HomeMy WebLinkAbout4.325 Original ContractCONTRACT
WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this
agreement, the parties hereto covenant and agree as follows:
1. The Contractor shall do all work and furnish all tools, materials, and equipment for landscape
maintenance
THIS AGREEMENT, made and entered into in duplicate, this day of C T" 6 2000, by
and between the CITY OF PORT ANGELES, hereinafter called the Owner, and PARSINEN LANDSCAPE
MAINTENANCE, INC., hereinafter called the Contractor,
in accordance with and as described in the plans and specifications referred to as the Project Manual, and
shall perform any alterations in or additions to the work provided under this contact and every part thereof.
The Owner agrees to pay the Contractor for the actual completed work according to the following:
The Contractor shall submit an invoice to the Public Works Light Operations Substation Technician at
the end of each month with a brief description listing the work that was completed. The Contractor stall be
paid in ten (10) equal monthly payments ending with December 31S each year. The Owner shall review the
bill and, upon approval, will remit payment within thirty (30) days.
Work shall start within ten (10) days after execution of contract and continue through December 31, 2000.
The Owner shall have the option of retaining the services of the Contractor for 2001, 2002, 2003, 2004, and
2005. The Owner shall offer the rate increase for the following year equal to the Seattle cost of living index
published for that year.
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 such as are mentioned in the specifications to be furnished by
the Owner.
2. The Owner hereby promises and agrees with the Contractor to employ, and does employ the
Contractor to provide the materials to do and cause to be done the above described work and to complete
and finish the same according to the attached plans and specifications and the terms and conditions herein
contained and hereby contracts to pay for the same according to the attached specifications and the
schedule of unit or itemized prices hereto attached, at the time and in the manner upon the conditions
provided for in this contract.
3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does
hereby agree to the full performance of all the covenants herein contained upon the part of t'ie Contractor.
4. It is further provided that no liability shall attached to the Owner by reason of entering Into this
contract, except as expressly provided herein.
5. The Contractor shall provide the Owner with proof of insurance as set forth in item 6. INSURANCE
AND LICENSING REQUIREMENTS in the attached Project Manual.
6. The Contractor shall defend, indemnify and hold the Owner, 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 contract, except for injuries and damages caused
by the sole negligence of the Owner.
Should a court of competent jurisdiction determine that this contract 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 Owner, 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 purpose of this
indemnification. This waiver has been mutually negotiated by the parties. The provision of this section shall
survive the expiration or termination of this contract.
7. Contractor hereby assigns to Owner any and all claims for overcharges resulting from antitrust
violations as to goods and materials purchased in connection with this contract, except as to overcharges
resulting from antitrust violations commencing after the date of the bid, quotation, or other event establishing
the price of this contract. In addition, Contractor warrants and represents that each of its suppliers and
subcontractors shall assign any and all such claims for overcharges to Owner in accordance with the terms
of this provision. Contractor agrees to give Owner immediate notice of the existence of such claim.
IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year
first above written.
CITY OF PORT ANGELES
Appro as to form:
J
City Attorney
Attest:
City Clen
PW- 407_12 [6/98]
By
Parsinen Landscape Maintenance Inc.
Title:
Q��s Er/)G
REQUEST FOR QUOTES
for
LANDSCAPE MAINTENANCE
CITY OF PORT ANGELES
WASHINGTON
LANDSCAPE MAINTENANCE
TABLE OF CONTENTS
Request for Quote and Quote Sheet
Attachment A: Specifications
Attachment B: Charts
Attachment C: References, Experience,
Agreement of Compliance
240 W. Front Street
Port Angeles
Washington 98362
360 417 4741 (Substation Technician)
LANDSCAPE MAINTENANCE
REQUEST FOR QUOTE AND QUOTE SHEET
REQUEST FOR QUOTE AND QUOTE SHEET
1. SUBMISSION OF QUOTATION
Quotations shall be delivered to the City of Port Angeles to the attention of City Clerk, 321
East Fifth Street, PO Box 1150, Port Angeles, Washington, 98362 to arrive not later than
2:30 p.m. Monday, February 28, 2000.
Quotations must be completed in ink or type- written.
Quotations will cover the furnishing of landscape maintenance for 12 locations within the
city limits of Port Angeles per the attached descriptions.
2. REJECTION OF QUOTATIONS
The City of Port Angeles reserves the right to reject any or all quotations and to take into
consideration experience as well as cost.
