Loading...
HomeMy WebLinkAbout08 - Root Foaming ServicesCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 8 April 28, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department George Murdoch, Utilities Director 949- 718 -3401 or gmurdoch (a)citv.newnort- beach.ca.us SUBJECT: APPROVAL OF MAINTENANCE AGREEMENT WITH DUKE'S ROOT CONTROL, INC. FOR ROOT FOAMING SERVICES OF 41,127 LF OF SEWER LINE RECOMMENDATION: Approve a Maintenance Agreement with Duke's Root Control, Inc. for root foaming of 41,127 linear feet of sewer line at various locations throughout the City for a not -to- exceed price of $32,490.33. Authorize the City Manager and the City Clerk to execute the Agreement. DISCUSSION: Background: Intrusion of roots into wastewater pipelines is probably the most destructive problem encountered in the operation of a wastewater collection system. Root intrusion in wastewater pipelines often leads to the collection of grease and debris. If not managed root intrusion can lead to accidental wastewater stoppages and overflows. Each year staff solicits proposals from firms specializing in providing root cleaning services with the goal of removing roots from portions of the system more susceptible to this type of overflow concern. Staff uses the following information to more effectively identify areas of root infiltration to concentrate root cleaning efforts: • Maintenance Histories — maintenance records will show which sewer lines have experienced stoppages and the causes of these. • Sewer Line Video Reports — the video tapes provide documentation of root problems and help staff make assessments of the extent of infiltration. • Sewer Stoppages and Overflows — due to structural damage that has occurred. Maintenance Agreement with Duke's Root Control, Inc. For Sewer Line Root Control Services of 41,127 If of Sewer Line April 28, •2009 Page 2 Staff solicited proposals to root foam 41,127 Lf of sewer line and as a result received proposals from two firms performing this type of work. Company Pipe Size Price Quantity Total Dukes Root Control, Inc. 1 8 inch $0.79 /foot 41,127 feet . $32,490.33 Pacific. Sewer Maintenance 1 8 inch $0.90 /foot 41,127 feet $37,014:30 After reviewing the experience, qualifications, and cost to perform this type of work, staff selected Duke's Root Control, Inc. (Duke's). Duke's applies EPA registered products that kill tree roots without harming above ground vegetation. The material is injected as foam, from manhole - to-manhole, killing all roots on contact and also inhibiting re -growth for 3-5 years on repeat applications. If live roots are found in a sewer within six months of. application, or if a treated sewer plugs up and floods due to tree roots during the guarantee period (two years), Duke's will re -treat that section, at their expense, or remit to the City 100% of the payment received to treat that section of sewer. Environmental Review: This project is exempt from environmental review under Section 15301 of the CEQA Guidelines, pertaining to the maintenance of existing facilities. Funding Availability: There are sufficient funds available in the Wastewater budget account to cover the cost of the root foaming. Account Description Tree Root Foaming Prepared by: W"- Cindy AsherLMministrative Manager Account Number Amount. 5600 -8189 $32,490.33 Submitted by: eore Aroch, Otilities Director Attachments: Maintenance Services Agreement MAINTENANCE AGREEMENT WITH DUKE'S ROOT CONTROL, INC. FOR ROOT FOAMING 41,127 LF OF SEWER LINE THIS AGREEMENT is made and entered into as of this 28`h day of April, 2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and DUKE'S ROOT CONTROL, INC., a New York Corporation whose address is 1020 Hiawatha Blvd., West, Syracuse, New York, 13204-1131 ( "Contractor "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to have sewer line maintenance to alleviate sewer line root intrusion. C. City desires to engage Contractor to root foam sewer line in various locations throughout the City ( "Project "), for a total of 41,127 LF of 8" sewer line root foam treatment ( "Project "). D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Contractor for purposes of Project shall be Tom Edwards. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 30th day of June, 2009, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall perform the Project and all the services for the Project in the manner described in the Scope of Work. attached hereto as Exhibit A and incorporated herein by this reference. As a material inducement to the City entering this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first - class firms performing similar work under similar circumstances. Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 3. TIME OF PERFORMANCE 4. S. 6. Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the services. to be provided for the Project, each. party hereby agrees to provide notice to the other party so that all delays can be addressed. 