Loading...
HomeMy WebLinkAboutA5615 - CINTAS CORPORATION UNIFORM RENTAL AND CLEANING SERVICES FOR VARIOUS DEPTS. {OQ gFLM SA9 iy O V N CONTRACT ABSTRACT • IFO0.a�P•. COMPANY NAME: Cintas COMPANY CONTACT: Uniform Rental and Cleaning Services CONTRACT PRICE: $71,000.00 at $1972.66 Per Month. �41a,�b FUNDING SOURCE: 2451-43290, 4201-43290, 6200-43290, 5470-43290, 5641-4329C LA). - L4-5aPLC> SUMMARY OF SERVICES: Amendment#2 to Contract Services Agreement #5615 with Cintas Corporation for Uniform Rental and Cleaning Services 1 CONTRACT TERM: *month extension LEAD DEPARTMENT: Facilities CONTRACT OFFICER: Patrick Sweeney CONTRACT COMPLIANCE: (PLEASE CHECK) ❑ EXHIBITS P A ❑ INSURANCE CERTIFICATE CPIIGA ❑ PERFORMANCE/PAYMENT BONDS QUA COUNCIL/COMM REDEV AGENCY APPROVAL DATE: MINUTE ORDER/RESOLUTION NUMBER: AGREEMENT NUMBER: 5615 PREPARER'S INITIALS: LAG PREPARER'S EXTENSION: 8374 DATE PREPARED: 10/24/13 Kathie Hart From: Leigh Gileno Sent: Tuesday,October 29, 2013 11:19 AM To: Kathie Hart Cc: Craig Gladders; Patrick Sweeney; Karen Tolliver Subject: RE:Cintas Amendment I am glad you came by too. It was buried in my in basket from last week. If you are able to speed it along yes. We need to get Cintas paid. Leigh Gileno Froctirenient Specialist II City of Fahn Springs Office Hours 8AM-6PM Monday-Thursday City Hall i,dosed even I ndav F(760) 322-8374 F (760) 323-8238 From: Kathie Hart Sent: Tuesday, October 29, 2013 11:17 AM To: Leigh Gileno Cc: Craig Gladders; Patrick Sweeney; Karen Tolliver Subject: RE: Cintas Amendment Leigh Ann: I'm so glad I came by and you were able to find it. When I saw the title of this email, I was VERY concerned,due to the fact that I returned it to you for a mathematical correction on 10-24. Now that I have the revised amendment I will circulate it for signature. Do I need to tell the signers it is URGENT? Let me know ok? Thanks. Kathie Kart, e'me Chief Deputy City Clerk City of Palm Springs (760)323-8206 3200 E Tahquitz Canyon Way A (760)322-8332 Palm Springs, CA 92262 AOKathie.Hart�Palm5priru<A oov Please note that City Hall is open 8 a.m, to 6 pm,. Monday through Thursday, and closed on Fridays at this time. imili I From: Leigh Gileno Sent: Tuesday, October 29, 2013 10:10 AM To: Kathie Hart Cc: Craig Gladders; Patrick Sweeney; Karen Tolliver Subject: Cintas Amendment Importance: High Hi Kathie, t City Council ACTION SUMMARY December 18, 2013 Page 5 ACTION: Waive the reading of the full text of the ordinance and adopt Ordinance No. ®, "AN ORDINANCE OF THE CITY OF PALM SPRINGS, CALIFORNIA, AMENDING PARAGRAPH 2 OF SUBSECTION D OF SECTION 94.02.01 OF, AMENDING PARAGRAPHS 1.b AND 10 OF SECTION 94.09.00, OF THE PALM SPRINGS ZONING CODE RELATING TO PROVISION OF ELECTRONIC NOTICE TO NEIGHBORHOOD ORGANIZATIONS OF PENDING LAND USE PERMITS." Approved as part of the Consent Calendar. 2.M. APPROVE A FIVE-YEAR CONTRACT SERVICES AGREEMENT FOR JANITORIAL SERVICES AT VARIOUS CITY FACILITIES: ACTION: 1) Approve an agreement with Advanced Inc., dba Progreen Building Maintenance, for janitorial services at various city owned facilities, / for a three-year term at $234,000 per year, with two one-year renewal options subject to a CPI increase; 2) Authorize the City Manager to extend V the current agreement for janitorial services for a period not to exceed two months, under the same terms and conditions, during the interim period; and �3 Authorize the City Manager to execute all necessary documents. A6467. . Approved as part of the Consent Calendar. 2.N. RESCIND AWARD OF IFB 13-13 AND AWARD RE-BID IFB 14-06 FOR UNIFORM RENTAL AND CLEANING SERVICES FOR VARIOUS DEPARTMENTS: ACTION: 1) Rescind the award of IFB 13-13 to Cintas Corporation and direct Staff to close Agreement No. A5615; 2) Approve an Agreement with Prudential Overall Supply for IFB 14-06, for uniform rental and cleaning services on the basis of unit prices for an estimated base amount of $46,237.68 per year, for the initial three-year term, with two one-year ,\ optional renewals; and 3 Authorize the City Manager to execute all �p necessary documents. ® Approved as part of the Consent Calendar. 2.0. DEVELOPMENT PROJECT FEE REPORT FOR FISCAL YEAR 2012-13: ACTION: 1) Receive and File the City's Development Project Fee Report for Fiscal Year 2012-13; and 2) Adopt Resolution No. 23475, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, MAKING CERTAIN FINDINGS AND ACKNOWLEDGING RECEIPT OF THE �'� FISCAL YEAR 2012-13 DEVELOPMENT PROJECT FEE REPORT REQUIRED BY GOVERNMENT CODE SECTION 66000." Approved as part of the Consent Calendar. 2.P. SPECIAL TAX ANNUAL REPORTING FOR FISCAL YEAR 2012-13: ACTION: Receive and file Government Code Section 50075.3 reports relating to special taxes levied in the City's Community Facilities District No. 2005-1 and Community Facilities District No. 2007-1 for Fiscal Year 2012-13. Approved as part of the Consent Calendar. ;OF P P`M SA4 iy c V y, h ♦S cq<lFOR N% City Council Staff Report DATE: December 18, 2013 CONSENT CALENDAR SUBJECT: RESCIND AWARD OF IFB 13-13 AND AWARD RE-BID 14-06 FOR UNIFORM RENTAL AND CLEANING SERVICES FOR VARIOUS DEPARTMENTS FROM: David H. Ready, City Manager BY: Maintenance and Facilities SUMMARY Staff recommends the City Council consider rescinding the award of IFB 13-13 and Agreement No. 5615 with Cintas Corporation, and award the rebid of IFB 14-06 for uniform rental and cleaning services for the City's maintenance personnel for the Aviation, Facilities, Fleet, Parks, Recreation, and Streets departments. RECOMMENDATION: 1. Rescind the award of IFB 13-13 to Cintas Corporation and direct Staff to close Agreement No. 5615. 2. Approve an Agreement with Prudential Overall Supply for IFB 14-06, for uniform rental and cleaning services on the basis of unit prices for an estimated base amount of $46,237.68 per year, for the initial three-year term, with two 1 year optional renewals. 3. Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: The Facilities Maintenance Department prepared the specifications and worked closely with Procurement to conduct Invitation for Bid 13-13 in the spring of this year. On May 15, 2013 the City Council approved an agreement with the incumbent Cintas Corporation. During the contract execution phase it was discovered by Cintas Corporation that the City's Facilities Maintenance Department had provided inaccurate bid specifications and counts, therefore making the pricing null and void and not reflective of the award made ITEM NO. I--M— AMENDMENT NO. 2 TO CONTRACT SERVICES AGREEMENT NO. 5615 WITH CINTAS CORPORATION FOR UNIFORM RENTAL AND CLEANING SERVICES The following articles of Agreement No. 5615 are hereby amended as follows: TERM OF CONTRACT is hereby modified to include an additional 7-month extension for a contract expiration date of January 31, 2014. COMPENSATION is hereby modified to include 7 additional months of service at the contracted rate of $1,972.66 per month for a total increase not to exceed $13,808.62 The intent of this Amendment #2 is to extend Contract Services Agreement #5615 for 7 additional months until January 31, 2014 at the contracted rate of$1,972.66 per month for a total increase not to exceed $13,808.62. Blanket Purchase Order Number(s): 13-0053 Agreement Number: 5615 Original: City Council Approval: February 6, 2008 Contract Amount $ 71,000 at $1,972.66 per month Amendment#1 4-month extension of term to June 30, 2013 and $4,000.00 to pay open invoices and adjustments at rate of$1,000 per month. THIS Amendment# 2: 7-Month Extension@$1,972.66Imo $13,808.00 (amendment not to exceed) Account Number(s): $1,300.00 - 001 - 2451-43290 $2,000.00 - 001 -4201-43290 $5,000.00 -415 - 6200-43290 $1,600.00 - 510 - 5470-43290 $2,308.00 - 520 - 5641-43290 $1,600.00 - 001 -4210-43290 Except as specifically amended by this Amendment #2, all terms and provisions of Agreement No. 5615 remain in full force and effect. SIGNATURES ON NEXT PAGE I am following up with you regarding the amendment for Cintas Uniform Rental and Cleaning agreement that I left with you last week to be executed. Can you give me status as we are waiting to release a Purchase Order so that Facilities can pay invoices to get them caught up and bring the account current. Thank you, Leigh Gileno Procurement Specialist II City of Palm Springs Office Hours 8AM-6PM Monday-Thursday City Hal{is closed every F2 iday P (760) 322-8374 F (760) 323-8238 z A City Council Staff Report December 18, 2013 --Page 2 Uniform Rental And Cleaning Services by the City Council. Facilities staff carefully reviewed and corrected their specifications and employee counts and Procurement prepared the re-bid IFB 14-06 which was advertised, posted and distributed October 2151 to 11 uniform companies. Three bids were received by the November 2151 deadline and are tabulated below: Company: Base Bid Amount for initial 3 year term Prudential Overall Supply $46,237,68 Aramark Uniform Services $46,410.12 Cintas $62,208.76 Total estimated base compensation amount is calculated utilizing unit pricing as provided in the Bid and the estimated employee counts for the respective departments. During the term of the agreement as employee counts either increase or decrease with the approval of the Director of Facilities, the base compensation will change accordingly. As industry standard, the agreement provides for initial set-up fees and exchange fees that will be approximately an additional 10% ($4,624) of the base bid price for the first year of the agreement. At the mutual consent of the parties, the agreement may be extended for two (2) one (1) year renewal options, and the unit prices shall be adjusted (increased or decreased) based upon the CPI index for the Los Angeles/Anaheim/ Riverside Areas. Staff is recommending the City Council award the Uniform Rental and Cleaning Services Agreement for the City's maintenance personnel to Prudential Overall Supply, with a local facility in Indio, California, who was the lowest, responsive, responsible bidder to rebid IFB 14-06. FISCAL IMPACT: #415-6200-43290 Aviation #520-5470-43290 Fleet #520-5641-43290 Facilities Maintenance #001-2451-43290 Parks/Recreation #001-4201-43290 Street Maintenance #001-4210-43290 Parks/Downtown Patrick Sweeney— David H. Ready Director of Facilities City Manager Attachment: Contract Services Agreement 02 Cintas Corporation Amendment No.1 Page 2 of 2 IN WITNESS WHEREOF, the parties have executed this Amendment as of the dates stated below. - city-CITY OF PALM SPRINGS Date o 4-1 Z o a By David H. Ready, C>' U r APPROVED BY STY MANAGER ATTEST: City Clerk ePP V TO rFOW "FIRM" Cintas Corporation Bey 5140 East La Palma, Suite 203 Anaheim Hills, CA 92807 )ate 4 Date: !x>Ifz( lz oj3 By Pa., —T ul DiViRcdnzo-Wes ion Senior Executive AMENDMENT NO, 1 TO CONTRACT SERVICES AGREEMENT NO. 5615 WITH CINTAS CORPORATION FOR UNIFORM RENTAL AND CLEANING SERVICES The following articles of Agreement No. 5615 are hereby amended as follows: TERM OF CONTRACT is hereby modified to include an additional 4-month extension for a contract expiration date of June 30, 2013. COMPENSATION is hereby modified to include 4 additional months of service at the rate of $1,000 per month for a total increase not to exceed $4,000. The intent of this Amendment #1 is to extend Contract Services Agreement #5615 for 4 additional months or until June 30, 2013 at a rate of$1,000 per month for a total increase not to exceed $4,000. Blanket Purchase Order Number(s): 13-0053 Agreement Number: 5615 Original: City Council Approval: February 6, 2008 Contract Amount $ 71,000 THIS Amendment#1: 4-Month Extension@$1,0001mo $4,000 (amendment not to exceed) Account Number(s): $2,000 -001-2451-43290 (increase) $1,000 - 001-4201.43290 (increase) $ 500 -415-6200-43290 (increase) $ 500 - 510-5470-43290 (increase) Except as specifically amended by this Amendment #1, all terms and provisions of Agreement No. 5615 remain in full force and effect. SIGNATURES ON NEXT PAGE Cintas Corporation Amendment No.1 Page 2 of 2 IN WITNESS WHEREOF, the parties have executed this Amendment as of the dates stated below. "City" CITY OF PALM SPRINGS Date_ - - David J. Barakian, City_E n9 i n GE[ ATTEST: APPROVED BY DEPARMENT HEAD By. City Clerk ;c "FIRM" Cintas Corporation 5140 East La Palma, Suite 203 p Anaheim Hills, CA 92807 Date: o ` 3 By: JaMes Reeder, Group Vice-President F PALM 's, � `c City of Palm Springs /, . ' Facilities Maintenance 1`` "r. 425 Nordi Civic Drive • Palm Springs,California 92262 Tel:(760)323-8167 • Fax:(760)322-5581 Web:ww ..palmsprings-ca.gov Mike Malarkey March 6"'2012 Service Manager Cimas Corporation 21.50 S Proforma Ave Ontario, CA 91761 Re: City Agreement No. 5615 Dear Mr. Malarkey: f The reference agreement is expiring and in accordance with schedule of said agreement may be extended at the discretion of the City. This is to inform you that we wish to extend the agreement for an additional year to Feb 26`h, 2013. Please note that you are entitled to a consumer's price index adjustment for said Schedule D. For your information, The Consumer price index for the 12 month period ending January 31, 2012 increased 2.09%over 2011. SiAeHrely,, ly��atJnJc�4 k Sweeney Facilities Manager Cc: David Baraldan file - '� City of Palm Springs Q � - t Facilities Maintenance /125 North Civic:Drive ' Palm Springs,California 92262 �RPORATE�� Tel: (760)323-8167 • Fax: (760) :322-5581 • Web: www.i ilmspriri s ci ov Cintas Corporation 5140 E. La Palma Ave \06 Suite 203 Anaheim Hills, CA 92807 Re: One year renewal option Dear Mr. Gale and Mr. Reeder; Pursuant to the Terms of Agreement #5615 dated 02/26/2008, Schedule "D" Item A, the City of Palm Springs would like to exercise the option to continue this contract for the first year of the two (2) one (1) year renewal options. Upon mutual consent of the Contract Administrator and the Contractor this agreement will commence on February 26`h, 2011 through February 25th, 2012. As per Schedule "D" Item B, if the City exercises its options to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas. The Consumer Price Index as of December 2010 is an increase of 1.3%. This increase may be reflective on invoices for services rendered after February 26th, 2011. We continue to appreciate the quality of service Cintas provides to the City of Palm Springs. Best regards, Dave Barakian Jan Anders Director of Public Works/City Engineer Facilities Maintenance Manager William C. Gale Ja es eeder Sr. Vice President Gro Vice-President CITY OF PALM SPRINGS CONTRACT SERVICES AGREEMENT FOR THIS CONTRACT SER CES AGREEMENT (herein "Agreement"), is made and entered into this 20 day of Tuck , 2008, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and Cintas Corporation, (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity.) The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal, The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits. Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) fully understands the facilities, difficulties and restrictions attending performance of the services 1 (rs�IC�iviT A:�ry�,ctr;�id 0 under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (1) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of Seventy One Thousand Dollars. ($71.000.00) (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the 2 services, (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (1st) working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Maleure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section_ 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D^). 3 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: PAUL DIVINCENZO: SALES REPRESENTATIVE It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or_Assianment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made,or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period 4 specified in Section 6.2. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venture or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of a least $1,000,000 bodily injury and property damage including coverage's for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. The Commercial General Liability Policy shall name the City of Palm Springs as an additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. The Commercial General Liability Insurance shall name the City, its officers, employees and agents as additional insured. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $1,000,000 bodily injury and property damage, Said policy shall include coverage for owned, non-owned leased and hired cars. (d) Additional Insurance. Additional limits and coverage's, which may include professional liability insurance, will be specified in Exhibit B. All of the above policies of insurance shall be primary insurance. (Reference Section 5.4 regarding sufficiency.) The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the 5 Contractor has provided the City with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the above insurance coverage's and said Certificates of Insurance, endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys'fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 5.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original 6 notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City ("City Manager") due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 62 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting 7 therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 72 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be 8 in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liguidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event or a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of ONE HUNDRED DOLLARS ($100.00) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit "D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time upon, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non- terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 9 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES; NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 92 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 10 9.3 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (III) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. SIGNATURES ON NEXT PAGE 11 STATE OF Ohio ) SS: COUNTY OF Warren ) On this, the 151h day of February, 2008 before me, a Notary Public, the undersigned officer, personally appeared William C. Gale who acknowledged himself to be the Senior Vice President of Cintas Corporation and that he executed the foregoing instrument for the purpose therein contained by sipping his name on behalf of the company. 1N WITNESS WHEREOF, 1 have hereunto set my h and offici ary Public My columission expires: CHRISTOPHERJOSEPHSIQIFCA rotary Public,State d Chio ',`I?;".�t AHy Commissio;e IHn No atpiraban r:.,) �O,i SacLon 947,03 R.0 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation Bv:: i Clerk 02�2��ZO� City Manager APPROVED TO FORM: AD pROVEd[3Y CITY COUNCIL abog I Not TO F ceGI? al BY- Without The !