HomeMy WebLinkAbout000776 Original ContractON sO"TqCity of Port Angeles
s
Public Works & Utilities Dept
"ft"`� Operations Office
1703 South B Street
Port Angeles WA 98362
ole
Contract Title: Sewer Lines Root Foam
City of Port Arr+�ls
IZc�rcorcl I#000776
LIMITED PUBLIC WORKS PROCESS
❑ Request for Quotation
® Contract
Project Number: WW -13-029
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Root Tamers ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
F-1Allwork under this Contract is to be completed by this date:
All work under this Contract is to be completed 30 days from the Notice to Proceed. No work is
to be performed prior to written Notice to Proceed by the City.
El The performance period under this Contract commences _ calendar days after notice to
proceed and ends (xx days thereafter or after contract award).
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
F-1ForceAccount - Time and material, not to exceed: $
F-1ForceAccount - Time and actual expenses incurred, not to exceed: $
F-1ForceAccount - Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $17,624.95
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A".
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing
the work provided for in this contract and every part thereof; except as are mentioned in the
specifications to be furnished by the City of Port Angeles.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon
request.
Project WW -13-029 Page 1 Rev. 8/30/2011
�'3'oeKs
Tel. 360-417-4541
Fax: 360-452-4972
Contract Title: Sewer Lines Root Foam
City of Port Arr+�ls
IZc�rcorcl I#000776
LIMITED PUBLIC WORKS PROCESS
❑ Request for Quotation
® Contract
Project Number: WW -13-029
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Root Tamers ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
F-1Allwork under this Contract is to be completed by this date:
All work under this Contract is to be completed 30 days from the Notice to Proceed. No work is
to be performed prior to written Notice to Proceed by the City.
El The performance period under this Contract commences _ calendar days after notice to
proceed and ends (xx days thereafter or after contract award).
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
F-1ForceAccount - Time and material, not to exceed: $
F-1ForceAccount - Time and actual expenses incurred, not to exceed: $
F-1ForceAccount - Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $17,624.95
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A".
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing
the work provided for in this contract and every part thereof; except as are mentioned in the
specifications to be furnished by the City of Port Angeles.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon
request.
Project WW -13-029 Page 1 Rev. 8/30/2011
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor
shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and the public and shall post danger signs warning against
known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or
materials discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work
for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such
defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a
reasonable time. In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the
Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of
materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and
supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at its own
expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the
professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant
for employment or any other persons in the performance of this Contract because of race, creed, color, national
origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by Contractor setting forth
the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third party as consequence of any negligent act or
omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or
rendered herein, shall not be the obligation of the City.
5. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done
under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material
provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the
City, in whole or in part, and may result in ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final
payment by the City.
B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish
the work by whatever methods it may deem expedient, by giving 10 days written notice to the
Project WW -13-029 Page 2 Rev. 8/30/2011
Contractor, upon the occurrence of any one or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of its creditors.
2. A receiver is appointed as a result of the insolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein.
4. Contractor fails to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of this Contract.
7. The City determines that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as
scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this
Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and
interests of the City under the Contract, provided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under this
Contract shall become the property of the City and shall be forwarded to the City upon its request.
B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by
the Contractor under this Contract will be kept confidential and shall not be made available to any individual or
organization by the Contractor without prior written approval of the City or by court order.
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of this
Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or
loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making
application for final payment, shall be deemed to have waived its right to claim for any other damages for which
application has not been made, unless such claim for final payment includes notice of additional claim and fully
describes such claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for
the City under this Contract and shall oversee and approve all work to be performed, coordinate communications,
and review and approve all invoices, under this Contract.
10. INDEMINIFICATION / HOLD HARMLESS
A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers
harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in
connection with the performance of this Agreement, except for injuries and damages caused by the sole
negligence of the City.
B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by or
resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is
further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This
Project WW -13-029 Page 3 Rev. 8/30/2011
waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE
This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to
prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws
and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though
fully set forth herein.
Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of
Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries.
It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The
Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing
wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services
rendered, Contractor shall submit an "Affidavit of Wages Paid".
For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2),
the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages
& Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form
developed by the Washington State Department of Labor and Industries and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decision shall be final, conclusive, and binding on all parties involved in the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from
this Contract without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
Project WW -13-029 Page 4 Rev. 8/30/2011
The Contractor is and shall be at all times during the term of this Contract an independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/ MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
19. SUBCONTRACTOR RESPONSIBILITY
A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require
each of its subcontractors to include substantially the same language of this section in each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to
all subcontractors regardless of tier.
