Loading...
HomeMy WebLinkAbout5/15/2013 - STAFF REPORTS - 2.I. ALM Sp9 iy V N « r ero...co' P q<1FORN� City Council Staff Report DATE: MAY 15, 2013 CONSENT CALENDAR SUBJECT: APPROVE CONTRACT SERVICES AGREEMENT FOR UNIFORM RENTAL AND CLEANING SERVICES FOR VARIOUS DEPARTMENTS FROM: David H. Ready, City Manager BY: Department of Public Works & Engineering / Facilities Maintenance SUMMARY This action would award the uniform rental and cleaning Contract Services Agreement for the City's maintenance personnel for the Aviation, Facilities, Fleet, Parks, Recreation, and Streets departments. RECOMMENDATION: That City Council Award the bid for uniform rental and cleaning services to the incumbent, Cintas Corporation of Ontario, CA on the basis of grand total price for an estimated annual expenditure of $8,574.00 and a total amount not-to-exceed $25,722.00 for the initial three-year term. STAFF ANALYSIS: The Procurement and Contracting Division conducted a formal Invitation for Bid (IFB 13- 13) that was posted to the City's website, and notices were faxed and e-mailed to eight uniform companies. Two vendors responded to our invitation to bid. The results of the bid are tabulated below: Company: Grand Total Lump Sum Price Cintas Corporation $25,722.00 Prudential Overall Supply $43,966.08 ITEM NO. x 'T City Council Staff Report May 15, 2013 -- Page 2 Cintas Uniform Rental & Cleaning In order to evaluate prices offered, City Staff utilized the following criteria: • Number of personnel to be clothed • Types of uniforms to be rented • Frequency of uniform changes • Number of miscellaneous equipment to be rented • Charges for expected loss/damage, preparation and set-up charges and charges for miscellaneous items such as name patches and emblems (estimated) At the mutual consent of the contract administrator and contractor, 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. The incumbent Cintas Corporation is located in Ontario, California, and was the lowest, responsive, responsible bidder. Staff is recommending that the City Council approve the Uniform Rental and Cleaning Services Agreement for the City's maintenance personnel. FISCAL IMPACT: Funds have been approved in the proposed 13/14 Budget and are available in the following account numbers: 415-6200-43290 for Aviation, 520-5470-43290 for Fleet Operations, 520-5641-43290 for Facilities Maintenance, 001-2451-43290 for Parks Maintenance, 001-4201-43290 for Street Maintenance and account 001-2510-43290 will be created for Recreation. 2 Dave Barakian, Director of Public Works David H. Ready, City and Attachment: Low Bid 02 Cie COVERLETfER May2,2013 - - - City of Palm Springs Att:Leigh A.Gileano 3200 Tahquitz Canyon Drive Palm Springs,CA Cintas Corporation 2150 S.Proforma Ave Ontario CA 91761 i Subject:lF613-13:Uniform Rental and Cleaning Services for City employees at various delivery and pick-up i locations.in the City of Palm Springs. This letter is to acknowledge Cintas Corporations receipt and intent to respond in full to the City of Palm Springs BID.We acknowledge the proposed pricing will be valid for a period of 3 years over the duration of the contract. In the following pages we will cover Cintas Corporation's relevant abilities and processes in relation to performing the work under this contract. This Proposal is in strict compliance with the Request for Proposals and Draft Agreement exceot for the items listed. 1. Final contract terms and language must be approved by Cintas Legal department in their final form. Most seem to mirror the current agreement in place and would be honored. 2. Pricing offer and process is built upon a complete audit and refresh of any worn garments with reduction in costs from current pricing on all items. - - The primary contact during the evaluation is: Paul DiVincenzo:Senior Executive: divincenzop@cintas.com :(909)215-7044 We hope our attention to detail in this proposal is viewed as a validation of our attention to detail in our services to ensure a continued high quality uniform service for the City of Palm Springs provided we are selected again. Thank you for your acceptance of our submission. Since/rely, L Paul DiVincenzo Cintas Corporation 2150 5 Proforma Ave. Ontario,CA 91761 Phone:909.930.9096 Fax:909.354.3309 03 INVITATION FOR BID IFB 13-13 FOR PROVIDING UNIFORM RENTAL AND CLEANING SERVICES INDEX: THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING: PAGE CONTENTS.......................................................................................................................-.........._.1 NOTICE INVITING BIDS _ ................ ... 2 BIDDER'S CHECK LIST........................... .................................................................................... 3 TERMS&CONDITIONS .............................................................................................................4-7 SCOPE OF WORK,SPECIFICATIONS, &SPECIAL CONDITIONS........ ......... ...........5-14 SPECIAL CONDITIONS SUPPLEMENT`A".................................................................................15 ATTACHMENT"A"MUST BE MANUALLY SIGNED................................. ...............................16 ... BID PROPOSALIPRICING, PAGE 20 MUST BE MANUALLY SIGNED............ ....................17-20 AFFIDAVIT OF NON-COLLUSION ........................._..............:::....................--.------------...............21 INFORMATION REQUIRED OF BIDDER.......................