Loading...
HomeMy Public PortalAbout2015.002 (01-06-15)RESOLUTION NO. 2015.002 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING AN AGREEMENT WITH GOLDEN BELL PRODUCTS AND APPROVING AN APPROPRIATION, _NOT - TO EXCEED $38,700 FOR SEWER ROACH CONTROL APPLICATION WHEREAS, the City's wastewater collection system consists of about 80 miles of gravity sewer pipe, 1,800 manholes, 30 inverted siphons and about 10,000 sewer lateral connections; and WHEREAS, City staff inspects the sewer system which includes manholes, and pipes; and undertakes regular cleaning, repair and related activities; and WHEREAS, City staff has found roaches in sewer manholes; and WHEREAS, City staff surveyed surrounding cities and found that the majority of these cities use Golden Bell Products to apply Insecta, an insecticidal latex coating, for sewer roach control; and WHEREAS, the Lynwood Municipal Code Section 6- 3.13(a)(2) provides exceptions to the bidding process when the supplies, equipment, services ,or contract can only be obtained from only one source. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES HEREBY RESOLVE, DECLARE, DETERMINE AND ORDER AS FOLLOWS: Section 1. That the City Council authorizes the Mayor to execute an agreement attached hereto as "Exhibit A" in a form approved by the City Attorney with Golden Bell Products to control roaches at sanitary manholes at a price not to exceed $38,700. Section 2. That the City Council authorizes staff to spend ' an additional 10% of the approved not to exceed amount if additional manholes are located than originally estimated. Section 3. That the City Council authorizes the following appropriation: From: To: Unappropriated Sewer Fund Sewer Division Account (6401) (6401.45.460) '$38,700 $38,700 Section 4. That this Resolution shall take effect immediately upon its adoption. PASSED, APPROVED and ADOPTED this 6t" day of January, 2015. ATTEST: 50 " 1 2() ;� W, I rw, 1 '4 ITA APPROVED AS TO FORM: I� David A. G ci , City Attorney Luis Solache, lWayor APPROVED AS TO CONTENT: J. Arnoldo Beltran, City Manager ilia E. Stracker, P.E Interim Director Public Works/ City Engineer STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the foregoing Resolution was passed and adopted by the City Council of the City of Lynwood at a regular meeting held on the 6t" day of January, 2015. AYES: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS AND SOLACHE .NOES: NONE ABSENT: NONE ABSTAIN: NONE r STATE OF CALIFORNIA ) ) SS. COUNTY OF LOS ANGELES ) CASTRO, HERNANDEZ, I, the undersigned, City Clerk of the City of Lynwood, and the Clerk of the City Council of said City, do hereby certify that the above foregoing is a full, true and correct copy of Resolution No. 2015.002 on file in my office and that said Resolution was adopted on the date and by the vote therein stated. Dated this 6t" day of January, 2015. if City of Lynwood Purchase Order Terms and Conditions 1. Agreement. Issuance of the foregoing Purchase Order (which may be for goods, services or a combination of both) by the City of Lynwood CCity"): (a) constitutes acceptance of the Vendor's offer on the terms and conditions stated in the Purchase Order, these Terms and Conditions and all other accompanying documents or attachments referenced in the Purchase Order, and (b) forms a contract. Vendor agrees that the only terms and conditions that are applicable to the Purchase Order are those issued by the City and no other terms and conditions shall be binding upon the Parties. Any additional or different terms or conditions offered by the Vendor are hereby rejected. If a court of competent jurisdiction holds any part of the foregoing Purchase Order invalid, the balance shall retain its full force and effect. The Purchase Order, these Terms and Conditions and any additional documents, exhibits or attachments incorporated by reference in the Purchase Order, totaling eight (8) pages, set forth the entire agreement between Vendor and City. 2. Acknowledgment. Vendor acknowledges that it has received all applicable plans, specifications, descriptions, drawings, data, and all additional documents, exhibits or attachments to which reference is made in the Purchase Order and in all other accompanying documents or attachments referenced therein. Vendor further acknowledges that the plans, specifications; descriptions, drawings, data, and other documents are adequate to enable Vendor to determine fairly its ability to procure the items ordered, and/or to perform the work or services specified, in the Purchase Order, at the price and in accordance with the specified delivery date(s)' and/or performance schedule(s) set forth therein. Vendor represents and warrants that it now has, or it can readily procure without the City's assistance, all the items, facilities, and /or labor necessary for performing the Purchase Order. 3. Assignment. Vendor shall not delegate or subcontract any of the duties or obligations or assign any rights or claims under the foregoing Purchase Order without City's prior written consent. 