HomeMy WebLinkAboutC-4572 - MA for Sewer Line Root Control ServicesMAINTENANCE AGREEMENT FOR
SEWER LINE ROOT CONTROL SERVICES WITH
PACIFIC SEWER MAINTENANCE CORP.
THIS MAINTENANCE AGREE ENJ NT ( "Agreement" or "Contract ") is made and
entered into as of this JVh day of LA-AAt , 2010, by and between the CITY OF
NEWPORT BEACH, a California Municipal Corporation and Charter City ( "City"), and
PACIFIC SEWER MAINTENANCE CORP., a California Corporation ( "Contractor"),
whose principal place of business is 4008 Via Rio Avenue, Oceanside, California 92057
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 cant' on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City requires sewer main line maintenance to control sewer line root intrusion.
C. City desires to engage Contractor to root foam sewer lines at various locations
throughout the City for a total of 48,293 Lineal Feet ( "LF ") of 6 inch, 8 inch and 10
inch sewer lines ( "Project").
D. Contractor is familiar with the locations of all proposed work, carefully reviewed
and evaluated the specifications set forth by the City for the Project, and is
familiar with all conditions relevant to the performance of services and has
committed to perform all work required for the price specified in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 30th day of June 2011, unless terminated earlier as set forth herein.
2. SCOPE OF WORK
Contractor shall perform all the services described in the Scope of Work attached
hereto as Exhibit A and incorporated herein by this reference ( "Services" or "Work'). As
a material inducement to the City entering into this Agreement, Contractor represents
and warrants that Contractor is a provider of first class Work and Contractor is
experienced in performing the Work contemplated herein and, in light of such status and
experience, Contractor covenants that it shall follow the highest professional standards
in performing the Work 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 fines 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
Time is of the essence in the performance of Services under this Agreement and
Contractor shall complete the Work within the time set forth in this Section.
All Work shall be completed by JUNE 30TH, 2011.
4. COMPENSATION
As full compensation for the performance and completion of the Project as required by
the Scope of Work and Schedule of Billing Rates attached hereto as Exhibit A, City shall
pay to Contractor and Contractor accepts as full payment the sum of Forty Thousand,
Nine Hundred and Forty -Two Dollars and 56/100 ($40,942.56). Contractor shall not
receive any additional compensation unless approved in advance by the City in writing.
The City shall make progress payments as the Work proceeds based on Project Work
completed. City shall pay Contractor no later than thirty (30) days after approval of
invoice by City staff.
5. ADMINISTRATION
This Agreement will be administered by the Utilities Department. Mike Lynch or his
designee 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.
6. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE
6.1 Contractor shall use only the standard materials described in Exhibit A in
performing Services under this Agreement. Any deviation from the
materials described in Exhibit A shall not be installed unless approved in
advance by the City Administrator.
6.2 All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel
required to perform the Services required by this Agreement, and that it
will perform all Services in a manner commensurate with the highest
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.
7. RESPONSIBILITY FOR DAMAGES OR INJURY
21 Page
Y
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
subconcontractors, 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 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its City Council, boards and commissions,
officers, agents, volunteers, and employees (collectively, the "Indemnified
Parties ") from and against any and all claims (including, without limitation,
claims for bodily injury, death or damage to property), demands,
obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without
limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which
may arise from or in any manner relate (directly or indirectly) to any
breach of the terms and conditions of this Contract, any Work performed
or Services provided under this Contract including, without limitation,
defects in workmanship or materials or Contractor's presence or activities
conducted on the Project (including the negligent and /or willful acts, errors
and /or omissions of Contractor, its principals, officers, agents, employees,
vendors, suppliers, subconsultants, subcontractors, anyone employed
directly or indirectly by any of them or for whose acts they may be liable or
any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to
require Contractor to indemnify the Indemnified Parties from any Claim
arising from the sole negligence or willful misconduct of the Indemnified
Parties. Nothing in this indemnity shall be construed as authorizing any
award of attorney's fees in any action on or to enforce the terms of this
Contract. This indemnity shall apply to all claims and liability regardless of
whether any insurance policies are applicable. The policy limits do not act
as a limitation upon the amount of indemnification to be provided by the
Consultant.