B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets
the following bidder responsibility criteria:
- At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter
18.27 RCW;
- Have a current state unified business identifier number;
- If applicable, have:
• Industrial insurance coverage for the subcontractor's employees working in Washington as required
in Title 51 RCW;
• An employment security department number as required in Tile 50 RCW; and
• A state excise tax registration number as required in Tile 82 RCW;
• An electrical contractor license, if required by Chapter 19.28 RCW;
• An elevator contract license, if required by Chapter 70.87 RCW.
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
Project WW -13-029 Page 5 Rev. 8/30/2011
IN WITNESS WHEREOF, the parties have executed this Contract as of l (j , 2013.
ROOT TAMERS
CIT
By: csloyo� By:
Printed Name: ` ! (-
-
Prin
TitlE
Address:�3
CityNL�--G4' ~t-1-~--, r L- A- 1 b0% l
Tax ID #: --s C - 3 �—C~) '3 K^
Phone Numbe S e(--) ) '-D Y 4 � �` I Purchase Order #: 02- q 8'5
Project WW -13-029 Page 6 Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "A"
WORK BY CONTRACTOR
The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project
described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for
obtaining and paying for any and all permits required for this work.
General Scope: Chemical root control of sewer lines
Locations: See chart below: 6" Pipe 7232', 8" Pipe 6377', 10" Pipe 2582', 12" Pipe 400'
Root Foaming 2013
Direction
Pipe
Size
Footage
Map
Page
Manhole -Manhole #'s
15th & Fst to 14th st Ast
east
8"
2964
38
T159 -T137
7th/Cedar
west
6"
180
28
PH038-PH039
7/8 alley Pine
west
10"
574
28
PH038-PH009
10/11 alley 1 st m/h w/o Fst
east
8"
400
27
P309 -P310
4th street alley C/Dst
west
6"
500
27
T044 -T056
8/9 alley Ast
east
12"
160
28
T087 -T056
9/10 alley Vine
east
10"
500
30
ML077-ML078
4th e/o Ast to Tumwater
east
10"
160
27
T041-TO10
3/4 alley Pine
east
12"
240
18
PH003-PH004
5/6 alley Est
west
6"
219
27
P221 -P222
Orcas/Lopez/Vine to m/w m/h
west
10"
393
41
UV023-UV004
3/4 alley Liberty/Jones
east
6"
564
32
F142 -F143
3/4 alley Liberty/Ennis
east
6"
530
32
F143 -F144
6th Alder to 5th Alder
North
8"
285
32
F128 -F129
8/9 alley Est
east
8"
396
27
P285 -P289
I Ith/Fst to m/w m/h
west
8"
285
27
P312 -P313
1/2 alley Ennis
east
6"
434
22
F101 -F112
11/12 alley Est
west
6"
463
38
T108 -T109
12th/Laurel
west
6"
444
40
ML008-ML030
8/9 alley Ast/Bst
west
6"
574
28
T056 -T078-?
10/11 Gst/Est
east
6"
1082
27
P289 -P309 -P310 -P311
6/7 Francis
east
6"
364
31
F212 -F226
5/6 Francis
east
6"
458
31
F202 -F210
Caroline/Georiana Francis to Eunice
west
6"
465
21
F001 -F040 -F039 -F044
Georgiana to Front
south
10"
458
22
PG001-PG002-PG003
10/11 Albert
east
10"
497
30
ML083-ML084
6/7 Lincoln
west
6"
479
29
LL124-LL160
Park/Vashon/Chase
west
8"
541
58
UV016-UV057
Park/Vashon w/o Lincoln
west
8"
424
58
UV058-UV072-UV073
4/5 Liberty
east
6"
527
32
F167 -F168
4/5 Ennis
east
6"
507
32
F168 -F169
4/5 alley Jones
east
6"
524
32
F166 -F167
Total
16591
Project WW -13-029 Page 7 Rev. 8/30/2011
Site Point of Contact: Jeff Young, Superintendent of Wastewater Treatment Plant at 360-417-4845.
Traffic Control: The Contractor shall be responsible for providing traffic control if needed. Work site must be
secure and safe for both traffic and pedestrians.
Site Cleanup: Any debris generated from the work described shall be removed by the Contractor. Cost of debris
disposal is the responsibility of the Contractor.
