Loading...
Water Truck Services/NRC Environmental Services ~ C160028 r December 11, 2017 City of Tigard Water Truck Ser6ces Attn:Jamie Hartley PO BOX 1130 Wilsonville OR 97070 REF.: Street Sweeping Period: December 1,2017 through November 30,2018 CONTRACT NOTICE OF AWARD — RENEWAL Contract# C160028 Dear Jamie Hartley, The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its second (2) one-year extension to the Contract effective from December 1,2017 through November 30,2018. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Water Truck Services. Sincerely, j v' ` Jamie Greenberg Purchasing Assistant 503-718-2492 jatnic@tigard-or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements,terms, and conditions as set forth in the above referenced n act. Company: Signed: r �`_----- Date: � Prime F � M. IUater Truck Service P.O.BOX 1130 WILSONVILLE.OR 97070 PH:(603)682-2723 FAX:(503)570-0779 December 12,2016 City of Tigard 13125 SW Hall Blvd. Tigard,OR 97223 Attention: Rob Block RE: Request for Consent to Assign Water Truck Service,Inc. Street Sweeping Services Consent to Assignment of Street Sweeping Service Agreement,dated November 25,2015, between Water Truck Service,Inc. and The City of Tigard. To Whom It May Concern: This letter is to inform you that Water Truck Service, Inc. ("WTS") has reached an agreement to sell to NRC Environmental Services, Inc. ("NRC") all of the business, properties, assets, goodwill and rights of WTS, including all of its contractual obligations (the "Transaction"). The Transaction is expected to close in December 2016. Immediately following the closing of the Transaction, WTS's transferred assets will continue to be operated as they are currently operated. At or after the consummation of the Transaction,NRC will provide you with its contact information. In connection with the Transaction, WTS intends to assign and NRC intends to assume the above-referenced agreement between you and WTS("Agreement"). Pursuant to Section 4 of the Agreement,your consent is required in order to assign the Agreement. Accordingly, WTS hereby requests that you provide your consent to such assignment by countersigning the enclosed copy of this letter and returning it to me by electronic mail at Kayla@WTSomgon.com. In executing this letter, you consent to the assignment of the Agreement from WTS to NRC and acknowledge that upon assignment of the Agreement to NRC, NRC will have the same rights and obligations under the Agreement as WTS had immediately prior to the assignment, and that you agree that all requirements pursuant to the Agreement for such assignment and consent have been satisfied or are waived. You also acknowledge that NRC shall be a third party beneficiary of, and entitled to rely on, your consent pursuant to this letter. WTS's decision to enter into the Transaction has been made after significant study, and we believe NRC's ownership group was carefully selected due to its strong operating experience and commitment to the local business. NAI-15a2231882v3 MNater Truck Service P.O.BOX 1130 WILSONVILLE,OR 97070 PH:(503)682.2723 FAX!(603)870-0779 If you have any questions, please contact me or our company lawyer, David Nepom, at 503-223-1137, dnepom@gmaO.com. Thank you in advance for your consideration. Very truly yours, Bob Jonas The foregoing is acknowledged and agreed by City of Tigard. signature: Name: jv1AC4" L. Lkhr•C� Title: e2� wmnaO fz Date: t 2 - 1 NAI-1502231882v3 V e s City of Tigard November 30, 2016 Water Truck Services p p, Attn:Jamie Hartley ll PO BOX 1130 Wilsonville OR 97070 i REF.: Street Sweeping Period: December 1, 2016 through November 30, 2017 3 CONTRACT NOTICE OF AWARD —RENEWAL Contract# C160028 Dear Jamie Hartley, 1 7 The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its first (1) one- year extension to the Contract effective from December 1, 2016 through November 30, 2017. This renewal period shall be governed by the specifications, pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Water Truck Services. Sincerely, Jamie Greenberg Purchasing Assistant 503-718-2492 iatnie@tigard-or.gov tigard-or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements, terms,and conditions as set forth in the above referent d Contract. Company: W r^II k r��'N[ _��w -P Signed: Date: Printed: J GY�d T�� ✓ CITY OF TIGARD.OREGON-CONTRACT SUMMARY FORM t (TMSFORMMtiSTACconlr�EvERYCONTRAC7) �! D Contract Title: Street Sweeping Services Number: Contractor. Water Truck Contract TotaL• $255000 Contract Overview: Street sweetiing ser=a.. Initial Risk Level: ❑ Extreme ❑High ❑Moderate ®Low Risk Reduction Steps: Ccmtract ins promded Risk Comments: Risk Signature: Contract Manager:Rob Block Ext: 2607 Department: Stormwater Type: ❑ Purchase Agreement ® Personal Service ❑ General S ice _ ❑ Public Improv en ElIGA [:] Other: Start Date: S End Date: 1 Quotes/Bids/Proposal: FIRM AMouw/Scorn Water Truck(99.95.95) 289/300 Account S-b3ng Fund-Division-Account Work Order—Activit;Tne Amount Year 1 510.6700.54001 246.144 Year 1 2006200.54001 x,79 Year 2 510.670(1.54001 246.144 Year 2 200.6200.54001 8,788 Year 3 510.6700.54001 246.144 Year 3 M.6200.54001 8,788 Year 4 5a 0.6700.54001 246,144 Year 4 200,6200,54001 8.788 Year 5 510.fi7Q0.54001 246,144 Year 5 200.6200.54001 8.788 A-Mroval - LCRB Date.• Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: r City Manager Comments: City Manager Signature: T After securing all requited approvals, forward original copy to the Contraedag and Purchasing OBSce along with a completed Contract Checklist. C, ATTACHMENT D CITY OF TIGARD,OREGON AGREEMENT FOR SERVICES RELATED TO STREET SWEEPING SERVICES THIS AGREEMENT made and entered into this 25t`of November,2015 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City", and Water Truck Services, Inc, hereinafter called"Contractor",collectively known as the"Parties." RECITALS WHEREAS,Contractor has submitted a bid or proposal to City to provide specific services;and WHEREAS,Contractor is in the business of providing specific services and is aware of the purposes for which City requires the services;and WHEREAS,City and Contractor wish to enter into a contract under which City shall purchase the services described in Contractor's bid or proposal; THEREFORE,The Parties agree as follows: 1. SERVICES TO BE PROVIDED Contractor agrees to provide services related to Street Sweeping Services as detailed in Exhibit A — Scope of Services and by this reference made a part hereof. 