Loading...
HomeMy WebLinkAboutDuke's Root Control - 2018 AgreementAGREEMENT FOR SERVICES (For contracts over $5,000 — NON - DESIGN, NON - ENGINEERING TYPE CONTRACTOR) This AGREEMENT made this 20'1' day of April, 2018, between: CITY: City of Gilroy, having a principal place of business at 7351. Rosanna Street,, Gilroy, California and CONTRACTOR: Dukes Root Control, Inc., having a principal place of business at 1020 Hiawatha Blvd. West Syracuse, NY, 13204. ARTICLE 1. TERM OF AGREEMENT This Agreement will become effective on April 20, 2018 and will continue in effect through April 20, 2019 unless terminated in accordance with the provisions of Article 7 of this Agreement. Any lapse in insurance coverage as required by Article 5, Section D of this Agreement shall terminate this Agreement regardless of any other provision stated herein. I� Initial ARTICLE 2. INDEPENDENT CONTRACTOR STATUS It is the express intention of the parties that CONTRACTOR is an independent contractor and not an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between CITY and CONTRACTOR or any employee or agent of CONTRACTOR. Both parties acknowledge that CONTRACTOR is not an employee for state or federal tax purposes. CONTRACTOR shall not be entitled to any of the rights or benefits afforded to CITY'S employees, including, without limitation, disability or unemployment insurance, workers' compensation, medical insurance, sick leave, retirement benefits or any other employment benefits. CONTRACTOR shall retain the right to perform services for others during the term of this Agreement. ARTICLE 3. SERVICES TO BE PERFORMED BY CONTRACTOR A. Specific Services CONTRACTOR agrees to: Perform the services as outlined in Exhibit "A" ( "Specific Provisions ") and Exhibit "B" ( "Scope of Services "), within the time periods described in Exhibit "C" ( "Milestone Schedule "). B. Method of Performing Services CONTRACTOR shall determine the method, details and means of performing the above - described services. CITY shall have no right to, and shall not, control the manner or detenmine the method of accomplishing CONTRACTOR'S services. 4835- 2267 -03610 LAC104706083 C. Employment of Assistants CONTRACTOR may, at the CONTRACTOR'S own expense, employ such assistants as CONTRACTOR deems necessary to perfonn the services required of. CONTRACTOR by this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 below. CITY may not control, direct, or supervise CONTRACTOR'S assistants in the performance of those services. CONTRACTOR assumes full and sole responsibility for the payment of all compensation and expenses of these assistants and,for all state, and federal.income tax, unemployment insurance, Social Security, disability insurance and other applicable withholding. D. Place of Work CONTRACTOR shall perform the services required by this Agreement at any place or location and at such times as CONTRACTOR shall determine is necessary to properly and timely perform CONTRACTOR'S services. ARTICLE 4. COMPENSATION A. Consideration In consideration for the services to be performed by CONTRACTOR, CITY agrees to pay CONTRACTOR the amounts set forth in Exhibit "D" ( "Payment Schedule "). In no event however shall the total compensation paid to CONTRACTOR exceed 25,000. S. Invoices CONTRACTOR shall submit invoices for all services rendered. C. Payment Payment shall be due according to the payment schedule set forth in Exhibit "D ". No payment will be made unless CONTRACTOR has first provided City with a written receipt of invoice describing the work performed and any approved direct expenses (as provided for in Exhibit "A ", Section IV) incurred during the preceding period. If CITY objects to all or any portion of any invoice, CITY shall notify CONTRACTOR of the objection within thirty (30) days from receipt of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. It shall not constitute a default or breach of this Agreement for CITY not to pay any invoiced amounts to which it has objected until the objection has been resolved by mutual agreement of the parties. D. Expenses CONTRACTOR shall be responsible for all costs and expenses incident to the perfonnance of services for CITY, including but not limited to, all costs of equipment used or provided by CONTRACTOR, all fees, fines, licenses, bonds or taxes required of or imposed against CONTRACTOR and all other of CONTRACTOR'S costs of doing business. CITY shall not be 4835 - 2267 -03610 LAC104706083 _2_ responsible for any expenses incurred by CONTRACTOR in performing services for CITY, except for those expenses constituting "direct expenses" referenced on Exhibit "A." ARTICLE 5. OBLIGATIONS OF CONTRACTOR A. . , .Tools and.Instrumentalities CONTRACTOR shall supply all tools and instrumentalities required to perform the services under this Agreement at its sole cost and expense. CONTRACTOR is not required to purchase or rent any tools, equipment or services from CITY. B. Workers' Compensation CONTRACTOR agrees to provide workers' compensation insurance for CONTRACTOR'S employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and indemnify CITY, its officers, representatives, agents