Services
7.4 Contractor shall perform all Project Work in a manner to minimize public
inconvenience and possible hazard, to restore other Work 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
31 Page
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 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 Contractor's indemnification of City, and prior to commencement of
Work. Contractor shall obtain, provide and maintain at its own expense during the term
of this Agreement, policies of insurance of the type and amounts described below and in
a form satisfactory to City. The cost of such insurance shall be included in Contractor's
bid.
1. Coverage and Limit Requirements.
Workers' Compensation. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and employer's
liability insurance with limits of at least one million dollars ($1,000,000)
each type for Contractor's employees in accordance with the laws of the
State of California, Section 3700 of the Labor Code. 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, Section 3700 for all of
the subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers. Contractor shall submit to
City, along with the required certificate of insurance, a copy of such waiver
of subrogation endorsement.
41 Page
b. General Liability. Contractor shall maintain commercial general liability
insurance in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) General Aggregate and two
million dollars ($2,000,000) Products and Completed Operations
Aggregate for bodily injury, personal injury, and property damage,
including without limitation, blanket contractual liability. Coverage shall be
at least as broad as that provided by Insurance Services Office form CG
00 01. None of the policies required herein shall be in compliance with
these requirements 9 they include any limiting endorsement that has not
been first submitted to City and approved in writing.
c. Automobile Liability. Contractor shall maintain automobile insurance
covering bodily injury and property damage for all activities of the
Contractor 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 accident.
d. Builders Risk. For Contracts with Construction /Builders Risk property
exposures, Contractor shall maintain Builders Risk insurance or an
installation floater as directed by City, covering damages to the Work for
"all risk" or special form causes of loss with limits equal to one hundred
percent (100 %) of the completed value of contract, with coverage to
continue until final acceptance of the Work by City. At the discretion of
City, the requirement for such coverage may include additional protection
for Earthquake and /or Flood. City shall be included as an insured on such
policy, and Contractor shall provide the City with a copy of the policy.
2. Other Insurance Provisions or Reauirements
a. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and an
additional insured endorsement for general liability. Insurance certificates
and endorsements must be approved by City's Risk Manager prior to
commencement of performance or issuance of any permit. Current
evidence of insurance shall be kept on file with City at all times during the
term of this contract. All of the executed documents referenced in this
contract must be returned within ten (10) working days after the date on
the "Notification of Award," so that the City may review and approve all
insurance and bond documentation. City reserves the right to require
complete, certified copies of all required insurance policies, at any time.
b. General liability insurance provisions. Primary and excess or umbrella
liability policies are to contain, or be endorsed to contain, the following
provisions:
5) Page
i. City, its elected or appointed officers, agents, officials, employees, and
volunteers are to be covered as additional insureds as respects:
liability arising out of activities performed by or on behalf of Contractor,
including the insured's general supervision of Contractor; products and
completed operations of Contractor; premises owned, occupied or
used by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its elected or appointed
officers, officials, employees, agents or volunteers. Contractor shall
submit to City a copy of the additional insured endorsement along with
the required certificates of insurance.
ii. Contractor's insurance coverage shall be primary insurance and /or
primary source of recovery as respects City, its elected or appointed
officers, agents, officials, employees and volunteers as respects to all
claims, losses, or liability arising directly or indirectly from the
Contractor's operations or Services provided to the City. Any
insurance or self- insurance maintained by City, its officers, officials,
employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits
of the insurer's liability.
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. Notice of Cancellation. Contractor agrees to oblige its insurance broker and
insurers to provide to City with 30 days notice of cancellation (except for
nonpayment for which 10 days notice is required) or nonrenewal of coverage
for each required coverage except for builder's risk insurance. The builder's
risk policy will contain or be endorsed to contain a provision providing for 30
days written notice to City of cancellation or nonrenewal, except for
nonpayment for which 10 days notice is required..
e. Self- Insured Retentions. Contractor agrees not to self- insure or to use any
self- insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self - insure its
obligations to City. If contractor's existing coverage includes a self- insured
retention, the self- insured retention must be declared to City. City may
review options with the contractor, which may include reduction or
elimination of the self- insured retention, substitution of other coverage, or
other solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
61 Page
f. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of any claim made or suit instituted arising out of or resulting from
Contractor's performance under this agreement.
g. Waiver. All insurance coverage maintained or procured pursuant to this
agreement shall be endorsed to waive subrogation against City, its elected
or appointed officers, agents, officials, employees and volunteers, or shall
specifically allow Contractor or others providing insurance evidence in
compliance with these requirements to waive their right of recovery prior to
a loss. Contractor hereby waives its own right of recovery against City,
and shall require similar written express waivers and insurance clauses
from each of its subcontractors.
h. Enforcement of Contract Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of the City to inform
Contractor of non - compliance with any requirement imposes no additional
obligations on the City nor does it waive any rights hereunder.
L Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type.
j. City's Remedies. City shall have the right to order the Contractor to stop
Work under this Agreement and/or withhold any payment(s) that become
due to Contractor hereunder until Contractor demonstrates compliance
with the requirements of this article. In the alternative, City may purchase
the required coverage and charge Contractor the cost of the premiums or
deduct the cost from Contractor's payments.
k. Coverage not Limited. All insurance coverage and limits provided by
contractor and available or applicable to this agreement are intended to
apply to the full extent of the policies. Nothing contained in this agreement
or any other agreement relating to the city or its operations limits the
application of such insurance coverage.
I. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Services under
this or any other contract or agreement with the City. Contractor shall
provide proof that policies of insurance required herein expiring during the
term of this Agreement have been renewed or replaced with other policies
providing at least the same coverage. Proof that such coverage has been
ordered shall be submitted prior to expiration. A coverage binder or letter
from Contractor's insurance agent to this effect is acceptable. A certificate
of insurance and /or additional insured endorsement as required in these
71 Page
specifications applicable to the renewing or new coverage must be
provided to City within five days of the expiration of the coverages.
11. SUBCONTRACTING
City and Contractor agree that subcontractors may be used to complete the Work
outlined in the Scope of Services provided the Contractor obtains City approval prior to
the subcontractor performing any Work. Contractor shall be fully responsible to City for
all acts and omissions of the subcontractors. Nothing in this Contract shall create any
contractual relationship between City and subcontractor nor shall it create any obligation
on the part of City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise required by law.
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 Contract. Contractor shall not
discontinue Work as a result of such withholding. Contractor shall 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 Contract, 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
Contract 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. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Contractor and conclusively shall be
deemed served when 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: Mike Lynch
Utilities Department
----------------------------------------------------------------------- - - - - -- �A Ft_ - -
City of Newport Beach
P.O. Box 1768
Newport Beach, CA 92658 -8915
Phone: 949 - 718 -3415
Fax: 949 -646 -5204
All notices, demands, requests or approvals from City to Contractor shall be addressed
to Contractor at:
Attention: Scott Gayman
Pacific Sewer Maintenance
4008 Via Rio Avenue
Oceanside, CA 92057
Phone: 760 - 908 -6277
Fax: 760- 754 -1723
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 parry 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, 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.
n i_A
18. INTEGRATED AGREEMENT
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 held 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 local conditions under which the
Work is to be performed, and has taken into consideration these factors in submitting its
Project Proposal and Scope of Work.
22. CONTROLLING LAW 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 Sanafoam Vaporooter@) II installed pursuant to this
Agreement shall be covered by a three (3) year warranty as outlined in the Warranty
Information, attached hereto as Exhibit B and incorporated in full by this reference.
Warranty shall survive termination of this Agreement.
101Page
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:
Aeonie
ulvihill
Assistant City Attorney 1 4010
,�
� `�o
v
CITY OF NEWPORT BEACH,
A California Municipal Corporation
By:
D e Kiff
City Manager
ATTEST: CONTRACTOR:
Pacific Sewer Maintenance
By: By:
Leilani I. Brown Scott Gayman
City Clerk POAq President
,r
iii By:
Victoria Volmer
o=- Secretary
At,► r o
Attachments: Exhibit A - Scope of Services and Schedule of Billing Rates
Exhibit B - Warranty Information
111 Page
April 14, 2010
IA
P S M Paolfic sewer Maintennaof011 11 K
4008 Via No Ave, Ooeanside OA 92057
Phone (800) 292 -9927 Fax (780) 754 -1723
To: Teresa Moritz
City of Newport Beach
Re: Quote for Sewer Line Root Control
Dear Teresa,
Please accept this price schedule and scope of work attached.
8 inch pipe: $.84 per linear foot
10 inch pipe: $.96 per linear foot
12 inch pipe: $1.08 per linear foot.