2. EFFECTIVE DATE AND DURATION Contractor shall initiate services upon receipt of City's notice to proceed, together with an executed copy of this Agreement. This Agreement shall become effective upon the date of execution and shall expire, unless othemise terminated or extended, on November 30, 2016. All services shall be completed prior to the expiration of this Agreement.The City and Contractor may agree to up to four (4) mutual one (1)year options.The total term of the contract may not exceed five(5)years. 3. COMPENSATION City agrees to pay Contractor an amount not exceeding Two Hundred Fifty-Five Thousand and No/100 Dollars ($255,000.00) for performance_of those services described herein,which payment shall be based upon the following applicable terms: A. Payment will be made in installments based on Contractor's invoice, subject to the approval by the City, and not more frequently than monthly. Payment shall be made only for work actually completed as of the date of invoice. B. Payment by City shall release City from any further obligation for payment to Contractor, for services performed or expenses incurred as of the date of the invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Contractor shall make payments promptly,as due,to all persons supplying labor or materials for the prosecution of this work. D. Contractor shall not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. E. Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. F. If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due the Contractor. The payment of the claim in this manner shall not relieve Contractor or their surety from obligation with respect to any unpaid claims. G. Contractor shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one work week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. H. Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical,hospital care or other needed care and attention incident to sickness or injury to the employees of Contractor or all sums which Contractor agrees to pay for such services and all moneys and sums which Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. I. The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract during the current fiscal year. Appropriations for future fiscal years shall be subject to budget approval by the City Council. 4. ASSIGNMENT/DELEGATION Neither party shall assign or transfer any interest in or duty under this Agreement without the written consent of the other and any attempted assignment or transfer without the written consent of the other party shall be invalid. 5. SUBMITTING BILLS AND MAKING PAYMENTS All notices and bills shall be made in writing and may be given by personal delivery, mail or fax. Payments may be made by personal delivery,mail,or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: carry of TIGAa WATER TRucK SERvzcE,INC Attn: Rob Block Attn:Jamie Hartley Address: 13125 SV'Hall Blvd. Address: PO BOX 1130 Tigard,Oregon 97223 Wilsonville OR 97070 Phone: (503) 718-2607 Phone: 503-682-2723 Email: rob dggrd-or.gov Email: Jamie gC wtsoregon.com 6. TERMINATION The parties agree that any decision by either party to terminate this Agreement before 30' of November, 2016 shall be accompanied by thirty (30) days written notice to the other party prior to the date termination would take effect. There shall be no penalty for early termination. If City terminates the contract pursuant to this paragraph, it shall pay Contractor for services rendered prorated to the date of termination. 7. ACCESS TO RECORDS City shall have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts and transcripts. 8. FORCE MMEURE Neither City not Contractor shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, natural disaster,war, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten (10) days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under the Agreement. 9. NON-DISCRIMINATION Contractor agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Contractor also shall comply with the Americans vith Disabilities Act of 1990, ORS 659A.142, and all regulations and administrative rules established pursuant to those laws. 10. INDEMNITY Contractor agrees to and shall defend,indemnify and hold harmless City, City's officers, employees, agents and representatives from and against all liability, claims, costs, demands,judgments,penalties, and causes of action of any kind or character, or other costs or expenses incidental to the investigation and defense thereof, of vxhatever nature, resulting from or arising out of the activities of the Contractor or its subcontractors, agents, or employees in performance of this contract, except,however, that the foregoing shall not apply to liability that arises out of the City's,its officers, employees,agents and representatives sole negligence. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the remainder of this indemnification. 11. INSURANCE Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Contractor's activities or work hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Contractor shall obtain, at contractor's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate 3,000,000 Products-Completed Operations Aggregate 2,000,000 Personal&Advertising Injury 1,000,000 Each Occurrence 2,000,000 Fire Damage (any one fire) 50,000 B. Commercial Automobile Insurance Contractor shall also obtain, at contractor's expense, and keep in effect during the term of the contract, Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles on an"occurrence" form.The Combined Single Limit per occurrence shall not be less than$2,000,000. If Contractor uses a personally-owned vehicle for business use under this contract, the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract,business automobile liability coverage for all owned vehicles on an"occurrence" form. The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Workers' Compensation Insurance The contractor, its Subcontractors, if any, and all employers providing work, labor, or materials under this Contract that are subject employers under the Oregon Workers' Compensation Law shall comply with ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out- of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 day s in a calendar year. Contractors who perform work without the assistance or labor of any employee need not obtain workers' compensation coverage. All non-exempt employers shall provide Employer's Liability Insurance with coverage limits of not less than $1,000,000 each accident. D. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its" officers, employees, agents and representatives as additional insureds with respect to this contract. E. Insurance Carrier Rating Coverages provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of"A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. F. Self-Insurance The City understands that some Contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If the Contractor is self-insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. G. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Contractor shall furnish a Certificate of Insurance to the City. No contract shall be effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the below address prior to coverage expiration. H. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer, employee or agent of the City as those terms are used in ORS 30.265. I. Primary Coverage Clarification The parties agree that Contractor's coverage shall be primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. J. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability, professional liability,pollution and errors and omissions policies required by this contract. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd. Tigard,Oregon 97223 At the discretion of the City,a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage, injury,or loss caused by negligence or neglect connected with this contract. 12. ATTORNEY'S FEES In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the court may adjudge reasonable attorney fees and court costs, including witness fees (expert and non-expert),attorney's fees and court costs on appeal. 13. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor shall comply with all applicable federal, state and local laws, rules and regulations, including, but not limited to, the requirements concerning working hours, overtime, medical care, workers compensation insurance, health care payments, payments to employees and subcontractors and income tax withholding contained in ORS Chapters 279A, 279B, and 279C, the provisions of which are hereby made a part of this agreement. 14. CITY OF TIGARD BUSINESS LICENSE Contractor shall obtain, prior to the execution of any performance under this Agreement, a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. 15. CONFLICT BETWEEN TERMS It is further expressly. agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the terms of proposal conflicting herewith. 16. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 17. COMPLETE AGREEMENT This Agreement, including the exhibits, is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibits, the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control. No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent,modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor, by the signature of its authorized representative, hereby acknowledges that he/she has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. Awarded by Tigard's Local Contract Review Board at their November 24,2015 meeting. CITY OF TIGARD WATER TRUK SERVICE,INC By:Authorized City Representative By:Autho ' ed Contractor Representative / W2J 0 Date Date EXHIBIT A SCOPE OF SERVICES ('Template Agreement) The Contractor shall provide street sweeping and removal of debris as required for approximately 320 sweeping miles of Tigard streets (both sides of the street). Whether or not an actual curb exists, the term "street" shall include the paved area between the normal curb lines of the roadway. Islands that separate directional traffic and contain a curb shall be considered in the "curb sweeps," and shall be swept in the same manner as a normal street curb. Street sweeping shall normally consist of a single pass over a given area with a regenerative air or vacuum sweeper. Sweeping shall be performed in the same direction as the traffic flow at all times. As new streets are constructed and/or accepted by the city, a list of these streets will be provided to the Contractor,and then included in the regular monthly schedule. A. CONTRACTOR'S REPRESENTATIVE Before starting work, the Contractor shall designate an authorized representative in writing, who shall have complete authority to represent and to act for the Contractor in all directions given by the city's Contract Administrator or designee. The Contractor or the authorized representative shall give efficient supervision to the work,using the best skill and personal attention to the prosecution of the work. Upon written request by the city's Contract Administrator, the Contractor shall promptly remove incompetent, careless or negligent employees or agents from performing work under this Contract. Failure to comply with such request is sufficient grounds for termination of the Contract. B. CONTRACTOR'S WORK SCHEDULE All city streets shall be swept once per month. The Contractor's sweeping shall be approved by the city's Contract Administrator or designee. Street sweeping on business and high traffic main boulevards will be performed between the hours of 4:00 a.m. and 7:00 a.m., and residential areas shall be swept between the hours of 7:00 a.m. and 7:00 p.m. If the work performed does not correspond to the work schedule, the Contractor shall submit a revised schedule when requested by the city's Contract Administrator or designee. C. DESIGNATED CITY PARKING LOTS TO BE DETAILED AND SWEPT The Contractor shall detail and sweep the following city parking lots once a month. The city shall compensate the Contractor for detail and sweeps performed under this paragraph at the monthly rate specified in the proposal. • Tigard City Hall,Permit Center and Police Dept., 13125 SV'Hall Boulevard. (78,000 sq. ft.) • Niche Building,8720 SW Burnham Street (17,800 sq. ft.) • Public Works Building, 8777 SV'Burnham Street ➢ Front parking lot-(26,800 sq. ft.) � Back parking lot-(37,117 sq. ft.) • Tigard Senior Center, 8815 SWUM==Street(34,600 sq. ft.) • Tigard Public Library, 13500 S%X'Hall Boulevard(48,900 sq. ft.) • Summerlake Park, 11450 SW Winterlake Drive (8,700 