---.....................................................22-23 BID BOND FORM.... ..........:.............................................. ............... .......:.....24 EXHIBIT"A"-SAMPLE CONTRACT SERVICES AGREEMENT.............................................25-50 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 9=2 DATE DUE: THURSDAY,MAY 2,2013 TIME DUE: 4:00 PM LOCAL TIME BIDDER'S NAME: ckd"Corpomdw ADDRESS: 2150 S.Proforma Ave,Ontario CA 91761 PHONE: 909.930.MS-Office,909.216.70"-01met SIGNATURE: 1 04 CITY OF PALM SPRINGS,CALIFORNIA NOTICE INVITING BIDS IFB 13-13 NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified firms 10 provide: Uniform Rental and Cleaning Services for City employees at various delivery and pick-up locations In the City of Palm Springs. The City requires the contractor to provide all labor, 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. Bids will be received until 4:00 P.M. LOCAL TIME, THURSDAY, MAY 2, 2013, at the Office of Procurement & Contracting, 3200 Tahqultz Canyon Drive, Palm Springs, CA., at which time they will be publicly opened and read in the Procurement Office. Said Bids will be referred to the City Council for consideration at their next regularly scheduled meeting. No Bid will be Considered unless R is made on a bid form fumished 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, 3200 E. Tahquitz Canyon Way, Palm Springs,California 92262. Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City Of Palm Springs In the amount of two thousand five hundred dollars ($2,500.00). Such guaranty shall be forfeited should the Bidder to whom the Work is awarded fail to fumish OBTAINING IFB DOCUMENTS AND REGISTRATION AS A BIDDER: The IFB documents may be downloaded via the internet at www.palmsprinascaagov, (go to Government, Departments, Procurement,Open Bids&Proposals). 9 you are interested in submitting a Bid,it Is IMPERATIVE that you contact Leigh Glleno, Procurement Specialist 11, via email at LeighAnn.Gileno(a)paimsprings-ca:gov to officially register as a Bidder for this aMcific project with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the Bid. Note: You may also register your fine in the City's on-line general vendor database system while on the website, but you MUST still contact Leigh Gileno as instructed above to register as a Bidder for this specific IFB 13-13. 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. It is the responsibility of the Bidder to see that any Bid sent through the mall shall have sufficient time to be received by the Procurement Office prior to Bid opening time. Late Bids will be returned to the Bidder unopened. The receiving time in the Procurement Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will nott4be0 accepted �;Q 0 . Procurement Specialist 11 Date: April 3,2013 2 05 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO.13-13 BIDDER'S CHECK LIST 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. i 11 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 1,to the Invitation for Bids must be manually signed. X Bid Proposal/Pricing, Page 18 and 20, must be manually signed. X Attachment"A Signature Authorization Page, Page 16 must be signed X Erasures or other charges made to the Bid Proposal/Pricing Page must be Initialed by the person signing the Bid. _2L Affidavit of Non-Collusion by Contractor form, Page 21, must be notarized and signed by a Notary Public. X Information Required of Bidders, including reference Information, Pages 22-23, 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 24 must be executed and notarized as indicated, If applicable. X All Addenda Issued shall be acknowledged in the space provided in Attachment "A" page or by manually signing the Addenda sheet and submitting it prior to the Bid Opening Time and Date. Failure to acknowledge all addenda may render your Bid non-responsive, 3 06 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 award to the lowest responsive responsible bidder or to reject all bids, as it may best serve the interests of the City. Furthermore, the City reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of a 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 reserves the right to reject any or all Bids and to waive any informality or technical defect in a Bid, as It may best serve the interests of the City. The City also reserves the right to make such Investigations as it deems necessary to determine the ability of the Bidder to perform the Work and the Bidder shall furnish to the City all such information and data for this purpose as the City may request.. The City reserves the right to reject any Bid if the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is property qualified to carry out the obligations in the bid documents and to complete the Work contemplated therein. 5. The decision of the Palm Springs City Council will be final. It is anticipated that City Council will award the bid at their regularly scheduled meeting following the closing date for receipt of bids. 6. Bidder's signed proposal and written acceptance by the City•shall constitute an agreement 7. 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. 8- 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 19350 or any other acts of Congress. 9. When discrepancies occur between unit prices and extended amounts the unit prices shall govem. 10. Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be Wined and sworn before a Notary Public with a commission in the State of Callfomta. 11. 