Any exceptions to the specifications or general conditions shall be noted by the Bidder.
Exceptions deemed by the City to be material shall be grounds for rejection of the
quotation.
3. EXAMINATION OF SITE AND CONDITIONS,
Prior to the submission of the quotation, the Bidder shall make a careful examination of
the sites and the specifications and shall become informed as to the location and nature
of the proposed work, the kind and character of soil and terrain to be encountered, the
kinds of facilities required before and during the course of the work, general conditions,
and all other matters that may affect the work.
4. STARTING AND COMPLETION DATES,
The Contractor shall begin work March 1, 2000 and continue through December 31, 2000.
The City shall have the option of retaining the services of the Contractor for 2001, 2002,
2003, 2004 and 2005. The City shall offer the rate increases for the following year equal
to the Seattle cost of living index published for that year.
5. PAYMENT
The Contractor shall submit an invoice to the Public Works Light Operations Substation
Technician at the end of each month with a brief description listing the work that was
completed. The Contractor shall be paid in ten (10) equal monthly payments starting
March 31s and ending with December 31s each year. The City shall review the bill and
upon approval, will remit payment within thirty (30) days. The bill shall be sent to City of
Port Angeles, Public Works Light Operations, Attention: Substation Technician, 240 West
Front Street, Port Angeles, WA 98362.
6. INSURANCE AND LICENSING REQUIREMENTS,
A. The Contractor shall be bonded ($4,000 minimum) and hold a current Pesticide
Applicator's License.
B. The Contractor shall provide and maintain, at its sole cost and expense, the
following insurance from an insurance company operating within the State of
Washington:
1. Workman's Compensation Insurance as required by the laws of the State
of Washington.
2. Comprehensive Commercial Liability Insurance naming the City, its
officials, employees, and agents as additional insured from and against
claims, demands, causes of action, expenses, costs or liability for injury to
or death of persons, or damage to or loss of property arising out of or in
any manner connected with the Contractor's operations or performance
under this Contract in an amount not less than one million dollars
($1,000,000) combined single limit for each occurrence or two million
dollars ($2,000,000) general aggregate.
3. Automobile Liability Insurance in an amount not less than one million
dollars ($1,000,000) combined single limit per accident for bodily injury and
property damage covering owned, non owned and hired vehicles.
The Contractor shall deliver to the Public Works Light Operations Manager proof of
license and bonding. The Contractor shall also deliver to the Public Works Light
Operations Manager certificates of insurance and original endorsements for both the
commercial liability and automobile insurance, along with EIN (Employee ID) numbers for
all employees.
All policies of insurance required by this contract shall name the City of Port Angeles as
additional named insured and provide that no cancellation, lapse, or material changes in
the policies shall become effective unless thirty (30) day's prior notice of such
cancellation or change shall be furnished to the City Clerk by registered mail.
The Contractor shall not commence any work hereunder, until all the insurance has been
obtained and such insurance has been approved by the Public Works Light Operations
Manager.
7. HOLD HARMLESS
The Contractor agrees to indemnify and hold harmless the City from liability, loss,
damage, injury, or death to any person or property from any negligent act or omission of
the Contractor, or its employees, or agents in the performance of this Contract unless
caused by or resulting from the sole negligence of the City or, if caused by or resulting
from the concurrent negligence of the City or its agents or employees, and the
Contractor, subcontractors, or its agents or employees, only to the extent of the
Contractor's negligence.
The Contractor assumes the risks for the condition of the property of the City to be
worked upon in the performance of this work, and agrees to indemnify and hold harmless
the City against any loss, damage, injury, or death to any persons or property of the
Contractor or its employees.
8. HAZARD COMMUNICATION,
The Contractor shall inform the City of Port Angeles concerning any chemical hazard that
the Contractor may bring to the City's work place, and the Contractor shall comply with all
applicable local, State and Federal laws relating to hazardous chemicals.
9. PREVAILING WAGES
The Contractor agrees to pay all laborers, workmen, or mechanics employed on this
project, the prevailing rate of wage for an hour's work in the same trade or occupation in
the area of work regardless of any contractual relationship which may exist, or be alleged
to exist, between the Contractor and any laborers, workmen, or mechanics.
10. REASSIGNMENT OF WORK
The use of subcontractors shall not be allowed.