sq. ft.) • Cook Park, 17005 SW 92nd Avenue ➢ West parking lot—north of baseball fields to the west of 92nd (44,300 sq. ft.) y East parking lot—north and east of restroom facility to the east of 92nd (99,000 sq. ft.) > Park interior below gate — including street, parking offshoots, and other parking areas/lots (124,000 sq. ft.) D. SWEEPING DEBRIS The term "sweeping debris" shall include,but is not limited to,all dirt,rocks, sand,gravel, sticks,leaves, paper, cans, and other miscellaneous items which are normally picked up by a street sweeper. The term "sweeping debris" shall not include large items that cannot be picked up by a mechanical sweeper or would otherwise damage the sweeper. E. DEBRIS REMOVAL Contractor must possess a roll-off truck. Preference will be given to a 1999 model or newer, however older models may be acceptable. Roll-off truck shall have a minimum payload capacity of 12.5 tons. Contractor shall not dump debris on the ground. Contractor may provide their own drop boxes and their own transport equipment to haul debris or the Contractor must use the local designated city waste disposal franchise to haul debris.Drop box minimum capacity shall be no less than 11.5 cubic yards. Contractor shall make prior arrangements with the city's Contract Administrator or the assigned designee for the placement of all drop boxes to be used for the dumping of street sweeping debris. Contractor shall provide reflective cones or other highly visible devices to mark drop boxes at their location. The Contractor is required to have a back-up means of handling sweeping debris in a case of primary equipment failure. F. HANDLING AND DISPOSAL OF DEBRIS Contractor shall have an operating screening plant using a one inch (1") or finer screen and equipment on impermeable surface with sand-oil-water separator for the processing of material prior to final disposal. Best management practices shall be followed as closely, and in as practical a manner, as possible. With the exception of sweeping debris that is predominantly comprised of leaves, sweeping debris under this contract will not be used, added, blended, or modified in any way to make a product, or as to risk contaminating a product that will be given, sold or make its way for public use. For this reason, recycling centers will generally be considered unacceptable for the processing of sweeping debris. All unscreened sweeping debris will be disposed of at a DEQ-approved disposal site or transfer station for solid wastes. Debris wastes shall be disposed of as dirt fill after testing to identify any possible contamination and only after plastics,papers and other trash and solid wastes have been removed using a one inch (1") or finer screen system. Sweeping debris predominantly comprised of leaves may be suitable feed stock for compost. In the months of November and December, sweeping debris loads that are predominately comprised of leaves may be allowed to be disposed of at permitted compost-recycling facilities. Any exemptions to these specifications must be approved in writing by the city, local Department of Environmental Quality(DEQ,and/or permitting authorities. Contractor shall include in their proposal a detailed description of • Who is managing the process of the debris • How the debris is being handled • Where the debris is being disposed • A description of equipment used Waste processing facilities may be subject to inspection prior to contract award. G. WASTE SITES The Contractor shall operate waste storage sites in such a manner as to meet all safety and health requirements of State and local agencies. Site operations or the result of such operations which create a nuisance problem,or which result in damage to public and private properties rill not be permitted. The Contractor will be responsible for obtaining the necessary permits for dumping at waste sites provided by the Contractor. H. SOLID WASTE PERMIT If the Contractor is not set up to process sweeping debris and proposes to process sweeping debris through a sub-contractor before final disposal, sub-contractor shall provide the cost and proof of an appropriate solid waste permit for the processing facility. I. SWEEPING SCHEDULE The Contractor shall establish and submit for approval a regular schedule of performance that will include sweeping all streets and parking lots once each month in approximately the same order. However, the city, at its sole discretion, may 'increase or decrease sweeping frequency or alter the sweeping schedule as it deems necessary. Once established,the Contractor shall adhere to the approved schedule. J. CONTRACTOR'S EQUIPMENT All equipment must be performance worthy by visual and operational inspection. Contractor shall provide both air sweepers and mechanical sweepers with suitable back-up for each type of sweeper. Air sweepers shall be used for the storm water management program and mechanical sweepers, followed by an air sweeper for rock spills, road sand,windstorms and heavy debris. The primary sweeper shall not be more than four (4) years old and shall be a regenerative air or vacuum sweeper and the back-up sweeper shall not be more than six (6) years old. Sweepers shall have no less than 24,000 lbs. G.`'.V'. and must be equipped with an adequate water spray system for dust control. Machines must be maintained in good working condition throughout the life of this Contract with Contractor demonstrating evidence of an adequate service center to ensure scheduled routine maintenance and proper adjustment for sweepers.Machines shall be fully operational during all sweeps. Contractor must keep a sufficient supply of spare brooms and parts to ensure continuous operation. Worn brushes and brooms shall be replaced and adjusted to ensure maximum efficiency. The determination of when a brush or broom shall be replaced shall be based on the effectiveness of all brushes and brooms. All equipment must be properly registered and insured in accordance with State and local laws. Contractor must show proof of ownership or a signed lease for sufficient machinery to adequately perform services as agreed in this contract. A list of machines to be used must accompany a firm's proposal. Please provide this list in the Equipment Detail Form included as Attachment D of this packet. All units shall be clearly and prominently marked oath the