Loading...
HomeMy WebLinkAbout1996-06-25; City Council; Resolution 96-2211 2 3 4 5 6 7 RESOLUTION NO. 96-221 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING A BID AND AUTHORIZING THE EXECUTION OF A CONTRACT FOR RADIO MAINTENANCE. NOW THEREFORE BE IT RESOLVED by the City Council of the City of Carlsbad as follow: a 9 10 11 12 13 14 l5 16 17 18 19 e e I. That the bid of Quigley Communications Inc., 301 Cassidy St., Oceanside CA 9 hereby accepted and the Purchasing Officer is hereby authorized to execute a purchase ordei acquisition of radio maintenance goods and services for the period of July 1 , 1996 through J 1997, which may be renewed by the City Manager for three additional one-year periods, with contract prices set by mutual agreement. 2. That the Mayor of the City of Carlsbad is hereby authorized and directed to exc contract, a copy of which is attached hereto, for and on behalf of the City of Carlsbad. PASSED, APPROVED AND ADOPTED by the City Council of the City of Carlsbad at a regular n heldonthe 25th dayof June , 1996, by the following vote, to wit: AYES: Council Members Lewis, Nygaard, Kulchin, Finnila and H I NOES: None 20 21 22 23 24 25 26 27 28 ABSENT: None ATTEST: Y- ALETHA L. RAUTENKRANZ SEAL W 0 ? - I CONTRACT THIS CONTRACT, made and entered into as of the 27th day Oi JUNE , I9 96 , by and between the CITY OF CARLSBAD, a rnunicipa corporation, hereinafter referred to as "City", and QUIGLEY COMMUNICATIONS, INC. hereinafter referred to as "Contractor." RECITALS City requires the services of a communications equipment maintenance Contractor to provide the necessary services for maintenance of the City's two way radio communications system; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 4. CONTRACTOR'S OBLIGATIONS The Contractor shall: e Provide all labor, materials, equipment, facilities, transportation, technical expertise and supervision and other items to maintain and repair the City's radio equipment as listed in the attachment to this contract and as changed according to this contract. Service shall include all labor and parts required to repair equipment that has become defective through normal wear and usage. Provide all items necessary to repair listed equipment that has become defective through other than normal wear and usage at agreed upon prices for parts and labor. Provide all items necessary to install andlor remove listed and similar equipment at an agreed upon price. Be certified by Motorola to service communications equipment under warranty from the manufacturer at the Contractor's facility. Have the capability to provide systems programming for the listed equipment. e Provide technicians who possess the necessary current and valid FCC licenses. Provide routine periodic maintenance, (including inspection, adjustment and calibration) as described in the Contractor's bid at least once per year for system critical equipment (repeaters, etc). Maintain and repair equipment to factory specifications and in compliance with FCC regulations. Maintain sufficient stock, inventory and spare parts to provide maintenance as described in this contract. Needed parts not stocked must be available within 48 hours of determination of need. Page 1 of 10 w -* Respond within 24 hours after request for service by City personnel on 95% or greater of all service calls (except system critical equipment). Contractor will be available from 8:OO AM until 500 PM on normal business days to service the City’s equipment. Four (4) hour emergency response will be available when specifically requested by City supervisory personnel on a 24 hours a day 7 day a week basis including holidays for system critical equipment. Provide maintenance and repair services at City facilities, or at the Contractor‘s facility or Contractor’s service vehicles. At no time shall City equipment be sent to another service provider or to the equipment manufacturer for service without prior consent of the City. Provide unscheduled inspections and maintenance when requested by the City’s supervisory personnel. Contractor alone is responsible for understanding the system and maintaining it including performing an inventory if necessary to provide quality service. The scope of work is further amplified throughout this request for bid, Contractor qualifications and by generally accepted industry standards. 2. CITY OBLIGATIONS The City shall: Make vehicles and facilities in which communications equipment is installed reasonably available to the Contractor. Notify Contractor when service is needed. 