11. EQUAL EMPLOYMENT AND CIVIL RIGHTS ACT,
The Contractor shall comply with the applicable portion of the Federal Civil Rights Act of
1964, and the Equal Employment Opportunity Act and the regulations issued thereunder
by the State and Federal Government. If the Contractor fails to comply with these Acts or
the Regulations issued thereunder, the City reserves the right to terminate the work.
12. TERMINATION OF QUOTATION
In the event that any of the provisions of this quotation are violated by the Contractor the
City may serve written notice of intention to terminate the Contractors' work, which notice
shall specify the reasons therefor. Unless within ten (10) days after serving such notice
upon the Contractor such violation shall cease and an arrangement for the correction
thereof satisfactory to the City be made, this quotation shall, upon the expiration of the
said ten (10) days, cease and terminate.
13. INTERPRETATION OF DOCUMENTS
Bidders are instructed to familiarize themselves with the work contemplated in order that
the true spirit and intent of the specifications may be fulfilled. If a Bidder is in doubt as to
the true meaning of any part of the drawings, specifications or documents, he shall
contact the Public Works Light Operations Manager at 360- 417 -4731 for an interpretation.
14. REFERENCES
The Contractor shall provide at least three (3) references, along with a contact person
and phone number, for commercial work of this type (form enclosed).
15. QUALIFIERS The Contractor:
Must have been in the commercial landscaping business for a minimum of 5 years.
Must be able to man the described work. The Contractor shall have a minimum of 3
qualified field employees.
Must have in possession and have immediately available all equipment and tools
needed for the work described in this document.
TO: City of Port Angeles Public Works
321 East Fifth Street
Port Angeles, WA 98362
(Hereinafter called "City
The undersigned (hereinafter called "Contractor") hereby proposes to perform the work requested
by the City, as indicated on the documentation and charts in the landscape maintenance quote,
specifications and charts upon the terms and conditions herein stated:
1. Provide price for landscape maintenance as described in this document.
Annual Price: aa335 (including tax)
(paid in 10 equal monthly payments)
2. The Contractor shall submit a man hour rate for labor and small equipment which shall be
used as a basis for any City approved additional work (i.e. replacing sprinkler heads,
replacing shrubs, other requested work, etc.)
Classification
1 al GAT lDIJ 1e'. E'PAu
L-AobScttfr eFQAM fiS
Equipment
F 'apMhF7CCppDE
b T1 gat k 1 e� El c6AP1(
3. Separate price for Re -bark Just be provided: (see description)
Annual Price: Si al. I O (including tax)
Man Hour Rate
Co.48
(o aS
ace. Tr
Eauipment Hourly
3.3`'
Ia. sg
s
(including tax)
(includina tax)
(includina tax).
(includina tax)
Rate
(includina tax)
(includina tax)
(includina tax)
(includina tax)
4. Separate price for Herbicide in Substations must be provided: (see description)
Annual Price: 1 1RCo. 90 (including tax)
5. Any alterations or exceptions to this quotation:
a" Me�,1J4 crEQUENcN wovt.fl QE- E 7 DAA/S
(i r ED rm.; 3 cFEg. +(L.,24 p.PPLtc.4't1a1.6)
BIDDER: PAPS IN €p L. Avst•ScAPr MA )u?FPAN(E TJJC.
BY: 6F6FK' PAQS /of' 1✓
ADDRESS: P.b. 110)c 3633 SE u,t& wA 98382
PHONE: (31.0 (,ID- Sl8a
WA State Contractors Lic. PAR SZL
Herbicide License •5b .44c S3 471
Exp. 7-t &c
Exp. 10 31 asoo
Authorized Contractor Signature Date
ATTACHMENTA
LANDSCAPING MAINTENANCE SPECIFICATIONS
STANDARD SPECIFICATIONS
SUBSTATION LANDSCAPING MAINTENANCE STANDARD SPECIFICATIONS,
Because substations are restricted areas, Public Works Light Operations shall provide
supervised access inside all substation fenced areas at all times. General plant facilities located
within Light Operations fenced areas will require approval prior to access.
GENERAL
1. Any questions or problems that the Contractor may have are to be directed to the
Public Works Light Operations Substation Maintenance Technician. The
technician's phone number is 360- 417 -4741, and cell number is 360- 808 -3980.
2. The Contractor shall provide sufficient supervision to assure performance as
specified.
3. The Contractor shall be responsible for making repairs due to damage resulting
from operations performed by the Contractor.
4. If any work is to be done outside of the contract requirements, a detailed description
will be presented to the Public Works Light Operations Manager for cost approval
and scheduling.