Work Hours and Schedule: The contractor will be allowed to work from 7:00 AM to 3:30 PM, Monday through
Friday, excluding all legal holidays. Work outside of these hours may be requested from and is at the discretion of
the Site Point of Contact.
Work Requirements:
1. FOAMING ROOT CONTROL HERBICIDE
The foaming herbicide must be such that the foam is delivered and deposited evenly and uniformly throughout
the treated sections of sanitary sewer lines by means of inserting hose between manhole section(s) and
retrieving the hose during the foaming process. The foaming root control product shall be composed of two
(2) non -systemic herbicides for controlling roots in sewer lines. It shall have a water dispersible formulation of
a contact herbicide, Sodium Methyldithiocarbanate (anhydrous) with a foaming surfactant system in the
concentrate packaged in five (5) gallon containers. Five (5) gallon containers must be packaged together with
a growth inhibitor, Dichlobenil 50W in 30 ounce pouches.
The product must be currently registered with EPA for root control use in sanitary sewer lines. Current
inventory that meets this requirement from the City of Port Angeles is acceptable to use. Contractor may need
to remix foaming agent with older product.
2. FOAM -FILLING
The root control product shall be formulated containing no more than 30.0% by weight of
Metam-Sodium (Sodium Methyldithiocarbanate, anhydrous) and no less than 1.95% active ingredient by
weight of a 50% Dichlobenil wettable powder. SOW Dichlobenil will assure adequate suspension and low
abrasion in the foam making equipment. The foaming herbicide shall contain no heavy metals or bipyridilium
compounds in any of its components. The MetamSodium shall be mixed during manufacture with the proper
amount of foaming agent to produce stable and effective foam. The foaming root control herbicide should not
be applied through a jetter truck pump without the additional compressed air system, which is instrumental in
creating the proper foam. The foaming root control herbicides will be mixed with water to produce a solution.
The solution will yield a minimum 20 gallons of foam for each gallon of solution. The foam must be generated
by machine that assures the foam will completely fill the intended pipeline. The equipment and herbicide must
function so as to deposit the foam up to 500 feet into the sanitary sewer lines with each hose insertion.
3. METHODS OF HERBICIDE ROOT CONTROL APPLICATION
A. The foaming herbicide root control product must be applied by completely foam filling the line with a hose
inserted into the manhole and completely down the line. The foam is to be applied as the hose is
withdrawn or retracted toward the foam -making unit.
B. The hose may utilize a two stage nozzle with the capacity to first "jet" downstream, then foam as the hose
is withdrawn. During the withdrawal of the hose, foam must be injected into the line in such a manner as
to fill the line completely with the herbicidal foam.
C. The nozzle should be started at the manhole downstream of the foam -making equipment. The nozzle shall
be withdrawn at the rates recommended by the herbicide manufacturer.
4. APPLICATION EQUIPMENT
Project WW -13-029 Page 8 Rev. 8/30/2011
Contractor will provide all equipment using proper operation and safety procedures to perform work. Bidder
shall provide technical data on chemical loading operations and application. The contractor must employ all
precautions and handling requirements on the product label.
S. RECORD KEEPING
The contractor shall compile records for each line segment in which root control chemicals are applied. Such
records shall:
A. Be accurate, complete and legible;
B. Include the date of treatment, sections of line treated with MetamSodium+
Dichlobenil foaming root control, amount of chemical concentrate used, equipment used and percentage of
Grease Release used the jetter operation.
6. EQUIPMENT
The equipment used in foam generation shall meet the herbicide manufacturer's specifications and be capable
of generating the specified quantity and quality of foam as described above.
7. CONTRACTING SERVICES/QUALIFICATIONS
A. All contractors bidding should provide proof of CERTIFICATION and TRAINING by the herbicide
manufacturer.
B. Only CERTIFIED CREWS shall be used for application of the herbicide systems of root control herein
described.
C. All contractors bidding must be licensed by the state to apply "RESTRICTED
USE" chemicals in sewer lines.
Project WW -13-029 Page 9 Rev. 8/30/2011
City of Port Angeles ATTACHMENT "B"
Operations Office
Public Works and Utilities Department INSURANCE
360-417-4541
INSURANCE & INDEMNITY REQUIREMENTS FOR
CONSTRUCTION AND SERVICE CONTRACTS
Includes construction and remodeling, janitorial service, tree maintenance, road maintenance, painting,
electrical work, plumbing, movers, and on site maintenance agreements.