and employees from and against any and all claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses, including without limitation reasonable attorneys' fees, arising out of any injury, disability, or death of any of CONTRACTOR'S employees. C. Indemnification of Liability, Duty to Defend As to all liability, to the fullest extent permitted by law, CONTRACTOR shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, arising or resulting directly or indirectly from any act or omission of CONTRACTOR or CONTRACTOR'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. D. Insurance In addition to any other obligations under this Agreement, CONTRACTOR shall, at no cost to CITY, obtain and maintain throughout the tern of this Agreement: (a) Commercial Liability Insurance on a per occurrence basis, including coverage for owned and non -owned automobiles, with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof. As a condition precedent to CITY'S obligations under this Agreement, CONTRACTOR shall furnish written evidence of such coverage (naming CITY, its officers and employees as additional insureds on the Comprehensive Liability insurance policy referred to in (a) immediately above via a specific endorsement) and requiring thirty (30) days written notice of policy lapse or cancellation, or of a material change in policy tenns. 4835 - 2267 -0361 v1 _3 _ LAM04706083 E. Assignment Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or obligations of CONTRACTOR under this Agreement may be assigned or subcontracted by CONTRACTOR without the prior written consent of CITY, which CITY may withhold in its sole and absolute discretion. F. State and Federal Taxes As CONTRACTOR is not CITY'S employee, CONTRACTOR shall be responsible for paying all required state and federal taxes. Without limiting the foregoing, CONTRACTOR acknowledges and agrees that: • CITY will not withhold FICA (Social Security) from CONTRACTOR'S payments; • CITY will not make state or federal unemployment insurance contributions on CONTRACTOR'S behalf; • CITY will not withhold state or federal income tax from payment to CONTRACTOR; • CITY will not make disability insurance contributions on behalf of CONTRACTOR; • CITY will not obtain workers' compensation insurance on behalf of CONTRACTOR. ARTICLE 6. OBLIGATIONS OF CITY A. Cooperation of City CITY agrees to respond to all reasonable requests of CONTRACTOR and provide access, at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably necessary to the performance of CONTRACTOR'S duties under this Agreement. B. Assignment CITY may assign this Agreement or any duties or obligations thereunder to a successor governmental entity without the consent of CONTRACTOR. Such assignment shall not release CONTRACTOR from any of CONTRACTOR'S duties or obligations under this Agreement. ARTICLE 7. TERMINATION OF AGREEMENT A. Sale of CONTRACTOR's Business/ Death of CONTRACTOR. CONTRACTOR shall notify CITY of the proposed sale of CONTRACTOR's business no later than thirty (30) days prior to any such sale. CITY shall have the option of terminating this Agreement within thirty (30) days after receiving such notice of sale. Any such CITY termination pursuant to this Article 7.A shall be in writing and sent to the address for notices to CONTRACTOR set forth in Exhibit A, Subsection V.H., no later than thirty (30) days after CITY' receipt of such notice of sale. 4835 - 2267- 0361v1 _4_ LAC104706083 If CONTRACTOR is an individual, this Agreement shall be deemed automatically terminated upon death of CONTRACTOR. B. Termination by City for Default of CONTRACTOR Should CONTRACTOR default in the performance of this Agreement or materially breach any of its provisions, CITY, at CITY'S option, may terminate this Agreement by giving written notification to CONTRACTOR. For the purposes of this section, material'' breach of this Agreement shall include, but not be limited to the following: 1. CONTRACTOR'S failure to professionally and /or timely perform any of the services contemplated by this Agreement. 2. CONTRACTOR'S breach of any of its representations, warranties or covenants contained in this Agreement. CONTRACTOR shall be entitled to payment only for work completed in accordance with the terms of this Agreement through the date of the termination notice, as reasonably determined by CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for the tasks described on Exhibit C" which have been fully, competently and timely rendered by CONTRACTOR. Notwithstanding the foregoing, if CITY terminates this Agreement due to CONTRACTOR'S default in the performance of this Agreement or material breach by CONTRACTOR of any of its provisions, then in addition to any other rights and remedies CITY may have, CONTRACTOR shall reimburse CITY, within ten (10) days after demand, for any and all costs and expenses incurred by CITY in order to complete the tasks constituting the scope of work as described in this Agreement, to the extent such costs and expenses exceed the amounts CITY would have been obligated to pay CONTRACTOR for the performance of that task pursuant to this