Loading...
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