Insurance
The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims
for injuries to persons or damage to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors.
No Limitation
Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance, or
otherwise limit the City's recourse to any remedy available at law or in equity.
Minimum Scope of Insurance
Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide
contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and
shall cover liability arising from premises, operations, independent contractors, products -
completed operations, stop gap liability, personal injury and advertising injury, and liability
assumed under an insured contract. The Commercial General Liability insurance shall be
endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground property
damage. The City shall be named as an insured under the Contractor's Commercial General
Liability insurance policy with respect to the work performed for the City using ISO Additional
Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
Minimum Amounts of Insurance
Contractor shall maintain the following insurance limits:
Project WW -13-029 Page 10 Rev. 8/30/2011
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations
aggregate limit.
Other Insurance Provision
The Contractor's Automobile Liability and Commercial General Liability insurance policies are to
contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any
insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the
Contractor's insurance and shall not contribute with it.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII.
E. Verification of Coverage
Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements,
including but not necessarily limited to the additional insured endorsement, evidencing the insurance
requirements of the Contractor before commencement of the work.
F. Subcontractors
The Contractor shall have sole responsibility for determining the insurance coverage and limits required,
if any, to be obtained by subcontractors, which determination shall be made in accordance with
reasonable and prudent business practices.
G. Notice of Cancellation
The Contractor shall provide the City and all Additional Insureds for this work with written notice of
any policy cancellation, within two business days of their receipt of such notice.
H. Failure to Maintain Insurance
Failure on the part of the Contractor to maintain the insurance as required shall constitute a material
breach of contract, upon which the City may, after giving five business days notice to the Contractor to
correct the breach, immediately terminate the contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due the
Contractor from the City.
Project WW -13-029 Page 11 Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
See attached listing:
ATTACHMENT "C"
PREVAILING WAGE RATES
1. Washington State Prevailing Wage Rates For Public Works Contracts — Journey Level and Apprentices,
Clallam County, effective 9/4/2013.
2. To access applicable prevailing rate(s) of wages rates for the describe work by trade, use the following Labor
and Industries website link: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp
3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360-417-4541 or by
email, lhanleygcityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles,
WA. 98363.
Project WW -13-029 Page 12 Rev. 8/30/2011
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
Root Tamers quotation form attached:
ATTACHMENT "D"
QUOTATION FORM
Project WW -13-029 Page 13 Rev. 8/30/2011
Sep 04 2013 10:54AM HP FaxRoot Tamers 5302445862
QUOTATION FORM
page 9
Project Title: Sewer Lines Root Foam Project Number: WW -13-029
The bidder hereby bids the following amounts for all work (including labor, equip�ent, time
and materials) required to perform the work in the Statement of Work and this pa kage.
1. Lump Sum $,
Sales Tax (8.4%) $ z J 6 IS' I �
Total Bid $ -7 6 ;) V -
2. The bidder hereby acknowledges that it has received Addenda No(s). i
(Enter "NIK if none were issued) to this Request for Quotation package.
3. The name of the bidder submitting this bid and its business phone number and ac dress, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed to
the following address:
Contractor Information:
1. Company Name:
2. Address:
3. City, State, Zip Code:
4. Phone Number:
5. Contractor Registration Number:
6. UBI Number:
7. WA State Industrial Insurance Account Number:
S. WA State Employment Security Dept Number:
S. State Excise Tax Registration Number:
";'6 o G J
1
u
SS- df�O 5,3 0 -o �r
0
The bidder represents that it is qualified and possesses sufficient skills and the
to perform the services set forth in this Contract.
Signed by
Title
Printed Name:
Date c I-3
Project: WW -13-029
Page 3
-4v-1C)3
�.
capabilities
Rev 8/30/2011
=a 04 2013 10:52AM HP FaxRoot Tamers 5302445862
page 2
TIRREPAREED
FOR
CITY
PORT ANGEL
SEWER LINES ROOT FOAlU
PROJECT NO. WW -13-029
B-111
ROOT TAMERA
Sep 04 2013 10:52AM HP FaxRoot Tamers 5302445862
page 3
7036 Westside Rd. #103 Redding, CA 96001 (530) 244-5861 Fax (130) 244-5862
To Whom It May Concern,
Thank you for your interest in our firm and the services we provide. This Ie r is
intended to serve as an introduction to the history and background of our company.