3. EQUIPMENT CHANGES The City Reserves the right to add to or remove equipment from its communications system as necessitated by City requirements. Payments reflecting these changes will be made in accordance with the unit prices shown in the current contract. Addition of equipment of a type not listed shall be subjected to a maintenance cost that is negotiated. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be as listed in the attached Contractor’s bid. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work. 5. PLACE OF SERVICE Service will be performed at the City’s location unless the equipment must be removed for additional work at the Contractor’s shop location. For the City’s convenience, the equipment may also be taken directly to the Contractor’s shop location. Page 2 of 10 w W -? 6. DURATION OF CONTRACT This agreement shall extend for a period of one year from the date of final execution. The contract may be extended by the City Manager for three additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 7. The Contractor will invoice the City monthly, in advance, for fees for full service maintenance. A separate invoice for each department/division will be sent to the City for payment. The City will provide to the Contractor, a list of covered equipment sorted by department. “Non-covered” maintenance will be invoiced separately by City department and paid by the City on a “net 30” basis. Invoices will be mailed to: Accounts Payable, City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad CA 92008. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be fonvarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. MANNER OF PAYMENT OF FEES 10. NONDISCRIMINATION CLAUSE nond i scri m i n at ion. The Contractor shall comply with the state and federal laws regarding Page 3 of 10 w 0 11. INSPECTION OF WORK The City has the right to inspect and accept or reject all work performed by the Contractor. The Contractor is expected to ensure performance to industry, government, company and City standards. At the sole election of the City, and upon notification, the Contractor shall be required to re-perform or perform late, any or all defective work disclosed by the City inspection, including defective and incomplete performance. Where the City so elects, the Contractor shall be notified promptly after inspection that specified defective services shall be re-performed or performed late, and be completed in a reasonable amount of time specified by the City. In such cases, the City shall reinspect the work designated for re-performance or late performance, and the Contractor shall be held liable for and damages sustained by the City, including, for example, the costs associated with re-inspection. The Contractor shall explain in writing, if requested, the reasons for any unacceptable performance, how performance shall be returned to acceptable levels, and how recurrence of the problem shall be prevented in the future. The City shall evaluate the Contractor’s explanation and determine if full payment, partial payment, or contract termination is applicable. 12. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the City may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the contractor. Otherwise, this agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of termination, the Contractor shall be paid for work performed to the termination date. The City shall make the final determination as to the portions of tasks completed and the compensation to be made. 13. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or City staff. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. City staff or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, Page 4 of 10 W 0 although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. 14. CLAIMS AND LAWSUITS asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et sea, the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contractor shall acknowledge that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. 15. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes what soever. The Contractor is an independent contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or his/her employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or hidher employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not The Contractor shall agree that any contract claim submitted to the City must be (initial) Page 5 of 10 0 0 limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 16. CONFORMITY TO LEGAL REQUIREMENTS law: federal, state and local. documents, to be filed with any agencies whose approval is necessary. 17. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, looses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad. The Contractor shall cause all work to conform to all applicable requirements of Contractor shall provide all necessary supporting Contractor shall at his own expense, upon written request by the City, defend any such suit or action brought against the City, its officers, officials, employees and volunteers. Contractor's indemnification of City shall not be limited by any prior or subsequent declaration by the contractor. 18. ASSIGNMENT OF CONTRACT due thereunder without the prior written consent of the City. 19. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 20. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized Page 6 of 10 The Contractor shall not assign this contract or any part thereof or any monies e in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 21. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 22. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 17, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 23. EFFECTIVE DATE above. 24. CONFLICT OF INTEREST The City has determined, using guidelines o fthe Political Reform Act and the City's conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement released Contractor from this responsibility. 25. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V' and shall meet the City's policy for insurance as stated in Resolution No. 91-403. This agreement shall be effective on and from the day and year first written A. Coverages and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: Page 7 of 10 W 0 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. B . Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers' Compensation. 2. The contractor shall furnish certificates of insurance to the City before commencement of work and endorsements for additional insured and cancellation provisions. 3. 4. The contractor shall obtain occurrence coverage This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the contractor or deduct the amount paid from any sums due the contractor under this agreement. 26. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: Page 8 of 10 0 e For City: Purchasing Officer City of Carlsbad 1200 Carisbad Village Dr Carlsbad CA 92008 For Contractor: President Quigley Communications 301 Cassidy St. Oceanside CA 92054 27. CONTRACT DOCUMENTS following documents: This contract. Contractor’s bid. The complete contract between the parties shall consist of and include the /// //I /// Ill //I /// I// Ill Ill Ill Ill Ill Ill Page 9 of 10 e 28. BUSINESS LICENSE duration of the contract. Contractor shall obtain and'maintdin a City of Carlsbad Business License for the Executed by Contractor this day of 9 19-. CONTRACTOR: ipal QUIGLEY COMMUNICATIONS INC. ATTEST: (print namehitle) u. Le 2-9 LLLCtL sa*&&&) By: (sign here) ALETHA L. RAUTENKRANZ City Clerk (print name/title)/ (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for i corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL I a Depalyity Attorney &/x/? c Page 10 of 10 REQUEST FOR BID May 15,1996 BID NO. 13 FOR: TWO-WAY RADIO SYSTEM MAINTENANCE DUE DATE: JUNE 7,1996 11:OO AM The City of Carfsbad is requesting bids for maintenance, repair, installation, and removal of our two-way radios and system equipment. This equipment is considered critical to the public health and welfare of me citizens of Carisbad. The radio equipment is used by the Police, Fire and Community Services departments. Therefore, the ability of the Contractor to perform the required services will be evaluated. The contract will be awarded to the Contractor who submits the lowest responsive, responsible bid. Your bid must be submitted on this and the attached forms, and on documents you provide where indicated. The successful bidder will be expected to execute the attached contract, a sample of which is attached (minor modifications may he necessaiy). The contract will be executed for a one-year period, with the option to renew for three additional one-year periods. The attached list shows the equipment which is currently covered by a maintenance contract. Please enter the charge for a full service maintenance contract for reach item on this sheet, along with the other information requested. Please read the sample contract. It contains information on how we want the equipment to be covered