the City under law. 6. ADMINISTRATION This Agreement will be administered by the Utilities Department. Ed Burt shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. TYPE AND INSTALLATION OF MATERIALSISTANDARD OF CARE 7.1 Contractor shall use only the standard materials described in Exhibit A in performing services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the City Administrator. 7.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. I - - A��J„�LJAr w �. JL_ ❑c. 8. RESPONSIBILITY FOR DAMAGES OR INJURY 8.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its workers. 8.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any supplier selected by the Contractor. 8.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and/or design defects; and /or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 8.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 8.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 8.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 8.3 above. On -Call Services Agreement Page 5 8.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. 9. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 11. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit or performance of any work. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of On -Call Services Agreement Page 6 the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. On -Call Services Agreement Page 7 iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 12. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of Califomia, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 7034774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. On -Call Services Agreement Page 8 13. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement shall be permitted only with the express written consent of City. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of City. 14. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 15. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 16. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Ed Burt Utilities Department City of Newport Beach 3300 Newport Blvd. On -Call Services Agreement Page 9 PO Box 1768 Newport Beach, CA 92653 Phone: 949- 644 -3011 Fax: 949- 646 -5204 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Steve Powers Professional Pipe Services 23311 Madero St. Mission Viejo, CA 92691 Phone: 800- 784 -7473 Fax: 909 - 598 -9756 17. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting parry written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Agreement. 18. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 19. WAIVER A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. On -Call Services Agreement Page 10 20. INTEGRATED AGREEMENT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal Agreement or implied covenant shall be held to vary the provisions herein. 21. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services, the terms of this Agreement shall govern. 22. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 23. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 24. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 25. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply- On-Call Services Agreement Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: U� eonie Mulvihill Assistant City Attorney ATTEST: In D& - Leilani I. Brown City Clerk Attachments Revised: 02.08.10 CAL1'-P CITY OF NEWPORT BEACH, A Municipal Corporation By. eor e M rdoch Utilities Director CONTRACTOR:PROPIPE/ HOFFMAN SOUTHWEST CORP By. MLAI' ,� r Name: Mark Metca Title: VP Operations By:�_--- Name: Mon E. Yod .r Title: VP Fin ice Exhibit A — Statement of Qualifications Exhibit B — Billing Rates On -Call Services Agreement Page 12 1-1 18001784-17473 K CCTV - Pipeline Inspection CCTV Pipeline Inspection is one of the most versatile services that Pro -Pipe offers. Contractors, municipalities, and engineers all benefit from this service in various ways, whether it be to prove that their project was done properly, to view internal infrastructure of the pipeline before, during and /or after rehabilitation, to plan maintenance strategies, or to use in conjunction with pipeline cleaning services in order to increase efficiency. By sending a unique, self - propelled video camera through the pipeline, Pro -Pipe is able to inspect thousands of feet of pipe in a short time, providing customers with visual documentation of every square inch of the pipeline. • Pro -Pipe provides professional service, using NASSCD certified operators • Visual documentation captured in full -color digital format • All equipment is MPEG, JPEG & DVD compatible CCTV Technology and Equipment includes: • Computer generated schematic of pipeline • Still photo reports of pipeline interior • Most advanced equipment and technology in the industry: • Mini -color camera - Capable of 2" to 6" diameter pipe inspection - On- screen text - Captured in digital • Remote Transporter - 6" to 108" diameter capability - On- screen text - Pan & tilt equipment • Rotating lens capable of 179 x 360 degrees • WinCan reporting software and module used with CCTV pipeline inspection - Installed on PC or laptop - Logs digital video, still images, and text of inspection - Formats information into searchable database - Easy to view format - Enables sharing of data and results prVL e SaMtR'S Laser Profiler System What is it? • The Laser Profiler is a stand- alone, snap -on tool for use with a CCTV survey system /camera to collect survey data and create pipeline reports, including fault measurements and internal pipeline features. • Attaches to existing CCTV camera, using machine vision software to analyze CCTV images. • The Laser Profiler measures pipe size, laterals, water levels and other features. • Performs automatic analysis of pipe ovality and capacity at a rate of 30 times per second. • The Laser Profiler enables the contractor, municipality, or engineer to determine internal pipeline conditions before, during, or after rehabilitation. • For use within 6" to 72" pipe diameters. Flow It works: • A ring of laser light is projected onto the internal pipe surface • Laser image is in the field of view of the camera while the camera moves through the pipe • Analysis is performed on the ring of light using the Laser Profiler software to build a digital pipe profile • For use with live or pre - recorded video (tape, CD, or DVD] Examples of quantifying In in Tener using both the manual and the automated digital measurement methods. The 3D model can be seen an page 5. • Ovality - The Ovallty function calculates the "q° (as per ASTM F 1216, the internationally recognized standard for CIPP rehabilitation]. • Capacity - The Capacity (X- sectional Area) function calculates the cross - sectional area for each profile and normalizes the results against the expected internal pipe area. • Interfaces with CCTV software. • Delta - The Delta calculation finds the maximum and minimum pipe radius for each profile. Manual Automated Automated Analysis The software uses machine vision. Machine vision is used to find the video image of the laser profile (red laser line). Each frame of the inspection video is analyzed to build a digital profile of the pipe. From this profile, the Laser Profiler builbin functions display the following: l ! oaay so I �. I o�rcx antl roo:mrenroo I �•-+ Qom` �o Three-Dimensional (343) Display The pipe data can be displayed as a fully interactive three dimensional model. The user has the ability to zoom in and move around the model to find and display points of interest. Reporting is available using the Profile Report. The model can be displayed using two methods: ■ Topographic display: A user defined topographic scale is applied to highlight where the actual pipe radius is greater than the expected internal radius (shades of yellow, orange and red) or less than the expected internal radius (three shades of blue). ■ Capacity and Ovality display: Cross - sectional coloring allows users to easily locate sections of pipe where user defined ovality and capacity thresholds have been exceeded. In this example, the red rings highlight where capacity threshold of 10.2% has been exceeded. %pelt D*ft Repoli O ._. Mpeane GapaRy RrpO" _ •.xp iQ�1N(!i N.uLL Sonar Profiler System - Used for Submerged and Semi - submerged Pipes Features & Benefits: • Provides and quantifies accurate dimensional data on silt level, grease accumulation, pipe deformation, offsets, blockages, etc, below the waterline. • In partially charged lines, a sonar inspection provides a two-dimensional profile of the interior pipe wall, much like a medical MRI. ■ For use in submerged and semi - submerged pipelines ranging from 8" to 18 feet. IN Used with CCN to provide simultaneous image of pipe both above and below waterline. ■ Provides "real-time" cross - sectional views of the pipe, utilizing high resolution /short range sonar. Broken Pipe w/ Circle & Measurement Pipe Image with Lateral Opening 40 Inch Siphon GRP Pipe w/ Debris EM Hydro -Vac Service • Storm Line ■ Sanitary Sewer • Catch Basins ■ Irrigation Lines • Drywells ■ Digesters - 1500 Gallon Water Capacity - 16 Cu. yd. Debris Box - 3 Stage Vacuum Fan - Telescoping Zoom - 180 Degree Rotating Zoom - 2,200 PSI @100 Gallons per minute - 6" - 120" Diameter Pipe Professional - Highly Trained, experienced operators Dependable - Jobs scheduled at customer convenience Versatile - Capable of a wide variety of applications Safe - OSHA Confined Space Entry Certified �o CityLiner - Cured in Place Pipe Lining What is CityLiner? CityLiner is a Cured -in- Place -Pipe (CIPP) sewer repair technology for corroded or cracked sewers or pipes, ranging from residential to industrial to municipal applications. CityLiner originated in Switzerland in 1994 and has had major success in Europe, Asia, Australia, and the United States ever since. CityLiner can be used for all "common pipe materials" ranging in diameters from 6 to 12 inches. Advantages of CityLiner: The "wet out process" (the