Contractor's name and unit number,and have a radio or paging equipment for contact with their office. The sweepers shall be self-propelled, pickup sweepers with revolving gutter brushes on both sides, in- head broom, a sprinkler system and a high lift storage hopper with a minimum capacity of three (3) cubic yards or as approved by the city's Contract Administrator or designee. Sweepers shall be capable of removing sweeping debris as described in Section 4.D. Sweeping equipment shall be equipped with adequate warning devices and lights for safe operation and shall meet all vehicle operating requirements of the State of Oregon,Motor Vehicles Division. Sweeping equipment shall be equipped with a speed-monitoring device. In conjunction with the Contractor's monthly statement, Contractor shall submit a Tac-o-graph report showing the speed and miles swept on each sweeper used for work under this contract. Failure to comply with these requirements shall be just cause for termination of contract. K. EQUIPMENT PERFORMANCE The sweepers used shall be capable of picking up all debris from a street in a single pass,without leaving a trail of debris behind and shall be capable of dust abatement. Sweepers shall be driven at not less than three (3) miles per hour and not more than five (5) miles per hour to assure all debris is picked up and to remain in compliance with regulations from Clean Water Services. All equipment used shall be in good mechanical condition and shall not leak oil or other fluids onto the pavement during operations. If the city- deems a piece of equipment unsuitable, the Contractor will be instructed to make the appropriate repairs or remove it from the work site. L. WATER USE The City will provide water at hydrants for: Filling the water spray systems on the sweepers. Contractor shall use a Chapman Valve when filling water tanks from hydrants. The Contractor shall maintain a water use record and make it available to the city upon request. M. INSPECTIONS Inspections will be performed on a regular basis as well as spot checks in response to citizen complaints. Any deficiencies found will be reported to the Contractor for immediate correction. N. CHANGED CONDITIONS Contractor shall notify the city's Contract Administrator or the assigned designee in writing promptly upon their discovery and before they are disturbed of the following work site conditions ("changed conditions"): 1. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent of the character in the work being performed; 2. Conditions affecting the cost of the work which would not have been disclosed by reasonable examination of the site. The City's Contract Administrator or the assigned designee will promptly investigate such conditions when notified. If the city's Contract Administrator or the assigned designee determines that the conditions are changed conditions and that they will materially increase or decrease the costs of any portion of the work, the city's Contract Administrator or the assigned designee,%ill issue a change order to adjust the compensation for that portion of the work. If the City's Contract Administrator or the assigned designee determines that the conditions do not justify an adjustment in compensation, the Contractor will be so advised in writing. O. RESPONSIBILITY OF THE CONTRACTOR The Contractor shall do all the work and furnish all labor, materials, supervision, inspections, equipment, tools and machines necessary for the performance and completion of the project in accordance with the Contract within the specified time. Contractor shall employ only competent, skillful persons to do the work. Contractor shall keep competent, supervisory personnel to monitor work performed under the Contract. Contractor shall give efficient supervision to the work using the highest level of skill and attention. Contractor shall provide adequate supervision and staff to ensure continuity in sweeping operations as set forth in this contract and maintain a direct line of communication with the City's Contract Administrator or designee. Contractor shall provide a telephone answering service toll free from 7:30 a.m. to 4:30 p.m. Monday through Friday except on Federal holidays. The answering service shall have the capability of contacting sweepers by radio or paging equipment and relaying instructions from the city. Contractor shall also provide a 24-hour phone number to be used for emergency purposes. The Contractor shall notify the city of any obstructions in the roadways, or other reasons why sweeping could not be performed over a specific area, such as tree limbs or landscaping, disabled vehicles, construction equipment and material and other similar items. The report shall be made verbally or by fax to the City's Contract Administrator or the assigned designee within four (4) hours of the scheduled sweeping. The City will then take appropriate action to mitigate the obstruction. Contractor shall notify city's Contract Administrator of what section of the city is being swept daily. Notification can be done via e-mail,text,or phone message. P. NOTIFICATIONS RELATIVE TO CONTRACTOR'S ACTIVITIES At the request of the city, Contractor may be required to notify all agencies and utilities affected by the operations so as to properly coordinate and expedite the work in such a manner as to cause the least amount of conflict and interference. Notification shall include, but not be limited to, the time of commencement and completion of work, names of streets or locations of alleys to be closed, and a schedule of operations and routes of detours where possible. Damages or claims resulting from improper or insufficient notification of the affected agencies shall be the responsibility of Contractor. Q. PROTECTION OF PROPERTY Contractor shall protect all public and private property insofar as it may be endangered by operations and take every reasonable precaution to avoid damage to such property. Contractor's site-parked mobile equipment, operable machinery, and hazardous parts subject to mischief shall be kept locked or otherwise made inoperable whenever left unattended. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams or waterways. All wastes shall be removed from the site and disposed of in accordance with local ordinances and State and Federal anti-pollution laws. Contractor shall restore and bear the cost of any public or private improvement, facility, or structure within the right of way,which is damaged, either directly or indirectly,by an act, omission or neglect in the execution of the work and which is not designated for removal. Contractor shall be responsible for any injury, loss or damage to any presently existing improvements on the premises caused by the Contractor or the Contractor's employees,agents or subcontractors,and in the event of such injury,loss or damage shall promptly make such repairs or replacements as required by the city without additional cost to the City. Contractor shall protect all designated trees and planted areas within the right of way or easements, and shall exercise care and conduct operations so as to minimize damages to other planted areas. R. DUST CONTROL,WATER AND AIR POLLUTION During all phases of the work, and when directed, Contractor shall take precautions to abate dust nuisance by cleaning up, sweeping,sprinkling with water, or other means as necessary to accomplish the suppression of dust. During the term of the Contract, Contractor's operations shall conform to applicable laws and regulations of the Oregon Department of Environmental Quality, and other agencies of the State and Federal government, as well as local ordinances designed to prevent, control and abate water and air pollution. S. INSPECTION If any work is found unsatisfactory, or the city finds that all certificates, bills, forms, and documents have not been properly submitted, the City's Contract Administrator or the assigned designee will give the Contractor the necessary instructions to perform the work satisfactorily and to properly submit bills, forms and documents,and the Contractor shall immediately comply with such instructions. T. NEW STREETS The City may add additional streets during the term of the project for street sweeping services. When new streets are required to be swept, the City shall provide a map to the Contractor showing the location and total miles of the new streets to be swept. New streets will be billed at the contracted Regular Sweep per mile charge (Attachment B). U. REPORTING In conjunction with the Contractor's monthly statement, the Contractor shall submit to the City a Tac- o-graph report showing the speed and miles swept on each sweeper used for work under this Contract. The Contractor shall also provide the City with details on the tonnage amount for the month's debris. The Contractor, by signing the subsequent contract, shall further agree to provide the City with any other report that the city deems necessary with particular attention given to any information that is requested by or required by Clean Water Services. V. SPECIAL SWEEPS At times, the City may require special sweeps that are outside the regular monthly sweeps. Special sweeps may include,but not necessarily limited to,the following: • Automobile accidents • Material spills on the roadway • Construction zone cleanup • Snow fall and subsequent sweep of sand on the roadway The City will not consider a heavy leaf fall event to be the cause of a special sweep. The City expects the Contractor to factor leaf fall into their regular monthly sweep and understand that the months that contain leaf falls may take more time and effort on the Contractor's part to clean the streets. A Contractor's per mile price for the regular monthly sweep should incorporate the leaf fall season with the understanding that in the summer months it will likely not take as long to sweep the streets. EXHIBIT B CONTRACTOR'S PROPOSAL (Template Agreement) 1 WATE" UC (EKVICE INC Jamie Hartley Post Office Box 113O Wilsonville, OR 97070 503-682-2723 -- Jamie@WTSOregon.com October B, 2015 Proposal for STREET SWEEPING SERVICES 2025 CITY OF TIGARD, OREGON City of Tigard — Contracts and Purchasing Office Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hail Blvd. Tigard, Oregon 97223 ORIGINAL Mater Truck Service_, Inc_ _ Page October 5,2015 City of Tigard Attn:Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard,Oregon 97223 Re:City Street Sweeping Service RFP Dear Mr. Barrett, Please be advised that Water Truck Service, Inc., an Oregon Corporation,hereby tenders this proposal in response to your recent RFP,dated October a 2015,soliciting bids for the provision of city street sweeping services. For purposes of convenience,Water Truck Service, Inc.may hereinafter be referred to as"WTS",and all such references shall in fact be to Water Truck Service,Inc., an Oregon Corporation. Water Truck Service, Inc.headquarters are located in Sherwood,Oregon. Together with this transmittal letter you will find separate attachments and relevant information required by the RFP. This transmittal letter and all attachments shall be considered part of this proposal. Bob Jonas is the President of Water Truck Service Inc.,and is the person who will have the authority to execute any agreement with the City of Gresham resulting from the submission ofthis proposal. Bob can be reached at 503-969-9545 or by email at office@a1Nl t r n.com. Jamie Hartley is the Vice President and will be the designated authorized representative who has complete authority to represent and'act for Water Truck Service,Inc.regarding this project and proposal submission. Jamie can be reached at 503-964-2753 or by email at Jamie&W SO4 eRon_cor i. Sincerely, Bob Jonas President BJ:cm Water Trucl; Service. Inc. Page Table of Contents Page 1: Title Page Page 2: Transmittal Letter Page 3: Table of Contents. Page 4: Executive Summary Page 5: Resumes of Team Members Page G: Project Understanding Page 7: Project .Approach Page 8: Project Schedule Page 9: Equipment Page 10: Personnel References Page 11: Additional Information Attachments: A. B. C. D. Water Truck Service, Inc_ Page3 Executive u n-t-mar: Water Truck Service Inc. opened its doors in 1987 and became incorporated in 1998. In 2001,we eagerly entered the sweeping industry and promptly began expanding our business. Due to increased demand over the years we have added an extensive supply of sweeper trucks and numerous skilled operators. Today,we provide all kinds of sweeping services including but not limited to; municipalities, private residential areas,ODOT emergency response,and multiple diverse construction projects. With the large variety of different sweeps