and other important items. The City reserves the right to reject any or all bids or any part of the bid, to waive minor defects or technicalities, or to solicit new proposals on the same project or on a modified project. Please read the insurance requirements and the general provisions carefully, they are part of your quote. The Representation and Certification page must be completed and returned with this quotation. Direct questions to Kevin Davis, Purchasing Department, 61 9-434-2804. Please read the attached genera! provisions carefully, they are part of your bid. The Representation and Certification page must be completed and returned with your bid. GUARANTEE OF GOOD FAITH FIRM Ouigley Communications, Inc. REQUIRED $ NONE (FAILURE TO SUBMIT GUARANTEE OF ADDRESS 301 Cassidy St., Oceanside, CA 92054 GOOD FAITH, WHEN REQUIRED, WILL VOID YOUR PHONE 619-433-6101 DATE 30 May 1996 BID. SEE PARAGRAPH 3, GENERAL PROVISIONS). I FAX 619-433-6193 TITLE President q .3 ' PRINTEDNAME Edwe A. Mackerley Dpl:'wJ'7 ----A I, j fl ,( /a;ZL3- "/'" l/c L. /y c+/-. L-- SIGNATURE THE CIN OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY- AND WOMAN-OWNED BUSINESSES. 1 1200 Carlsbaa Village Drive Carlsbad. CA 92008-1 989 (61 9) 434-2803 FAX (61 9) 434- i 987 TNFORMATIoN REQUIRED FRO 8 iDOER 1. Company Name: Quigley Communications, Inc. Local Address: 301 Cassidy Street, Oceanside, CA 92054 Headquarters Address: -Same- 2. Company Contacts: Name Title Phone Edward A. Mackerlev President 619-763-71 59 William A. Rolon Vice President 619-263-2159 - Larry E. Arseneau - Vice President 619-433-6101 3. Number of Full-time Employees: Locally: 26 Nationally: 0 4. List number of service vehicles capable of servicing our equipment: 5. List any co-bidden or subcontractors: 12 Name/Company Title Phone None 6. Comuanv Historv: Year Company Established: 1950 How long has the local ofice operated? 7. Financial information Attachment A Provide copies of your latest annual report or other financial statements that indicate overall financi, strength, ability and background. Audited financial statements may be reqoested befor2 award. 1950 8. Type of company (Individual, Partnership, Corporation): Corporation 9. Provide Reference List Attachment B Five references in the local area. At least two must be public safety organizations (police and fire). Each reference must include the following: AgencyIOrganization Name Address Contact name, Title, Telephone Number Type and number of units maintained Length of contractual relationship. 2 m 0 BID PRICES FOR COMMUNlCATlONS EQUIPMENT Model Quantity Price for Full Service Brand Maintenance (per radio per month) Bendix- King Portable 3 $ 6.62 MVS 2 $ 5.83 Phoenix 5 $ 5.83 Kenwood TK-230 40 $ 6.75 King LPH 5 $ 6.62 LPH5 141 A42 1 $ 6.62 MPH5142 6 $ 6.62 Midland Syntech II 1 $ 12.87 Motorola HT1000 35 $ 5.60 L1475A 2 $-4.29 Maxar 80 a $ 5.15 Maxtrac 4 $ 5.15 Maxtrac 100 4 $ 5.15 General Efectric Custom MVP 4 $ 5.83 LPH5141 1 $ 6.6 2 Maratrac 14 $5.15 Micor 6 $ 5.3 0 3 $ 26.19 Mitrec 6 $ 5.15 Mocom 3 $LL3 2 Mostar 4 $ 5.40 3 $ 5.15 Moxy 6 $ 5.15 MSR 2000 2 $ 12.87 MT 1000 21 $ 5.60 Micor Med Motrac MT 500 17 $ 5.99 2 $ 5.99 MT 500 cor Pvt Line Motrac 2 $ 5.83 Radius 7 $ 5.15 Syntor 22 $ 5.40 S yntor 9000 3 $ 5.40 T1376AC 1 $ 3.97 T1830AE 1 $ 3.97 T1602BM 2 $ 4.29 Tl605 1 $ 4.29 T1605CM 1 $ 4.29 T99VX-806W 2 $ 5.92 3 ADDITIONAL BASE EQUIPM a 0 1. Model # Location Price for Full Service Maintenance (monthly) Type TAC I BASE C73GSB31068 2800 Chestnut, Ellery Resevoir $ 17.16 TAC I BASE C73KSB3106AT Squires Dam, 1.3 miles N of Paiomar Airport Road $ 17.16 TAC I BASE C73GSB3106B Piaza Shopping Center, 2559 Ei TAC I T17868 Carisbad Safety Camino Reai $ 17.16 COMPARATOR Center $ 12.87 TAC I VOTING REC C03RTB3108C Carlsbad Safety Center $ 12.87 TAC II BASE C73GSB3196BT Ellory Reservoir, 2300 Chestnut $ 12.87 TAC II BASE C73RTB3125D Squires Dam, 1.3 miles N of Palomar Airport Road $ 12.87 TAC I1 Tl7868 Carisbad Safety COMPARATOR Center $ 12.87 TAC II VOTING C03RTB3108C 6989 El Fuerte RCVR $ 12.87 CONTROL BASE L43JJB3136C Carlsbad Safety Center $ 12.87 CENTRACOMM I1 UNKNOWN Carlsbad Safety CONSOLE, 4 Center POSITION $ 195.00 MUTUAL AID BASE C73GSB31968 Carlsbad Safety Center $ 12.50 4 . L 0 0 = OTHERFEES Radio Installation & removal: FIELD PRICES Installation Removal Regular (sedans/ pickups) $ 125.00 $L Trucks, Utilities, Fire Engines $ 175.00 $ 60.00 Non-covered repairs charged at: $ 70.00 I hour. Parts & materials to be charges at Contractor's cost plus 30 %. 5