3A Contractor shall submit all requests for. extensions of time for performance in, writing to the Project Administrator not later than ten. (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. COMPENSATION As full compensation for the performance and completion of the Project as required, City shall pay to Contractor and Contractor accepts as full payment the sum of Thirfy-Two Thousand, Four Hundred and Ninety Dollars and 331100 ($32;490.33). Contractor shall no receive any additional compensation unless approved in advance by the City in writing. All amounts due and owing under this Agreement shall be paid no later than thirty (30) days after the Project work has been completed and an invoice for the Project Work has been completed and an invoice for the Project work has been approved by City staff. ADMINISTRATION This Agreement will be administered by the Utilities Department. Ed Burt shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. TYPE OF MATERIALS /STANDARD OF CARE 6.1 Contractor shall use only the standard supplies and materials described in Exhibit A in performing Contract Services. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the City Administrator. 2 6.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the technical personnel required to perform the services required by this Agreement, and that it wits perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship With City. 6.3 At its sole cost, the Contractor shall provide all necessary machines, equipment, tools and labor, etc., as may be necessary to perform the work outlined herein and in the attached Scope of Services. Equipment used by the Contractor must be of commercial quality and in good and safe working condition at all times. 6.4 Contractor shalt obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall maintain a City of Newport Beach business license during. the term of this Agreement. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and all officers; employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected. by the Contractor. 7.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and /or design defects; and /or (3) any and all claims asserted by Contractor's subcontractors or suppliers on the Project, and shall include reasonable attorney's fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 7.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other worts areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 7.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be Considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 7.6 Nothing in this section shalt be construed as authorizing any award of attorneys fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 6.3 above. 7.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting. the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation, and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees.. 9. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 10. INSURANCE Without limiting Contractors indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the tern of this Agreement, a policy or policies of liability insurance of the type. and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating. Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements 0 i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non- renewal of all Workers' Compensation policies, must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City.. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form. with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed. under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. Automobile Liability .Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non - owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractors operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance. provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. 5 V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage.or in limits, by either party except after thirty (30) calendar days. (10 calendar days written notice of non- payment of premium) written notice has been received by City. F. Z -rmefy Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. G. Additional insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 41, SUBCONTRACTING The - parties recognize that a substantial inducement to City for entering into this Agreement is the reputation, experience and competence of Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express written consent of City. Contractor. shalt not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 12. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shalt have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 13. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this .Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 14. N0710ES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when A delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Ed Burt Utilities Department City of Newport Beach 3300 Newport Boulevard Newport.Beach, CA, 92663 Phone: 949-644-3011 Fax: 949 -646 -5204 All notices, demands, requests or approvals from CITY to Contractor shall be addressed to Contractor at: Attention: Tom Edwards Duke's Root Control, Inc. 1020 Hiawatha Blvd., West Syracuse, NY 13204 -1131 Phone: (315) 472 -4781 Fax: (315) 475 -4203 15. TERMINATION In the event that either party .fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party. -may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. in the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the.effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Agreement. 16. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 17. WAIVER A waiver by City of any term, covenant or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 7 18. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind :or nature are merged herein. No verbal agreement or implied covenant shall be hell to vary the provisions herein. 19. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services, the terms of this Agreement shall govern. 20. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution, of this Agreement by Contractor is a representation that Contractor has visited the Project. Site; has become familiar with the locat conditions under which the work is to be perforated, and has taken into consideration these factors .in submitting its Project Proposal and Scope of Work. 22. CONTROLLING LAIN AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action. brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 23. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be. construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 24. WARRANTY Contractor agrees that the application of Razorooter0 II applied pursuant to this Agreement shall be covered by a. two (2) year wear warranty as outlined in the Warranty Information, attached hereto as Exhibit B and incorporated in full by this reference. 0 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY: By: Myne p rne y Assist ATTEST. By: Leilani Brown, City Cleric CITY OF NEWPORT BEACH, A Municipal Corporation By: Homer Bludau City Manger DUKETS ROOT CONTROL, INC.: (Corporate Officer) Print Name, (Financial Officer) Title: Print Name: Attachments: Exhibit A — Scope of Services Billing Rate Exhibit B — Warranty Information 0 DUKES ROOT CONTROL, INC. The FulPService Root Control Experts March 24, 2009 Mr. Mike Lynch Wastewater Supervisor City of Newport Beach 3300 Newport Blvd./Box 1768 Newport Beach, CA 92,658-8915 Dear Mr. Lynch: rVTWII--IL -Miff III r 1 1020 Hiawatha Blvd., West Syracuse, NY 13204 -1131 1- 800.44 -ROOTS (315)472 -4781 FAX (315) 4754203 As per your request for quotation for foaming root control service, we submit the following: Duke's Root Control, Inc. will treat any sewers requested using Razoiooter* H (diquat dibromide) for the unit prices listed below. Prices are computed per linear foot, manhole to manhole, and a $2,000.00 minimum is required. Duke's standard guarantee applies to all. sanitary sewers treated. If you. require any further information, please call 1- 800 - 447 -6687. Thank you for your interest in our service. Sincerely, (=�� C-",-- Tom Edwards SYRACUSE • DALLAS • ATLANTA.• COLUMBUS • CHICAGO OAKLAND PORTLAND = DENVER Pipe Size Price Quantity Total 6 inch .$0.79/foot N/A N/A 8 inch $0,781foot 41,127 feet $32,490.33 Total Cost $34490.33. Prices are computed per linear foot, manhole to manhole, and a $2,000.00 minimum is required. Duke's standard guarantee applies to all. sanitary sewers treated. If you. require any further information, please call 1- 800 - 447 -6687. Thank you for your interest in our service. Sincerely, (=�� C-",-- Tom Edwards SYRACUSE • DALLAS • ATLANTA.• COLUMBUS • CHICAGO OAKLAND PORTLAND = DENVER GUARANTEE We guarantee to kill all the rots in every sewer we treat and to eliminate main line stoppages caused by live tree roots. If live roots are found in a sewer within six months after the application, or if a treated sewer plugs up and floods due to tree roots during the guarantee period (see below); we will retreat that section, at our own expense, or remit to the customer 100% of the payment we received to treat that section of sewer. The decision of the customer as to the cause of the plug-up is binding. This guarantee applies only to sewer stoppages caused by live tree roots. It does not apply to stoppages caused by grease or other foreign matter; flat, collapsed or deformed pipe; or flooding caused by a surcharged or plugged sewer section downstream from a guaranteed sewer. section. This guarantee applies to main line sewers only. Guarantee Period Any section of sanitary sewer we treat will not plug up and flood due to tree root obstructions for a. period of two years. The guarantee period begins on the date of treatment, and ends two years after the date of treatment. Extended Guarantee With Repeat Treatments Whenever we perform a repeat application to a section of sewer within six months of the expiration of the previous guarantee, the guarantee is extended for an additional three years.. Re- treatments, performed at no charge in honor of the guarantee, do not extend the expiration date of the guarantee. Liability Duke's.is an insured, fully licensed pesticide application company, and is certtfietl to apply EPA registered herbicides to sanitary sewers in compliance with Federal and State regulations. Duke's accepts responsibility for any damage to above -ground vegetation. Duke's is not responsible for damages caused by sewer stoppages, TIMUKESS ROOM GOt Wit, INC. The FullServ" Root Cont" Experts .1020 Hiawatha Blvd., West • Syracuse, NY 13204 -1131 (315) 472 -4781 • 800 - 447 -6687 • Fax(315)475 -4203