Agreement. C. Termination for Failure to Make Agreed -Upon Payments Should CITY fail to pay CONTRACTOR all or any part of the compensation set forth in Article 4 of this Agreement on the date due, then if and only if such nonpayment constitutes a default under this Agreement, CONTRACTOR, at the CONTRACTOR'S option, may terminate this Agreement if such default is not remedied by CITY within thirty (30) days after demand for such payment is given by CONTRACTOR to CITY. D. Transition after Termination Upon termination,. CONTRACTOR shall immediately stop work, unless cessation could potentially cause any damage or haim to person or property, in which case CONTRACTOR shall cease such work as soon as it is safe to do so. CONTRACTOR shall incur no further expenses in connection with this Agreement. CONTRACTOR shall promptly deliver to CITY all work done toward completion of the services required hereunder, and shall act in such a manner as to facilitate any the assumption of CONTRACTOR's duties by any new CONTRACTOR hired by the CITY to complete such services. 4835- 2267 -03610 _5_ LAC104706083 ARTICLE 8. GENERAL PROVISIONS A. Amendment & Modification No amendments, modifications, alterations or changes to the terms of this Agreement shall be effective unless and until made in a writing signed by both parties hereto. B. Americans with Disabilities Act of 1990 Throughout the term of this Agreement, the CONTRACTOR shall comply fully with all applicable provisions of the Americans with Disabilities Act of 1990 ( "the Act ") in its current form and as it may be amended from time to time. CONTRACTOR shall also require such compliance of all subcontractors performing work under this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 above. The CONTRACTOR shall defend with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its officers, employees, agents and representatives from and against all suits, claims, demands, damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation reasonable attorneys' fees, that may arise out of any violations of the Act by the CONTRACTOR, its subcontractors, or the officers, employees, agents or representatives of either. C. Attorneys' Fees If any action at law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing parry will be entitled to reasonable attorneys' fees, which may be set by the court in the same action or in a separate action brought for that purpose, in addition to any other relief to which that party may be entitled. D. Captions The captions and headings of the various sections, paragraphs and subparagraphs of the Agreement are for convenience only and shall not be considered nor referred to for resolving questions of interpretation. E. Compliance with Laws The CONTRACTOR shall keep itself informed of all State and National laws and all municipal ordinances and regulations of the CITY which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. Without limiting the foregoing, CONTRACTOR agrees to observe the provisions of the Municipal Code of the CITY OF GILROY, obligating every contractor or subcontractor under a contract or subcontract to the CITY OF GILROY for public works or for goods or services to refrain from discriminatory employment or subcontracting practices on the basis of the race, color, sex, religious creed, national origin, ancestry of any employee, applicant for employment, or any potential subcontractor. 4835 - 2267 -03610 LAC104706083 _6_ F. Conflict of Interest CONTRACTOR certifies that to the best of its knowledge, no CITY employee or office of any public agency interested in this Agreement has any pecuniary interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest that would constitute a conflict of interest in any manner or degree as to the execution or performance of this Agreement. G. Entire Agreement This Agreement supersedes any and all prior agreements, whether oral or written, between the parties .hereto with - respect to the xendering of services by . CONTRACTOR for, CITY and contains all the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement or promise not contained in this Agreement shall be valid or binding. No other agreements or conversation with any officer, agent or employee of CITY prior to execution of this Agreement shall affect or modify any of the teens or obligations contained in any documents comprising this Agreement. Such other agreements or conversations shall be considered as unofficial information and in no way binding upon CITY. H. Governing Law and Venue This Agreement shall be governed by and construed in accordance with the laws of the State of California without regard to the conflict of laws provisions of any jurisdiction. The exclusive jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and federal courts located in Santa Clara County, California. I. Notices Any notice to be given hereunder by either party to the other may be effected either by personal delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested. Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit "A ", Section V.H. but each party may change the address by written notice in accordance with this paragraph. Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing. J. Partial Invalidity If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. K. Time of the Essence All dates and times referred to in this Agreement are of the essence. L. Waiver CONTRACTOR agrees that waiver by CITY of any one or more of the conditions of performance under this Agreement shall not be construed as waiver(s) of any other condition of performance under this Agreement. Executed at Gilroy, California, on the date and year first above written. CONTRACTOR: Duke's Root Control Inc. B y: G I-6 /E-- Name: Braden L. Bovko Title: Vice President Social Security or Taxpayer Identification Number 75- 3026801 4842- 5942 -60730 LAC \04706083 CITY: CITY OF GILROY By: Na e: Girum Awbke w Title: Public Works Director Approved as to Form City A orney 4842 - 5942- 6073v1 _9_ LAC \04706083 EXHIBIT "A" SPECIFIC PROVISIONS PROTECT MANAGER CONTRACTOR shall provide the services indicated on the attached Exhibit "B ", Scope of Services ( "Services "). (All exhibits referenced are incorporated herein. by reference.) To accomplish that end, CONTRACTOR agrees to assign Tom Edwards, who will act in the capacity of Project Manager, and who will personally direct such Services. Except as may be specified elsewhere in this Agreement, CONTRACTOR shall furnish all technical and professional services including labor, material, equipment, transportation, supervision and expertise to perform all operations necessary and required to complete the Services in accordance with the terms of this Agreement. II. NOTICE TO PROCEED /COMPLETION OF SERVICE A. NOTICE TO PROCEED CONTRACTOR shall commence the Services upon delivery to CONTRACTOR of a written "Notice to Proceed ", which Notice to Proceed shall be in the form of a written communication from designated City contact person(s). Notice to Proceed may be in the form of e-mail, fax or letter authorizing commencement of the Services. For purposes of this Agreement, Bill Avila shall be the designated City contact person(s). Notice to Proceed shall be deemed to have been delivered upon actual receipt by CONTRACTOR or if otherwise delivered as provided in the Section V.H. ( "Notices ") of this Exhibit "A ". B. COMPLETION OF SERVICES When CITY determines that CONTRACTOR has completed all of the Services in accordance with the terms of this Agreement, CITY shall give CONTRACTOR written Notice of Final Acceptance, and CONTRACTOR shall not incur any further costs hereunder. CONTRACTOR may request this determination of completion when, in its opinion, it has completed all of the Services as required by the terms of this Agreement and, if so requested, CITY shall make this determination within two (2) weeks of such request, or if CITY determines that CONTRACTOR has not completed all of such Services as required by this Agreement, CITY shall so inform CONTRACTOR within this two (2) week period. III. PROGRESS SCHEDULE The schedule for performance and completion of the Services will be as set forth in the attached Exhibit "C ". IV. PAYMENT OF FEES AND DIRECT EXPENSES Payments shall be made to CONTRACTOR as provided for in Article 4 of this Agreement. 4842- 5942- 6073vl LAC \04706083 Direct expenses are charges and fees not included in Exhibit "B ". CITY shall be obligated to pay only for those direct expenses which have been previously approved in writing by CITY. CONTRACTOR shall obtain written approval from CITY prior to incurring or. billing of direct expenses. Copies of pertinent financial records, including invoices, will be included with the submission of billing(s) for all direct expenses. V. OTHER PROVISIONS A. STANDARD OF WORKMANSHIP CONTRACTOR represents and warrants that it has the qualifications, skills and licenses necessary to perform the Services, and its duties and obligations, expressed and implied, contained herein, and CITY expressly relies upon CONTRACTOR'S representations and warranties regarding its skills, qualifications and licenses. CONTRACTOR shall perform such Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Any plans, designs, specifications, estimates, calculations, reports and other documents furnished under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for acceptance shall be a product of neat appearance, well - organized, technically and grammatically correct, checked and having the maker and checker identified. The minimum standard of appearance, organization and content of the drawings shall be that used by CITY for similar purposes. B. RESPONSIBILITY OF CONTRACTOR CONTRACTOR shall be responsible for the professional quality, technical accuracy, and the coordination of the Services furnished by it under this Agreement. CONTRACTOR shall not be responsible for the accuracy of any project or technical information provided by the CITY. The CITY'S review, acceptance or payment for any of the Services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and CONTRACTOR shall be and remain liable to CITY in accordance with applicable law for all damages to CITY caused by CONTRACTOR'S negligent performance of any of the services furnished