This quote is for all costs involved in the application of Sanafoam Vaporooter II to our
sewer lines totaling 10,000 LF or more. Prices are good through June 30, 2&tO-' 10 (
We are a professional root control service with more than 30 years in business and
have a history of work with the City of Newport Beach as well as surrounding cities and
counties.
Thank you for the opportunity to provide you with a quote.
Scott Gayman
President
Pacific Sewer Maintenance
(760) 908 -6277
PACIFIC SEWER MAINTENANCE
6" — 680 @$0.84 = $571.20
8" — 30,425 + 4,346 + 9,705 = 44,476 @ $0.84 = $37,359.84
10n — 3,137 @ $0.96 = $3,011.52
TOTAL = 48,293 LF @ $40,942.56
I.) History of Pacific Sewer Maintenance and sewer root control
Pacific Sewer Maintenance Corp. is a family owned and operated corporation founded by
Richard Gayman in 1973 and incorporated in 1979. Richard initially began the company
to assist the developer of sewer root control, Mr. Fred Home, create a new and innovative
process for applying his new product, Sanafoam "Vaporooter ".
In 1972 Mr. Horne called on Mr. Gayman to help train agency personnel in proper
handling and application of Vaporooter. While working with the crews in the field Mr.
Gayman observed ways to improve the application method and equipment. He founded
Pacific Sewer Maintenance (PSM) and often worked as a secondary crew for Mr. Horne
and Arrigation Engineering supplying men and equipment needed for proper application,
including one of the first privately owned hydraulic jetters. In working with the agencies
Mr. Gayman found that many cities were still using older equipment and began using the
hydro jet when the cities needed assistance. He quickly became known as the local
specialist in hydro jetting and line cleaning with local sewer departments. It wasn't long
before PSM was the specialist contractor for municipalities throughout the region
branching into cleaning, televising and full time root control for many cities, including
the City of Beverly Hills.
By applying his field experience and his growing knowledge of the needs of the agencies
Mr. Gayman soon began to explore the use of hydraulic jetters for sewer root control.
These changes created a faster and more productive process as well as a safer working
environment but he still had farther to go. An employee for Pacific Sewer Maintenance
developed a prototype nozzle for the application of Vaporooter foam into sewer lines.
This nozzle worked in two stages, the first stage allowed the jetter to carry the hose up
the sewer line rapidly while clearing any problem areas and washing debris off the roots.
The second stage allowed the foam to flow through a larger aperture in the front of the
nozzle and filling the pipe and partially filling the laterals with Vaporooter foam. The
method has been slightly refined over the years but the work of Mr. Gayman and Pacific
Sewer Maintenance created sewer root control as it is today.
Currently, Scott Gayman, son of Richard Gayman and grandson of Mr. Fred Home, is the
CEO of Pacific Sewer Maintenance with 25 years of personal experience in sewer
maintenance and sewer root control. PSM is staffed by trained and licensed crews whose
job it is to make sure that the customer receives quality work and on time production.
Pacific Sewer Maintenance currently has offices in Oceanside, Glendale and San Diego
California.
iPSMPACIFIC SEWER MAINTENANCE CORPORATION
P.O. Box 229 w Visalia, CA 93279
(559) 651 -3050 • (800) 292 -9927 . Fax: (559) 651 -3052
wr.. . q) - •.n. r n"
Contractor•a License number: 904921
California Pesticide Sassiness License number: 01778 -00000
Federal Department of Transportation namillber: 656153
California Motor Carrier number: CA 269772
Chemical root control agent used: Sanafoom Vaporcoter II
USSPA Root Control Agent Registration Number: SPA 1015 -70
Calif. Root Control Prodnet Registration Number: CA 1015 -70AA
Pollution Liability Insurance Carrier: Lloyda of London
AM Best rating for Liability Insurance Carrier: A +15
Applicators working on this jab, California Applicator Licanse(s) and
Certificates:
t� t ►�
i
_ y
Number- Exp:
Attacbed: Copies of licenses
Product Label, Info and MSDS
Insurance Certificates
Job References
15
State a Calaornia
CONTRACTORS STATE LICENSE BOARD - -
ACTIVE LICENSE
,,--,....904921 CORP
PACIFIC SEWER MAINTENANCE
CORP
i. w. n...' C42
r'-
10131/2011
dpr CALIFORNIA DEPARTMENT OF PESTICIDE REGULATION
10011 STREET
SACRAMENTO, CALFORNIA 95814
ISSUED:
EXPI RES: December 3 1, 20 1 1 PEST CONTROL BUSINESS MAIN
LICENSE
LIONSF NO. 30513
Invalid if insurance an or qualified persons) lapse before mpiredon date.