II. MATERIALS AND EQUIPMENT
1. The Contractor shall supply all chemicals, fertilizers, and equipment as required to
perform the specified maintenance.
III. LAWN MAINTENANCE,
1. Debris Removal
The Contractor shall remove bottles, paper, glass, and general garbage and debris
from all areas. Leaves shall be cleaned up as needed to maintain a neat
appearance.
2. Mowing
Mow lawns approximately every 10 days or as needed during the growing season to
provide a neat appearance, cutting to approximately one inch. Contractor shall
catch grass clippings and dispose of along with weeds, leafs etc. at an appropriate
disposal site. If using a mulching mower, Contractor shall blow stray grass off
walks and streets.
Edging along sidewalks and driveways shall be done monthly during vigorous
growth months. Thatching will be done once a year when the condition is best.
3. Rough /Brush
Cut all vegetation including weeds, blackberries and grass away from fencing a
minimum of six feet two times per year. For weed control, spray this area two times
per year using correct type of spray needed to control the vegetation.
4. Fertilizing
Fertilize lawns three times per year; normally once in June, once in August, and
again in late October using a 21 -7 -14 formula at manufacturers recommended
amount.
5. Irrigation
Lawns shall be watered so as to maintain a moist turf during the growing season to
promote healthy growth and appearance. Monitor and adjust irrigation timers
weekly according to weather conditions.
6. Weed Control
Weeding of lawn and landscape areas shall be accomplished by the use of broad
leaf spray herbicides in April and June. Gravel areas shall be spot sprayed two
times per year inside substation fences, and three feet outside the fence in
rough /brush areas. Spot control shall continue through the year.
IV. TREES AND ORNAMENTAL PLANTINGS
1. Maintenance
Maintain plantings in all areas specified.
V. IRRIGATION
Provide all required maintenance including fertilizing, irrigation, pruning, and insect
and plant disease control on all plants. Such plants generally consist of
rhododendrons, azaleas, photinias, evergreen shrubs, and trees.
Maintain all plants in a neat appearance. Keep plants at a height and width so as
not to encroach on each other, or cause a visual or traffic problem. Plants shall not
be allowed to grow so as to cover signs or lights. Broken, dead, or diseased growth
shall be removed as soon as observed, at any time of the year.
2. Pruning
Prune trees and shrubs once per year in November or December so as to promote
healthy growth and to keep them from touching buildings and sticking out into
streets, sidewalks and lawns.
3. Fertilizing
Rhododendrons, azaleas, and heathers shall be fertilized with a formulation of 5 -10-
5 twice per year; once in early March, and again in May or early June. Fertilizer will
be applied at a rate of 1/2 cup per plant for heights up to six feet, and at a rate of
one cup per plant for heights over six feet. Apply fertilizer twelve inches out and
away from trunk.
4. Bark Areas
Keep barked areas weed free by hand weeding or using an herbicide as needed.
The Contractor shall be knowledgeable in computer controlled sprinkler system
installation and maintenance and shall maintain irrigation and sprinkler systems in fully
operable condition 24 hours a day, seven days per week. If a sprinkler system gets stuck
in the "on" position, contact the Public Works Light Operations Substation Maintenance
Technician. The Contractor shall perform weekly inspections of all systems, including
testing the system for damaged sprinkler heads.
The Contractor shall activate the sprinkler system in Spring and check for leaks. At the
conclusion of the growing season, the Contractor shall conduct winterization maintenance
to safeguard system components during the dormant season. This shall include removal
of all water from irrigation system components.
VI. HERBICIDE
Provide a separate price to apply herbicide 24 -D inside substation fences.
Pre emergent (Monobor Chlorate) shall be applied within substation fenced areas.
Maintain 6' distance from landscape plants. Apply at manufacturers suggested rate to
keep unwanted vegetation from growing. Spray all areas not covered with pre- emergent
with roundup and 24 -D. (24 -D is for horse tail elimination). Remove dead vegetation from
gravel.
VII. RE -BARK
Provide a separate price to re -bark all locations with existing bark.
Commercial grade medium fine bark shall be used. Remove old bark when needed if the
new bark level will exceed surrounding grades.
The Bidder is responsible for scheduling a trip to each maintenance site to assure they
understand what needs to be accomplished.