4. Authorized Distributor. Vendor shall be an authorized distributor of the product sold or must be able to show substantial evidence that the product manufacturer will honor the manufacturer's warranty of the product when purchased by the City from the Vendor. The City reserves the right to cancel the foregoing Purchase Order if the manufacturer refuses to honor the product warranty. 5. Backorders & Product Substitution. The Vendor shall not backorder any item without first requesting authorization from the City, nor make any product substitution without prior written authorization from the Purchasing Officer. 6. Changes in Purchase Order. It is mutually understood and agreed that no alteration or variation of the terms of the foregoing Purchase Order shall be valid unless made in writing and signed by the appropriate officer of the City or his /her authorized designee, and that no oral understandings or agreements not incorporated therein, and no alterations or variations of the terms thereof unless made in writing between the parties, shall be binding. The City will not compensate Vendor for goods or services not authorized by written Change Order. The City shall have the right to revoke, amend, or modify the foregoing Purchase Order at any time by City of Lynwood Purchase Order Terms and Conditions issuance of a written Change Order. Vendor's failure to respond within ten (10) days to a written Change Order shall constitute Vendor's acceptance of the change without price or other adjustment. 7. Compliance with Laws — Goods and Services. All goods and services shall comply with all current federal, state, and local laws and regulations relative thereto, including but not limited by those set forth by the California Occupational Safety and Health Act (Cal - OSHA). Vendor further agrees to indemnify, defend and hold the City harmless for any failure to so conform. If, in connection with the specified goods, Vendor is required to comply with the Occupational Safety and Health Act's hazardous communications standard, VENDOR SHALL PROVIDE COPIES OF APPLICABLE MATERIAL SAFETY DATA SHEETS (MSDS) AT THE TIME OF DELIVERY OF THE GOODS. 8. Conflict of Interest. Vendor represents and warrants that no officer or employee of Vendor is currently a council member, officer, or employee of the City, or a member of its boards, commissions, or committees, except to the extent permitted by law. Vendor further represents and warrants that no council member, officer, or employee of City has, or shall have, any direct or indirect financial interest in the foregoing Purchase Order. 9. Default by Vendor /Breach of Contract. The City reserves the right to cancel at any time, any or all items not delivered as directed and within the time specified. In case of default by Vendor, the City may procure the goods or services from any source available and may charge the difference between the price named in the Purchase Order and the actual cost thereof to the Vendor. Prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 10. Delivery/Performance - Time is of the Essence. Time is of the essence in this contract and failure to deliver the goods or render the services specified in the Purchase Order shall be a material breach of this contract. If Vendor cannot deliver goods and or render services within the time specified on the Purchase Order, Vendor shall promptly notify City of the earliest possible date for delivery/performance. Notwithstanding such notice, City may terminate the foregoing Purchase Order or any part thereof without liability except for services previously rendered and /or goods previously delivered and accepted. City's receipt or acceptance of all or part of a nonconforming delivery shall not constitute a waiver of any claim, right or remedy City has under this contract or applicable law. 11. F.O.B. Point and Title. The F.O.B. point for the goods to be provided under the foregoing Purchase Order shall be "F.O.B. Destination" (destination to be the address of the City unless otherwise specified on the Purchase Order). Except as otherwise expressly provided herein, title to and risk of loss on all items shipped by Vendor, or his agent, shall pass to the City upon the City's inspection and acceptance of such items at the City's premises. Vendor warrants that all articles, materials, and work are free and clear of all liens and encumbrances whatsoever, and that Vendor has a good and marketable title to same, and Vendor agrees to hold City free and harmless against any and all claimants to said article, material, or work. Transportation charges shall be prepaid by the Vendor and added to the invoice. City of Lynwood Purchase Order Terms and Conditions THE ORIGINAL FREIGHT BILL MUST BE ATTACHED TO THE SHIPMENT. No charges for transportation, containers, packing, handling, or inside delivery will be allowed unless specifically stated in the foregoing Purchase Order. 12. Force Majeure. Neither party to the foregoing Purchase Order shall be held responsible for delay or default caused by fire, riot, acts of God, and /or war which is beyond that party's reasonable control. City may terminate the foregoing Purchase Order upon written notice after determining such delay or default will reasonably in City's sole discretion prevent successful performance and /or timely delivery of the order. 