we pride ourselves in having knowledgeable and safe operators. All operators are properly trained and required to attend monthly safety meetings,along with pre-employment and random at will drug and alcohol screenings. Our ultimate goal is to provide excellent service to sustain a quality relationship with our customers. In an effort to do this we provide a unique tracking service that shows a daily break down of the work being performed. These maps include the date,route,and speed of the sweeper. We send out these maps of this progress at the end of each month with the bill unless requested otherwise by the customer. Water usage will be documented daily and reported with the bill at the end of the month. Water Truck Service, Inc. provides many services for the construction industry and municipal businesses. Our fleet of trucks includes twelve street sweepers,twenty-five water trucks, eight vacuum trucks,six combination sewer cleaners,and nine gear trucks. Our customers include-contractors, cities,counties,State of Oregon, Portland General Electric,NW Natural Gas,Tri-Met and ODOT. Water Truck Service, Inc. excels in our industry because we provide twenty-four/seven service to our customers. Water Truck Service, Inc. is an Equal Opportunity Employer. Water Truck Service, Inc. Page Resumes of Team Niers Name Position Experience Type of Expected Work Function Bob Jonas President President Jamie Hartley Vice President Vice President Kayla Hartley Office Manager 8 years Office Manger Manager Angie Besso Dispatcher 4 years Dispatcher Dispatcher Linda Morgan Accounts Rec 2 years AR/AP Billing Dan Nichols Mechanic 20 years Mechanic Rick Highlander Mechanic 10 years Mechanic Derrick Breaux Mechanic 8 years Mechanic Lance Bendit Mechanic 12 years Mechanic Greg Dimick Operator 9 years Sweeping Foreman Operator Roberto Cuenca Operator 10 years Sweeping Operator Jason Bennett Operator 5 years Sweeping Operator Jim Stevens Operator B years Sweeping Operator Jay Brinegar Operator 4 years Sweeping Operator James Aguirre Operator 3 years Sweeping Operator Water Truck Service,- Inc - - g "� Project Understanding Water Truck Service, Inc.fully understands the scope of work outlined in the Tigard Street Sweeping Services R.F.P. Over the years we have acquired extensive experience working for various cities. We have the knowledge and experienced operators to ensure the job is done to the city's expectation and in an efficient manner. The Primary sweeper is expected to do a minimum of 90%of the scheduled work and will be no more than 4 years old. A backup sweeper is to be in good working order,ready at all times and no more than 6 years old. The sweeper is expected to sweep between 3 to 5 miles per hour to ensure adequate removal of dust and debris and to remain in compliance with regulations from Clean Water Services. All sweepers will have Tac-o-graphs installed,showing the speed and miles swept on each day. WTS will notify the city of any obstructions,such as;tree limbs and landscaping, disabled vehicles, construction equipment and other similar items that would hinder us from performing regular routes. With the water hydrants provided by the city we will use a chapman valve and filler hose to properly fill the water tanks on each sweeper. We will also maintain a water log that will be available to the city upon request. All sweeping debris will be dumped in water tight 20 yard debris boxes,which will then be hauled to Ecology,a DEQ approved disposal facility. Ecology uses a CEC 6X16 screen to separate the material, as well as a Peterson 3500 Grinder,two CAT 330 excavators and two CAT wheel loaders. Water Truck Service. Inc . Page j '�:"� a , Regarding the City of Tigard R.F.P.,we will have a yard located within the city of Tigard that will be used to hold sweeping debris. The sweeping debris will be held there until it is ready to haul for recycling and disposal. In addition to debris storage these yards will hold a sufficient amount of parts and spare brooms to provide timely and continuous performance. WTS will work between the hours of 7:00 am and 7:00 pm on residential streets and between 4:00am and 7:00 am on main boulevards. During our monthly parking lot sweeps,to ensure efficacy and proper removal of debris,will with provide a backpack blower to blow out each corner. Street sweeping performed will be done in the same direction as the flow of traffic. Emergency sweeps will be responded to within the hour of notification. Wrs will provide the city with all required special sweeps. y Water Truck Service, Inc . - - Page °rroject Schedule Water Truck Service, Inc.will take break down the city streets into 20 sections and provide a schedule to the city to provide to its residents. WTS will be sure to schedule street sweeping around city trash schedule. It is understood that any section that falls on a holiday will be made up at the end of the month. All residential,main boulevards and parking lots will be completed once per month. _ dater- Truck Service. Inc. Page Equipment Sweeper Make Model Year Category (SW20)Tymco 600 2015 Primary (SW22)Tymco 600 2014 Secondary Water Truck Service, Inc. owns and properly registers and insures the sweepers within our fleet. Our sweepers are self-propelled regenerative air machines with revolving gutter brushes on both sides. They have water spray systems for dust control and sweepers are stocked with a chapman valve for hydrant fills. All our sweepers are over 24,000 lbs.G.V.W. and can sweep a minimum of a 9 foot wide path. They are fully capable of removing all sweeping debris from a street in a single pass without leaving a trail of sweeping debris behind. All sweepers are equipped with factory installed noise reduction features and operate to the manufacturers specifications. Our sweepers are properly marked with our name and unit number as well as being equipped with adequate warning devices and lights for safe operation. WaterTruck Service, Inc. is a 24/7 response facility that requires all drivers have paging equipment for quick response. Water Truck Service, Inc. repair facility is located at our headquarters in Sherwood, Oregon. The facility has been servicing Water Truck Service equipment for 20 years with knowledgeable mechanics. The mechanics have experience with every piece of equipment we run. The repair facility