PUBLIC WORKS LIGHT OPERATIONS LANDSCAPING
LOCATION/TASKS
MOW LAWN i THATCH FERTILIZE LANDSCAPE BRUSH CONTROL IN FENCE
I N S E J W N I S E W N S E W N S Ei W
Pole Yard
(Truck Rt. /Blvd) Y Y Y Y Y
College Sub Y Y Y Y Y Y Y Y Y Y Y Y
Park/College
Washington Sub Y Y Y Y Y Y —Y Y Y Y Y Y
2nd/Washington
Valley Sub Y— Y Y Y Y Y Y —Y Y Y Y Y Y Y
2ndNalley
Laurel Sub Y Y Y Y Y Y Y Y Y Y Y Y Y Y
14th /Laurel
Peabody Sub
Peabody /Park Y Y Y Y Y Y Y Y Y Y Y Y
A St. Sub Y Y Y Y Y Y Y Y
16th /A St.
F St. Sub Y Y Y Y Y Y Y Y Y Y Y Y
16th /F St.
I St. Sub. Y Y Y Y Y le— Y Y Y Y Y Y Y
7th /I St.
Light Operations
(240 W. Front) Y Y Y Y Y Y
*Wastewater
(1509 Columbia, at Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y
Ennis Creek)
Ediz Hook Meter
Y Y Y Y
Cabinet
*Verify all tasks and locations of tasks with supervisor of Wastewater Treatment Plant.
substatn /Iandacty xis
March
April
May
June
July
August
September
October
November
December
MOW EDGE
2 1
2 1
3 1
4 1
4 1
4 1
3 1
2 1
2 1
PUBLIC WORKS LIGHT OPERATIONS LANDSCAPING
MONTHLY PLANNED ACTIVITY OF TASKS
(All Locations)
FERTILIZE
PLANTS
PLANTS
LAWN
LAWN
LAWN
LEAF
2
2
1
PRUNE
1
BRUSH
1
1
HERBICIDE
1
WEED CONTROL
1
ATTACHMENT C
EXPERIENCE, REFERENCES AND
AGREEMENT OF COMPLIANCE
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
1. Name of bidder: T rCSIW€ J LA -PPS' VF 1414- ,PrEPA4 j C.
2. Permanent main office address: Po. Bo k 36,3 3 S.F 1 P-■ Lil /.1 9838
3. When organized: )48 R
4. When incorporated: 1 9 9 8
5. How many years have you been engaged in the contracting business under your present
firm name? 12
6. Contracts on hand (schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion):
SEE Sk tlt�T
7.
8.
9.
General character of work performed by your company:
Comm ptcfm. C. A43 OSo4/ MA,Nrfv SCE O1Jl.c�
Have you ever failed to complete any work awarded to you? LAO
Have you ever defaulted on a contract? NO
10. List the more important projects recently completed by your company, stating
approximate cost for each and the month and year completed:
3E S F7° E s Nt= ET
11. List your major equipment available for this contract: Te$4J tJE>E7GE AU c &mol
1 Inc k A*- C6M I k NI* C, S LIVE" T r i iticii q Q Lew .1 ku a &r4
12. Experience in construction work similar in importance to this project: �-4t.
13. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the City? ti ES
Add separate sheets if necessary.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any
information requested by the City of Port Angeles.
PE GE PA .s /NEv
Bidder's Signature Print Name
as
Date Title
PAR'S 1 E iJT'
2)
3)
Address
Name of Responsible Contact
Description of Project
Project Name
Address
Name of Responsible Contact
Description of Project
Project Name
Address
Name of Responsible Contact
Description of Project
REFERENCES
PARSIPEN t- 40DS -PF N44 NI'Nt4
Name of Landscape Contractor
PLEASE PROVIDE THREE (3) VERIFIABLE REFERENCES
1) p LE AS E SEE ScfAS W S AO
Project Name Date of Completion
City
City
City
C.1 S
Phone Fax*
State Zip Code
1
Contact Phone Number
Date of Completion
State Zip Code
1
Contact Phone Number
Date of Completion
State Zip Code
1
Contact Phone Number
f
This project will be monitored and inspected. Contractors found to be non compliant will be addressed
by the City of Port Angeles.
I hereby affirm that I will not "subcontract" any part of the landscaping duties pertaining to the contract
with the City of Port Angeles.
By signing, the Contractor agrees to comply as stated above.
P<
Gebb F PAgs ME N
Print Name
AGREEMENT OF COMPLIANCE
Pol,Lic. $.40t....5 P611 orv‘t105
S oBSTAfries OS/w4148TF cu potenvviiper Cetll:
Project Name
a- XD-
Date
ACORD Certificate of Insurance--
Poducer
Ralston Ralston, Inc.