`cupres�jn City Attorn y Authorization Of Thpe City Manager. CONTRACTOR: Check one: _Individual Partnership_Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By: el — /t--"Q-- Signature (notarized) Signature (notarized) ,Ana�s " / Name: V �' � J Name: �; �Lr ,a rt � • �A- L� Title: (fro v Title: �j C e5 I /� ',✓� Address: / / Address: Z• rvra Si[. 03 12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of Calbrnia County of- Q40?, JNOr,� On 2� //- U g before me, L/u/74 1)• mi�o Il�i�(rlvivf J:Ine fi _Odl^�'i personally appeared 4,0,w tC,�wtel el Slpn®rf:1 who proved to me on the basis of saWaotory,evidence to be the personK whose nampr4rigltre subscribed to the Awthin Instrument and acknowledged to me that h she/they executed the same in yfsiher/their authorized DANA M- BOOKER capacity�leSj, and that b r edtheir signaiur�je)"on the ° 3 COMM,r #1ic 31960a A instrument the perso or the entity upo behalf of z ` n San Bernardino County ° which the persnr�(s)acted,executed the instrument. My Comm Ezp,res Dec.0.,2008 1 Certify under PENALTY C FE PERJURY under the taws of the State of Caltfomi that the foregoing paragraph is true and correct- WITNESS a I. Signal e Placn Pblary Sul Ahau� Senaairn d Na:ary�PuElic itlL OPTIONAL Though the informallan bslow Is not raqulred by law,it may pmva uaivabk to pinsms mlying on the dceunont and could prevent traudulent removal and reattachmaw of ibis roan to another dccument. Description of Attached Document ��77 Title or Type of Documen&&&ft1L— 1d/G�P`S Document Date: Nolyc- — Number of Pages: L 7 SIgner(s)Other Than Named Above: /I14NE — Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ individual L] Corporate Officer—Tlue(s): ❑Covporale Officer—Tide(s): ❑ Partner—❑ Limited ❑General ❑ Partner—EJ Limiled 0 General L] Attorney in Fact • • ❑Attorney in Fact - ❑ Trustee Top of tnom'a here El trustee Tap Of thumb ham 0 Guardian or Conscrvalor ❑Guardian or Conservator ❑ Other: ❑Othcr Signer Is Representing:,,_,__,•_,_,— Signer Is Representing;—CA flc0&-rcraT01•rrec1rco-erc03F 13 SCHEDULE "A" SCOPE OF SERVICES Scope of Services: The Contractor shall furnish uniforms on a rental basis, uniform cleaning services and pickup/delivery services for all participating City Divisions/locations listed, and any additional City Divisions/locations that the City from time to time may designate. The Contractor shall do any and all Work and furnish all management supervision, labor, materials, equipment, tools and appurtenances necessary for the performance and completion of the contract in a manner called for herein and to the satisfaction of the City. 1. Uniform Specifications: The Contractor shall understand and agree that each new uniform shall consist of one (1) shirt and one (1) pair of trousers OR shorts, as described below. 1.1 Shirts: shall be regular style with short or long sleeves (City's option), two pockets with buttons, and City's choice of solid color (white or various shades of blue). 1.2 Trousers: shall be City employees' choice of "jean," "straight" cut or flex pant with elastic gathers on two sides. Trousers shall be vat dyed and sanforized with zipper fly, double stitched seat seams, bar tacked at points of stress, hemmed, not cuffed, City's choice of color(s). 1.3 Patches: shall be Dacron/cotton blend sanforized and embroidered of matching color. 1.4 Name and division emblems: shall be 11/2" x 31/2" and shall be sewn onto the uniform shirt above the pocket. A 4" round City seal emblem shall be sewn on the left shoulder. Employee names and divisions will be furnished to the Contractor within five (5) days of award of Contract. 1.5 Fabric: shall be the City's option of 65% dacron/35% cotton or 100% cotton. The City reserves the right to designate which employee shall be outfitted with which fabric on an individual basis. Divisions may have a portion of their employees in blends and a portion in 100% cotton. 1.6 Coveralls: shall be City employee's choice of blend or 100% cotton. 2. Proper Fit: The Contractor must individually measure each City employee to assure the uniforms to be supplied will fit properly. Following initial delivery, each employee shall have an opportunity to secure adjustments to make certain his/her personal requirements are being met. Contractor shall contact each employee within seven (7) days of initial delivery to check for proper fit. 3. Starting Inventory: The Contractor shall begin the Contract period by furnishing eleven (11) uniforms per employee which must consist of eleven (11) long or short sleeve shirts (whichever is appropriate as described herein) and eleven (11) pair of trousers or shorts. 4. Specifications for Uniform Rental and Cleaning Services: 4.1 Pickup and Delivery: All garments are to be maintained in a clean condition, satisfactory to the City. The Contractor shall deliver laundered garments and pick-up dirty garments once a week from each location serviced. The Contractor 14 shall launder and return clean the same number of garments turned in the previous week. The City and the Contractor shall mutually agree upon which day(s) of the week the Contractor shall pick up and deliver the uniforms. 4.2 Pressing: All blend garments may be tunnel finished and all 100% cotton garments must be pressed. Following pressing, Contractor shall protect the uniforms from wrinkling during the storage and delivery process. The City may reject any uniforms delivered with wrinkles. 4.3 Continual Replacement: Contractor shall maintain garments with a constant good appearance. Garment-far-garment replacements shall be made by Contractor as garments become worn out or are damaged beyond repair. Each uniform shall be replaced when it becomes stained, torn and/or when there is a hole in the uniform. Worn garments shall be replaced at no cost to the City. Garments damaged beyond repair shall be replaced and the City shall pay the applicable damage charge, as set forth in the Bid Proposal/Pricing page. 4.4 Repairs: Contractor shall understand and agree that repairs which are made to a uniform must be neat, of professional quality, and can only be made to a uniform's seam. 4.5 Garment Control: At the time of garment pick-up and for each City location, Contractor shall prepare a complete list of garments picked up (detailed by individual). Prior to departure from each City location, Contractor shall acquire on the garment list prepared, the countersignature of the location's Contract Manager (or his designee) identified in Paragraph 10 of these specifications. The countersignature shall represent the City's agreement as to the accuracy of the list. In order to facilitate comparison of the number of garments delivered to the prior week's list of garments picked up, Contractor shall deliver garments on hangers separated by individual employees. 4.6 Repair Tags: Contractor shall supply each City location in the uniform program with service tags which may be affixed to any garment(s) requiring repair. Said tag must provide an opportunity for an employee to Identify the nature of the required repair so that the item can be pulled for repair during the next processing cycle. Uniforms turned in tagged for repair shall be returned by Contractor repaired within the next delivery cycle or replaced with a substitute garment if the repair cannot be made to comply with the next delivery cycle. 4.7 Condition of Materials on Delivery: All uniforms shall be protected from precipitation and against other damage while transit. The uniforms shall be in a dry, clean and serviceable condition upon delivery. If, upon unloading, uniforms are found damaged or otherwise unsuitable, they may be rejected by the City, at no cost to the City. If rejected, the respective Contract Manager(s) will notify the Contractor and will forward an affidavit descriptive of all such damages to the Contractor. The uniforms will be reloaded onto the same carrier's truck for return to the Contractor or for other disposition as the Contractor sees fit. 4.8 New Employees: New employees shall be supplied with uniforms within seven 15 (7) calendar days of written notification to the Contractor by the City and measurement of employee by the Contractor's representative. Such notification, including the name(s) of new employee(s), shall be given to the Contractor's Customer Service Representative (route man) at the time agreed upon for delivery/pickup at that location. The Contractor may supply used uniforms to new employees provided such uniforms are in good repair, are of proper fit, and conform to all other City specifications. 4.9 Terminated Employees: The City shall provide Contractor with written notification of terminated employees. Such notification, including the name($) of such terminated employee(s), shall be given to the Contractor's Customer Service Representative (route man) at the time agreed upon for delivery/pickup at that location. Rental charges shall cease upon delivery of such notification. Concurrent with, or within seven (7) calendar days of, such notification of termination the City shall return the rental garments of the terminated employee. City will pay any lost or damaged charges on the returned garments in accordance with the provisions of the contract. 4.10 Extraordinary Sizes: The City recognizes that garments of XXL or other extraordinary sizes may not be available from Contractor's local inventory. When such garments are needed the Contractor shall strive to deliver them within the normal 7-day replacement/ new delivery framework but the time allowed will be relaxed to fourteen (14) calendar days. 5. Quantities: The City is obligated during the term of the Contract to rent needed uniforms from the Contractor, and the Contractor is obligated to supply the quantities which the City requires. The City reserves the right to increase or decrease the number of employees served, at the unit rental rates per the Bid Proposal/Pricing page. The quantities stated herein in "Special Conditions: Supplement A", are given as a general guide for bidding and are NOT guaranteed amounts, but they do represent the best estimate of the City based on most recent usage. 6. Delivery: The delivery of all uniforms associated with the Contract shall be F.Q.B. Destination to any City facility location. 7. Delivery and pick-ua. City facility locations: The uniforms, as allocated, shall be delivered and picked up at the following City facility locations on a weekly basis: DEPARTMENT/DIVISION ADDRESS Aviation/Custodian 3400 Tahquitz Canyon Way Maintenance Palm Springs, CA 92262 Airport Grounds Maintenance Recreation/Parks/Streets 425 N. Civic Drive Facilities Maintenance Palm Springs, CA 92262 Fleet Operations 8, Contract Manager(s): The Contract will be performed under the direction and supervision of the following Contract Managers for their respective City facility location: CONTRACT MANAGER DEPARTMENT PHONE NUMBER Marilyn White Airport Operations (760) 318-3820 Marty Davis Facilities/Streets/Fleet/Parks (760) 323-8167 16 Any reference to the Contract Manager in the contract shall mean the respective and appropriate Contract Manager or his designated representative. 9. City Inspectors: City Inspectors (Contract Inspectors) are the Contract Managers and shall inspect all work done and all materials furnished. Such inspections may extend to all or any part of the work and to the preparation, furnishing or cleaning of the uniforms to be used. The Inspector is not authorized to revoke, alter or waive any requirements of the contract, nor is he/she authorized to approve or accept any portion of the complete project. Me/she is authorized to call the attention of the Contractor to any failure of the work or Uniforms to conform to the contract. Me/she will have the authority to reject uniforms or to suspend the work until the questions at issue can be referred to and decided by the Contract Officer. 10. Lost Charge: The City understands and agrees that all rental garments remain the property of the Contractor; therefore, if a uniform is lost or stolen, a charge will be recovered by the Contractor. Lost and stolen charges are to be charged at the unit prices identified on the pricing pages of these Bid documents. The Contractor shall identify the employee responsible for any loss and identify the date said loss occurred. Notification to the City of any losses must be made by the Contractor in a timely manner to provide an opportunity for the City to identify problem areas and to take corrective action. 11. Damage Charges: The Contractor shall accept all normal wear and tear free of charge. In the event that a garment is damaged in a situation other than normal wear and tear, the City understands and accepts the fact that a damage charge will be assessed. Damage charges are to be identified on the pricing pages of these Bid documents. 12.Additional Charges: Charges identified on the pricing pages of these Bid documents shall be inclusive of any and all charges for rental, cleaning, delivery, pickup and any other service necessary for performance of the contract. No additional charges for uniform rental, cleaning, pickup and delivery will be honored by the City. 13. Correction of the Work: The Contractor shall promptly remove from the City facility locations all Work rejected by the respective Contract Manager for failure to comply with the contract, whether incorporated in the delivery or pickup count or not, and the Contractor shall promptly replace and re-execute the work in accordance with the contract and without additional expense to the City. If the Contractor does not take action to remove such rejected Work within ten (10) days after receipt of written notice, the respective Contract Manager may remove such Work, store the materials, and replace the rejected Work with another Contractor's Work and deduct charges therefore from monies due or to become due to the Contractor. 14.Warranty: The Contractor shall expressly represent, warrant and agree that all uniforms for rental and/or cleaning services or Work provided or performed on or off City premises relative to this Contract will: A. Conform in all respects to the City's specifications, requirements or other descriptions; B. Be fit for the purpose or purposes of intended use; C. Conform to all applicable local, State, and Federal laws and regulations; D. Be of good quality, merchantable, of good workmanship, of materials best suited for the intended purposes, and free from defects of any kind or nature whatsoever. 17 Additionally, any usage statement, guarantee, or warranty stated in the Contractor's Bid relating to uniform rental and cleaning services, or Work will be superseded by the terms and conditions stated in the contract or in their absence by the following: E. If said uniform rental and cleaning services or Work which is found to be defective in material, workmanship or design fails or is found to be nonconforming with the terms and conditions of the Agreement on any exchange date after the date of commencement of the Agreement, it shall, at the City's option, be repaired or replaced by the Contractor at absolutely no expense to the City. F. All items delivered or supplied hereunder will be free and clear of all liens, encumbrances, claims and security interests of whatever nature and substance. Upon request, the Contractor will supply the city with documents satisfactory to it, evidencing the absence of such liens, encumbrances, claims and security interests. 15. Public Access: The Contractor shall at all times conduct the Work in such a manner so as to ensure the least obstruction to traffic practicable. The convenience of the general public and the City employees shall be provided for in an adequate and satisfactory manner. Fire hydrants shall be kept accessible to fire apparatus at all times. 16. Parking: the Contractor's representatives may only park or leave their vehicle(s) in areas designated by the respective Contract Managers. 17. Uniform Disposition Upon Contract Expiration/Termination: Upon expiration of the Agreement term, or termination of the Agreement, the City will not "buy-out" uniforms that are in service. All uniforms that are in service will be returned to the Contractor in an "as-is" condition, with no additional cost to the City for normal wear and tear. Upon return of garments the City will pay any lost or damaged charges that apply. 18. Samples: Contractor shall submit samples of uniforms, representative of the uniforms to be supplied under the Contract. These samples must be submitted within 14 calendar days after Notice of Award. All samples must be tagged with the Contract Number and the Contractor's name. The Contractor shall submit for City approval male and female samples, where applicable, of the following items: One Shirt; One Pair of Trousers; One Pair of Shorts; One Coverall; One City Seal Emblem; One Name Emblem; and One Division Emblem. The City may retain or destroy articles of the uniforms or the uniforms submitted as samples for the purpose of determining Contract compliance with specifications throughout the duration of the Contract by testing. The City will be free from any redress of claim on the part of the Contractor as a result of such actions. Upon notification by the City that a sample is available for return, it should be retrieved within 30 days or the City will not be responsible for the disposition of said sample. 19. Inspection: The City reserves the right to tour the Contractor's plant and inspect Work in progress, receiving, holding, and shipping areas to insure to the City's satisfaction that Work is being performed in accordance with the City's Specifications. Such inspection(s) may take place prior to award of the Contract or at any time during the term of the Contract. 