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 12. NO BIDDER WILL BE ALLOWED TO OFFER MORE THAN ONE PRICE ON EACH ITEM even though bidder may belle" that two or more types will meet the 4 07 specifications. If said bidder should submit more than one price on any item, all prices for the item maybe rejected at the discretion of the City. 13. Basis of Award: The City reserves the right to award to the lowest responsive and i 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. 14. Successful Bidder will be required to meet all City Insurance requirements. See Contract Services Agreement(Exhibit A),section 5.0. 15. Questions- Bidders, their representatives, agents or anyone else acting on their behalf 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 IFS other than as directed below. Contact with anyone other than as directed below will be cause for rejection of a bid. ANY questions, technical or otherwise, pertaining to this Invitation to Bid must be submitted IN WRITING and directed ONLY to: Leigh Ann Giieno, Procurement Specialist 11 Procurement Department 3200 E.Tahquitz Canyon Way,Palm Springs, CA 92262 (760)322-8374 Email: LeighAnn.Gileno(&Daimspringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of Addenda, mailed or delivered to all parties recorded as having received the Bid Documents. The deadline for questions Is TUESDAY,APRIL 23,2013 AT 3.00 P.M. Questions received after the deadline may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 16. it is understood that the materfallservices offered by the Bidder will meet all requirements of the specifications in this Invitation unless deviations thereto are dearly Indicated in an attachment titled "Deviations from 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 a deviation is indicated,giving in detail the extent of, and reason for,the deviation. The City shall be the sole ludae as whether or not a deviation is acceptable. Furthermore. the City shall be the sole fudge as to whether an item is an approved"equar where*or equal"or"equivalent"is indicated. 17_ 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 ($2,500.00). Such guaranty shall be forfeited should the Bidder to whom the Contract is awarded fall to fumish 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,N applicable, per Public Contract Code Section 22300. 18. The requirement of a Performance Bond has been waived. 19. Notice of Award: After award of the Bid by the Palm Springs City Council If necessary, a Notice of Award letter and/or Purchase Order will be Issued to the successful Bidder. 5 08 20. The Bidder agrees that the City has the right to make the final determination as to whether the material/services has been satisfactorily delivered and meets acceptance criteria as defined in the Bid documents. 21. Delivery: Time is of the essence in the performance of the work and delivery of the material/services. The bidder must indicate on the Bid Proposal page the time required for delivery and installation, in number of calendar days, after receipt of order (ARO). Delivery/Installation may be a factor in award of bid and may be cause for rejection, as determined by the City. 22. Termination for Default: The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth In the terminated order and the actual cost thereof to the City. The prevailing market price shall be considered the fair repurchase price, If, after notice of termination of this contract under the provisions of this clause, iYs determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as If the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 23. Termination for Convenience: The City may, by written notice stating the extent and effective date, terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the City, with rasped to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided In this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 24. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. 25. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 26. Local Preference. Pursuant to the City of Palm Springs Local Preference Ordinance 1756, the term "Local Business' is defined as a vendor, contractor, or Contractor who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or bid opening date,from which the vendor, contractor, or Contractor operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley' is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley' includes the cities of Beaumont and 6 09 Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing such physical address. In the bidding of, or letting for procurement of, supplies, materials, and equipment,as provided in Ordinance No. 1756, the City may give a preference to Local Businesses in making such purchase or awarding such contract In an amount not to exceed five (5%) percent of the Local Business' total bid price, or $15,000, whichever amount is tower. Total bid price shall Include only the base bid price but also adjustments to that base bid price resulting from alternates requested in the Solicitation_ in order for a Local Business to be eligible to claim the preference,the business MUST request the Preference In the Solicitation response (see Attachment W) and provide a cony of Its current business license from a lurisdiction in the Coachella VaBev. 27. Payment Terms- The standard terms at the City of Palm Springs are Net 30 days. 7 lO CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO.13-13 SCOPE OF WORK.SPECIFICATIONS,AND SPECIAL CONDITIONS UNIFORM RENTAL AND CLEANING SERVICES 1. Scone 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 pidwp/dellvery services for all participating City Divfslons/locatlons listed, and any additional City Divislons/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: shalt 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 waist 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, riot cuffed,City's choice of color(s). 