under this Agreement. C. RIGHT OF CITY TO INSPECT RECORDS OF CONTRACTOR CITY, through its authorized employees, representatives or agents, shall have the right, at any and all reasonable times, to audit the books and records (including, but not limited to, invoices, vouchers, canceled checks, time cards, etc.) of CONTRACTOR for the purpose of verifying any and all charges made by CONTRACTOR in connection with this Agreement. CONTRACTOR shall maintain for a minimum period of three (3) years (from the date of final payment to CONTRACTOR), or for any longer period required by law, sufficient books and records in accordance with standard California accounting practices to establish the correctness of all charges submitted to CITY by CONTRACTOR, all of which shall be made available to CITY at the CITY's offices within five (5) business days after CITY's request. 4842- 5942- 6073vl _2_ LAC \04706083 D. CONFIDENTIALITY OF MATERIAL All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not limited to, computer data and source code), drawings, descriptions, documents, discussions or other information developed or received by or for CONTRACTOR and all other written and oral information developed or received by or for CONTRACTOR and all other written and oral information submitted to CONTRACTOR in connection with the performance of this Agreement shall be held confidential by CONTRACTOR and shall not, without the prior written consent of CITY, be used for any purposes other than the performance of the Services, nor be disclosed to an entity not connected with the performance of the such Services. Nothing furnished to CONTRACTOR which is otherwise known to CONTRACTOR or is or becomes generally known to the related industry (other than that which becomes generally known as the result of CONTRACTOR'S disclosure thereof) shall be deemed confidential. CONTRACTOR shall not use CITY'S name or insignia, or distribute publicity pertaining to the services rendered under this Agreement in any magazine, trade paper, newspaper or other medium without the express written consent of CITY. E. NO PLEDGING OF CITY'S CREDIT. Under no circumstances shall CONTRACTOR have the authority or power to pledge the credit of CITY or incur any obligation in the name of CITY. F. OWNERSHIP OF MATERIAL. All material including, but not limited to, computer information, data and source code, sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps, calculations, photographs, reports and other material developed, collected, prepared (or caused to be prepared) under this Agreement shall be the property of CITY, but CONTRACTOR may retain and use copies thereof subject to Section V.D of this Exhibit "A ". CITY shall not be limited in any way in its use of said material at any time for any work, whether or not associated with the City project for which the Services are performed. However, CONTRACTOR shall not be responsible for, and City shall indemnify CONTRACTOR from, damages resulting from the use of said material for work other than PROJECT, including, but not limited to, the release of this material to third parties for work other than on PROJECT. G. NO THIRD PARTY BENEFICIARY. This Agreement shall not be construed or deemed to be an agreement for the benefit of any third party or parties, and no third party or parties shall have any claim or right of action hereunder for any cause whatsoever. 4842- 5942- 6073vl _3 LAC \04706083 H. NOTICES. Notices are to be sent as follows: CITY: Bill Avila City of Gilroy 7351 Rosanna Street Gilroy, CA 95020 CONTRACTOR: Braden L. Boyco Duke's Root Control, Inc. 1020 Hiawatha Blvd. West Syracuse, NY 13204 L FEDERAL FUNDING REQUIREMENTS. ❑ If the box to the left -of this sentence is checked, this Agreement involves federal funding and the requirements of this Section V.I. apply. ® If the box to the left of this sentence is checked, this Agreement does not involve federal funding and the requirements of this Section V.I. do not apply. 1. DBE Program CONTRACTOR shall comply with the requirements of Title 49, Part 26, Code of Federal Regulations (49 CFR 26) and the City- adopted Disadvantaged Business Enterprise programs. 2. Cost Principles Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost for individual items. 3. Covenant against Contingent Fees The CONTRACTOR warrants that he /she has not employed or retained any company or person, other than a bona fide employee working for the CONTRACTOR, to solicit or secure this Agreement, and that he /she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, the Local Agency shall have the right to annul this Agreement without liability or, at its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 4842- 5942 -60730 _4_ LAC \04706063 EXHIBIT "B" SCOPE OF SERVICES See Proposal Sewer Line Root Control Service for the City of Gilroy, California under ( "General" section PG 2 labeled Exhibit "B" for reference 4842- 5942 -60730 LAC \04706083 _ 1 " PROPOSAL SEWER LINE ROOT CONTROL SERVICE FOR THE CITY OF GILROY, CALIFORNIA The following proposed agreement constitutes an offer to treat municipal sewer lines so as to destroy tree roots