18 SCHEDULE "B" SPECIAL REQUIREMENTS SPECIAL REQUIREMENTS: A. Project Coordinator: The Contractor is required to assign a Project Coordinator to the Contract. This individual represents and has full authority to act for the Contractor and shall be the City's key contact throughout the duration of the Contract. Project Coordinator: Paul DiVincenzo Phone (909) 930-9096 B. Business License: The Contractor is required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". C. Performance Bond: The requirement for a Performance Bond is hereby waived for this contract. D. Time Is Of The Essence: Time is of the essence in performance of the work. 19 SPECIAL CONDITIONS: SUPPLEMENT "A" ESTIMATED CITY RENTAL USAGE BY NUMBER OF EMPLOYEES PER DEPARTMENT/DIVISION AND CONTENT/TYPE OF UNIFORM REQUIRED (SUBJECT TO CHANGE AT CITY'S DISCRETION) SHIRTS & POLO SHIRTS ■ Division Employees Aviation/ Custodian 10 0 10 Aviation/ Maintenance 7 0 7 Air ord Grounds Maintenance 8 0 8 Parks/ Recreation 14 0 14 Facilities Maintenance 11 0 11 Fleet Operations 8 7 1 Street Maintenance 10 1 9 Shirt Totals: 68 8 60 EXECUTIVE PANTS, TROUSERS AND/OR SHORTS ■ Division Employees Aviation/ Custodian 10 0 10 Aviation/ Maintenance 7 0 7 Airport/ Grounds Maintenance 8 0 8 Parks/ Recreation 14 0 14 Facilities Maintenance 11 0 11 Fleet Operations 8 0 8 Street Maintenance 10 1 9 Trouser and/or Shorts Totals: 68 1 67 COVERALLS, SEAT COVERS, MATS, MOPS & HANDLES ■ - Division Employees - Aviation/ Maintenance 7 7 0 4 Mops/Handles Parks/ Recreation 0 0 0 0 Facilities Maintenance 6 6 0 0 Fleet Operations 1 1 2 2 Mat Totals: 14 14 2 • 65% Dacron Polyester/ 35% Cotton Blend • Rental on a bulk basis only/ usage maybe annual, seasonal or as outerwear with turn-in on an irregular and /or infrequent basis 20 SCHEDULE "C" SCHEDULE OF COMPENSATION Responding to the Invitation for Bid 08-03 for UNIFORM RENTAL AND CLEANING SERVICES, dated January 18, 2008, the Contractor agrees to provide the required services in good faith and as per customary market/trade quality in accordance with the entire Scope of Services as defined in Schedule A and Special Requirements as defined in Schedule B contained herein. The Contractor shall provide the herein specified Uniform Rental and Cleaning Services to the various City of Palm Springs' delivery and pick-up locations and will accept as full payment therefore the following unit prices: A. Basis of Compensation: All compensation due for uniform rental and cleaning and delivery/pick-up services shall be included in and assessed as a rental rate without interruption for all garments in service under this Agreement. B, Rental Charges: Weekly uniform rental charges are assessed on half of the total inventory assigned by Contractor to City at all City Facilities combined. When the assigned inventory is a odd number of garments an initial "first delivery" charge will apply after which the weekly rental shall be for half the inventory assigned to City rounded down to the nearest whole number of garments/uniforms. The "first delivery charge" shall be assessed as the weekly rental for half of the assigned inventory round up to the nearest whole garment/ uniform- Weekly Rental Rates per garment are as follows: Uniform Personnel Weekl # Tax=Tor "Estieaninmated y Unit Weekly Item# No Tax-- NT Uniform of Description of Selrvice 9 Quantity li Changes price Extension 1 NT Blend Shirts 4 X 5 X $0.41 $820 - — ' '' Cottvn Shirts I '," '' 23' X j' S X $0.42 $48.30 I _ i 3 - NT - Polo Shirts 25 X 5 X $0.50 $75.00 Industrial $0.41 Shirts - 4 NT 1 X ', 5 X $2.05 5 NT Hi-Visibility Shirt: 12 X 5 X $0.60 $36.00 Short Sleeve 6 NT Hi-ng Visitiiliiy'Shirt: f X 5 $ $9.00 ---- ._............... .Lo Sleeve - 7 NT Blended Trousers, Shorts or P5 X 5 X $0-41 $51,25 Reg. Gray Pants 8, i,Cotton Trousers or Shorts 22 ", X 5 X $0.45 $49.50 9 NT Blend Coveralls 14 X 5 X $0.60 $42.00 10 N7 j executive Pants , _,,._._..__ ,- 25 X �5„ --' Xl ' $0.65 $81.25 Total/ $402.55 ... Week Total% J,Week x 5 Annual^ $20,932.60 2 Annual x 3 - 3 Year Term $62,797.80 21 Weekly Rental Rates per Miscellaneous Equipment are as follows: Tax--T or Miscellaneous Estimated Unit Item,#_ i.No.Tax=-NT - - - Equipment - Quantity_,- Price _Extension------ 11 NT Soil Bins 2 X $0-00 = $0.00 12 NT.. 8 Mal-ocker, 4,' . _. $O_0-0... n ------ 13 NT Hanger Rack 5 X $0.00 = $0.00 �14 NT 3 X 5 Mats . ... _.- --. _.-.2 .- X_ _,..,_.$2.50_�... .- $540.., 15 NT 38" Dust Mops 4 X $1.30 = $520 6. .,, . . NT'W ,.,dust Mo". Handle, ...,.. -1._-. I L_. �_._.__. . .L .. .._..P 4 ,, .., ,., 11,_­ ...$0.00. 9 $0-00., 17 NT Seat Covers 2 X $0.50 = $1.00 Weekly Total „ , $11,20 . - Annual Totals $582.40 Annual x 3 Set Up. Preparation and Lost or Damaged Charges Tax=T or Initial Set-Up Charges Estimated i; Unit description',of5ervlce „Quantity,,; Extension Item#,,, No Tax,-NT, ---- 18 NT Set-up charge for Initial Installation &measurement per 82 X $0.00 $0.00 employee . .Na .-�9.,".. .. INITIAL Set-up Only(70 employees . .T ^.-.- _ $ T me Patches 'fo yees x , , 770 ,i X ,; $O.OD 0.00 11 patches . 1. 20 T Department Patches "For INITIAL set-up only(42 employees x 462 X $0.00 — $0.00 11 patches 21.. T. "City E�mblema ^For INITIAL set-up only(57,employees x 627 X $0.00 - $0.00 'I 11 emblems) Tax=T After Initial Set-Up Charges Unit Item# No Tax= NT Description of Service Price_ - _ 22 NT Set-up charge for New $0,75 ... . Installation &measurement per new employee 23 T ' Name PTERatches $0.60 ' " "AF initial set-up_ ' 24 T Department Patches 'AFTER initial set-up only $1.00 25 T City Emblems' $1.00 i. "AFTER initial sot-u, only Tax--T or Change Out Fees Unit Item#- No_Tax= NT. Description of Se,ryic P e._.. Price, 26 NT Change out Fee per Item 'For exchanges in size or style(i.e.:Trousers to shorts,long sleeve to short sleeve) $0.75 "No Fee is to he Gharqed for exchanges due to worn-out garments. 22 Schedule of Compensation Continued: Tax=T or, Casualty. Charges Unit Item#µ..., ,NA Tar- Ni l),e§criptio,n,of,Service. W.. 'L Pr ce,.. 27 NT Blend Shirts $14.00 "LostlSto/en/or Damaged �� 213 NT , , Cotton Shirts i - `LostlStalenlorbamaged $16.00 29 NT Blend Trousers or Shorts $19.00 "LosbStolerd or Damaged 30 'NT„ Cotton Trousers or Shorts $21.00 _ _ - LostlStolerUor Damaged' _ 1 NT Blend Coveralls $26.00 "Lost/Stolen/or Damaged 32 NT Cotton,Coveralls $26.00 'Lost/Stolen/or Damaged Prices above for Lost/Stolen or Damaged garments shall be the same, regardless of time in service. Specialized or custom patches will be priced at the time of request. C. Pricing: Pricing quoted in this Agreement shall be firm for the original three-year term of the resulting Contract- The unit prices shall be all-inclusive of rental, cleaning, delivery and pickup, and shall constitute the sole basis for computing the payment amount to the Contractor. D. Method of Payment: For all services which the Contractor is obligated to perform under the Contract, the City shall pay to the Contractor a monthly price per facility/cost center per appropriate unit prices as set forth in the Contract- Payment shall be made by cost center upon submittal of a detailed Monthly Statement to the respective Contract Manager(s) of the City of Palm Springs. The Contractor shall submit a detailed Monthly Statement for each cost center. The cost centers are listed in Schedule A, Section 7. Said Statements shall be submitted within the two weeks following the end of a billing period defined as a calendar month. Prior to the City payment of the Monthly Statements, the respective Contract Manager(s) shall review and approve payment based on the satisfactory completion of service. Payment shall be issued within thirty days of receipt of an accurate monthly statement (Net 30) E. Contract Not-To-Exceed Amount: Total compensation for initial 3 year term of this agreement shall not exceed Seventy One Thousand Dollars ($71,000.00). This amount is calculated on a 3 year total as follows: Garment Rental: $62,797-80 Miscellaneous Equipment Rental: $ 1,747.20 Sub Total: $64,545.00 Estimated setup/damage and other charges (based on 10% of subtotal): $ 6,455.00 3 Year Total: $71,000.00 23 SCHEDULE "D" PERFORMANCE SCHEDULE A. Term Of Contract: The term of this Contract will be for(3) three years from date of award, with two (2) one (1) year renewal options upon mutual consent of the Contract Administrator and the Contractor. B. Option to Renew: At the sole discretion of the City, the Contract may be renewed for two additional years or any portion thereof. If the City exercises its option to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas. C. Schedule of Work: The Contractor shall furnish to the City Representative a detailed work schedule showing how the Contractor will accomplish the Contract requirements. This work schedule shall indicate the number of personnel, tasks to be performed by each person and the amount of time necessary to accomplish the work. The schedule shall be kept throughout the duration of the Contract, and shall be modified and re- submitted to the City Representative as required. Any work to be performed not conforming to this schedule shall be approved by the City Representative prior to such occurrence- D. Adlustment of Services: The City reserves the right to reduce or increase, or otherwise adjust the scope of services. E. Work Hours: The normal hours of this Agreement will be established by each respective Contract Manager for his City Facility, unless otherwise authorized and changed by the Contract Manager in writing ("Work Schedule"). The Work's delivery and pickup must be scheduled on a regular basis in accordance with the submitted Work Schedule by the Contractor with at least one day's notice given in advance to the respective Contract Manager prior to the starting of any Work which deviates from the proposed Work Schedule. The Contractor will not be permitted to do any Work that requires the services of the City's Inspectors or supervisory personnel on days which are City-observed holidays or on Saturday or Sunday, unless such Work has been previously authorized and changed by the respective Contract Manager. 24 i i CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BID (IFB) 08-03 FOR UNIFORM RENTAL AND CLEANING SERVICES I i December, 2007 City of Palm Springs Office of Procurement and Contracting 3200 East Tahquit-c Canyon Way P.D. Box 2743 Palm Springs, CA 92263-2743 1 i INVITATION FOR BID IFB 08-03 DECEMBER, 2007 FOR PROVIDING UNIFORM RENTAL AND CLEANING SERVICES INDEX; f THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING- PAGE COVER SHEET-,,,,,.,....................__........... 1 CONTENTS.............................. 2 NOTICE INVITING BIDS...-------- .................. 3 BIDDER'S CHECK LIST................................................................................................................ 4 TERMS &CONDITIONS ............................................................................................................5-6 SCOPE OF WORK, SPECIFICATIONS, & SPECIAL CONDITIONS ........................................ 7-14 BID PROPOSALIPRICING, PAGE 18 MUST BE MANUALLY SIGNED .................................. 15-18 AFFIDAVIT OF NON-COLLUSION ...........____......................___--------------................................ 19 INFORMATION REQUIRED OF BIDDER................................................................................20-21 BIDBOND FORM...............................-------__..................... ------................................................22 EXHIBIT"A"-SAMPLE CONTRACT SERVICES AGREEMENT............................................23-39 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF, OR THE FAILURE TO OPEN, A BID NOT PROPERLY ADDRESSED AND IDENTIFIED, STREET ADDRESS: Division of Procurement& Contracting 3200 Tahquitz Canyon Way, Palm Springs, CA 92262 i MAILING ADDRESS: Division of Procurement& Contracting P.O. Box 2743, Palm Springs, CA 92263-2743 DATE DUE: FRIDAY, JANUARY 18, 2008 TIME DUE: 2.00 PM LOCAL TIME BIDDER'S NAME: a-us a -c,+,0.1 1 Pr,,L D�V;�ce'170 ADDRESS: z, 50 s P,,(-O PHONE: 6 SIGNATURE. 2 CITY OF PALM SPRINGS, CALIFORNIA NOTICE INVITING BIDS IFB 08-03 NOTICE IS HEREBY GIVEN that sealed Bids will be received at the Office of Procurement and Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, CA, until Friday, January 18, 2008 at 2.00 P.M. local time, at which date and time they will be publicly opened and read in the Procurement and Contracting Office for the following: Uniform Rental and Cleaning Services for City employees at various delivery and pick-up locations in the City of Palm Springs. The work includes furnishing all labor, equipment, materials, and supervision necessary for the initial measurement and set-up of each uniformed employee and the rental and cleaning services for their uniforms for the duration of the contract period. No Bid will be considered unless it is made on a bid form furnished by the City, Bids must be submitted in sealed envelopes and either hand delivered at the address above, or mailed to: City of Palm Springs, Procurement and Contracting Division, P. O. Box 2743. Palm Springs, California 92263-2743_ The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see I that any Bid sent through the mail shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened_ I Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322- 8374, or via the Internet at the following address: htto1/www.oalmsorinas-ca.aov click on "Departments" and go to"Procurement", "Open Bids". NOTE: If you downloaded this bid via the internet at the address above, contact Leigh Ann Gileno, Procurement Specialist 1, via email at LeiahAnn.GilenoApalmsprings-ca_gov to be registered as a Bidder for this specific bid. Failure to register as a Bidder for this bid may result in your firm not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. Nigh tilen Procurement Specialist I Date: December 18, 2007 3 , i CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO.08-03 BIDDER'S CHECK LIST I GENERAL INSTRUCTIONS TO BIDDERS: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation to Bid only the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after the Bid opening time and date, but prior to Award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIVE II REQUIRED DOCUMENTS FOR BID SUBMITTAL: BIDS MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. 'NOTE: ONLY THOSE ITEMS MARKED BY AN "X"ARE REQUIRED. ! X Index, Page 2, to the Invitation for Bids must be manually signed. X Bid Proposal/Pricing, Page 18, must be manually signed. X Erasures or other changes made to the Bid Proposal/Pricing Page must be initialed by the person signing the Bid. X Affidavit of Non-Collusion by Contractor form, Page 19, must be notarized and signed by a Notary Public. _2L Information Required of Bidders, including reference information, Pages 20-21, must be completed. X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted with the Bid in the amount indicated. Page 22 must be executed and notarized as indicated, if applicable. X All Addenda issued shall be acknowledged in the space provided on the Bid Pricing page or by manually signing the Addenda sheet and submitting it prior to the Bid Opening Time and Date. 4 CITY OF PALM SPRINGS TERMS AND CONDITIONS 1. Bids must be submitted on Bid forms supplied by the Procurement & Contracting Office in a sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number and date of opening. 2. Bids submitted may be withdrawn by written request received before the hour set for the opening_ After that time, Bids may not be withdrawn by the Bidder for a period of ninety(90)days and at no time after award of Bid. 3. The City of Palm Springs reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 4_ The City of Palm Springs reserves the right to reject any or all Bids and to waive any informality or technical defect in a Bid. 5. Bidders signed proposal and written acceptance by the City shall constitute an agreement. 6. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Invitation For Bid. 7. The price quoted by the bidder in his proposal shall include any sales or use tax levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of } Congress. i 8. When discrepancies occur between unit prices and extended amounts the unit prices shall govern_ ! 9. Bidder will be required to file an Affidavit of Nan-Collusion with their Bid_ This shall be signed and sworn before a Notary Public with a commission in the State of California. % Successful Bidder will be required to be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 3.96 entitled Business Tax. 11. NO BIDDER WILL BE ALLOWED TO OFFER MORE THAN ONE PRICE ON EACH ITEM even though bidder may believe that two or more types will meet the specifications. If said bidder should submit more than one price on any item, all prices for the item may be rejected at the discretion of the City. 12. Basis of Award: The City reserves the right to award to the lowest responsive and responsible bidder based on either a line item amount basis or total lump sum amount bid, or to reject all bids, as it may best serve the interests of the City. 13. Successful Bidder will be required to meet all City insurance requirements. See Contract Services Agreement(Exhibit"A"), section 5.0. 14. The decision of the Palm Springs City Council will be final. 5 QUESTIONS: Bidders are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below may be cause for rejection of a Bid- Any questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: Leigh Ann Gileno, Procurement Specialist Procurement Department P.O. Box 2743, Palm Springs, CA 92-263-2743. (760)322-8374 Email: LeighAnn.Gileno(aa)palmsprings ca.gov 75. It is understood_thattb services pffered by_the_.Bid r will meet all requirgmerlts--2f the specifications in this Invitation unless deviations therefrom are clearly indicated in an attachment titled "Exceptions to Specifications" submitted and signed by Bidder's authorized representative. In order for the Bid to be considered, an explanation must be made for each item in which an exception is taken,tgiving in detail the extent of the exception and the reason for which it is taken. The City of Palm Springs will be the sole judge as to whether any deviations or exceptions will be approved or accepted. 1 i t; CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 08-03 SCOPE OF WOR SPECIFICATIONS AND SPECIAL CONDITIONS FOR UNIFORM RENTAL AND CLEANING SERVICES I. Sca a of Work: Purpose: The purpose of this invitation to Bid (IFB) is to solicit bids from qualified firms to perform uniform rental and cleaning services for the City of Palm Springs. Background: The City of Palm Springs has seven different divisions that have employees that are required to wear uniforms during the performance of their work duties (this does not include either the Police or Fire Departments). The City provides for each employee to have a clean uniform to wear each day while at work. Scope of Work: The Contractor shall furnish uniforms on a rental basis, uniform cleaning services and pickup/delivery services for all participating City Divisions/locations listed, and any additional City Divisions/locations that the City from time to time may designate. The Contractor shall do any and all Work and furnish all management supervision, labor, materials, equipment, tools and appurtenances necessary for the performance and completion of the contract in a manner called for herein and to the satisfaction of the City. 2. Uniform Socifications: The Contractor shall understand and agree that each new uniform shall consist of one(1)shirt and one (1) pair of trousers OR shorts, as described below. 2.1 Shirts: shall be regular style with short or long sleeves (City's option), two pockets with buttons, and City's choice of solid color(white or various shades of blue). 2.2 Trousers: shall be City employees' choice of "jean," "straight" cut or flex pant with elastic gathers on two sides. Trousers shall be vat dyed and sanforized with zipper fly, double stitched seat seams, bar tacked at points of stress, hemmed, not cuffed, City's choice of color(s). 2.3 Patches: shall be dacron/cotton blend sanforized and embroidered of matching color. 2A Name and division emblems: shall be 11/z" x 31/2" and shall be sewn onto the uniform shirt above the pocket. A 4" round City seal emblem shall be sewn on the left shoulder. Employee names and divisions will be furnished to the Contractor within five (5) days of award of Contract. 2.5 Fabric: shall be the City's option of 65% dacron/35% cotton or 100% cotton. The City reserves the right to designate which employee shall be outfitted with which fabric on an individual basis. Divisions may have a portion of their employees in blends and a portion in 100% cotton. 