13. Hold Harmless. Vendor shall indemnify, defend, and hold harmless the City, and its officers, officials, employees and agents, from and against any and all claims asserted, liability, loss damage, expense, costs, including without limitation costs and fees of litigation, of every nature arising out of, directly or indirectly, or in connection with the foregoing Purchase Order or the acts or omissions of Vendor, Vendor's subcontractors, employees, representatives, agents and invitees including, but not limited to, performance of the work hereunder or failure to comply with any of the obligations contained herein, except such loss or damage which was caused by the established active negligence of City or the established sole negligence or willful misconduct of City, its officers, officials, employees and agents. Said indemnification and hold harmless provisions shall be in full force and effect regardless of whether or not there shall be insurance policies covering and applicable to such liability, loss, damage, expense or cost. The Vendor agrees that the use of any and all public streets and improvements that are part of or subject to the foregoing Purchase Order shall be at all times, prior to final acceptance by the City, the sole and exclusive risk of Vendor. The Vendor further specifically agrees that he shall indemnify and hold City free of any liability for any accident, loss or damage to the goods and /or work that is the subject of the foregoing Purchase Order prior to its completion and acceptance by the City. 14. Inspection, Testing, & Approval. Goods shall be received and services rendered subject to City inspection, testing, approval, and acceptance at City premises notwithstanding any prior payment for such goods /services. Goods rejected by City as not conforming may be returned to Vendor at Vendor's risk and expense, and shall not be replaced by Vendor without written authorization from City. Substitutions are not permitted except upon specific written authorization of City. 15. Invoice. Vendor shall bill the City in arrears after goods have been shipped and /or work has been performed. Each Purchase Order shall be invoiced separately, and the City's Purchase Order number must appear on all invoices and packing slips. Goods and services provided under the foregoing Purchase Order must not be billed with those from other Purchase Orders. Goods shall be itemized as shown in the Purchase Order, and tax must be shown as a separate line item. Out -of- state Vendors must indicate their State of California Use Tax Permit number when collecting tax. Mail one original invoice to: City of Lynwood, Public Works Department, 11330 Bullis Road, Lynwood, CA 90262. 16. Law and Venue. The foregoing Purchase Order has been negotiated and executed in the state of California City of Lynwood Purchase Order Terms and Conditions and shall be governed by and construed under the laws of the state of California. 17. Material Safety Data Sheets. Vendor shall conform to California Labor Code Section 6360 and Title 8 C.C.R., Sections 339 and 5194 and submit Material Safety Data Sheets with orders of hazardous substances. 18. Patent/Copyright Indemnity. If any goods sold or delivered to City by Vendor are protected by a patent or copyright, Vendor agrees to indemnify and hold harmless the City of Lynwood, its officers, agents, servants, and employees from and against any and all suits, claims, judgments and costs instituted or recovered against it on account of the use or sale of such goods by City in violation of rights under such patent or copyright. 19. Payment Terms. Payment terms shall be net thirty (30) days from the date of receipt of invoice or acceptance of goods and/or services, whichever occurs last. If City is entitled to a cash discount, the period of computation shall commence on the date of receipt of invoice or acceptance of goods and/or services by City, whichever occurs last. Delay caused by correction of errors and omissions shall extend the discount period and shall be just cause for withholding payment without loss of cash discount by City. City may set off any amount owed by Vendor to City against any amount owed by City to Vendor under the Purchase Order. City shall endeavor to pay each invoice within thirty (30) days, but shall not be responsible to Vendor for additional charges, interest, or penalties due to failure to pay within that period. 20. Permits, Licenses, and Other Requirements. During the term that the Purchase Order is in force, Vendor and its employees shall: (a) obtain and maintain valid permits, licenses, certificates, authorizations and other documents as required by federal, state, county, City and other governmental or regulatory bodies to legally procure the items ordered and/or to perform the work or services specified in the Purchase Order; and (b) comply with all applicable federal, state and local laws, rules, regulations, and orders. 21. Prices. All prices shall be as stated in the foregoing Purchase Order and are firm and not subject to escalation. 