Hopefully this will answer any questions you may have regarding our products and
services.
Personal Experience: I would like to start by introducing myself. My name is Todd H.
Gayman the founder and owner of Root Tamers (RTS). In business since 2005 RTS is a
relatively new company my own personal background is very extensive in Oie Sewer
Root Foaming and Wastewater industry. I have worked in the private sector for over 20
years and in the public sector for approximately 5 years. My expertise is mostly in the
Sewer Root Foaming industry working with municipalities performing field operations,
along with many years of televising and line cleaning. Any references given for contracts
are from jobs I have performed personally. I am usually present on all my cc ntracts
working along side my employees wherever possible.
Safety Practices: At RTS we strongly practice worker safety. Our crews do not enter
manholes at any time to perform work; if the need to enter manholes arises vie have all
meters, harnesses and equipment onboard to do so. We have an extensive training
program for employees and never send inexperienced workers in the field to perform
work without supervision. We have never had any lost time accidents and in end to keep
it this way. Traffic control is always used in areas wherever necessary and o#r trucks are
equipped with arrow boards and top beacons. Employees attend continued elucation on a
regular basis.
Product Used: RTS will use the same proven product, Sanafoam Vaporoote
II, used by
many municipalities and the best in the industry. it is the oldest product on
a market for
the control of root growth in sewer systems. The history of the product dates
back to
1967 when a man named Fred F. Horne (my grandfather) actually formulate
and
originated the product. He had a methods patent and named the product Sana
oam
Vaporooter. His company Airrigation Engineering Inc. then spent the years of
research
and development in product improvements and application methods perfecting
this
industry. I guess you could say he is the "Grandfather" of Sewer Root Control".
Sanafoam Vaporooter has since been used by hundreds of municipalities thr
ughout the
United States with excellent proven results. It does not require any sunlight
activate, is
not a defoliant, will not harm trees, and is not a dump down product. It requii
es special
equipment to generate the foam to apply it in the most effective manner posy
ble.
Sep 04 2013 10:52AM HP FaxRoot Tamers 5302445862
page 4
San &)= Vaporooter will not harm treatment facilities when applied acco
label. Although it is a restricted use product and does carry a "Danger" lab
household bleach. It is not anymore harmful than the other products on the
used in accordance with the law by trained personnel. Many "rumors" aboi
have spread throughout the industry in resent years but they are just that, "i
can be refuted with real data and a history of effectiveness that cannot be n
other product on the market.
Method of Application: Our method of application includes the use of a
Truck with a patented Two -Stage Nozzle used to propel the hose from mi
manhole. This method washes away slimes and grease from the roots for
product performance. It is faster and easier than the method of pu hing a
others, It is safer for employees and does not require entrance into manho
wash down our hose with fresh water while being retrieved to insure a clf
environment.
ing to the
, so does
micet when
this pmduct
mors," and
tched by any
Irt
used by
We always
r working
Guarantee: We offer a guarantee period of two years for first applications End extending
that period to three years for second applications to lines covered by the init al two year
guarantee (see attached). If a better guarantee is offered we will match that j uarantee.
We guarantee quality service and 100% satisfaction to all our customers.
Coverage: RTS is a pesticide application business, licensed, bonded and
EPA Registered herbicides to sanitary sewer systems in five States throul
Western United States.
Thaa you for your attention and giving us the opportunity to bid in your
with any additional questions or if you would like more information.
Sincerely,
Todd Gayman
Owner/Operator RTS
OV12/1]
ad to apply
the
. Please call
Sep 04 2013 10:52AM HP FaxRoot Tamers 5302445862
page 5
krAbout Root Tamers
History of Root Tamers
Root Tamers is currently a sole proprietorship founded in 2005, owned and operat
Gayman. Based in Redding California and operating in the states of California, Or
Idaho. Colorado and North Nevada. We are a small business enterprise, specializii
contracts. The only service we provide is chemical treatment of sewer systems for
inhibition of tree root growth into municipal owned sewers.
The owner, Todd Gayman, is the grandson of Fred Horne, the originator of an idea
created the industry of... "Sewer Line Root Control" (see attached). His Grandfatb
methods patent holder for applying herbicides to sewer systems to suppress tree roc
maintained for a period of 17 years. Fred is the originator of Vaporooter, the best k
working product for this industry. It is sold worldwide under the same name and us
cities in-house today. Todd, being third generation in a family created industry, has
experience by over 25 years of real world hands on field application. He has over 1
he has personally treated and he is still doing it today.