2.6 Coveralls: shall be City employee's choice of blend or 100% cotton. 7 3. Proper_ Fit; The Contractor must individually measure each City employee to assure the uniforms to be supplied will tit properly. Following initial delivery, each employee shall have an opportunity to secure adjustments to make certain his/her personal requirements are being met. Contractor shall contact each employee within seven (7) days of initial delivery to check for proper fit. 4. Stamina inventory: The Contractor shall begin the Contract period by fumishing eleven (11) uniforms per employee which must consist of eleven (11)long or short sleeve shirts (whichever is appropriate as described herein)and eleven (11) pair of trousers or shorts. 5. Specifications for Uniform Rental and Cleaning Services: 51 Pickup and Delivery: All garments are to be maintained in a clean condition, satisfactory to the City. The Contractor shall deliver laundered garments and pick-up dirty garments once a week from each location serviced- The Contractor shall launder and return clean the same number of garments turned in the previous week. The City and the Contractor shall mutually agree upon which day(s) of the week the Contractor shall pick up and deliver the uniforms. 5.2 Pressing: All blend garments may be tunnel finished and all 100% cotton garments must be pressed. Following pressing, Contractor shall protect the uniforms from wrinkling during the storage and delivery process. The City may reject any uniforms delivered with wrinkles. 5.3 Continual Replacement: Contractor shall maintain garments with a constant good appearance. Garment-far-garment replacements shall be made by Contractor as garments become wom out or are damaged beyond repair. Each uniform shall be replaced when it becomes stained, tom and/or when there is a hole in the uniform. Worn garments shall be replaced at no cost to the City. Garments damaged beyond repair shall be replaced and the City shall pay the applicable damage charge, as set forth in the Bid Proposal/Pricing page. 5.4 Repairs: Contractor shall understand and agree that repairs which are made to a uniform I must be neat, of professional quality, and can only be made to a uniform's seam. I 5.5 Garment Control: At.the time of garment pick-up and for each City location, Contractor shall prepare a complete list of garments picked up(detailed by individual). Prior to departure from each City location, Contractor shall acquire on the garment list prepared, the countersignature of the location's Contract Manager (or his designee) identified in Paragraph 10 of these specifications. The countersignature shall represent the City's agreement as to the accuracy of the list. In order to facilitate comparison of the number of garments delivered to the prior week's list of garments picked up, Contractor shall deliver garments on hangers separated by individual employees. 5.6 Repair Tags: Contractor shall supply each City location in the uniform program with service tags which may be affixed to any garment(s) requiring repair. Said tag must provide an opportunity for an employee to identify the nature of the required repair so that the item can be pulled for repair during the next processing cycle. Uniforms turned in tagged for repair shall be returned by Contractor repaired within the next delivery cycle or replaced with a substitute garment if the repair cannot be made to comply with the next delivery cycle. 8 5.7 Condition of Materials on Delivery_ All uniforms shall be protected from precipitation and against other damage while transit_ The uniforms shall be in a dry, clean and serviceable condition upon delivery. If, upon unloading, uniforms are found damaged or otherwise unsuitable, they may be rejected by the City, at no cost to the City. If rejected, the respective Contract Manager(s) will notify the Contractor and will forward an affidavit descriptive of all such damages to the Contractor. The uniforms will be reloaded onto the same carrier's truck for return to the Contractor or for other disposition as the Contractor sees fit. 5.8 New Employees: New employees shall be supplied with uniforms within seven (7) calendar days of written notification to the Contractor by the City and measurement of employee by the Contractor's representative. Such notification, including the name(s) of new employee(s), shall be given to the Contractor's Customer Service Representative (route man) at the time agreed upon for deliverylpickup at that location. The Contractor may supply used uniforms to new employees provided such uniforms are in good repair, are of proper fit, and conform to all other City specifications. 5.9 Terminated Employees, The City shall provide Contractor with written notification of terminated employees. Such notification, including the name(s) of such terminated employes(s), shall be given to the Contractors Customer Service Representative (route man) at the time agreed upon for delivery/pickup at that location. Rental charges shall cease upon delivery of such notification. Concurrent with, or within seven (7) calendar days of, such notification of termination the City shall return the rental garments of the terminated employee. City will pay any lost or damaged charges on the returned garments in accordance with the provisions of the contract. 6. Quantities: The City is obligated during the term of the Contract to rent needed uniforms from the Contractor, and the Contractor is obligated to supply the quantities which the City requires_ The City reserves the right to increase or decrease the number of employees served, at the unit rental rates per the Bid Proposal/Pricing page. The quantities stated herein in "Special Conditions: Supplement As. are given as a general guide for bidding and are NOT guaranteed amounts, but they do represent the best estimate of the City based on most recent usage. 7. Delivery: The delivery, of all uniforms associated with the Contract shall be F.O_B_ Destination to any City facility location. S. Delivery and nick-ug, City facility locations: The uniforms, as allocated, shall be delivered and picked up at the following City facility locations on a weekly basis: DEPARTMENT/DIVISION ADDRESS Aviation/Custodian 3400 Tahquitz Canyon Way Maintenance Palm Springs, CA 92262 Airport Grounds Maintenance Recreation/Parks/Streets 425 N. Civic Drive Facilities Maintenance Palm Springs, CA 92262 Fleet Operations 9 9. Contract Mananer(sl: The Contract will be performed under the direction and supervision of the following Contract Managers for their respective City facility location; CONTRACT MANAGER DEPARTMENT PHONE NUMBER Administrator Airport Operations—............. ........................to be determined Administrator Facilities/Streets/Fleet/Parks.........................to be determined Any reference to the Contract Manager in the contract shall mean the respective and appropriate Contract Manager or his designated representative. 10.City Inspectors: City Inspectors (Contract Inspectors) are the Contract Managers and shall inspect all work done and all materials fumished.. Such inspections may extend to all or any part of the work and to the preparation, furnishing or cleaning of the uniforms to be used. The Inspector is not authorized to revoke, after or waive any requirements of the contract, nor is he/she authorized to approve or accept any portion of the complete project. He/she is authorized to call the attention of the Contractor to any failure of the work or Uniforms to conform to the contract. He/she will have the authority to reject uniforms or to suspend the. work until the questions at issue can be referred to and decided by the Contract Officer. 11. Lost Charge: The City understands and agrees that all rental garments remain the property of the Contractor; therefore, if a uniform is lost or stolen, a charge will be recovered by the Contractor. Lost and stolen charges are to be charged at the unit prices identified on the pricing pages of these Bid documents. The Contractor shall identify the employee responsible for any loss and identify the date said loss occurred. Notification to the City of any losses must be made by the Contractor in a timely manner to provide an opportunity for the City to identify problem areas and to take corrective action. 12. Damage Charges: The Contractor shall accept all normal wear and tear free of charge. In the event that a garment is damaged in a situation other than normal wear and tear, the City understands and accepts the fact that a damage charge will be assessed. Damage charges are to be identified on the pricing pages of these Bid documents. 13.Additional Charges: Charges identified on the pricing pages of these Bid documents shall be inclusive of any and all charges for rental, cleaning, delivery, pickup and any other service necessary for performance of the contract. No additional charges for uniform rental, cleaning, pickup and delivery will be honored by the City. 14.Correction of the Work: The Contractor shall promptly remove from the City facility locations all Work rejected by the respective Contract Manager for failure to comply with the contract, whether incorporated in the delivery or pickup count or not, and the Contractor shall promptly replace and re-execute the work in accordance with the contract and without additional expense to the City. If the Contractor does not take action to remove such rejected Work within ten (10) days after receipt of written notice, the respective Contract Manager may remove such Work, store the materials, and replace the rejected Work with another Contractor's Work and deduct charges therefore from monies due or to become due to the Contractor. 15.Warranty. The Contractor shall expressly represent,warrant and agree that all uniforms for rental and/or cleaning services or Work provided or performed on or off City premises relative to this Contract will: A. Conform in all respects to the City'§ specifications, requirements or other descriptions; 8. Be fit for the purpose or purposes of intended use; C. Conform to all applicable local, State, and Federal laws and regulations; 10 i D. Be of good quality, merchantable, of good workmanship, of materials best suited for the intended purposes, and free from defects of any kind or nature whatsoever. i Additionally, any usage statement, guarantee, or warranty stated in the Contractor's Bid relating to uniform rental and cleaning services, or Work will be superseded by the terms and conditions stated in the contract or in their absence by the following: E. If said uniform rental and cleaning services or Work which is found to be defective in material, workmanship or design fails or is found to be nonconforming with the terms and conditions of the Agreement on any exchange date after the date of commencement of the Agreement, it shall, at the City's option, be repaired or replaced by the Contractor at absolutely no expense to the City. F. All items delivered or supplied hereunder will be free and clear of all liens, encumbrances, claims and security interests of whatever nature and substance. Upon request, the Contractor will supply the city with documents satisfactory to it, evidencing the absence of such liens, encumbrances, claims and security interests. 16. Public Access: The Contractor shall at all times conduct the Work in such a manner so as to 1 ensure the least obstruction to traffic practicable. The convenience of the general public and the City employees shall be provided for in an adequate and satisfactory manner. Fire hydrants i shall be kept accessible to fire apparatus at all times. 17.Parking: the Contractor's representatives may only park or leave their vehicle(s) in areas ` designated by the respective Contract Managers. 18. Uniform Disposition Upon Contract BxpirationfTermination; Upon expiration of the Agreement term, or termination of the Agreement, the City will not 'buy-out" uniforms that are in service. All uniforms that are in service will be returned to the Contractor in an "as-is" condition, f with no additional cost to the City for normal wear and tear. Upon return of garments the City will [ pay any lost br damaged charges that apply. 19.Samples: Contractor shall submit samples of uniforms, representative of the uniforms to be supplied under the Contract. These samples must be submitted within 14 calendar days after Notice of Award. All samples must be tagged with the Contract Number and the Contractor's name. The Contractor shall submit for.City approval male and female samples, where applicable, of the following items: One Shirt; One Pair of Trousers; One Pair of Shorts; One Coverall; One City Seal Emblem; One Name Emblem; and One Division Emblem. The City may retain or destroy articles of the uniforms or the unifoms submitted as samples for the purpose of determining Contract compliance with specifications throughout the duration of the Contract by testing. The City will be free from any redress of claim on the part of the Contractor as a result of such actions. Upon notification by the City that a sample is available for return, it should be retrieved within 30 days or the City will not be responsible for the disposition of said sample. 20. Inspection: The City reserves the right to tour the Contractor's plant and inspect Work in progress, receiving, holding, and shipping areas to insure to the City's satisfaction that Work is being performed in accordance with the City's Specifications. Such inspection(s) may take place prior to award of the Contract or at any time during the term of the Contract. 11 SPECIAL CONDITIONS: 1, Project Coordinator: The Contractor will be required to assign a Project Coordinator to the Contract. This individual represents and has full authority to act for the Contractor and shall be the City's key contact throughout the duration of the Contract A space is provided on the Information Required of Bidder page for the Project Coordinator to be named with a telephone number for contact with the respective Contract Manager(s). 2. Bidder Qualifications. In order to be considered for award, each Bidder must submit with their Bid the "Information Required of Bidder", pages 19-20, completed in full. 3_ Bi_d_Security_ Each bid must be accompanied by cash, a certified or cashiers check or Bidder's bond on the prescribed form herein and made payable to the City of Palm Springs in the amount of two thousand five hundred dollars ($2500.00)_ Such guaranty shall be forfeited should the Bidderto whom the Contract is awarded fail to furnish the required proof of insurance, bonds and to enter into a contract with the City within the period of time specified in the IPB documents_ Securities may be substituted for retained funds, if applicable, per Public Contract Code Section 22300. 4. Business License: The successful bidder will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax". 5. Term Of Contract. The term of this Contract will be for(3)three years from date of award, with two (2)one(1)year renewal options upon mutual consent of the Contract Administrator and the Contractor_ A. Option to Renew: At the sole discretion of the City, the Contract may be renewed for two additional years or any portion thereof. If the City exercises its option to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas. B. Contract Services Agreement: The successful bidder will be required to sign a Contract Services Agreement in a form acceptable to the City. A sample of such an Agreement is attached as an Exhibit"A" herein. C. Schedule of Work-The Contractor shall furnish to the City Representative a detailed work schedule showing how the Contractor will accomplish the Contract requirements_ This work schedule shall indicate the number of personnel, tasks to be performed by each person and the amount of time necessary to accomplish the work_ The schedule shall be kept throughout the duration of the Contract, and shalt be modified and re-submitted to the City Representative as required_ Any work to be performed not conforming to this schedule shall be approved by the City Representative prior to such occurrence. D. Adiustment of_Services - The City reserves the right to reduce or increase, or otherwise adjust the scope of services. 6. Pricing: Pricing quoted in this Bid shall be firm for the original three-year term of the resulting Contract. The unit prices shall be all-inclusive of rental, cleaning, delivery and pickup, and shall constitute the sole basis for computing the payment amount to the Contractor. 7. Payment:_ For all services which the Contractor is obligated to perform under the Contract, the 12 City shall pay to the Contractor a monthly price per facility/cost center per appropriate unit prices as set forth in the Contract. Payment shall be made by cost center upon submittal of a detailed Monthly Statement to the respective Contract Manager(s) of the City of Palm Springs. The Contractor shall submit a detailed Monthly Statement for each cost center. The cost centers are listed in Specifications, 1, C. Said Statements shall be submitted within the two weeks following the end of a billing period defined as a calendar month. Prior to the City payment of the Monthly Statements, the respective Contract Manager(s) shall review and approve payment based on the satisfactory completion of service. Payment shall be issued within thirty days of receipt of an accurate monthly statement(Net 30). 8. Award Of Bid_ The Bid will be awarded to the lowest responsive and responsible Bidder based on the unit prices submitted on the Bid Pricing Page of this document. Responsibility of a bidder will be determined by the City based on each bidders experience and references, The City will be the sole judge with respect to the responsiveness and responsibility of each bidder. 9. Performance Band: The requirement for a Performance Bond is hereby waived for this Contract. 10.Time Is Of The Essence: Time is of the essence in performance of the work. I i 13 SPECIAL CONDITIONS: SUPPLEMENT`A" ESTIMATED CITY RENTAL USAGE BY NUMBER OF EMPLOYEES PER DEPARTMENTIDIVISION AND CONTENT/TYPE OF UNIFORM REQUIRED (SUBJECT TO CHANGE AT CITY'S DISCRETION) SHIRTS & POLO SHIRTS DeparLmentl Division No. of UniformedBlend Employees Aviation/Custodian 10 0 10 Aviation/Maintenance 7 0 7 Ai orl!Grounds Maintenance 8 0 8 Parks/Recreation 14 0 14 Facilities Maintenance 11 0 11 Fleet Operations 8 7 1 Street Maintenance 10 1 9 Shirt Totals: 68 8 60 EXECUTIVE PANTS,TROUSERS AND/OR SHORTS Departmentl Division Employees Aviation/ Custodian 10 0 10 Aviation/Maintenance 7 0 7 Ai orV Grounds Maintenance 8 0 8 Parks/Recreation 14 0 14 Facilities Maintenance 11 0 11 Fleet Operations 8 0 8 Street Maintenance 10 1 9 Trouser and/or Shorts Totals: 68 1 67 COVERALLS, SEAT COVERS, MATS, MOPS & HANDLES ■ - Division Employees Handles Aviation/Maintenance 7 7 0 a2Mat les Parks/Recreation 0 0 0 Facilities Maintenance 6 6 0 Fleet Operations 1 1 2 Totals: 14 14 2 • 65% Dacron Polyester/35% Cotton Blend • Rental on a bulk basis only/ usage may be annual, seasonal or as outerwear with turn-in on an irregular and/or infrequent basis 14 Invitation for Bid (IFB) 08-03 UNIFORM RENTAL.AND CLEANING SERVICES BID PRICING PAGES Responding to the Invitation for Bid 08-03 for UNIFORM RENTAL AND CLEANING SERVICES, dated January 18, 2008, the Bidder proposes and agrees to provide the required services in good faith and as per customary market(trade quality in accordance with the General Conditions and Instructions for Bidders, Specifications and Special Conditions. The Bidder shall provide the herein specified Uniform Rental and Cleaning Services to the various City of Palm Springs' delivery and pick-up locations and will accept as full payment therefore the following unit prices' a MIN I`^ i ..fir: Prod. ._ v-.a.p,n, ��_.:�r:�:=_a•tl'('.I11?