22. Proprietary Information. (A) Upon completion or cancellation of the .foregoing Purchase Order, Vendor shall return all designs, drawings, and blueprints (Design Materials) that are furnished by the City for the production of the goods. Design Materials shall not be used by the Vendor in the production of materials for any third ,party without express written consent of the City. Design Materials involve valuable property rights of City and shall be held confidential by Vendor. (B) Vendor shall keep confidential and not disclose or use in any way confidential business or technical information that the City may disclose in conjunction with the foregoing Purchase Order or the Vendor may learn as a result of entering City property to deliver items or services or to perform work hereunder. 23. Quantities. Vendor shall deliver the exact quantities specified in the foregoing Purchase Order. City reserves the right to reject incomplete deliveries and to return at Vendor's risk and expense excess quantities delivered. 24. Rejection Of Disclaimers Of Warranties. THE CITY OF LYNWOOD REJECTS ANY DISCLAIMER BY VENDOR OF ANY WARRANTY, STANDARD, IMPLIED OR EXPRESS UNLESS SPECIFICALLY AGREED TO City of Lynwood Purchase Order Terms and Conditions ELSEWHERE IN THE FOREGOING PURCHASE ORDER, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. 26. Severability. If any provision of the foregoing Purchase Order, and /or these Terms and Conditions, and /or any other accompanying documents, and/or attachments referenced in the Purchase Order is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and conditions shall not be affected; and the rights and obligations of the parties shall be construed and enforced as if the foregoing Purchase Order, and /or these Terms and Conditions, and /or any other accompanying documents, and/or attachments referenced in the Purchase Order did not contain the particular provision held to be invalid. 26. Shipping and Handling Charges. No shipping, transportation, or handling charges will be allowed unless otherwise specified in the foregoing Purchase Order (see "FOB Point and Title° above.) 27. Taxes. All sales, use, excise or similar taxes to be paid by the City must be itemized separately in the foregoing Purchase Order and on invoices. The goods provided under the foregoing Purchase Order are subject to California Sales Tax. 28. Termination for Default. In addition to any other remedies or rights it may have by law, the City may terminate this Purchase Order Agreement with or without cause upon thirty (30) days written notice to Vendor. The effective date of termination shall be upon the date specified in the notice of termination. Vendor agrees that in the event of such termination, City's obligation to pay Vendor shall be limited to payment only for those services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Vendor shall discontinue performing services, preserve the product of the services, and turn over to City the product of the services in accordance with written instruction of City. 29. (No) Waiver. Failure of City to enforce any provision of the foregoing Purchase Order, and /or these Terms and Conditions, and/or any other accompanying documents, and /or attachments referenced in the Purchase Order shall not constitute a waiver or relinquishment by City of the right to such performance in the future nor of the right to enforce any other provision of the Purchase Order, and /or these Terms and Conditions, and /or any other accompanying documents, and/or attachments referenced in the Purchase Order. 30. Warranties. Vendor warrants that the goods delivered and the work or services performed shall conform to the specifications, drawings, samples or other description specified by the City and shall be fit and sufficient for the purpose intended, merchantable, of good materials and workmanship, in good working order and free from defect or faulty workmanship for a period of at least ninety days, after delivery. When defective goods or faulty workmanship is discovered, Vendor shall provide all labor, materials, parts and equipment to correct such defect or make such replacement at no expense to the City. If, after notice, Vendor fails promptly to replace or repair any such goods, Vendor shall promptly refund to City the full purchase -price paid by City for such goods. Defective items not meeting the City's specifications shall be held for the Vendor's instructions at the Vendor's risk City of Lynwood Purchase Order Terms and Conditions and, if the Vendor so directs, will be returned at the Vendor's expense. In addition to any other express or implied warranties, Vendor warrants that all goods delivered under the foregoing Purchase Order will be new (unless otherwise specifically stated on the Purchase Order). These warranties shall not be deemed to exclude Vendor's standard warranties or other rights or warranties that City may have or obtain. 