In 2005, with a new house in Redding and a baby on the way, Todd decided it was 1
business of his own. From day one Todd had a plan to grow and expand his busines
being left unattended... mostly the Pacific Northwest. Since the time of its creation,
has grown and continues to grow. We now service cities never before served by the
industry. Todd loves the travel and meeting of neve people who care about there cor
Lately, with a wife, 12 year old daughter, and a 9 year old son, Todd has to try to bg
of his time between work and family. Anyone who has ever been in business can ur
demands of being a business owner today, but try compounding this with days, wee
from your home and family. Besides these duties, he runs day to day operations of
business, mostly while on the road. This is the life of the owner and his employees.
With 15 years field experience and a decade of working as the acting President of Pa
Maintenance Corp. (PSM) managing jobs, preparing bids and working in the field, T
knowledge of contracting. Todd also worked for Orange County Sanitation District i
where he gained much knowledge with large pipe cleaning methods, pump stations E
operations of a big city. Called back to work at the family corporation, Todd has no i
a very strong desire to carry on the legacy created by his grandfather, his father, and
employs two of his nephews, the 0 generation in this very unique business created t
vision. His motto is "nothing beats hands on experience, now grab that hose and lets
his time spent working in the field side by side with his employees.
by Todd Horne
,on, Washington,
in municipal
.e suppression and
rid a product that
was the original
growth, a patent he
>wn and best
I by many U.S.
weived his
million feet of line
ne to start a
into the regions
oot Tamers (RTS)
oot control
nunities and towns,
ince every minute
erstand the
> even months gone
intensely regulated
lic Sewer
Id gained his
ile in his mid 20s
I day to day
,rets. He now has
brothers. He
a man with a
i" and he enjoys
3A612013
Sep 04 2013 10:53AM HP FaxRoot Tamers 5302445862
page 6
Root Tamers has an excellent reputation and track record. We work hard to be thorough
with•our
applications ensuring that every possible inch of pipe be treated. It is very impo
to Todd that the
city gets there monies worth when we treat there lines. We have very good results and
very few
guarantee call backs based on due diligence, a good product and quality application
methods (see
attached references). We use the very same methods and proprietary patented nozzle
which were
developed and adopted by pacific Sewer Maintenance Corp (PSM) our family own
d company. PSM is
currently owned and operated by Todd's brother Scott Gayman. They are in a joint
enture with the city
of Los Angeles 2012 Proposal.
left out of the
We use Vaporooter. The most widely used product in the world for this type of wor and has been for
over 50 years! No other product matches the effectiveness of Vaporooter; therefore Todd says the only
thing that makes sense... "People who know use Vaporooter".
Our crews are trained in every aspect of there job. They have specialized training in
safe pesticide
application, spill control, traffic control (watch), truck driving and backing, sewers
stems, gis mapping.
We hold current CPR/first aid cards and, even though it is against company policy I
enter maintenance
holes, our crews have confined spaces training and certificates. Todd insists on knowing
each of his
employees very well. This is not hard to do when you live and work together as a cr
w. Each employee
is taught how to run the truck, how to repair or troubleshoot problems, work an ease
ent, flagging
procedure, truck backing, and sewer vs. storm drains, map reading, daily logs and
respect all public.
When an employee has had 1 year or more spent in "rookie" status he is allowed to
left out of the
basses sight. Only field foreman may drive trucks over pick-up size.
When working in easements, we string along a second smaller hose (3/8" diameter) Ind use it as a wash
down for the 1" ID hose for jetting and foaming, This ensures workers and the home owner a safe and
clean operation, while keeping kids and pets safe in their back yards with maintenan holes in them.
We always use three or more men in easements. We understand that we are working in someone's
domain, we respect others belongings and property no matter where we are working Todd always says
"that play pot probably will be front the piing dmasv if it breaks" This statement is made to ensure virtually no
homeowners call back with smashed plants, broken pots or any complaints.
Our firm has many years of experience dealing with every possible scenario that can occur in the field.
We are equipped and prepared to do our job efficiently and professionally. A contract with no problems
coming back on our clients and dead roots in the sewer system is our goal. We have I men, and will
continue, to serve the clients who respect our knowledge of this industry. In the proc ss, they gain
knowledge of their own, and the very best product available for the job.
Todd Gayman
Root Tamers
_"=13