Mailing Address Business Location
PACIFIC SEWER MAINTENANCE CORPORATION PACIFIC SEWER MAINTENANCE CORPORATION
4008 VIA RIO AVE 8244 W HILLSDALE CT
OCEANSIDE, CA 92057 VISALIA, CA 93291
Wary- ,Ann Warmerdati; Director
POST THIS LICENSE PROMINENTLY IN PUBLIC VIEW
THIS LICENSE IS NOT TRANSFERABL —ANY CHANGE IN OWNERSHIP REQUIRES ANEW LICENSE '
___ — ______ __ ____ ___ _.____..____._ ___—_—_______- -__—______ _______—_- __________________
1. Please make sure the'information on your license is correct.
2. Notify us immediately of any changes to your business (e.g., name, address, insurance carrier or qualified
person).
3. If you lose your license, then you may request a new one for a $20 fee.
4. Please refer to the license number located in the middle of the page when contacting us.
5. For more information, please contact us at (916) 4454038 or at <licensemail @cdpr.ca.gov >. Or you may write to
Department of Pesticide Regulation
Pest Management and Licensing Branch
Licensing and Certification Program
P.O. Box 4015
Sacramento, California 958124015
7 - _ — ...... .. --
umamn E, Gnapla18efihe Food aid AWwfiurol&&Mnresww.e.e.s..:_.M ...:
A. ReWentlel, Industrial, and in1uu,na„al t. A(g Hare .''
a.RkWM Way n
J.OIie�im�ah�egeardReeearch
.Ram Agriculture
�.
I 1.A�,,AAat�y�eh
E Forest
P..Aquaac ICI
n�g 7�'rrimpuun'�p:rilqq'nn t(
f y�'gj alLlrk Fi6oiODriBbf ° r
Q Regulatory
H. Saea Treat meM
J
u
LS096 V1 3011MV390
391MMAV 018 VIA 8004+
NV81V9 N 11059
M OWN Iva
990/1£!91 4003/10/10
a'JnOiDid, m'R'A 81188180 UVG
aexaorl a0yd�lzdav am�RVna
NOLLY'alO88 Bm�LL�8d 80.LNBIN.LaYd8ai01. �,
r
n
EXHIBIT "B"
P � PACIFIC SEWER MAINTENANCE CORPORATION
IJ I., P.O. Box 229 . Visalia, CA 93279
(559) 651 -3050 . (800) 292 -9927 . Fax: (559) 651 -3052
Guarantee
We guarantee to kill all the roots in every sewer line we treat and to
eliminate main line stoppages caused by live tree roots.
This guarantee applies to sewer stoppages caused by live tree roots. If a
treated sewer plugs up and floods due to live tree roots during the guarantee
period, we will re -treat that section, at our own expense, or remit to the
customer 100% of the payment we received to treat that section of sewer.
This choice is the prerogative of the customer - The decision of the customer
as to the cause of the plug -up is binding.
Period: We guarantee that any section of sewer line we treat will not plug
up from live root intrusion and/or flood for a period of three years. The
guarantee period begins on the date of treatment, and ends three years after
the date of treatment . Re- treatments, performed at no charge in honor of the
guarantee, do not extend the expiration date of the guarantee.
Liability: Pacific Sewer Maintenance is fully insured, licensed, and certified
to apply EPA- registered herbicides to sanitary sewers in compliance with
State and Federal regulations. Pacific Sewer Maintenance accepts
responsibility for any damage to aboveground vegetation.
Exceptions: Guarantee is null and void if line is jet rodded, rather than
mechanically rodded, to clean after treatment However, this guarantee will
cover lines that are jet rodded due to stoppage. Guarantee does not cover
lateral regrowth unless laterals are treated at the same time as the main line
treatment. If area is very heavily wooded, guarantee will be reduced.
Z'd £ZLLIGL-09L eoueuepoiN fames ogped d9L :ZL OL 9Z AV