present in the pipe, and to deter their regrowth. Duke's Root Control, Inc. will honor the prices, the guarantee and all other terms and conditions set forth in this document, provided The City of Gilroy accepts this agreement on or before December 31, 2018. Submitted by: February 2, 2018 Thomas W. Edwards Form 05 -14 1 EA, I i \\ GENERAL /J Duke's Root Control, Inc. (herein, Duke's) will apply EPA Registered root - control agents to various main line sanitary sewers, as selected by The City of Gilroy in order to kill the root growth present in the lines and to control root re- growth. Duke's will apply the chemical, as a foam, directly to the roots via a hose that extends throughout the entire length of each sewer section. The material will be applied evenly and uniformly, so as to completely fill the sewer pipe. Duke's will not use "pour down" products or utilize high pressure application equipment. Duke's will pump the chemical foam under low pressure to assure that the sewer section is completely filled with foam, and to ensure that foam penetrates "Wye" connections. The chemical agent will contain a herbicide to destroy root tissue and a foaming surfactant to deliver the herbicide to the targeted roots. Your Duke's representative will return periodically throughout the life of the guarantee, to help evaluate the treated sewers and assist in developing your root control program. All treatments will be performed by a Duke's licensed certified applicator. COMPLIANCE The materials will be EPA registered, labeled for the intended use in sewer lines, and registered with the California Department of Pesticide Regulation. Duke's will comply with all applicable federal, state, and local requirements and ordinances relative to this type of material and usage thereof (OSHA, EPA, DOT and the California Department of Pesticide Regulation). Chemical handling and treatments will be done by trained, professional applicators that are certified by the California Department of Pesticide Regulation, as required by law. The U.S. Department of Transportation (DOT) number, necessary for the transportation of root control chemicals, assigned to Duke's is 401961. Duke's will adhere to all DOT regulations relative to commercial vehicle numbering, placards and registration; driver licensing, driver drug testing, and record keeping; and all other pertinent requirements contained in Federal Motor Carrier Safety Regulations. F(? -2- ROOT CONTROL MATERIAL Duke's will supply all components of the root - control material; in order to ensure the compatibility of said materials. All root - control materials provided by Duke's will be specifically designed for use in sewers. Duke's will not use pour down products and /or products composed of acids or caustic compounds that are used to destroy roots or convey herbicide. Duke's will be responsible for all shipping, and storage of root control materials. Duke's is also responsible for the disposal of spent root control material containers. MANNER OF APPLICATION Application of the chemical root control agent will be by foaming in accordance with the best - recommended practice for conditions present in the line under treatment. All foaming procedures will be in strict accordance with the instructions on the container label. All solution will be mixed fresh, the day the work is to be performed. The water used to prepare the solution will be clear, cool, and free of acid, alkali, oxidizing agents, large amounts of oil, compounds or materials. A foam discharge hose will be inserted throughout the entire length of the sewer section to be treated. Hydraulic sewer cleaners or other such equipment that might damage the roots, thereby reducing the immediate absorption of the root control agent, will not be used in the treatment process. Chemical foam will be applied under pressure to assure that the entire sewer section is completely filled with foam, and to assure that foam penetrates "Wye" connections. The hose retrieval will be timed to evenly distribute the full quantity of foam throughout the entire area of treatment. The quantity of foam will be sufficient to completely fill the entire volume of the main line sewer, plus an additional 10% to allow for the penetration of material up connecting lateral sewers, and the loss of material in manholes. Sewer service to homeowners will not be interrupted. An approved fresh water, backflow, prevention system will be provided, and will be used whenever filling any chemical storage tank with fresh water. MIXING AND HANDLING All liquid products will be packaged in re- usable containers that are DOT approved for such use. These containers will be part of a closed mixing and handling system. A closed mixing and handling system is provided in order to eliminate, or significantly minimize worker exposure to volatile liquid compounds. DUKE'S RESPONSIBILITIES 1. Duke's will keep complete, accurate records of each day's operation. Records shall show the date of treatment, the sections of line treated, pipe size and distance, and other pertinent information. Records and invoice will be submitted upon completion. 