=::!:2:?r. 4!nFl: �.re.f?L_:._.. L......._.. ..._.... _,u,. 9u•rii __ rrJ. m.ha....v.t.r.. ---- , i1 - ,, ,.LL;I*lil'���C`�.-i_���- i;..t L., !_ , '.'�-'_i?_�.._P��:L•-'r--1�!i:S;;iaJ:�,�:;'�,^^ ----1,;�1,Y1 I i::-"'= ,i"tl•.. cy.q.r__-:..u=rr u. ..,y-..: _un=,_i�r ..v .cv._r._�es.,.,.. __ '_ .. _ - -- - - - - -� :,asY;,,_ — ::;' - :. „ 'A -I ILL, v......... '{JJ:; L 'aW,I•GiII:IM.-S�_:'==c=iFur•F�, iu - I 1 Irfr y T r ,. �}�=. /,..__::-..�,,,..,;�: = _,,,trtr=�!,___�rk-�=r_r��.....,,-rW'JBL.:.::,__.• __ ____ ____ . -ShL��yy -:-::—_ __' — — m_.,:. _ —t ]�1 nfF,��rL�:!=ti'� --- „n MEN . Npl nWIN e+ x .. � n= !1 . -R I s- t ,File _ eI _ _ - _,:arv....,�i-i=_=r V,::_._7,IP-,r.er::p.=r.c_ n`'� ,1 - d-i-:,I'J•.,____ _ _ - s .: _ 'Al ( ";�L. _-°-�-,.._=_..1= ,..:___..:..._._: .. •�_.... . .. ,TTQi{5E_�r,.�hQ.f:�S;OF_�_ -_ -- - --� -- - -- ur: ."_,:__,_"_____,,,. ,,__,,..pl•ui?8.=5:%^•�-•^acunit r. -_r•.:• . ....... tea,. :::"__ ..-___._' -,_.•_. .; ;ylg9r.::=_-_.: r:.,,T•!w�„_,__._:-�:._�!�,.,.,7tw,:_ t.,r_ .-r__,:: 3f....r..:.—_, NY M ... _ -a :,:,r� r-. ...... r�...._.. ,.._._v....... c.:n i... _....._ ..n 'L._.=::--. r._r.,...... _ P__W_ ,_ ¢Fq•^-.,:,....,,..w==:,,:,r..l,.._.._..,,�_:__-..,...,,...�.=_i:_-..,.�:..---r.....,'!'::,-..=a'!'a;a'•1-_:�r.,;�d-�-=:!Jlala:::r..::.:u:-'.:_,-_'-- .:r.,.lcn,,:-1...._....a .}�'.c,:.._.r. - -..._ .r ____ - _ __- - - - *Infr,�=�-�a_==: _.^-_I=--=s...t. '==.r_. -,_t'qrL::��:-_,...•�,==r:'_=!:ih!G_�-=:,___.:,,_ -- _..-1.—x_:_c._r-_:..._�:?V.,_:==1c-.:c.._i d_�I.Y__n-.1'��'_i'1':�I'f:i_.,,..:__.__,r,._Uv:,zc_Fc!._Z____n,.:u_c=__J�-.._I_c.—..-_.._•.:-._�n, _r11r!.,,rl,i_:.e===w.=.ra-�,_L._,._n_.—,.._.°_,{_,_-._Ii!.i-ri.l>�.1lL.a!y�!�_,.;.,=.,_=,_=_,.,iv,,.-,r;s-p..::���:Jn,`u:_._tn:�_:.,_,:_t,._�:°-I`S.;r c��a=_ IC...=-6' �.n:•,i� I eF �^ Gin . .�..-W--....,.. rt=ry-y,w_�:W:uS=51� �._.-y-.�:'__'. _ _ _ __=1•+ _ _ ___.r.lny!gT_ __ __ _ - .. •nn�_. ,-un �..�.'.'c.',;+r _ _ q'viv^;::--y�,:r_,;:u:.,::c-,c:,Y'V-„r:, ,:-�5 mr_.:-.. _._. ,�.: ........ v. .._....-r.�._ nrTl^' _ C:rfe. __ - - 111 -_- q,..i Xh:'<•-:' :Li:.,,. .--.a. .FJLLJ .�r,�;-}FS:- ..._L..-:__-._6_�__�__;;-,�- - .!!!Ill"__,;r=. _ 's5 :'r�,: S:Lt::r::�l�;_:_!'__,•�_�:;4- __ ' lu9�it ��i14lPGL.I;_'S' H,TLL'.!C^.�^I. �11CrIltlR �..�_=..,.n.u,r_ gp�;q2-r- z3 =,m .pi -_-_,__. _ _ -Z. ...II�L.____,_ - -l- _ _e.erw•rr_-',-=-r== -..:.1=- -,.r�nn! .,":_.__��_-=:��Ic�:=r.-r,:,s.=. - ,,:o-: 1:!a=_.— :- -___ ___'^• ;--�'nll. —____—__ ''IH;rtJ"""__ ___— ___ _ _ _=rrrr`il". ,rt'=—=,,.._tr_,;-__ ._ eat: 15 Invitation for Bid (IFB) 08-03 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES . ..... 1 wP .u.ili is g ."Tv li ; 7 "In _-01 u na di O 2WNL n ", 'i 5 Dl"IT11 . =VMS= I 75i r • 0A .21M 21 —--------- "10 " I A q -M w M 2_M � M m to IS`11 1 1- ----------- RON !I, ji 11 i �R­ -,zia LIM, ­2!- w -m Is grdhc• p 2 - ...-IN 0_m Mail 16 Invitation for Bid(IFB) 08-03, UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES i ..n.T. .mu. _.__-- r..nn _..____-v_-.=e—_=-ca.:.-p=s,ra_:--_ �Ynt; L�eir _--_-__ nj w, -��N"v,.r. —=`v'=�"r::c=• _—;` r.. i,._w_- � @,.�..�....� _ _S'\v"11 v.ICo`y'S ::w.� •....: ._—..,�_.i2j,�_ IMP =r ,.y��.� vF .. _ :y...,p.�v'�,1L•;I:a:.[_� _w.x• n _..a ..,n.._�___ ���,n� a �v �Nh^'�.�?�T4�S�mt�'{e��� •� :iJ:w:lfi�l�'.,T=':u ::M1.1.Spa,.-^.:.*Fti.'-- =-F,'.v::_—��vrfr .,,_.-, =--e,��,,..�,.-...�,...�.r .., „-,�_-per. -:. -c=r_��r«rml -....." _ - _ _ - __s�f•I r�,:. s'=_- d-.� ___-- - ,�,.:.:'{:��.,- r � � -' r•4 lk•., _- --_=cam __ _ ____ -...1.:. —_ - .::r==Fi�'-lug _—=-T-,'m ih.,.,: ..___--._,.-.-�,�5eh�-�lay. -_ sue, _... ---,..�-..-_.-.-... ;.fl,.c: - ad Prices above for Lost/Stolen or Damaged garments shall be the same, regardless of time in service. Note; It is requested of all Bidders to complete the second column, indicating a"T"for Taxable or "NT for Non-Taxable. Once substantiated,this will eliminate potential invoicing discrepancies for the duration of the contract. Specialized or custom patches will be priced at the time of request. 17 The Bidder proffers this Bid with the understanding and agreement to begin full service by Tuesday February 19 at 8:00AM local time. It is further understood and agreed that any Bid submitted in response to this Invitation for Bids may not be withdrawn until Ninety (90) calendar days from the Bid Opening date and time. Invitation for Bid (IFB)08-03 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES Name of Bidder(Company/Firm): Authorized Representative of Bidder(print Name and Title): u �, ✓, ,-n vllmi'.b`L- Authorized Signature: _ � Date: 1- i1-a�d� California State Business License Numbers(s) & Registrations(s): 13L000 qot Explain in detail how damage charges are assessed and calculated. Include amortization notes over a contract duration of three(3)firm, fixed pricing years and by life of garment: nd d,•n� ,,, .JA Yap r,H:. .,+ U... ...pla rr „!n4 40�- l...w. ulvr .4a nrr�.,lw . [- - Vti r.? I i State response time for repairs to uniforms after notification by City tagging and pickup by Contractor: (%,j., !l n� . ..J, i.Nn l+f•__ r» r� Y � >roirr r.r ��rLP /'r d-H l.s,nr �l-ke�+ rl✓r..-„I ir/7�.,i l.r_ .W �._ /JYLC wpl lL fer -''r JKL 56:r=rc �,nf,( cr7 �1I<r•;F� r�.n.YS, 1.. �;PJ. /• r �r'.5 nn State Bidder availability for on-site problem resolution and/or City requested conferences in terms of distance to be traveled or time to respond: lj,- 1 t ( be w� 1 . S'P• �ry F'if.�r� r..r ,r h',Ni r �]l .t— itinr � �£f tirs ocn rr ��- v Please describe proposed methodology to resolve individual usage, inventory,wear or appearance problems: e cu,r`q t�31s r, h 1 n /- r l.'i rP/' we ;"I Lf 1� LUn r'r...�'rls r I,.n}-. fir.✓ r fin` rl Ci ('r_K.�;� r ��Gl:�- G"W ��/r..P�.� L9n� rrJ,^'G':._re r L i NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ) ss. County of o ) 1, I U„c.. , being tirsf duly sworn, deposes and says that he or she is . ��o �, �-d e- of G• s C•-p _the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and,further,that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, j partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER: BY: TITLE '5� ORGANIZATION ADDRESS 2iSo s SUBSCRIBED AND SWORN TO BEFOR E THIS I DAY OF J 20 NOTARY PUBLIC IN AN OR SAID COUNTY AND STATT MYCOMMISSI KEXPIRES: 19 CALIFORNIA JURAT WITH AFFIANT STATEMENT - .- - •,cow,�C':-��.'�-�,cr..cr.<-.e�..zr�-.--. - . ,�C�C',�(�.�larcrcr•.c�-F,cr..erc 0&e Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) '1S1gnvwrc ol�bocomont Signor No 1 Signature of Document Signer No 2(if any) State of California Countyof �z1- ✓y�r�1� Subscribed and sworn to (or affirmed) before me on this T day of J 41?-t , 20±1, by ❑.tnh Month year (1) rA-U ` 1�IVrn7C6,JI-P Name or Signer �.� BHAVM PATEL Commission 1471974 proved to me on the basis of satisfactory evidence T "{ Notary Publicrn •California 7 to be the person who appeared before me Son Bernardino County _' ` My Comm Expiresreb24.2008 (and (2) Na o1 Signer proved to me o e basis of satisfactory evidence to be the pe n who appeared before me.) Signature vt" ,Z" &A Signature of Notary Pubhc Plucu Not, Sc,l Abwo OPTIONAL Though the Vrformalicn below Is not required by law it may prove valuable to persons relying on the document and could prevent - fraudulent temoval and reattar hrpent of this form to another document Top of thumb Moro Tap of thumb here Further Description of Any Attached Document Title or Type of Document: !_ w G t 'tor-, A 1%°' r`,;y Aq r i Document Date: Number of Pages Slgner(s)Other Than Named Above 02007 Natlonol Nelary,l—oration•4350 Do Soto Ago,PO Box 2402•Chatswonh CA 91313-2402-w NoeomlNm-nyorg gnm115010 Reorder Cell Toll-Free 1-600-976-6027 { CITY OF PALM SPRINGS UNIFORM RENTAL AND CLEANING SFRVICES (IFB 08-03) Information Required of Bidder NO PROPOSAL WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL. ALL APPLICABLE ITEMS MUST BE FILLED OUT. Bidder is required to supply the following: 1- Contractor/Firm Name and Address 2. Name and Title of person authorized to negotiate a contract for the firm: �wl �7.V „c.n-zm C , Ir. �nrr•ci.rlr �.'N� -- 3. Telephone Number: ,za; -X3O- ic'f, (FAX) 930- yY { 4. E-mail address: d, "4 7R;)0 r c-.n 5. Type of Firm: ❑ Individual ❑ Partnership U Corporation ❑ Other 6. Corporation organized under the laws of the State of 06 n 7. Business License No. RI, DC'D 4�j01 Expiration Date: 1 & List at least five (5) current contracWreferences which are similar to the requirements in this IFB. Contract$ Contract Account Name &Address Contact Person Amount Term & Phone Number a. y'-16•un trrfn, G..•!rs I n.�,.fr..,l�.rll�Cf� ��'l� [�0�341-100D J b. I Jr70 SyFF ; Ln . /a l.r - ilrsrr} L'A �` 6�r•�'� Jr,r � �,i:V ,J,ul[drG i273� 7k+.' z?-.krl C. qk 720 .j- A), d)1i l,?yr,l•u SYPrrr �Y l / C✓S �y x �/n 6 v61r ,C,i/ v /��l✓/-r,l C,,�,' s'73� �7r-�) ;'Zl -575� r � , ejLI'LlYi,'9{J Irl7Y k�r� " f�rtil/Jlnr1,� C17Ky 7*-7;, i 20 I i • 9. List the name, title, and telephone of the person ("Project Coordinator")who will supervise full-time the work of this Contract for your firm: Pc.„1_ I7 J.,,rrn z o ' 40°1)F30-Q09E �.r'„�_•F�II��,�,I� 10. Number of years in this type of business: 0-1p,�,r s 11. Response Time, if applicable: _lg-,IK PIovrs Mtix.�•u� (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) I I 21 • • EXHIBIT"A" CITY OF PALM SPRINGS CONTRACT SERVICE AGREEMENT THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this J_;' day of «. 200�r by and between the CITY OF PALM SPRINGS, a municipal corporation, (he�and C. s Ca- _0.-, on , (herein "Contractor"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR - 11 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's_Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement,the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1 A Licenses, Permits. Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed (b) has carefully considered how the services should be performed and (c) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has, or will, investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall 23 immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent Josses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence- 1.7 Further Responsibilities of parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1-8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (H) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor_ Any increase in compensation of up to five percent (5%) of the Contract Sum or $26,000; whichever is less, or in the time to perform of up to one hundred eighty(180) days may be approved by the Contract Officer_ Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special_Reguirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions in Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the `Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of A (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (ill) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings, 24 2.2 Method-of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first(V)working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively_ 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section, 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit"D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express 25 i r r written approval of City. 4.2 Contract Officer_ The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting-- or Assi nment The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership If and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. E The City's policy is to encourage the awarding of subcontracts to persons or entities with I offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work, Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specked in Section 6.2. 4.4 Independent Contractor_ Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS. 5.1 Types of Insurance_ Contractor shall procure and maintain, at its sole cost 26 and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Contractor, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Contractor shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: a) Commercial General Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the tern of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverage's for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. b) Workers'Compensation Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation j insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Contractor agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. c) Business Automobile Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. d) Employer Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00)for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this agreement. Contractor guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of$10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Contractor pursuant to this Agreement: 27 l � � 6.3.1 For any claims related to this Agreement, Contractor's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to each insured, including additional insured's, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverage's required herein will be in compliance with these requirements if they include any limiting endorsement which substanti v impairs tltp eraoe's set forth herein (e.g., elimination of contractual liability or reduction of discovery period) ess tlxe-enclo.r.semeiit-hw-finAJiegnsubmifted to the al Manager and approved in writin_Q., 5.3.5 Contractor agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Contractor's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Contractor agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review_ 5.3.7 Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Contractor shall provide proof that policies of insurance required herein expiring during the tens of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10)days prior to expiration of the lapsing coverage. 28 � i • 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Speck reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right(but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for ! payment of potential claims. !� 5.3.12 Contractor agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California_ Coverage shall be provided by insurers admitted in the State of California with an A.M. Bests Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverage's required by this Agreement The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..,"r"as respects City of Palm Springs Contract No._"or "for any and all work performed with the City"may be included in this statement). 2_ "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract Na" or "for any and all work performed with the City' may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date 29 ! • thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor's obligation to provide them. 5.6 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original, notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney_ The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement 5.7 Sufficie C of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best `s Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10)days of receipt of notice from the City Manager, 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will,materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.2 Records, Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and 30 enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall not the injuring party, in writing, of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to 31 i i perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim_ The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein_ 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other partys consent to or approval of any subsequent act Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either parry of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times,of any other rights or remedies for the same default or any other default by the other party. 7.6 Leg at Action_ In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or C injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shalt pay to the City the sum of� ,, ��, .�__� as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit "ID"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7,8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time, with or Without cause, upon thirty (30) days written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer_ In addition, the Contractor reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated. termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 32 I f 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-of or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorneys fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES. NON-DISCRIMINATION 8.1 Nan-liability of City Officers and Employees_ No officer or employee of the I City shall be personally liable to the Contractor, or any successor in interest in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement i 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third parry any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination_ Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry_ 9A MISCELLANEOUS PROVISIONS 9.1 Notice, Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in 33 fseventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply, 9.3 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at anytime by the mutual consent of the parties by an instrument in writing. 9.4 Sevembility. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv)the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. (Signatures on next page) 34 - --- - -------- I IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation By: Sr City Clerk City Manager APPROVED AS TO FORM: BT City Attomey CONTRACTOR; Checkone:—Individual,_Partrlership_Corporation Corporations require two notarized signatures: One signature must be from the Chairman of Board.President or any Vice Presidem.The second [ signature must be from the Secretary,Assistant Sec(etary,Treasurer,Assistant Treasurer,or Chief Financial Officer)- By:— Notarized Signature of Chairman of Board, Notarized Signature Secretary,Asst Secretary, President or any vice President Treasurer,Asst treasurer or Chief Financial Officer Name: Name: Title' ll Title: State Of f State of ! _. County of fss County of Iss On before me, On before me, personally appeared personally appeared personally known personally known to me(or proved to me on the basis of satisfactory evidence) to me(or proved to me on the basis of satisfactory evidence) to be the person(s)whose name(s) is/are subscribed to the to be the person(s)whose name(s) Ware subscribed to the WIhln instrument and acknowledged to me that he/shellhey within instrument and acknowledged to me that he(shelthey eaacuted the same in his/her/their authorized capacity(ies), executed the same In Nslhedtheir authorized caoacity(ijes), and that by his/hedtheir slgnature(s) on the instrument the and that by his/her/their signature(s) on the.Instrument tho porson(s), or the entity upon behalf of which the parson(s) person(s), or the entity upon behalf of which the pelson(s) acted,executed the instrument. acted.executed the instrument WITNESS my hand and official seal. WfrNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 35 f • • EXHIBIT"A' SCOPE OF SERVICES -I-y �( �'. 1., fir.'Js a !:•L,_i_ c r�..�l., r:lS. i'r ler[..4' I 36 EXHIBIT"B" SPECIAL REQUIREMENTS I 1 _37 EXHIBIT "B" SPECIAL REQUIRMENTS Preface: Cintas is "Requesting" these exceptions but will move forward without complete acceptance of them by the City of Palm Springs; and would work with the City of Palm Springs to adjust these if the City of Palm Springs is open to it. Requests by Page and Section: Page 11, Section 18. : 4 Add text after,"..normal wear and tear"; or if not returned or returned with excess wear and tear, city will pay current lost/damage replacement value for such uniforms. Page 30 & 31, Section 6.2: 4 Add text after, "such records" upon advance written notice. Page 31, Section 6.3: a Remove section: It is not applicable or reasonable for uniform services. Page 31 & 32, Section 7.3: 4 Remove Section: Is not applicable or reasonable for uniform services. Page 32, Section 7.7; a Remove Section: Is too broad and not reasonable. Page 33, Section 7.9: 4 Remove Section: Based on Section 7.2 and 7.8 this would be a mutual 30 day or 60 day mutual cancellation ability for any reason. OR we can mutually implement a Service Based cancellation in some area that holds Cintas accountable: Service Based Termination Example: Cintas Guarantees to deliver the highest quality textile rental service at all times. Any complaints about the quality of product or service which have not been resolved in the normal course of business must be sent in writing to the Cintas servicing location's General Manager. If the Company then fails to resolve any material complaint within 30 days, the Customer may terminate this agreement provided all rental items are paid for at the then current replacement values or returned to the Company. EXHIBIT •C" SCHEDULE OF COMPENSATION / i. w�rc 1' ly , ..�'i0i[r'S sd .'/) hC r/P�,�u i[•�/ ��.; �L.c o-e Li.�/..lr�� .%`�r�'�y��/ ` (2, r-1nn46i �y `.,td._ :_rd � {..}ev ,�� .� ,11 L•r �,. r,.'/r„/ �•n cr�.c /cam c+.- a�.t "F 11 ,7 v n 4-. /G'h cr.L p ..J ��..o.. Ulq �er F ar [•.,on r 5 J.[.e.s -1c:M.,., -e.fe/ vn 4-t �0,V-f,i Ll ._I-�-- '-�-L`-e C:J-y I� f 38 i EXHIBIT"D" SCHEDULE OF PERFORMANCE - �':.,•IDS io" )1 ,^l� l;w.✓ Gr.�r� !r' r. IC �,�� �r.•rU�c+.'i i ���—S m.� �'h a,'`l- G/c� r".✓J� - /`/'' /,p�,q✓� W I I bt �<l„c%�l��,a �Lc,� Gfa,_� 1�.���- r err �:�•%_ ,7n . �7 r( C i �c.r•.S o �,r,.P .�. Y' Gl .y Gr C,-� w // 39 Oe FALM S pP Z G �/L Y C7L/FGP-�1P` NOTICE INVITING BIDS (IFB 08-03) FOR UNIFORM RENTAL AND CLEANING SERVICE ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. CLARIFICATION OF INSTRUCTIONS TO BIDDERS: It is IMPERATIVE that you contact Leigh Ann Gileno, Procurement Specialist 1, via email at LeighAnn.Gilenq@palmsprings-ca.aov to officially register as a Bidder for this speck Bid with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the IFB. Note: You may also register your firm in the City's on-line general vendor database system while on the website, but you MUST still contact Leigh Ann Gileno as instructed above to register as a bidder for this sspec c IFB 08-03- The City has received the following questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE_ Q 1: Is there a separate form or request I need to fill out to receive the current pricing for the City as a public agency? If so what are the steps? A 1: No, the City is providing the current pricing information requested as an attachment to this addendum- Q 2: Is there a`Living Wage" requirement attached to this bid? A 2: No. Q 3: Does the City follow the ANSI 107-2004 standards regarding the High Visibility uniforms? A 3: Yes. Q 4: Is there a need for Flame Resistant uniforms for any workers to comply with the NFPA 70-E measures? A 4: No. Q 5: Based on(p.14)of the Bid. I'm estimating a total of 150 Employees in Uniform. Is that correct? A 5_ No. There are 68 employees that require uniforms. Q 6- Bid Clarifications and Request for Revisions Do we submit any requests for changes in writing before or with the bid? Or is there a way to reserve the right to negotiate mutually acceptable terms after we win the bid? A 6: The City does not negotiate the standard terms and coriditions of the boiler plate contract services agreement. Any exceptions to the language in the contract must be submitted in writing on a separate sheet with your bid and may be a factor in award. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA L i h nn ileno Procurement Specialist I City of Palm Springs DATE: January 8, 2008 ADDENDUM ACKNOWLEDGMENT: Bidder Firm Name: , ��, r, , ,, :4' .- Authorized Signature: Date: i r zvs r Acknowledgment of Receipt of Addendum 1 is required by signing and including the acknowledgment with your bid. Failure to acknowledge this Addendum may result in your bid being deemed_non-responsive. i i Effective January 26, 2007 WEEKLY RENTAL RATES FOR CITY OF PALM SPRINGS 2007-2008 GARMENT❑ESCRIPTTON WEEKLY RATE REPLACEMENT VALUE SHIRTS: INDUSTRIAL SHIRT $ 0-42 $ 17.77 SAFETY SHIRT $ 1.07 $ 19.54 COTTON SHIRT $ 0.43 $ 21,28 POLO SHIRT $ 0.64 S 17.77 HI-VIS SAFETY SHIRT $ 0-81 $ 30.16 HI-VIS SAFETY SHIRT $ 0-60 $ 20-74 TROUSERS/SHORTS: BLEND TROUSER-WOMEN $ 0.43 $ 21.28 WOMEN'S GRAY PANTS $ 0.43 $ 21.28 COTTON TROUSER-MEN $ 0.48 $ 23.42 INDUSTRIAL TROUSER-MEN $ 043 $ 21.28 REGULAR GRAY PANTS $ 0.43 S 21,28 REGULAR GRAY SHORTS $ 0-43 $ 2128 BLEND SHORTS $ 0-48 $ 23-42 EXECUTIVE PANTS $ 0,71 $ 26-39 KHAKI PANTS $ 0.71 $ 22.35 CASUAL SHORTS $ 0.71 $ 22.35 WESTERN GRAY PANTS $ 0-43 $ 2128 COVERALLS: BLEND COVERALLS $ 0.86 $ 32.32 COTTON COVERALLS $ 0.92 $ 34.47 MACHINEAPRON $ 0-71 $ 9.70 SEAT COVERS $ 0.54 $ 16-16 IFB 08-03 Uniform Rental Cfeaning Service Page 1 Current Pricing for Addendum*1_xls i • i GARMENT DESCRIPTION ORIGINAL REPLACEMENT VALUE WEEKLY RATE MATS/MOPS/HANDLES 3x5 MATS $ 323 $ 50.63 06 MATS $ 4.68 S 77-56 W 0 MATS $ 6.19 $ 101.26 38"DUST MOPS $ 1.40 $ 19.39 DUST MOP HANDLE NO CHARGE $ 16.16 If SOIL LOCKER NO CHARGE $ 269.30 8 MAN LOCKER NO CHARGE $ 511.66 HANGER RACK NO CHARGE $ 12.93 BAG STAND NO CHARGE § 12.93 LOST OR DAMAGED CHARGES CHARGE PER GARMENT GARMENT DESCRIPTION SHIRTS: BLEND SHIRT $ 17.77 COTTON SHIRT $ 2128 TROUSERS!SHORTS; BLEND TROUSER-WOMEN $ 2128 COTTON TROUSER-MEN $ 23-42 BLEND TROUSER-MEN $ 21.28 BLEND SHORTS $ 23.42 COVERALLS: BLEND COVERALLS $ 32,32 COTTON COVERALLS $ 34.47 MISCELLANEOUS CHARGES NAME PATCHES $ 1.07 DEPTJ DIVISION PATCHES $ 2.16 CITY EMBLEM PATCHES 3 2.16 PREP-CHARGE-NEW ORDERS - - $ 1-07 SET-UP CHARGE NEW EMPLOYEE- $ 11.84 IFB 08.03 Untform Rental Cleaning Service Page 2 Current Pricing for Addendum#1 As � i • Ok FALAq s rvA� • ��.tFp�H� NOTICE INVITING BIDS (IFB 08-03) FOR UNIFORM RENTAL AND CLEANING SERVICE ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items_ THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE ! SPECIFICATIONS AND INSTRUCTIONS ARE TO BE -INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS- THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. CLARIFICATION OF INSTRUCTIONS TO BIDDERS: The City has received the following questions and is hereby providing answers thereto. RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: After reviewing your IFB, my General Manager had a question about the $2500 Bid Bond that you,were requesting along with the pricing, business information etc. Can you please elaborate, and describe what this fee is for, and if it is refundable, and the overall terms- A 1: The Bid Bond that is requested on page 12 of the bid document is a written guaranty from a third party guarantor(usually a bank or an insurance company) that is submitted to a principal (City of Palm Springs) by a contractor(bidder) to ensure that on acceptance of the bid by the City, the bidder will proceed with the contract Otherwise, the guarantor will pay the City the difference between the contractor's bid and the next lowest bidder. Upon completion of award to the successful bidder, all bid bonds are returned to the bidders. Such guaranty shall be forfeited should the Bidder to whom the Contract is awarded flail to fumish the required proof of insurance, bonds (if required) and to enter into a contract with the City within the period of time specified in the IFB documents. Securities may be substituted for retained funds, if applicable, per Public Contract Code Section 22300, i f I Q 2: 1 also wanted clarification, if this is due at the time the IFB is awarded or prior to. A 2: Each bid must be accompanied by cash, a certified or cashier's check or Bidders bond on the prescribed form herein and made payable to the City of Palm Springs as stated in the Bid document on page 12. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Lei n ileno Procurement Specialist 1 City of Palm Springs DATE. January 11, 2008 ADDENDUM ACKNOWLEDGMENT: Bidder Firm Name: _ �,', ,4, Lu ��r• 4 Authorized Signature; ��.•:�� � Date: Acknowledgment of Receipt of Addendum 2 is required by signing and including the acknowledgment with your bid_ Failure to acknowledge this Addendum may result in your bid being deemed non-responsive. BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (state in words and figures): $2,500.00 Two Thousand Five Hundred Dollars for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule(s)of the City's Contract Documents entitled: IFB 08-03 Uniform Rental and Cleaning Services i J NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents and furnishes the required Certificates of Insurance, then this obligation shall be null and void, otherwise it shall remain in full force and effect_ In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED this Iff' day of ,lk .•r v 20 06� CONTRACTORS/ SURETY_ - /— •� 1„ l�.�c/7 o.-c.j•.�p e� J'i � I,V lz-�s IL �`1 c.^ n:l c�y� - (Check One:_Individual,_o partnership, �/mrporatlon) By. By: v -- - sign � (NOTARIZED) Print Name and Title: Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURErY) By: Signature (NOTARIZED) Print Name and Title: (Corporations require two signatures;one from each of the following groups:A-Chairman of Board,President or any Vice President and S.Secretary,Asst Secretary.Treasurer,Asst Treasurer,or Chief Financial Officer) 22 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ck"�. ,ecc rcec cede.�cxrz-r. r.:ryM.. ecr. 'S`�rcreeacc.Ercar•.er.:cuetKn e - "•c-r� =M,e .c .crecerecyct-.cercr.-xr_e State of California County of N u 1 On.1 A-�jv f N 'Kb S'' before me, 12'ry rk i 1� 1� e i rot',Date Here hued N.rmc rind Titla of the Officer n personally appeared _ )A-V u- 'b1 >/t v L Za 7,0 Namefsl of 31gnegef who proved to me on the basis of satisfactory evidence to be the persol whose name(s) Ware subscribed to the within instrument and acknowledged to me that BHAVEBH PATEL he/sheAliey executed the same In his/heii4heir authorized Commisslon# 1471974 capaclty(ies), and that by his/hefkheir signature(oon the * -4j�• � Notary Public•Colifornio instrument the person(s), or the entity upon behalf of w` ,La son bcrnardlno county which the persons) acted, executed the instrument. "_ �• Nlycomm Expires Feb24,20n I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature " t f pn-Lw Place Notary Sell Abova Sipnatura of Notary Public OPTIONAL Though the Information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: G t') � - Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ Signer's Name: •• l Individual __ ❑ Individual Corporate Officer - I pp—Title(s): Cl$ �(I 4dL✓ O l"e ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ _ 7 Partner—❑ Limited ❑ General _ _ E"J Attorney in Fact 7 Attorney in Fact LJ Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: 2 -80 spa 02007 National Notary Aeaoclellon•9350 Cn Solo.Ave PC aoxJ,402-Chatsworth CA B1313-2.102•www N5uorulNolPryryar9 Itom ii5`�O] fleortler.Call Toll-Free1-D00-2]GG22] j SALES 0AATT PALM SPRINGS CITY CASHIER I 3200 TAHBOITE CANYON DAY PALM SPRINGS, CA 92262 ,(760) 323-0223 CREDIT CARD PHONE TRANS MIl1 AL 4301322133525341 TIO 32213352534143OSA001 DATE : 81/17/08 0912126 AM THU ACCT ; 01W# 004264# VI ONCE DEPARTMENT, CASHIER D TB: ( / ERTCH : 653 THAN N • 4237 � S G Z ent/ll1v(pom AMOUNT : $2500.00 kCCPp r S THANK YOU, PLEASE COME AGAIN. ' 1CCOUNf NO. � APPROVAL: 047189 R Qr-; U Cw.rh rs i :AVS CODE: N (NO MATCH) Wame- epAnt thana N CST CODE; 00014237256130 . ,TAX ANT: $9.80 I r' taktkwI CARD INFORMATION' CREDIT CART] NUMBER �� 6 une t mard or visa onM EXPIRATION DATE; La/ID APPROVED `r ENIED NAME AS IT APPEARS ON CARD G [ LPZ X BILWNG ADDRESS OADR TELEPHONE NUMBER_ D - -3 0 D q ,nn� naF7.1 %V� fZ-00 BOOZf21140 AT __ i,: ;,�,; " _•, �c --Hid, ,—.(�o 7. i;. t1 .,i7C.ih: •',III cl : "'' "- CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BID (IFB) 08-03 FOR UNIFORM RENTAL AND CLEANING SERVICES December, 2007 City of Palm Springs Office of Procurement and Contracting 3200 Bast Tahquitz Canyon Way P.O. Box 2743 Palm Springs, CA 92263-2743 1 INVITATION FOR BID IFB 08-03 DECEMBER, 2007 FOR PROVIDING UNIFORM RENTAL AND CLEANING SERVICES INDEX: THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING: PAGE COVERSHEET----------------------------------------------------------------------------------------------------------------------------- 1 CONTENTS.................................................................................................................................... 2 NOTICE INVITING BIDS ---------•------------------------------------------------------- ------....... ....... 3 BIDDER'S CHECK LIST................................................................................................................ 4 TERMS & CONDITIONS ............................................................................................................ 5-6 SCOPE OF WORK, SPECIFICATIONS, & SPECIAL CONDITIONS ........................................ 7-14 BID PROPOSAUPRICING, PAGE 18 MUST BE MANUALLY SIGNED ---------------------------------- 15-18 AFFIDAVIT OF NON-COLLUSION .............................................................................................. 19 INFORMATION REQUIRED OF BIDDER................................................................................20-21 BIDBOND FORM......................................................................................................................... 22 EXHIBIT "A" - SAMPLE CONTRACT SERVICES AGREEMENT --------------------------------------------23-39 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF, OR THE FAILURE TO OPEN, A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. STREET ADDRESS: Division of Procurement & Contracting 3200 Tahquitz Canyon Way, Palm Springs, CA 92262 MAILING ADDRESS: Division of Procurement & Contracting P.O. Box 2743, Palm Springs, CA 92263-2743 DATE DUE: FRIDAY, JANUARY 18, 2008 TIME DUE: 2:00 PM LOCAL TIME BIDDER'S NAME: ADDRESS: PHONE: SIGNATURE: 2 CITY OF PALM SPRINGS, CALIFORNIA NOTICE INVITING BIDS IFB 08-03 NOTICE IS HEREBY GIVEN that sealed Bids will be received at the Office of Procurement and Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, CA, until Friday, January 18, 2008 at 2:00 P.M. local time, at which date and time they will be publicly opened and read in the Procurement and Contracting Office for the following: Uniform Rental and Cleaning Services for City employees at various delivery and pick-up locations in the City of Palm Springs. The work includes furnishing all labor, equipment, materials, and supervision necessary for the initial measurement and set-up of each uniformed employee and the rental and cleaning services for their uniforms for the duration of the contract period. No Bid will be considered unless it is made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand delivered at the address above, or mailed to: City of Palm Springs, Procurement and Contracting Division, P. O, Box 2743, Palm Springs, California 92263-2743. The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322- 8374, or via the Internet at the following address: http://www.palmsi)rings-ca.gov click on "Departments" and go to "Procurement', "Open Bids". NOTE: If you downloaded this bid via the internet at the address above, contact Leigh Ann Gileno, Procurement Specialist I, via email at LeighAnn.Gilenonpalmsprings-ca.gov to be registered as a Bidder for this specific bid. Failure to register as a Bidder for this bid may result in your firm not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. Leigh Ann Gileno Procurement Specialist I Date: December 18, 2007 3 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 08-03 BIDDER'S CHECK LIST I GENERAL INSTRUCTIONS TO BIDDERS: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation to Bid only the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after the Bid opening time and date, but prior to Award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIVE. II REQUIRED DOCUMENTS FOR BID SUBMITTAL: BIDS MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X" ARE REQUIRED. X Index, Page 2, to the Invitation for Bids must be manually signed. X Bid Proposal/Pricing, Page 18, must be manually signed. X Erasures or other changes made to the Bid Proposal/Pricing Page must be initialed by the person signing the Bid. X Affidavit of Non-Collusion by Contractor form, Page 19, must be notarized and signed by a Notary Public. X Information Required of Bidders, including reference information, Pages 20-21, must be completed. X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted with the Bid in the amount indicated. Page 22 must be executed and notarized as indicated, if applicable. X All Addenda issued shall be acknowledged in the space provided on the Bid Pricing page or by manually signing the Addenda sheet and submitting it prior to the Bid Opening Time and Date. 4 CITY OF PALM SPRINGS TERMS AND CONDITIONS 1. Bids must be submitted on Bid forms supplied by the Procurement & Contracting Office in a sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number and date of opening. 