31. ADDITIONAL TERMS AND CONDITIONS APPLICABLE WHEN THE VENDOR IS TO PERFORM SERVICESIWORK ON CITY -OWNED PREMISES A. Liens. If, during the work, the Vendor allows any indebtedness or lien to accrue for labor, equipment, or materials, which may become a claim against the City, the Vendor shall immediately -pay such claim or indebtedness or cause such lien to be dissolved and discharged by giving a bond and, in case of failure to do so, the City may withhold any money due to Vendor until such claim, indebtedness or lien is paid or may apply such money toward the discharge thereof, or the City may, at its option, cancel the foregoing Purchase Order, take possession and control of the work, and complete the same or cause the same to be completed. Vendor shall pay to City the difference between the Purchase Order price and the actual cost to the City in completing or causing the work to be completed. B. Work Performed at Vendor's Risk. The Vendor shall perform the work at Vendor's own risk until the same is fully completed and accepted and shall, in case of any accident, destruction or injury to the work or items before final completion and acceptance, repair or replace the work or items so injured, damaged or destroyed, at Vendor's own expense and to the satisfaction of the City. When others furnish items for installation or erection by the Vendor, the Vendor shall receive, unload, store, and handle same at site and become responsible therefore, as though such items were being furnished by the Vendor under the Purchase Order. C. Insurance. Vendor shall obtain and maintain at its expense, until completion of performance under the foregoing Purchase Order and acceptance by City, the following insurance issued by an admitted insurer authorized to operate in California: a. COMMERCIAL GENERAL LIABILITY naming City, its officials, employees and agents as additional insured's for injury to or death of persons or damage to or loss of property arising from or connected to Vendor's performance hereunder: $1,000,000 combined single limit for each occurrence or $2,000,000 general aggregate. b. AUTOMOBILE LIABILITY: $1,000,000 combined single limit per accident for bodily injury and property damage covering owned, non -owned and hired vehicles. c. WORKER'S COMPENSATION and EMPLOYER'S LIABILITY: As required by the state of California. Each policy must be endorsed to state that coverage shall not be cancelled by either party or reduced in coverage except after 30 days prior written notice to City. Vendor shall furnish to City, before performance of the work, Certificates of Insurance and original endorsements with the original signature of one authorized by the insurer to bind coverage on its behalf. This insurance shall not be deemed to limit Vendor's liability hereunder. Vendor shall require that City of Lynwood Purchase Order Terms and Conditions its subcontractors comply with this Section. City reserves the right to require complete certified copies of policies. If Vendor fails to furnish said insurance, City may terminate the Purchase Order. D. Specifications. Vendor shall comply with the specifications stated in, incorporated by reference in, or attached to the foregoing Purchase Order. E. Prevailing Wages. Pursuant to provisions of Section 1770, et seq. of the California Labor Code, for all public works contracts, Vendor shall pay its employees the general prevailing rate of wages as determined by the Director of the Department of Industrial Relations. In addition, Vendor shall be responsible for compliance with the requirements of Section 1777.5 of the California Labor Code relating to apprentices on public works contracts. A copy of the prevailing wages to be paid by Vendor is on file with the City Clerk. F. (No) Subcontractors. Vendor shall perform the work with its own employees under its immediate supervision. Unless approved by City in advance in writing, Vendor shall not subcontract any portion of the work. G. Independent Contractor. Vendor shall be considered an independent contractor and not an agent or an employee of the City. The Vendor does not qualify for workers' compensation or other fringe benefits of any kind. The Vendor is responsible for paying all required state and federal taxes. H. Non - Discrimination. The Vendor and its agents, employees or subcontractor(s) shall not discriminate against any person in the performance of the foregoing Purchase Order on the basis of race, religion, national origin, color, age, sex, sexual orientation, AIDS, HIV status, handicap, or disabled, and shall comply with applicable federal and state equal employment opportunity laws, ordinances, rules, and regulations. 32. Scope of Services. The Vendor shall complete the work as approved by the Director of Public Works of the City of Lynwood (Director). Vendor provided a proposed price list and services attached hereto as Attachment A. Vendor shall provide all labor, material and supplies required to coat sanitary sewer manholes with INSECTA, insecticidal latex coating for sewer roach control. 33. Term of Agreement. The agreement shall commence on January 6. 2015 and terminate on June 30, 2015. Director may at his discretion extend the term of the agreement for additional three months. 