2. Duke's will respect the rights of property owners, and not enter upon private property without obtaining permission from the owner. 3. Duke's will place proper traffic warning devices to protect the specific job site, and to prevent accidents or personal injury to the public. THE CUSTOMER'S RESPONSIBILITIES 1. Provide a department representative to accompany Duke's crew, and /or sewer system drawings showing the exact locations of the pipes to be treated. 2. Assist and make provision for entering private lands, public lands and right -of -ways. Locate and uncover hidden or buried manholes 3. Provide potable water for the purpose of mixing the root control agent and for clean up. GUARANTEE Duke's guarantees to kill all the roots in every sewer it treats in order to eliminate main line sewer stoppages caused by live tree roots. If a treated sewer plugs up due to live tree roots during the guarantee period (see below), DUKE'S will RE -TREAT that section, AT ITS OWN EXPENSE, or remit to The City of Gilroy 100% of the payment received to treat that section of sewer. The decision of The City of Gilroy as to the cause of the plug -up is binding. Duke's will apply this guarantee for a period of two (2) years, beginning on the date of treatment, and ending two years after the date of treatment. Duke's will provide a THREE -YEAR GUARANTEE on any paid repeat applications that are performed within six months of the expiration date of the previous guarantee period. Re- treatments, performed at no charge in honor of the guarantee, do not extend the expiration date of the guarantee. This guarantee applies only to main line 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. Duke's shall not be responsible for any damages caused by sewer stoppages. LIABILITY Duke's is an insured, fully licensed pesticide application company, and is certified to apply EPA registered root control products with State environmental regulatory agencies. Duke's accepts responsibility for damage to aboveground vegetation. Duke's is not responsible for damages caused by sewer stoppages. Certificates of insurance are available upon request. POLLUTION AND LIABILITY INSURANCE The Pollution and Liability Insurance described herein is in addition to all other insurance provided by Duke's. This coverage shall protect the Owner, and the Owner's officers, agents, and employees from claims for damages for bodily or personal injury, sickness or disease, including death; and from claims for damages to property and /or the environment, which may arise directly out of the use of chemicals and /or pollution. The amount of this insurance shall be $5,000,000.00 total loss. QUALIFICATIONS Duke's assists in managing over 1,000 root control programs annually, treating in excess of 250,000,000 feet of sewer, since 1976. Duke's has controlled tree roots in sewer pipes under more varying conditions than any other organization in the U.S., public or private. TERM The term of this contract is for one year. This contract may be extended up to an additional two years by The City of Gilroy, one year at a time, with the mutual consent of both parties. PRICE SCHEDULE PIPE SIZE PRICE /FOOT 6 inch - $1.59 /foot 8 inch - $1.59 /foot 10 inch - $1.76 /foot 12 inch - $1.92 /foot 15 inch - $2.73 /foot Minimum Annual Contract Amount: $3,000.00 Prices are computed per linear foot, manhole -to- manhole. AGREEMENT On this day, the day of , 20_ The City of Gilroy, California, and Duke's Root Control, Inc., New York corporation, do accept the terms of the proposal attached hereto. THE CITY OF GILROY, CALIFORNIA Name, Title Name, Title DUKE'S ROOT CONTROL, INC. i ebruar'v 2. 2018 Braden L. Boyko Vice President Duke's Root Control, Inc. 1020 Hiawatha Blvd. West Syracuse, NY 13204 �11ro Y cat, of Gilroy __ O ._. Kbo-T PoAK51J6 T ' I v!�P 111' " VCP 134' 0 8 VCP 282' T 348.0 0 1741.00 348.0 Feet b f l r NAD _1983_StatePlane_Califomia_III FIPS_0403_Feet 1: 2,088 City of Gilroy, GIS Services ilro City of Gilroy � 7850 ; N1 -o 7841 T' 18 1 p .f - 7840 f; 1g3 . 7831 I 7830 7 7820 't " 7821 ' � r M ,., •': �tt� • 7ou I ---i 7810 N.� 7811 � J 7801 _ -? 51 - — - � ..�y119� • �'�,` +••", ?sa 1111 5`1 ccoo U.1 � - 1� N 1 om'` -111p 1 1 r 7791 i 7781 7761 7741 7721 i 11 l 7701 w 5 11 G `5 y .r A3 �3a li131 5 "4` F 19 3' +, �O 16�Q X611 _ 7Ga 165A 1f -• }_•-`�'" -163' "_ `�— G1p _ '" l laoti .. .. ' 161_ >G 1 I✓TGGp 1Gy GAp tit i =J_ (`7691 _ 1 6 _ �- G6p �o= _ =161 ,1 ° 1650 1Gg1,�; i 7681 161'' 1 °'j6ap_ = G31_ .�6p1 $1 'f _ - -� _ , - -" �5 7671 I "tGga " - _ 166 163p o : 161p ,�-(0 " r 7661 7641 _ '' vs "> • ''' ; . `, G1 r ' I�i > �_ ? ' � �� •. ' , 1 15�' = 5 %- -''• Cyr , 6A� _ '' 1 6 y7621 0 (156 y1 Aw Gd0 j3 1yA$ r7601 yy �51 I"ti - _ _ 31 •., 1`? Q 1_ - _, U_ Yom- cr G `I �'o = 7 qy= v' ; 161\ A `P v La ; t 20 a 16 y . m ." 1y1�y . }, u+,�.ar cpa u+�'i N 7591 c a R_• -G0� `� � � J1�'tP 30 ` 151 ',1 d, 1c�01 •tux � :�,I+r. 7581 I "p " n+1oN�_ �. r" _ �r C ° Oki 7571 `5 7 ° ` t "'' Ad 7561 _ "° " 1 1 w 1 N� , : -gC C o �A `. + 1 ✓_ t ,. 