P. 0. Box 1405
Port Angeles, WA 98362
360 -452 -8415 FAX 360- 452 -8418
Insured
Parsinen Landscape Maintenance
P.O. Box 3633
Sequim WA 98382
Coverages
A Auto Liability
]Any Auto
]All Owned Autos
[X] Scheduled Autos
[X] Hired Autos
[X]Non -Owned Autos
]Garage Liab.
Excess Liability
]Umbrella Form
]Other Than Umb.
Other
Description Of Operations:
CITY OF PORT ANGELES, ITS
ADDITIONAL INSURED
Certificate Holder
ADDITIONAL INSURED
City of Port Angeles
P. 0. Box 1150
Port Angeles, WA 98362
Attn: City Clerk
ACORD 25 -S (7/90) [jla]
-CITY OF PA Issue Date: 042100
This certificate is issued as a matter of
information and confers no rights upon the
certificate holder. This certificate does
not amend, extend or alter the coverage af-
forded by the policies below.
Companies Affording Coverage
Company A: AMERICAN STATES INS
Inc Company B:
Company C:
Company D:
This is to certify that the policies of insurance listed below have been is-
sued to the insured named above for the policy period indicated, notwithstan-
ding any requirement or condition of any contract or other document with re-
spect to which this certificate may be issued or may pertain, the insurance
afforded by the policies described herein is subject to all the terms, exclu-
sions and conditions of such policies. Limits shown may have been reduced by
paid claims.
Co Effect Expire
Ltr Type of Insurance Policy Number Date Date
Limits
A General Liability 010E415134 070199 070100 General Agg $2,000,000
[X]Commercial Prd /Comp Ops$2,000,000
[X]General Liab. Pers /Adv Inj$1,000,000
]Claims Made Each Occurnc$1,000,000
[X]Occurrence Fire Damage 200,000
]Own Cont Prot Med Expense 10,000
*Any 1 Fire /Any 1 Person
Combined Single
Limit $1,000,000
Bodily Injury Per
Person
Bodily Injury Per
Accident
Property Damage
Each Occurrence
Aggregate$
Workers Comp. Statutory Limits
And Each Acc.
Employers' Liab. Disease Lim.$
Disease Emp.$
OFFICIALS, EMPLOYEES AND AGENTS ARE NAMED AS
Cancellation
Should any of the above described poli-
cies be cancelled before expiration date
the issuing company will endeavor to mail
30 days written notice to certificate
holder named to the left, but failure to
mail such notice shall impose no obliga-
tion or liability of any kind upon the
company or it's agents or representatives
ho rized Rep esentat ve
q.sas
IIAU 5/91:
L
WASHINGTON STATE
DEPARTMENT OF AGRICULTURE
COMMERCIAL PESTICIDE APPLICATOR
NON TRANSFERABL
PAINEN ?SCAPE= MAINT
DABSIN ,;'GEOFP A
I?t? 'E&. 3633
SEQ[3IM,;; WA 96382
CATEGORIES
EXPIRES
013,
12/31/2000 53473
LICENSE NO.
/Mak
.0 ///1d111M Washington State Department of Agriculture Pesticide Management Division PO Box 42589, Olympia WA 98504 -2589
COMMERCIAL PESTICIDE APPLICATOR COMPANY LICENSE
Part A 01/07/2000
UBI: 601884903
PARSINEN LANDSCAPE MAINT INC
PO BOX 3633
SEQUIM, WA 98382
COUNTY CLALLAM 360 -683 -5882
LICENSEE NO.: 53479
PARSINEN, GEOFF A
LICENSE ISSUE DATE: 01 -07 -2000
LICENSE EXPIR DATE: 12 -31 -2000
*INSURANCE EXPIRES 07 -01 -2000
k Upon this date, a completed Financial Responsibility Insurance
Certificate (with original signature) must be on file with WSDA
or license is automatically suspended.
*kkk**** *k****k LICENSE CATEGORIES **k******
OB- ORNAMENTAL WEED CONTROL,
NOTE: COMMERCIAL APPLICATOR MUST BE LICENSED IN ALL CATEGORIES THAT THE
COMPANY OPERATES.
*kk *k *k *k EQUIPMENT *k
PLATE NO. AIRCRAFT NO. DESCRIPTION