process of mixing the epoxy resin and hardener within the felt-lined sleeve in even displacement) is precise, safe, and clean, taking place within a closed system using automated technology. Flow controls and gauges electronically measure and display continuous logs of the amounts and ratios of the epoxy resin and hardener used during the "wet out process," improving quality control. The operator has full control over the process at all times. The CityLiner Truck is a self- contained unit, equipped with holding tanks for the epoxy resin and hardener, flow controls, pumps, mixer, roller assembly table and pinch rollers. The CityLiner Truck allows for the "wet out" and inversion processes to take place within the truck, directly on the job site, saving time and cost. CityLiner prevents future infiltration /inflow with quality epoxy that bonds "perfectly to the host pipe," without using a pre -liner and produces a quality end product that has: • Resistance against roots and corrosion ■ No liner shrinkage • Excellent flow characteristics s No joints The CityLiner system adheres to the strict standards established by the ASTM F -1216 standards practice for repair and rehab of CIPP systems. CityLiner is user-friendly. MAXPATCHTM POINT REPAIR SYSTEM Advanced CIPP repair for main and lateral pipelines The MaxPatchTM system offers the innovative technology and superior materials required to ensure high - quality and long lasting CIPP point repairs. Used to rehabilitate pipes ranging in diameter from 4 to 24 inches, MaxPatch will repair pipes experiencing: • Cracks ■ Root intrusion • Separated joints ■ Infiltration /Exfiltration • Corrosion ■ Miscut lateral connections and more A complete MaxPatch system contains: • Custom- built, vulcanized rubber MaxPackers ranging from 4 to 24 inches in diameter and 3 to 8 feet in length. • MaxGlass fiber fabric is available in straight ECR fiberglass or E/E glass fabric with a felt overlay. • MaxResin is a polyurethane- reaction resin specifically developed for the MaxPatch system. The resin ensures a high quality end product with excellent bonding characteristics and virtually no shrinkage. - / SNMCfS Trenchless Pipe Bursting Bawer line replacement without traditional excavation means • No destroyed landscapes • No ruined roads • No devastated parking lots Here's how it works. We make small access holes where the damaged pipe starts and ends. Using the broken sewer line as a guide, our hydraulic machine pulls full -sized replacement pipe (up to 12 inches) through the old path and breaks up the damaged pipe at the same time. The new pipe is highly resistant to leaks and root intrusion, with a long life expectancy. Professional pipe repair and replacement with less impact. Trenchless pipe repair and replacement takes less time than older methods and costs less than traditional excavation and restoration. It's also approved by local plumbing authorities. Our trenchless sewer line repair and replacement is the next step in quality sewer maintenance with less environmental impact. Trenchless Pipe Bursting • Is cost- effective • Is environmentally friendly • Available from 3" to 12" diameter pipe • Saves roads, buildings, and parking lots • Saves landscaping • Is approved by plumbing authorities • Can be used to upgrade pipe diameter v�-� �..::.�« it Y. `�. r� Y� X11 �T, �� tr _ i. J� ` I �, r+� �'' {G nF� I Pro -Pipe Services Include: CCTV Pipeline Inspection ■ 2" to 1 DD" diameter ■ Digital reporting with WinCan ■ Laser Profiler System ■ Sonar Profiler System Hydro-Vac Services • Sewer and Storm Drain Cleaning • Drywells and Catch Basins • Lift Stations and Pump Houses • Vacuum Excavation Trenchless Pipeline Replacement without Traditional Excavation • CIPP 3" to 15" diameter • Main Lines • Laterals • Culverts • Point Repair with MaxPatch ■ Pipe Bursting 3" to 12" diameter Flow Monitoring Magnesium Hydroxide Manhole Inspections Smoke Testing r am PROFESSIONAL PIPE SERVICES 23311 Madero Street • Mission Viejo, CA 92691 (800) 784 -7473 www.pro-pipe.com a division of Hoffman Southwest Cor oration HOFFMAN SO THWEST C 0 R P D R A T I O N • ?ii?E PROFESSIONFit PIPE SERVICES CCTV Truck w/2 man crew Hydro -Vac Truck w/2 man crew Additional Laborers EXHIBIT "B" A Division of Hoffman Southwest Corporation State Contractor #761395 SCHEDULE OF BILLING RATES Mobilization Port to Port Walnut CA $250.00 per hr (4 hour minimum) $250.00 per hr (4 hour minimum) $75.00 per man hr $175.00 per hour (each truck) Standard pricing for CCTV or Hydro -Vac work is $250.00 per hour (4 hour minimum) $175.00 per hour Travel (Port to Port). Cost includes a two -man crew, equipment, and minor traffic control. Additional laborers may be required for moderate and heavy traffic control at an additional charge. Pricing may vary depending on type of work performed, size of pipe, and location. Estimates are provided at no cost for each job prior to any work being preformed. The hourly price rate quoted is guaranteed through June 30'h, 2012.