Loading...
HomeMy WebLinkAboutNational Construction Rentals, Inc. - Portable Restroom Rental - 2026Docusign Envelope ID: D920DB2C-2500-42ED-90DA-2FO8DDDCD185 — CALIFORNIA -- NATIONAL CITY LVCOAPOAATBD CITY MANAGER'S OFFICE SERVICE AGREEMENT This City of National City Service Agreement ("Agreement") is made and entered into by and between the CITY OF NATIONAL CITY, a general law city and municipal corporation ("CITY"), and NATIONAL CONSTRUCTION RENTALS INC. ("CONTRACTOR") who agree as follows: 1. Services to be Performed by CONTRACTOR: The CONTRACTOR makes the following representations and agrees to do the work described in accordance with the stated terms and conditions herein. 2. Description of Services: CONTRACTOR will be responsible for providing a Portable restroom rental and cleaning. Date: March17, 2026 to June 9, 2026 Start Time: 8:00 am End Time: 8:00 am Location: Fire Station 34 (GRINDER), 343 E 16th St, National City, California, 91950 3. Term: The term of this Agreement shall commence on the 171h day of March 2026 and shall terminate on the 81h day of June 2026, unless earlier terminated pursuant to Section 10. 4. Compensation: The following shall be the terms of payment to CONTRACTOR for services rendered: Total Fee for Services Not to Exceed: $460.34 Payment Terms: CITY will make payment of $128.07 by check monthly (28 day billing cycle) with last payment on June 8th 2026. 5. Method of Payment: The compensation provided in Section 4 shall be paid monthly (28 day billing cycle) for the rental and cleaning of a portable restroom. The compensation provided in Section 4 shall be paid by CITY in a total not -to - exceed amount of $460.34. 6. Independent CONTRACTOR: For all purposes, CONTRACTOR shall be an independent contractor and not an agent or employee of the CITY. CONTRACTOR has and shall retain the right to exercise full control and supervision of all persons assisting the CONTRACTOR in the performance of the services hereunder, the CITY only being concerned with the finished results of the work being performed. As such, the CONTRACTOR and CONTRACTOR's employees are not entitled to any of the rights, benefits, or privileges of a CITY employee including, but not limited to, overtime, medical or Workers' Compensation Insurance, retirement benefits, or injury or other leave benefits. CONTRACTOR is solely responsible for all such matters, as well as compliance with social security and income tax withholding and all other regulations and laws governing such matters. CONTRACTOR's employees providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation and benefit, including, but not limited to, eligibility to enroll in California Public Employees Retirement System ("PERS") as an employee of CITY and entitlement to any contributions to be paid by CITY for employer contributions and/or employee contributions for PERS benefits. 7. Indemnity: To the fullest extent available under the law, the CONTRACTOR agrees to defend (with counsel acceptable to CITY), indemnify and hold harmless the CITY and its respective officers, officials, agents, employees, and volunteers (collectively "INDEMNITEES") against and from any and all claims, demands, liabilities, losses, damages to property, injuries to, or death of any person or persons, and costs (including attorneys' fees and expert costs), of any kind or nature whatsoever, resulting from or arising out of: (a) this Agreement; (b) the CONTRACTOR'S performance or failure to perform the services; (c) any act or omission of the CONTRACTOR or its employees, agents or subcontractors or their violation of any law; or (d) alleged PERS eligibility of any person performing services on CONTRACTOR's behalf or any employer and employee contributions for PERS benefits on behalf of such persons as well as for payment of any penalties and interest on such contributions. This section survives termination of this Agreement. 8. Insurance: CONTRACTOR shall obtain and maintain Commercial General Liability ("CGL") Insurance, Commercial Automobile Liability Insurance (Any Auto), and Worker's Compensation and Employer's Liability coverage, minimum of $1,000,000 each occurrence, and $2,000,000 general aggregate; AND an Additional Insured Endorsement naming the INDEMNITEES as additional insured. All defense costs shall be outside the policy limits. If the CONTRACTOR maintains higher limits, INDEMNITEES shall be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to INDEMNITEES. CGL and auto liability policies shall be endorsed to provide that the policies are primary and non - June 2025 Docusign Envelope ID: D920DB2C-2500-42ED-90DA-2FO8DDDCD185 contributory to any insurance that may be carried by INDEMNITEES, which shall be submitted to the CITY. Any insurance or self-insurance maintained by INDEMNITEES shall be excess of the CONTRACTOR's insurance and shall not contribute with it. The CONTRACTOR shall provide an endorsement that the workers compensation insurer waives the right of subrogation against INDEMNITEES. 9. Commencement of Services: CONTRACTOR shall not commence the performance of services under this Agreement until the required insurance is approved by the City's Risk Manager. 10. Termination: This Agreement may be terminated by the CITY upon one (1) day's written notice. 11. Form W-9: CONTRACTOR shall provide the CITY a signed IRS Form W-9: Request for Taxpayer Identification Number and Certification. 