2. Bids submitted may be withdrawn by written request received before the hour set for the opening. After that time, Bids may not be withdrawn by the Bidder for a period of ninety (90) days and at no time after award of Bid. 3. The City of Palm Springs reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 4. The City of Palm Springs reserves the right to reject any or all Bids and to waive any informality or technical defect in a Bid. 5. Bidder's signed proposal and written acceptance by the City shall constitute an agreement. 6. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Invitation For Bid. 7. The price quoted by the bidder in his proposal shall include any sales or use tax levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of Congress. 8. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 9. Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be signed and sworn before a Notary Public with a commission in the State of California. 10, Successful Bidder will be required to be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 3.96 entitled Business Tax. 11. NO BIDDER WILL BE ALLOWED TO OFFER MORE THAN ONE PRICE ON EACH ITEM even though bidder may believe that two or more types will meet the specifications. If said bidder should submit more than one price on any item, all prices for the item may be rejected at the discretion of the City. 12. Basis of Award: The City reserves the right to award to the lowest responsive and responsible bidder based on either a line item amount basis or total lump sum amount bid, or to reject all bids, as it may best serve the interests of the City. 13. Successful Bidder will be required to meet all City insurance requirements. See Contract Services Agreement (Exhibit "A"), section 5.0. 14. The decision of the Palm Springs City Council will be final. 5 QUESTIONS: Bidders are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below may be cause for rejection of a Bid. Any questions, technical or otherwise, pertaining to this Invitation for Bid must be submitted IN WRITING and directed ONLY to: Leigh Ann Gileno, Procurement Specialist I Procurement Department P.O. Box 2743, Palm Springs, CA 92263-2743. (760) 322-8374 Email: LeighAnn.Gileno@r)almsprings-ca.gov 15. It is understood that the services offered by the Bidder will meet all requirements of the specifications in this Invitation unless deviations therefrom are clearly indicated in an attachment titled "Exceptions to Specifications" submitted and signed by Bidder's authorized representative. In order for the Bid to be considered, an explanation must be made for each item in which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. The City of Palm Springs will be the sole judge as to whether any deviations or exceptions will be approved or accepted. 6 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 08-03 SCOPE OF WORK, SPECIFICATIONS, AND SPECIAL CONDITIONS FOR UNIFORM RENTAL AND CLEANING SERVICES 1. Scope of Work: Purpose: The purpose of this invitation to Bid (lFB) is to solicit bids from qualified firms to perform uniform rental and cleaning services for the City of Palm Springs. Background: The City of Palm Springs has seven different divisions that have employees that are required to wear uniforms during the performance of their work duties (this does not include either the Police or Fire Departments). The City provides for each employee to have a clean uniform to wear each day while at work. Scope of Work: The Contractor shall furnish uniforms on a rental basis, uniform cleaning services and pickup/delivery services for all participating City Divisions/locations listed, and any additional City Divisions/locations that the City from time to time may designate. The Contractor shall do any and all Work and furnish all management supervision, labor, materials, equipment, tools and appurtenances necessary for the performance and completion of the contract in a manner called for herein and to the satisfaction of the City. 2. Uniform Specifications: The Contractor shall understand and agree that each new uniform shall consist of one (1) shirt and one (1) pair of trousers OR shorts, as described below. 2.1 Shirts: shall be regular style with short or long sleeves (City's option), two pockets with buttons, and City's choice of solid color(white or various shades of blue). 2.2 Trousers: shall be City employees' choice of "jean," "straight" cut or flex pant with elastic gathers on two sides. Trousers shall be vat dyed and Sanforized with zipper fly, double stitched seat seams, bar tacked at points of stress, hemmed, not cuffed, City's choice of color(s). 2.3 Patches: shall be dacron/cotton blend sanforized and embroidered of matching color. 2.4 Name and division emblems: shall be 11/2' x 31/2" and shall be sewn onto the uniform shirt above the pocket. A 4" round City seal emblem shall be sewn on the left shoulder. Employee names and divisions will be furnished to the Contractor within five (5) days of award of Contract. 2.5 Fabric: shall be the City's option of 65% dacron/35% cotton or 100% cotton. The City reserves the right to designate which employee shall be outfitted with which fabric on an individual basis. Divisions may have a portion of their employees in blends and a portion in 100% cotton. 2.6 Coveralls: shall be City employee's choice of blend or 100% cotton- 7 3. Proper Fit: The Contractor must individually measure each City employee to assure the uniforms to be supplied will fit properly. Following initial delivery, each employee shall have an opportunity to secure adjustments to make certain his/her personal requirements are being met. Contractor shall contact each employee within seven (7) days of initial delivery to check for proper fit. 4. Starting Inventory: The Contractor shall begin the Contract period by furnishing eleven (11) uniforms per employee which must consist of eleven (11) long or short sleeve shirts (whichever is appropriate as described herein) and eleven (11) pair of trousers or shorts. 5. Specifications for Uniform Rental and Cleaning Services: 5.1 Pickup and Delivery: All garments are to be maintained in a clean condition, satisfactory to the City. The Contractor shall deliver laundered garments and pick-up dirty garments once a week from each location serviced. The Contractor shall launder and return clean the same number of garments turned in the previous week. The City and the Contractor shall mutually agree upon which day(s) of the week the Contractor shall pick up and deliver the uniforms. 5.2 Pressing: All blend garments may be tunnel finished and all 100% cotton garments must be pressed. Following pressing, Contractor shall protect the uniforms from wrinkling during the storage and delivery process. The City may reject any uniforms delivered with wrinkles. 5.3 Continual Replacement: Contractor shall maintain garments with a constant good appearance. Garment-for-garment replacements shall be made by Contractor as garments become worn out or are damaged beyond repair. Each uniform shall be replaced when it becomes stained, torn and/or when there is a hole in the uniform. Worn garments shall be replaced at no cost to the City. Garments damaged beyond repair shall be replaced and the City shall pay the applicable damage charge, as set forth in the Bid Proposal/Pricing page. 5.4 Repairs: Contractor shall understand and agree that repairs which are made to a uniform must be neat, of professional quality, and can only be made to a uniform's seam. 5.5 Garment Control. At the time of garment pick-up and for each City location, Contractor shall prepare a complete list of garments picked up (detailed by individual). Prior to departure from each City location, Contractor shall acquire on the garment list prepared, the countersignature of the location's Contract Manager (or his designee) identified in Paragraph 10 of these specifications. The countersignature shall represent the City's agreement as to the accuracy of the list. In order to facilitate comparison of the number of garments delivered to the prior week's list of garments picked up, Contractor shall deliver garments on hangers separated by individual employees. 5.6 Repair Tags: Contractor shall supply each City location in the uniform program with service tags which may be affixed to any garment(s) requiring repair. Said tag must provide an opportunity for an employee to identify the nature of the required repair so that the item can be pulled for repair during the next processing cycle. Uniforms turned in tagged for repair shall be returned by Contractor repaired within the next delivery cycle or replaced with a substitute garment if the repair cannot be made to comply with the next delivery cycle- 8 5.7 Condition of Materials on Delivery: All uniforms shall be protected from precipitation and against other damage while transit. The uniforms shall be in a dry, clean and serviceable condition upon delivery. If, upon unloading, uniforms are found damaged or otherwise unsuitable, they may be rejected by the City, at no cost to the City. If rejected, the respective Contract Manager(s) will notify the Contractor and will forward an affidavit descriptive of all such damages to the Contractor. The uniforms will be reloaded onto the same carrier's truck for return to the Contractor or for other disposition as the Contractor sees fit. 5.8 New Employees: New employees shall be supplied with uniforms within seven (7) calendar days of written notification to the Contractor by the City and measurement of employee by the Contractor's representative. Such notification, including the name(s) of new employee(s), shall be given to the Contractor's Customer Service Representative (route man) at the time agreed upon for delivery/pickup at that location. The Contractor may supply used uniforms to new employees provided such uniforms are in good repair, are of proper fit, and conform to all other City specifications. 5.9 Terminated Employees: The City shall provide Contractor with written notification of terminated employees. Such notification, including the name(s) of such terminated employee(s), shall be given to the Contractor's Customer Service Representative (route man) at the time agreed upon for delivery/pickup at that location. Rental charges shall cease upon delivery of such notification. Concurrent with, or within seven (7) calendar days of, such notification of termination the City shall return the rental garments of the terminated employee. City will pay any lost or damaged charges on the returned garments in accordance with the provisions of the contract. 6. Quantities: The City is obligated during the term of the Contract to rent needed uniforms from the Contractor, and the Contractor is obligated to supply the quantities which the City requires. The City reserves the right to increase or decrease the number of employees served, at the unit rental rates per the Bid Proposal/Pricing page. The quantities stated herein in "Special Conditions: Supplement A", are given as a general guide for bidding and are NOT guaranteed amounts, but they do represent the best estimate of the City based on most recent usage. 7. Delivery: The delivery of all uniforms associated with the Contract shall be F.O.B. Destination to any City facility location. 8. Delivery and nick-un. City facility locations: The uniforms, as allocated, shall be delivered and picked up at the following City facility locations on a weekly basis: DEPARTMENT/DIVISION ADDRESS Aviation/Custodian 3400 Tahquitz Canyon Way Maintenance Palm Springs, CA 92262 Airport Grounds Maintenance Recreation/Parks/Streets 425 N. Civic Drive Facilities Maintenance Palm Springs, CA 92262 Fleet Operations 9 9. Contract Manager(s): The Contract will be performed under the direction and supervision of the following Contract Managers for their respective City facility location: CONTRACT MANAGER DEPARTMENT PHONE NUMBER Administrator Airport Operations.........................................to be determined Administrator Facilities/Streets/Fleet/Parks.........................to be determined Any reference to the Contract Manager in the contract shall mean the respective and appropriate Contract Manager or his designated representative. 10. City Inspectors: City Inspectors (Contract Inspectors) are the Contract Managers and shall inspect all work done and all materials furnished. Such inspections may extend to all or any part of the work and to the preparation, furnishing or cleaning of the uniforms to be used. The Inspector is not authorized to revoke, alter or waive any requirements of the contract, nor is he/she authorized to approve or accept any portion of the complete project. He/she is authorized to call the attention of the Contractor to any failure of the work or Uniforms to conform to the contract. He/she will have the authority to reject uniforms or to suspend the work until the questions at issue can be referred to and decided by the Contract Officer. 11. Lost Charge: The City understands and agrees that all rental garments remain the property of the Contractor; therefore, if a uniform is lost or stolen, a charge will be recovered by the Contractor. Lost and stolen charges are to be charged at the unit prices identified on the pricing pages of these Bid documents. The Contractor shall identify the employee responsible for any loss and identify the date said loss occurred. Notification to the City of any losses must be made by the Contractor in a timely manner to provide an opportunity for the City to identify problem areas and to take corrective action. 12. Damage Charges: The Contractor shall accept all normal wear and tear free of charge. In the event that a garment is damaged in a situation other than normal wear and tear, the City understands and accepts the fact that a damage charge will be assessed. Damage charges are to be identified on the pricing pages of these Bid documents. 13.Additional Charges: Charges identified on the pricing pages of these Bid documents shall be inclusive of any and all charges for rental, cleaning, delivery, pickup and any other service necessary for performance of the contract. No additional charges for uniform rental, cleaning, pickup and delivery will be honored by the City. 14. Correction of the Work: The Contractor shall promptly remove from the City facility locations all Work rejected by the respective Contract Manager for failure to comply with the contract, whether incorporated in the delivery or pickup count or not, and the Contractor shall promptly replace and re-execute the work in accordance with the contract and without additional expense to the City. If the Contractor does not take action to remove such rejected Work within ten (10) days after receipt of written notice, the respective Contract Manager may remove such Work, store the materials, and replace the rejected Work with another Contractor's Work and deduct charges therefore from monies due or to become due to the Contractor. 15.Warranty: The Contractor shall expressly represent, warrant and agree that all uniforms for rental and/or cleaning services or Work provided or performed on or off City premises relative to this Contract will.- A. Conform in all respects to the City's specifications, requirements or other descriptions; B. Be fit for the purpose or purposes of intended use; C. Conform to all applicable local, State, and Federal laws and regulations; 10 D. Be of good quality, merchantable, of good workmanship, of materials best suited for the intended purposes, and free from defects of any kind or nature whatsoever. Additionally, any usage statement, guarantee, or warranty stated in the Contractor's Bid relating to uniform rental and cleaning services, or Work will be superseded by the terms and conditions stated in the contract or in their absence by the following: E. If said uniform rental and cleaning services or Work which is found to be defective in material, workmanship or design fails or is found to be nonconforming with the terms and conditions of the Agreement on any exchange date after the date of commencement of the Agreement, it shall, at the City's option, be repaired or replaced by the Contractor at absolutely no expense to the City. F. All items delivered or supplied hereunder will be free and clear of all liens, encumbrances, claims and security interests of whatever nature and substance. Upon request, the Contractor will supply the city with documents satisfactory to it, evidencing the absence of such liens, encumbrances, claims and security interests. 16. Public Access: The Contractor shall at all times conduct the Work in such a manner so as to ensure the least obstruction to traffic practicable. The convenience of the general public and the City employees shall be provided for in an adequate and satisfactory manner. Fire hydrants shall be kept accessible to fire apparatus at all times. 17. Parking: the Contractor's representatives may only park or leave their vehicle(s) in areas designated by the respective Contract Managers. 18. Uniform Disposition Upon Contract Expiration/Termination: Upon expiration of the Agreement term, or termination of the Agreement, the City will not "buy-out" uniforms that are in service. All uniforms that are in service will be returned to the Contractor in an "as-is" condition, with no additional cost to the City for normal wear and tear. Upon return of garments the City will pay any lost or damaged charges that apply. 19. Samples: Contractor shall submit samples of uniforms, representative of the uniforms to be supplied under the Contract. These samples must be submitted within 14 calendar days after Notice of Award. All samples must be tagged with the Contract Number and the Contractor's name. The Contractor shall submit for City approval male and female samples, where applicable, of the following items: One Shirt; One Pair of Trousers; One Pair of Shorts; One Coverall; One City Seal Emblem; One Name Emblem; and One Division Emblem. The City may retain or destroy articles of the uniforms or the uniforms submitted as samples for the purpose of determining Contract compliance with specifications throughout the duration of the Contract by testing. The City will be free from any redress of claim on the part of the Contractor as a result of such actions. Upon notification by the City that a sample is available for return, it should be retrieved within 30 days or the City will not be responsible for the disposition of said sample. 20. Inspection: The City reserves the right to tour the Contractor's plant and inspect Work in progress, receiving, holding, and shipping areas to insure to the City's satisfaction that Work is being performed in accordance with the City's Specifications. Such inspection(s) may take place prior to award of the Contract or at any time during the term of the Contract. 11 SPECIAL CONDITIONS: 1. Proiect Coordinator: The Contractor will be required to assign a Project Coordinator to the Contract. This individual represents and has full authority to act for the Contractor and shall be the City's key contact throughout the duration of the Contract. A space is provided on the Information Required of Bidder page for the Project Coordinator to be named with a telephone number for contact with the respective Contract Manager(s). 