34. Not -to- Exceed Payment. This Agreement shall not exceed the payment of $38,700 during the duration of the Agreement term. Services shall be approved by the Director prior to commencement. The price shall be at $21.50 per manhole. The Director at his sole discretion may approve additional payments not to exceed $3,870 if additional manholes are found. The price shall remain at $21.50 per manhole. 35. Signatures of Parties. Vendor and City hereby agree to the terms and conditions set forth in the Purchase Order, these Terms and Conditions and any additional documents, exhibits or attachments City of Lynwood Purchase Order Terms and Conditions incorporated by reference in the foregoing Purchase Order. The foregoing Purchase Order shall be of no force and effect unless it has been signed by the City's Purchasing Officer or his /her authorized designee (for goods /services totaling less than $15.000.00) or by the Mayor (for goods and services in excess of $15.000.00). Exception: If the foregoing Purchase Order is for goods /services being provided on a Public Project, the City Manager may sign any Purchase Order totaling $15,000 or less (LMC S 6- 6.3.a). The City Council under Resolution No. 2015.002 authorized the Mayor to execute a contract with Golden Bell Products. By: � of � as to m Garcia, City Attest: � JJI .4 9W r Maria Quinones, City Clerk Vendor: Golden Bell Products, Inc. Legal Name of Vendor & I x Title: Program Manager Date: / Date 9& GOLDEN PRODUCTS, INC. SELL LL 1200 N. Jefferson St. "M" Anaheim, CA 92807 — Phone (714) 630 -3861 / Fax (714) 630 -4807 www.goldenbellproducts.com Wednesday, January 07, 2015 City-_of Lynwood Lorry L mpe 11750 Alameda Street Lynwood ............. Dear Lorry: Golden Bell Products to provide all labor, material and supplies required to coat sanitary sewer manholes with INSECTA, insecticidal latex coating for sewer roach control. SCOPE OF WORK Golden Bell Products to perform the following items: ♦ Apply an approved product for sewer roach control application in sanitary manholes. ♦ Treat to depth of eight (8) feet or less, with an approximate area of 100 square feet per manhole. ♦ Will prepare and treat according to manufacturer's specifications for preparation instructions. ♦ Apply coating based on the manufacturers recommended label rates, five (5) manholes per gallon, not to exceed three (3) pints per manhole. ♦ Mark each manhole cover with an identifying white dot after being treated. ♦ Provide proper supervision at the job site during all phases of work. ♦ Be responsible for coordinating the work to be done. Work will take place in accessible alleys, yards, parking lots, and streets. ♦ Guarantee the application for Two (2) full years from the date of treatment. If more than 50 living roaches are found in a manhole during the warranty period, the manhole must then be retreated by Golden Bell Products at no additional charge or obligation to Customer. Golden Bell Products will retreat any manhole which inspections report live roaches within fourteen (14) calendar days after notification; providing more than 50 live roaches are found inside the manhole during two inspections occurring two days apart.* ♦ Will report number of manholes treated when submitting billing invoices. Golden Bell Products will indicate in writing on each quarter section map, the number of manholes treated, applicators name initials with the date of completion. This will serve as the record of application for the necessary Agencies and warranty information. ♦ Customer will supply quarter section maps indicating exact locations of manholes and cleanouts. ♦ Customer will make accessible all designated manholes to be coated. If not accessible Golden Bell Products will notify Customer. ♦ Customer will provide inspection and assistance where necessary. i � u ♦ No more than 60 calendar days will elapse between date of notice to proceed and completion of the application. A reasonable time for potentially unfavorable weather will be mutually agreed upon by Customer and Golden Bell Products ♦ Requirements may be added or deleted from the above Scope of Work, however these must be agreed upon by both parties prior to the commencement of work. ♦ The cost of additional permits and /or licenses, other than those already required by the state, required within city limits to perform work within that city will be assumed by the city. Golden Bell Products will supply all appropriate insurance coverage required by the state licensing agencies to apply roach control product to sewer manholes; if any additional insurance is required and available at additional costs those costs will be assumed by the City. Special Note: Some assistance with traffic control in heavily traveled areas may be required. *NOTE. The Insecticidal -latex coating is not a repellent and therefore, will not repel roaches. They must rest on it to eliminate them! Pricing for less than 1000 manholes is $23.00 each. Pricing for more than 1000 manholes is $21.50 each. Example Pricing for 1825 manholes @$21.50 each is $39,237.50. (This is a service- no Tax) * There is a 150 manhole minimum for all jobs. This service agreement is good through June 30, 2015. Thank you for this opportunity. If you have any questions please contact Michelle Webster at 714/630 -3861. Sincerely, Michelle Webster Program Manager