12. Changes: This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No changes or variations of any kind in the Agreement or the services to be performed are authorized without the prior written consent of the CITY. 13. Compliance with Law: The CONTRACTOR represents and warrants that CONTRACTOR is familiar with the requirements of all applicable federal, state and local laws and ordinances applicable to performing the services, including, but not limited to, AB506 (Business and Professions Code section 18975) and the Child Abuse and Neglect Reporting Act (Penal Code sections 11164 - 11174.3), unemployment insurance benefits, FICA laws, and income reports, and that it and each and every person performing any of the services on CONTRACTOR's behalf does and will, at all times, comply with such requirements whether now in force or subsequently enacted. 14. Signing Authority: The representative signing on the CONTRACTOR's behalf hereby (a) declares that authority has been obtained to sign on the CONTRACTOR's behalf; (b) agrees to hold INDEMNITEES harmless if it is later determined that such authority does not exist; (c) declares that such representative has read and understood this Agreement; and (d) agrees on CONTRACTOR's behalf to be bound by the terms and conditions herein. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. City of National City: Contractor Name: National Construction Rentals Prepared by: Nard a da Acosta Date:03/09/2026 Representative Name: Jessica Mendez Perez Title: Alarm Pro ra oordinator S ignedustomer Service Representative Approved by: Datcfilrtf re: Title: CityMan FC76FF518479429. Date: 03/17/2026 Phone: (619) 315-0182 619-667-2600 Check: [3 Insurance submitted and approved Address: 9148 Birch St, Spring Valley, CA 91977 Email: JMENDEZ(a--)RENTNATIONAL.COM, APPROVED AS TO FORM: By: r Heidi Skinner Interim City Attorney June 2025 CONSTRUCT/ON /3ENT/JLS SAN DIEGO OFFICE (619)667-2600 Temporary Fence Portable Toilets Mobile Storage Temporary Power :11-352-5675 rentnational.com QUOTE FOR SERVICES Company. NATIONAL CITY FIRE DEPTARTMENT Job Name: FIRE STATION 34 Requested By. SEAN DEVINE Phone: 619-336-4566 Address: 343 E 16TH ST NATIONAL CITY, CA 91950 E-mail: S DEVI N E@ N ATIONA LCITYCA.GOV Cross Street: D AVE Other Phone: Site Contact SEAN DEVINE Phone: 619-336-4566 Billing Address: 343 E 16TH ST Site E-mail: NATIONAL CITY, CA 91950 Customer Ref #r: ExpectedDate Payment Terms Prevailing Wage Job Type Tue. Mar 17, 2026 COD No Construction Sanitation Subtotal: 195.00 Subtotal: 1 $195.00 Sales Tax $920 1 1 Grand Total: $20420 All prices include a one-time Delivery/Installation and a one-time Pick-Up/Removal. Bids are based on quantity; if quantity changes, bid changes. Additional fees for hillside installations, hand carry, core drilling and inaccessibility. Deliveries and installs are scheduled Mon. - Fri. 7:00 a.m. - 3:00 p.m. Additional charges apply for weekends and after hours work. COD orders are to be paid in advance or upon delivery prior to installation. Orders with driven post(s) require 3-5 business days to complete underground markings. Remove and relocate charges are billed at the same rate as installation price. If services are subject to prevailing wage laws, any penalties or wages not included in this estimate will be paid by the lessee. Certified payroll is available upon request. Customer's Signature: Print Customer Name: Date: PO # NOTE: Installation CANNOT be confirmed until quote is signed and returned. This bid expires in 14 days. Tue. Mar 03, 2026 418249 JMENDEZ JMENDEZ@RENTNATIONAL.COM I I Page 1 of 1 NATIONAA CONST/3U41ON /3ENT/&LS L SAN • OFFICE Temporary Fence Portable Toilets Mobile Storage Temporary Power 1 1 800-352-5675 a rentnational.com QUOTE FOR SERVICES COMPANYi 1 It O• W 1r Company: NATIONAL CITY FIRE DEPTARTMENT Job Name: FIRE STATION 34 Requested By. SEAN DEVINE Phone: 619-336-4566 Address: 343 E 16TH ST NATIONAL CITY, CA 91950 E-mail: S DEVI N E@ N ATIO NALCITYCA.GOV Cross Street: D AVE Other Phone: Site Contact: SEAN DEVINE Phone: 619-336-4566 Billing Address: 343 E 16TH ST Site E-mail: NATIONAL CITY, CA 91950 Customer Ref #: ExpectedDate Payment Terms Prevailing Wage Job Type Tue. Mar 17, 2026 COD No Construction Sanitation Subtotal: 125.00 Subtotal: 1 $125.00 Sales Tax 1 $3.07 1 Grand Total: $128.07 All prices include a one-time Delivery/Installation and a one-time Pick-Up/Removal. Bids are based on quantity, if quantity changes, bid changes. Additional fees for hillside installations, hand carry, core drilling and inaccessibility. Deliveries and installs are scheduled Mon. - Fri. 7:00 a.m. - 3:00 p.m. Additional charges apply for weekends and after hours work. COD orders are to be paid in advance or upon delivery prior to installation. Orders with driven post(s) require 3-5 business days to complete underground markings. Remove and relocate charges are billed at the same rate as installation price. If services are subject to prevailing wage laws, any penalties or wages not included in this estimate will be paid by the lessee. Certified payroll is available upon request. Customer's Signature: Print Customer Name: NOTE. Installation CANNOT be confirmed until quote is signed and returned. This bid Date: PO # Tue. Mar 03, 2026 1 418249 1 JMENDEZ I JMENDEZ@RENTNATIONALCOM in 14 days. Page 1 of 1