7551 500.0 0 25Q.00 500.0 Feet S I NAD_ 1983 _StatePlane_Califomia_III_FIPS 0403_Feet 1: 3,000 City of Gilroy. GIS Services Q.ff'•- f 00 11 0 7Gg1 X66 _- 6T.. 1691 ; 16ap T�61 0 1- iro _ rob J , i6 965p f6g1 N-�`r _?d ', ;6 l6" A rti 7G 6p - _ -'` 1-6Aa q 1Q 5 "4` F 19 3' +, �O 16�Q X611 _ 7Ga 165A 1f -• }_•-`�'" -163' "_ `�— G1p _ '" l laoti .. .. ' 161_ >G 1 I✓TGGp 1Gy GAp tit i =J_ (`7691 _ 1 6 _ �- G6p �o= _ =161 ,1 ° 1650 1Gg1,�; i 7681 161'' 1 °'j6ap_ = G31_ .�6p1 $1 'f _ - -� _ , - -" �5 7671 I "tGga " - _ 166 163p o : 161p ,�-(0 " r 7661 7641 _ '' vs "> • ''' ; . `, G1 r ' I�i > �_ ? ' � �� •. ' , 1 15�' = 5 %- -''• Cyr , 6A� _ '' 1 6 y7621 0 (156 y1 Aw Gd0 j3 1yA$ r7601 yy �51 I"ti - _ _ 31 •., 1`? Q 1_ - _, U_ Yom- cr G `I �'o = 7 qy= v' ; 161\ A `P v La ; t 20 a 16 y . m ." 1y1�y . }, u+,�.ar cpa u+�'i N 7591 c a R_• -G0� `� � � J1�'tP 30 ` 151 ',1 d, 1c�01 •tux � :�,I+r. 7581 I "p " n+1oN�_ �. r" _ �r C ° Oki 7571 `5 7 ° ` t "'' Ad 7561 _ "° " 1 1 w 1 N� , : -gC C o �A `. + 1 ✓_ t ,. 7551 500.0 0 25Q.00 500.0 Feet S I NAD_ 1983 _StatePlane_Califomia_III_FIPS 0403_Feet 1: 3,000 City of Gilroy. GIS Services Q.ff'•- f rov City of Gilroy _LjL_..._ _ C -r �6A"_-,r IJ6 > 1$65 ` 0 U" V� 79- - ' SIBA 4 A a- %. VI -Ila LO 04 iikA1$$11_ 11 k_ _�' \ I j C $ _1A 7 Z 'Qii CP �1$ y �`' a 1Y 1 "a` f, -- v a�1_ ,1 �-.' _ (p u 18 " s , AA 1.76A AO -A 1�1 0 Ar -:A FM r--T3 % jj Iro 110 TA Op A 116 11 Ird AV 11 AO Val 11,3Q1, _.'VO Ib Yd 11ri r's m p N IC3 NJ \ lei 10 162 CA Obr \1 1ra rob" 10 I BID N rOL 116 iQ:A r, A13 (P 0- Ll rOA 16 A • jbt C3 (P rOA --jr 0 '2% \lr 05 . — 1 60 (p (p fv b1ci • 7 jb9 T A I 500.0 0 250.00 500.0 Feet 3) 0 t, 2, 0 — I NAD — 1983 — StatePlane — Calllbmla_lll_F1PS_0403_Feet 1: 3,000 City of Gilroy, GIS Services 1) '1lro._ City of Gilroy � d 0 +,r!- ° w , 61 6A0 y6�. J • \o ` ,� J ��t, 'S✓ 631 �'� r 6S bra 1 _ 'rJg 0 J, 5165 ; `; �3 0 ,, ' 23 6�• ` 9 g �' , - `� � ��,n� `. 1. . � : • 91 ` � .; -- 15'5'(1`; �0 5� 560 1� 590 �58� '-rj5j- - 1; 7- 755 560 •1. ,.'�. 581 - , 1y� " 11gp • � `✓ 1 ter- : - �;a�'•. � ,�__r I� `•�`: 111,E ; '���0! 1��� -•�� `•`r'•1�'g0 A�1S3�r:� Nj1 , 11 U�� dr 15601-"" Y �5A° 1531 ` 15A1 `� 1f' 150 15 .•�a p �� 1 Z6 +5 (53 °_- =;'x':7521.. `, p� 'u, �. • -. _ r 21 r�/0 !1 0 ', r It JA'k 1 6 A Al A =� 5 A - 1 ON , od A00 "1 A5� 1 'Y� Tk 1515 GV `'• a.156`j , r� _ 1539 TPA OJs�� ^ A, -�-�, %V� o % 461 1 ' N _ T �•� sti r' "1A1Ar- �4 1 ass AgA ' AA3 r La -3 S" + 3 0 ,,-- 1:360. 361 p 1 - �1 _ � -' '; -=310 ,.�r • �yU'+.�i ►'�z� �j '�g�0 �� G� ` 139 " 381. 0 ` 1 G, 1 ` 1380 12A `� 351 ';' -360 _: �f `51 _ N� ', hU; V +VV C 41� 1�.i t _ • ., c I�CJ� _ 1 r,1 - 61• `',� J- -ti+`�, - �1 128 �5 -1380" 31351 �` 13A0 �� ;�" _ ,3y0_ ,',ti ` "3A1 , 13 r -" , t- 132 ', . • , - �, � ' _- ,` - -125A A9 ~..nA 500.0 0 250,00 500.0 Feet V, 67I NAp_ 1983 _StatePlane_Califomia_III_FIPS 0403_Feet 1: 3,000 City of Gilroy, GIS Services l71 Vi I City ®f Gilr ®y 0 Li L � PY - 0 T a IY q1p Y q61 f Z A6, 1 A : ,� 1 A •. 1 �- 0 '''-A21 W w 1'1A9 �, 1 ,--'. �,> )\A1 � 1� � �`qp • 1� � 3 �; y1 f -^ 1 ,� �...• H •. , \ o to '`- ?_ p '1� A30 `re' A21 r. 1 Ala = ,e 1,, �P fi \ -t �a ^' o' p - '- � Z • ��A11 .-. 1 qp� � •- ��•.;In3��' C � � � aF-�� �• 1 � �• � 13�b "" � .� q1 qp1 8 , N�,• : , J g- X13 1 'A \ i 13 0 : , n r -T33 ' -� 3 `' 1 ��9 _ •+fir y , E; .-�'' ', � . N Z2���; 0. ��, 135p " 1'37-A �� l',� V-1 .360 o \___ 8 93 ' p 1 �3.5�0-= 1 N.a �P Y' 391 `� • 13"(13ro1 d,'� \ 135 1 13y1 , �`�' r• : ,1 3g0 1381_— �` 61, ,�, �9�. N� G11 1A10 1 ; riin� \0� „s 1` 1310 g ` 135�r�. 13A1 - 5, �o`FCti 13p 1 1 ' CA , IN '✓60 .� 51 _ 331 + 1' .� •�� �12g1; r,o -5 13 3 lY128 1350'` T3A1 - 1, 133e ' 1� J32� �26 2 1 A _ qg r L .• 21 -� 72 3q0 1 :3 AB , w ;1289 _ - p 1 _ + .1 •` - 15` 0 110: 1 4 - '+26�� +` 12gp ✓ - 3J ir. �73 131 g6 +'rg'��' 1� z + 123 X22 ,s► , 13 , 12 . -' Y 21�. �' . wY-- ' �. ' +, . `_: �+ 2q1 - 11 128a- y X213 ,` 12GA __, 12_ _ - TL 1250 -�1 � 12��'- NA Y 2j6 �2 -r. �,� j280 r�12g5 �125�/. ti 125 _ y 1 -17.40 �•. 9�F1Y�f? $a Z2 $1 ��`- I`�1'� 5,5 .�2AP!_ , ; Ag N� 1 t2A 10 F 1 1� �2�� 5 '� �, 1232 `','` 121T 1,' V- 280 213 - ` rA ' 'f__ _ 1•_�q�� f� 1 1256 'q'3 1.24 ', N ,`__ p ': '`236 -- `{ 12.2 w} , ` 09. 1 9 5 �.,�'' +5 , 3_� -1 Y';1 1'Z7` lft ,\p 172ag `A 1 1?-_ - f - -211 f'- y a' 1$0',72oq NO 5 = =2�A._, 1,_- i. 1 '40 t a i ( 1 A� 3 �� 1�1� X1111 1�� A p1 ` N, -J- -"1 lvs �1.-,�q f ,� 11 �. 12 •, '` �1► 1_ -° ; w 210 2p_ ,, � y > U'a ;110 - 12%k11215 �'(�� :��2�1�. 1. -�jE\ ��� '`5p - ���2�1131' 06 X11215 �1 12�� IN N, �1, q; '11Z ” • j 130 ` �* "'�� _ � X11. 1151 y U: , r `, IN lr '� o �',,-. -t' �', r'� 0c�,'`. 500.0 4 25q.00 500.0 Feet NAD- 1983- StatePlone- Califomia- Ill- FIPS_0403_Feet 1: 3,000 t ) �c Z City of Gilroy, GIS Services 681") (Instructions Included) EXHIBIT "C" MILESTONE SCHEDULE Approximate timeline for root foaming treatment of City of Gilroy sewer mains once a scheduled date is set with Duke's Root Control Inc. is 3 days to I week for completion at and average treatment of 6,000 linear feet per day. 4842- 5942 -60730 _ I LAC \04706083 EXHIBIT "D" PAYMENT SCHEDULE Invoice will be paid upon completion of root foaming treatment of City of Gilroy sewer mains not to exceed $25,000. 4842- 5942 -60730 LAC104706083