currently has 4 mechanics that have extensive knowledge with our trucks and sweepers. Sweepers are brought in for regular maintenance to ensure they are in good working order. The mechanics are also ready with service vehicles to respond to on site breakdowns for timely repair and return to work. Water Truck Service, Inc. understands that at no time shall we be unable to perform scheduled sweeps due to lack of parts for more than 48 hours. Water Truck Service. Inc. 4 Page REFERENCES WITHIN THE STATE OF OREGON MUNICIPALITY/COMPANY CONTACT PHONE FUMBER Wilsonville Arnie Gray 503-570-1545 Gresham Rae Sorenson 503-639-4171 Hillsboro Brian Parret 503-615-6566 West Linn Mike Cardwell 503-742-8620 Woodburn Duane Barrick 503-980-2408 Dundee Alan Mustain 503-538-3922 Gervais David 503-871-6638 Aurora Ricky Sellers 503-519-4732 Donald Torn McWhirt 503-803-6359 Silverton Daryl Jones 503-873-6359 Knife River Dan Branson 503-701-1687 Safeway Distribution Ctr. Wayne Nehl 503-657-6388 Cal Portland Cathy 503-243-5535 Water Truck Service, Inc.is currently under contract with the cities of Wilsonville, Gresham,Woodburn, Hillsboro and McMinnville. We have adequate employees and sweeping equipment to handle this workload as well as new contracts and projects. Water Truck Service, Inc. Page 10 Additional Inform Pion If awarded this contract we will purchase a 2015/2016 brand new Tymco 600. Water Truck Service, Inc. SECTION 7 PROPOSAL CERTIFICATIONS Non-liscrunination Clause The Contractor agrees not to discriminate against any client,employee or applicant for employment or for services,because of race,color,religion,seg,national origin,handicap or age with regard to,but not limited to, the following: employment upgrading, demotion or transfer; recruitment or recruitment layoffs or termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order from the City, unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. 4 Agreed by: A . Firm Name: l �Ji.t�� �Y E \ p. 1 1 V1�- Address: Resident Certificate Please Check One: 4 Resident Vendor. Vendor has paid unemployment taxes and income taxes in this state during the last twelve calendar months ymtnediately p wceding the submission of this proposal Ger ID Non-resident Vendor.Vendor does not qualify under requirement stated above. (Please specify your state of residence: Officer's signature: Type or print officer's narn CA,kvvl- RFP—Street Sweeping Services 171 Page Close—October 8,2015—2:00 pm SECTION 8 SIGNATURE PAGE The undersigned proposes to perform all work as listed in the Specification section, for the price(s) stated, and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable Iaws and regulations,the accompanying specifications and by City policies and regulations. The undersigned,by submitting a proposal,represents that: A) The Proposer has read and understands the specifications. B) Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. The undersigned certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned certifies that all addenda to the specifications has been received and duly considered and that all costs associated with all addenda have been included in this proposaL• Addenda: No. through No inchisive. We therefore offer and make this proposal to furnish services at the price(s)indicated herein in fulfillment of the attached requirements and specifications of the City. Name of firm: W a) e�( -1--n)CL .- e" 1 L �. Address: Px�l V ' Telephone Number.. —�1� FgxNumber By: '"r _jDate tore of Authorized Official. If partnership,signature of one partn ) Typed Name/Title: \. ( .`IYI) {'�` V-AA e- l `J C t C If corporation,atter Ce*- (Cosporate Officer) Corporation Partnership y� Individual Federal Tax Identification Number(ITN): RFP—Street Sweeping Services 18 I Page Close—October 8,2015—200 pm ATTACHMENT A CITY OF TIGARD,OREGON ACKNOWLEDGMENT OF ADDENDA Ptoject Title;Street Swcening Services Close: Thursday.October 8.201 .m I/WE HAVE RECEIVED THE FOLLOWING ADDENDA(Ynone ma and wi& `None&MW4: p 1. 3. 2. 4. I Da S' tore of Proposer Title Corporate Name RFP—Street Sweeping Services 19 1 Page Close—October 8,2015—2:00 pm ATTACHMENT B CITY OF TIGARD,OREGON STATEMENT OF PROPOSAL AND QUOTE FORM Name of Consultant» a Mailing Address_-O.D. '6o x 1 J Contact Pets Y A 0-11- 1 Telephone:4�03) A0 2723 Faso�7U97>-,J7D - - ,(1,_�w� f W � �c, 4�1 „L o accepts all the terms and conditions contained in the City of T;gatd's Request for Proposal for street sweeping services and the attached general services agreement(Attachment Dy. ITEM MONTHLY ESTIMATE UNIT]j PRICE _ Sweeper 11toutine Sweeps 320 miles /mile Sweeper-Parking Lots 482,100 sq.& /month Debris removal and 200 tons �_�' 0 0. ton disposal Monthly Average Total $ 1 2- • (� Q /month (Routine+Parking Lots+200 Tons of Debris) 12!�._0 0 /call charge,plus Sweeper-Special Sweeps As needed $ �. d-D /mile 1ta q - 1 lure o authorized representative Date } - 603-02-2�1Z-3 Type or print name of authorized reprejentative Telephone Number (a-- 601),- U 9)?=21 T3 Type or print name of person(s)authodarA to negotiate contracts Telephone Number RFP-Street Sweeping Services 20 ( Page Close-October 8,2015-2:00 pm A'TT'ACHMENT C CITY OF TIGARD,OREGON EQUIPMENT DETAIL FORM Contractor shall list all heavy equipment currently owned by Contractor that may be used for the work coveted under this project Contractor shall list only major heavy equipment, specifically sweepers. All equipment must be performance worthy by visual and operational inspection. Contractor shall provide both air sweepers and mechanical sweepers with suitable back up for each type of sweeper. Air sweepers shall be used for the storm water management program and mechanical sweepers, followed by an air sweeper, for rock spills,road sand,windstorms and heavy debris. Primary sweeper shall not be more than four(4) years old and shall be a regenerative air or vacuum sweeper and secondary sweeper not more than six(6)years old. EQUE"mgT DESCRIPTION(INCLUDE MASE f MODEL AGE/YEAR CONDITION Primary Sweeper: v-Yn L C) C `zo Yew Secondary Sweeper. EC) t 4 �v�Y-,�c-0 b DO 20 i'-� 2� �(Y Orhen Otli�r: Othec Otl The following space may be used for general remarks and explanations pertaining to Contractor's e N S Firm Date 60--2,--1� 2-ZZZ 3 of au drized representative Telephone Number —Street Sweeping Services 211 Page Close—October 8,2015—2:00 pm