2. Bidder Qualifications: In order to be considered for award, each Bidder must submit with their Bid the "Information Required of Bidder", pages 19-20, completed in full. 3. Bid Security: Each bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form herein and made payable to the City of Palm Springs in the amount of two thousand five hundred dollars ($2500.00). Such guaranty shall be forfeited should the Bidder to whom the Contract is awarded fail to furnish the required proof of insurance, bonds and to enter into a contract with the City within the period of time specified in the IFB documents. Securities may be substituted for retained funds, if applicable, per Public Contract Code Section 22300. 4. Business License: The successful bidder will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled "Business Tax 5. Term Of Contract: The term of this Contract will be for (3) three years from date of award, with two (2) one (1) year renewal options upon mutual consent of the Contract Administrator and the Contractor. A. Option to Renew: At the sole discretion of the City, the Contract may be renewed for two additional years or any portion thereof. If the City exercises its option to extend, the unit prices shall be adjusted (decreased or increased) at the beginning of any such renewal period to correspond with the most recent annual change to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas. B. Contract Services Agreement: The successful bidder will be required to sign a Contract Services Agreement in a form acceptable to the City. A sample of such an Agreement is attached as an Exhibit "A" herein. C. Schedule of Work-The Contractor shall furnish to the City Representative a detailed work schedule showing how the Contractor will accomplish the Contract requirements. This work schedule shall indicate the number of personnel, tasks to be performed by each person and the amount of time necessary to accomplish the work. The schedule shall be kept throughout the duration of the Contract, and shall be modified and re-submitted to the City Representative as required. Any work to be performed not conforming to this schedule shall be approved by the City Representative prior to such occurrence. D. Adjustment of Services - The City reserves the right to reduce or increase, or otherwise adjust the scope of services. 7. Pricing Pricing quoted in this Bid shall be firm for the original three-year term of the resulting Contract. The unit prices shall be all-inclusive of rental, cleaning, delivery and pickup, and shall constitute the sole basis for computing the payment amount to the Contractor. 8. Payment: For all services which the Contractor is obligated to perform under the Contract, the 12 City shall pay to the Contractor a monthly price per facility/cost center per appropriate unit prices as set forth in the Contract. Payment shall be made by cost center upon submittal of a detailed Monthly Statement to the respective Contract Manager(s) of the City of Palm Springs. The Contractor shall submit a detailed Monthly Statement for each cost center. The cost centers are listed in Specifications, 1, C. Said Statements shall be submitted within the two weeks following the end of a billing period defined as a calendar month. Prior to the City payment of the Monthly Statements, the respective Contract Manager(s) shall review and approve payment based on the satisfactory completion of service. Payment shall be issued within thirty days of receipt of an accurate monthly statement(Net 30). 9. Award Of Bid: The Bid will be awarded to the lowest responsive and responsible Bidder based on the unit prices submitted on the Bid Pricing Page of this document. Responsibility of a bidder will be determined by the City based on each bidders experience and references_ The City will be the sole judge with respect to the responsiveness and responsibility of each bidder. 10, Performance Bond: The requirement for a Performance Bond is hereby waived for this Contract. 11. Time Is Of The Essence: Time is of the essence in performance of the work. 13 SPECIAL CONDITIONS: SUPPLEMENT "A" ESTIMATED CITY RENTAL USAGE BY NUMBER OF EMPLOYEES PER DEPARTMENT/DIVISION AND CONTENT/TYPE OF UNIFORM REQUIRED (SUBJECT TO CHANGE AT CITY'S DISCRETION) SHIRTS & POLO SHIRTS Department/ Employees Aviation/ Custodian 10 0 10 Aviation/ Maintenance 7 0 7 -Airport/ Grounds Maintenance 8 0 8 Parks/ Recreation 14 0 14 Facilities Maintenance 11 0 11 Fleet Operations 8 7 1 Street Maintenance 10 1 9 Shirt Totals: 68 8 60 EXECUTIVE PANTS TROUSERS AND/OR SHORTS - . - Employees Aviation/ Custodian 10 0 10 Aviation/ Maintenance 7 0 7 Airport/ Grounds Maintenance 8 0 8 Parks/ Recreation 14 0 14 Facilities Maintenance 11 0 11 Fleet Operations 8 0 8 Street Maintenance 10 1 9 Trouser and/or Shorts Totals: 68 1 67 COVERALLS, SEAT COVERS, MATS, MOPS &Department/ Division No. of Uniformed Blend Seat Covers Mats/ Mops & Employees Aviation/ Maintenance 7 7 0 4 Mops/Handles Parks/ Recreation 0 0 0 0 Facilities Maintenance 6 6 0 0 Fleet Operations 1 1 2 2 Mat Totals: 14 14 2 • 65% Dacron Polyester/35% Cotton Blend • Rental on a bulk basis only/ usage may be annual, seasonal or as outerwear with turn-in on an irregular and /or infrequent basis 14 Invitation for Bid (IFB) 08-03 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES Responding to the Invitation for Bid 08-03 for UNIFORM RENTAL AND CLEANING SERVICES, dated January 18, 2008, the Bidder proposes and agrees to provide the required services in good faith and as per customary market/trade quality in accordance with the General Conditions and Instructions for Bidders, Specifications and Special Conditions. The Bidder shall provide the herein specified Uniform Rental and Cleaning Services to the various City of Palm Springs' delivery and pick-up locations and will accept as full payment therefore the following unit prices: Tax=T , 1 Uniform Personnel Estimated Weekly# Unit Weekly Item# No Tax=NT ! Uniform Rental &'Cleaning quantity ,' °f Price Extension T or N ?T Des i Service Changes cription of 1 Blend Shirts 4 X 5 X $ $ ................. . .''.........23 3 Palo Shirts 25 X 5 X $ $ 4.__ Industrial Shirts „ 1 X 5 X $ $ 5 Hi-Visibility Shirt: 12 X 5 X $ $ Short Sleeve 6 Hi-Visibility Shirt: 3 X 5 X ' $ _long Sleeve_.. - 7 Blended Trousers, Shorts or 25 X 5 X $ $ Reg. Gray Pants y y 8 Ji CottonJTrousers or Shorts 22 X l5 X_..,_$.- - -----......._...-- 9 Blend Coveralls 14 X 5 X $ $ 10 Executive Pants 25 X 5 X $ Total/ $ Week Total/ Annual Week x 5 $ 2 Annual x 3 = 3 Year $ Term Tax=T No Tax= NT' Miscellaneous Estimated Unit Item# Tor NT7 Equipment Quantity ,,; Price, Extension ,_ 11 Soil Bins 2 X $ - $ - - 2 !8 Man Locker' I 4 13 Hanger Rack 5 X $ _ $ �1 -- 4 ._ _3 X 5 Mats 2 X- -- � '- .._. .._ _. .. ' ._._its._ �..�.. ...._.�_ $.. .. . . . 15 38" Dust Mops 4 X $ = $ 16 DustMop Handle 4 17 Seat Covers 2 X $ - $ 15 Invitation for Bid (IFB) 08-03 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES Tax=T No Tax='NT NnitiaN,Set-Up Charges Estimated ^ Unit Item# Tor NT?, Description of Service- Quantity_• w,,; • • Price_• „Extension 18 Set-up charge for Initial Installation & measurement per 82 X $ _ $ employee -for INITIAL Set-up Only(70 employees x I I v ry770 X ,r$W.• ..,"-„ . —,�$^ ---••-•' ---19 � T' � Name Patches,--•^- . 20 Department Patches 'for INITIAL set-up only(42 employees x 462 X $ _ $ 11 patches 21 City Emblems `for INITIAL set-up only(57 employees,x,, '627 X $ ,i = $ 11 emblems Tax-T No Tax-- NT After Initial Set-Up Charges Unit Item# T or NT? Description of Service ^ Price 22 Set-up charge for New $ Installation &measurement per new employee 23 Name Patches $ 'AFTER•initial set-up _ 24 Department Patches $ *AFTER initial set-up only .- --- hems - -. ... . . .- .. .. ., 25 ,' City Emblems i "AFTER initial set-u 'only Tax=T I I I I I 1 1, No Tax=NT ;, Change Out Fees Unit Item k -T•or NT? Description"of Service, " Price .. 26 Change out Fee per ite m em For exchanges in size or style(i.e.:Trousers to shorts,long sleeve to short sleeve) $ 'No Fee is to be char ed for exchanges due to worn-out c7arments. 16 Invitation for Bid (IFB) 08-03 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES Tax=T ' " No Tax= NT Casualty Charges Unit Item.#, , - T:or NT7 „ , ;,-, „ „ Description bf,Service, Price 27 Blend Shirts $ 'LostlStolenl or Damaged 28 GosGSno en rt5_.i or Damaged, _ _ 29 Blend Trousers or Shorts $ 'LostlStolenl or Damaged 30.. - - ----.... .. ..- .. - - - - ---- - - Cotton Trousers or Shorts $ 31 Blend Coveralls 'Lost(Stolenl or Damaged ..$ . . YostlStolenl or Damaged Prices above for Lost/Stolen or Damaged garments shall be the same, regardless of time in service. Note; It is requested of all Bidders to complete the second column, indicating a "T" for Taxable or "NT" for Non-Taxable. Once substantiated, this will eliminate potential invoicing discrepancies for the duration of the contract- Specialized or custom patches will be priced at the time of request. 17 The Bidder proffers this Bid with the understanding and agreement to begin full service by Tuesday February 19 at 8:00AM local time. It is further understood and agreed that any Bid submitted in response to this Invitation for Bids may not be withdrawn until Ninety (90) calendar days from the Bid Opening date and time. Invitation for Bid (IFB) 08-03 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES Name of Bidder(Company/Firm): Authorized Representative of Bidder(print Name and Title): Authorized Signature: Date: California State Business License Numbers(s) & Registrations(s): Explain in detail how damage charges are assessed and calculated. Include amortization notes over a contract duration of three (3)firm, fixed pricing years and by life of garment: State response time for repairs to uniforms after notification by City tagging and pickup by Contractor: State Bidder availability for on-site problem resolution and /or City requested conferences in terms of distance to be traveled or time to respond: Please describe proposed methodology to resolve individual usage, inventory, wear or appearance problems: 18 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ) ss. County of ) I, being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER: BY: TITLE ORGANIZATION ADDRESS SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF 20 NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE MY COMMISSION EXPIRES: 19 CITY OF PALM SPRINGS UNIFORM RENTAL AND CLEANING SERVICES (IFB 08-03) Information Required of Bidder NO PROPOSAL WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL. ALL APPLICABLE ITEMS MUST BE FILLED OUT. Bidder is required to supply the following: 1. Contractor/Firm Name and Address 2. Name and Title of person authorized to negotiate a contract for the firm: 3. Telephone Number: (FAX) 4. E-mail address: 5. Type of Firm: ❑ Individual ❑ Partnership ❑ Corporation ❑ Other 6. Corporation organized under the laws of the State of 7. Business License No. Expiration Date: 8. List at least five (5) current contracts/references which are similar to the requirements in this IFB. Contract$ Contract Account Name & Address Contact Person Amount Term & Phone Number a. b. C. d. e. 20 9. List the name, title, and telephone of the person ("Project Coordinator") who will supervise full-time the work of this Contract for your firm: 10. Number of years in this type of business: 11. Response Time, if applicable: (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) 21 KNOW ALL MEN BY THESE PRESENTS,BID BOND That as Principal, and as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (state in words and figures): $2,500.00 Two Thousand Five Hundred Dollars for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule(s) of the City's Contract Documents entitled. IFB 08-03 Uniform Rental and Cleaning Services NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents and furnishes the required Certificates of Insurance, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED this day of 20 CONTRACTOR: SURETY: (Check One:_individual,_partnership,_corporation) By: By: Signature (NOTARIZED) Print Name and Title: Title: (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) By: Signature (NOTARIZED) Print Name and Title: (Corporations require two signatures;one from each of the following groups:A.Chalrman of Board,President,or any Vice President, and B.Secretary,Asst.Secretary,Treasurer,Asst.Treasurer,or Chief Financial Officer.) 22 EXHIBIT "A" CITY OF PALM SPRINGS CONTRACT SERVICE AGREEMENT THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this day of . 20 by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and , (herein "Contractor"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows. 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed (b) has carefully considered how the services should be performed and (c) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has, or will, investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall 23 immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (1) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions in Exhibit "B" shall govern- 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of ($ ) (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings- 24 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (151) working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be 25 replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 26 5.0 INSURANCE, INDEMNIFICATION AND BONDS. 5.1 Types of Insurance. Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Contractor, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Contractor shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: a) Commercial General Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property damage including coverage's for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. b) Workers' Compensation Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Contractor agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. c) Business Automobile Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. d) Employer Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00)for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this agreement. Contractor guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of $10,000. 27 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Contractor pursuant to this Agreement: 5.3.1 For any claims related to this Agreement, Contractor's coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. 5.3.2 Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. 5.3.3 All insurance coverage and limits provided by Contractor and available or applicable to this Agreement are intended to apply to each insured, including additional insured's, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. 5.3.4 None of the insurance coverage's required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverage's set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager ar�d aRRro_v_ed��w[itinq= 5.3.5 Contractor agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Contractor's obligation to ensure timely compliance with all insurance submittal requirements as provided herein. 5.3.6 Contractor agrees to ensure that subcontractors, and any other parties involved with the Project who are brought onto or involved in the Project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. 5.3.7 Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. 5.3.8 Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this 28 Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. 5.3.9 Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. 5.3.10 The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. 5.3.11 Contractor agrees to provide Immediate notice to City of any claim or loss against Contractor arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 5.3.12 Contractor agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 5.5 Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverage's required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor's insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers' Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: 1. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..."("as respects City of Palm Springs Contract No. or "for any and all work performed with the City"may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No._" or "for any 29 and all work performed with the City' maybe included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor's obligation to provide them. 5.6 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original, notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term or the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 5.7 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best `s Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 30 62 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records_ Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City any documents or materials prepared by them, and in the event Contractor falls to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party, in writing, of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (1) any amounts the 31 payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liguidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of ($ 100.00 ) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit "D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7,S Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to 32 compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 82 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9,0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it 33 should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 92 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. M Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. (Signatures on next page) 34 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation By: By: City Clerk City Manager APPROVED AS TO FORM: By: City Attorney CONTRACTOR: Check one:_Individual_Partnership ,Corporation Corporations require two notarized signatures: One signature must be from the Chairman of Board. President,or any Vice President.The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). 8y: By: Notarized Signature of Chairman of Board, Notarized Signature Secretary,Asst Secretary, President or any Vice President Treasurer,Asst tre5surer or Chief Finandol Officer Name: Name. Title: Title: State of f State of f County of Iss County of �Ss On before me, On before me, personally appeared personally appeared personally known personally known to me (or proved to me on the basis of satisfactory evidence) to me(or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), executed the same in his/hor/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) person(s), or the entity upon behalf of which the person(s) acted,executed the instrument. acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal Notary Signature: Notary Signature: Notary Seal: Notary Seal: 35 VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABSTRACTDUE a ID DATE: 1 iDDINCTo:_ ���'1 h� c— �� 1 C- IJANTITY COMMODITY ITEM t5 �I CL41`.' J / 1' 4.`(.1.'4U )