Loading...
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