2.3 Patches: shah be dacron(cotton blend sanforized and embroidered of matching color. 2.4 Name and division emblems: shall be 1 'h"x 3 '/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`Yo 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. 3. Proper Fit: The Contractor must individually measure each City employee to assure the 8 11 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. Startina Inventory: The City's work week is a four (4) day work schedule. The Contractor shall begin the Contract period by furnishing nine (9) uniforms per employee which must consist of nine (9) long or short sleeve shirts (whichever Is appropriate as described herein)and nine(9) pair of trousers or shorts. 5. Specifications for Uniform Rental and Cleanina 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 low* 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 uniform delivered with wrinkles. 5.3 Continual Replacement: Contractor shall maintain garments with a constant good appearance. Gannent-for-garment replacements shalt 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 fiem can be pulled for repair during the next processing cycle. Uniforms fumed in tagged for repair shall be returned by 9 12 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. 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 "Specaf 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. j 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-up, 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 Tahquftz Canyon Way Maintenance Palm Springs, CA 92262 Airport Grounds Maintenance Recreation/ParkstStreets 425 N.Civic Drive Facilities Maintenance Palm Springs, CA 92262 10 1� Fleet Operations 9. Contract Mansuer(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 representailve. 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 bat 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-exacute the work in accordance with the contract and without additional expense to the City. It 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 11 14 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. 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.Parkina: 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/Terminatdon: 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 nofification by the City that a sample is available for return, R should be retrieved within 30 days or the 12 15 City will not be responsible for the disposition of said sample. 20. n i n• 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 Citys satisfaction that Work is being performed in accordance with the Citys Specifications. Such Inspection(s) may take place prior to award of the Contract or at any time during the term of the Contract. SPECIAL CONDITIONS: 1. Profect 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 22-23,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 IB 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. Tenn Of Contract: The tern 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 shalt 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 13 16 City Representative prior to such occurrence. D_ AAdiustment of Services - The City reserves the right to reduce or increase, or otherwise adjust the scope of services. 7. Pricinc: Prices to remaln firm for initial contract period of (3) three years; and two (1) one year renewal options upon mutual consent of the City and the Contractor. 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. 8. 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 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 rnonthly statement (Net 30). 9. Award Of Bid: The Bid will be awarded to the lowest responsive and responsible Bidder based on the grand total lump sum price for the initial set-up and 3 year term of all uniform rentals and cleaning services 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 and Payment Bond: The requirement for a Performance and Payment Bond is hereby waived for this Contract. 11.Time Is Of The Essence: Time is of the essence in performance of the work. 14 17 SPECIAL CONDITIONS: SUPPLEMENT"A" ESTIMATED CITY RENTAL USAGE AND CLEANING BY NUMBER OF EMPLOYEES PER DEPARTMENTIDIVISION AND CONTENTITYPE OF UNIFORM REQUIRED (SUBJECT TO CHANGE AT CITY'S DISCRETION) SHIRTS& POLO SHIRTS F Department/ Division No. of Uniformed Blend Cotton Polo Employees Shirts Aviation/Custodian I 11 3 i 1 11 Aviation/Maintenance 8 8 Airport/Grounds Maintenance 5 5 3 Parks 13 0 3 10(Provided by Chy- laundDr on I Facilities Maintenance 10 4 6 Fleet Operations 7 4 1 2 Street Maintenance 8 3 4 1 17 Shirt Totals: 62 27 14 (10 Polo shirrs provided by the EXECUTIVE PANTS,TROUSERS AND/OR Department" Division No. of Uniformed Blend Cotton/ Shorts Employees Aviation/Custodian 11 1 3 1 11 Aviation/Maintenance 8 8 4 Airport/Grounds Maintenance 5 5 3 5 Parks 13 0 10 3 Facilities Maintenance 10 0 7 3 Fleet Operations 7 4 1 1 Street Maintenance 8 3 1 4 Trouser and/or Shorts Totals: 62 23 33 20 COVERALLS, SEAT COVERS, MATS.MOPS& HANDLES Department/ Employees Aviation/Maintenance 7 7 1 0 1 0 Parks 0 0 0 0 Facilities Maintenance 3 3 6 ea 0 0 Fleet O rations 2 2 4 Fender Cov. 2 Mats Totals: 12 12 4 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 15 18 ATTACHMENT"A" IFB 13-13 UNIFORM RENTAL AND CLEANING SERVICES *NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED WITH YOUR BID* SIGNATURE AUTHORIZATION NAME OF PROPOSERIFIRM: CIntas Corporation A. I hereby certify that I have the authority to offer this bid to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should i be successful in my bid. SIMUTURE Paul DiVincenzo PRINT NAME B. The following Information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 7. If successful,the contract language should refer to me/my company as: —An individual; —A partnership, Partners'names: A company; C A corporation 2. My tax identification number is: 880337164 CHECK IF THE FOLLOWING STATEMENT APPLIES: My flark1company Is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license from a furisdWon within the Coachella Val!" Is reautred to be attached to this document In order to request the Local Preference. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by Including the acmoWedgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being deemed non-responsive. In the space provided below,please acknowledge receipt of each Addendum: Addendum(s)# 1 istare hereby acknowledged. 16 19 1 ATTACHMENT"A" IFB 13-13 UNIFORM RENTAL AND CLEANING SERVICES *ATE: THIS FORM MUST BE COMPLETED AND INCLUDED WITH YOUR BID" SIGNATURE AUTHORIZATION NAME OF PROPOSERIFIRM: Clntas Corporaton A I hereby certify that I have the authority to offer this bid to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myselfAhis company in a contract should I be successful in my bid. SIGNATURE Paul Wncenzo PRINT NAME B. The following Information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful,the contract language should refer to me/my company as: _An individual; A partnership, Partners'names: A company: - A corporation 2. My tax identification number is:_ CHECK IF THE FOLLOWING STATEMENT APPLIES: My firm/company is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Copy of current business license from a kidedicgon within the Coachella Valley_ is required to be attached to this document In order to mguest the Local Preference. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by Including the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result In your bid being deemed non-responsive. In the space provided below,please acknowledge receipt of each Addendum: Addendum(s)fF 1 isfare hereby acknowledged. 16 19 EXIMIT"C" CONTRACTOR'S PROPOSAL 47 20 ciNrAs® BACKGROUND & APPROACH Introduction: Cintas designs,manufactures and implements corporate identity programs for approximately 800,000 businesses in the United States.Cintas operates more than 400 facilities in the U.S.and Canada,including 11 manufacturing plants and eight distribution centers that employ more than 34,000 people. The Cintas facility in Ontario California that will service the City of Palm Springs is the local Cintas facility to the service station with wash support in Ontario,CA.This includes over 200 uniform processing employees along with about 35 Service Representatives and routes. Local Service Capabilities: The City of Palm Springs will have the full resources of Cintas Corporation Nationally as well as the local Ontario California staff including a dedicated Service Representative that performs on-site weekly pick up,delivery, changes,credits, ordering,and verification that all is running smoothly with the garment services. In addition the City of Palm Springs has a Service Manager and access to General Manager that can be called on to help with any items beyond the week to week services,including but not limited to,uniforms ordering, changing,and billing credits or clarification. • Portable Route Computers are on each vehicle allowing for changes to be entered by the service representative each week for fast changes requested to be applied to the account. Cintas's abilities in Garment/Uniform Manufacturing,Logistics,Weekly Inspection,and customer service are unrivaled and outlined in the included Power Point. Cintas Unique Products and Service/Communication Systems: Unique Garment Manufacturin¢ • Cintas has some of the largest internal manufacturing systems as well as extensive garment manufacturer relationships being one of the largest Uniform Suppliers in the United States. • All garments the City of Palm Springs has outlined would be manufactured in-house by Cintas with the lightest weight but durable construction in the Uniform industry.SAMPLES are available for the City of Palm Springs to compare as Cintas Uniforms are the Most comfortable and Durable in the Uniform industry. Women's Garments are Not an afterthought.Cintas has the Only true women's line in the Uniform supply industry a Garments are Stocked locally in Ontario allowing for a one week turnaround on most sizes up to 3XL and ....__.. __. —46inch waist. _. ... _. _. ..... _.. _. '... . _. .. • Odd waist sizes are available up to 38 inch in Men's. Unique Service Systems Garment Tracking Cintas Corporation 2150 S Proforma Ave. Ontario,CA 91761 Phone:909.930.9096 Fax:909.354.3309 21 C WE A6. • Cintas ID Tapes every garment for internal tracking at the processing facility.This ensures that the garments are returned to the City of Palm Springs's sites each week they are turned in to be processed. • Manual Backup:If there is a discrepancy in what was picked up to delivery.Cintas has an'Individual Garment Check sheet"system that can be employed by the service representative;whereby they count each garment that is picked up on site.A copy of a tri-copy is given to the locations contact with that weeks pick up count.These are then counted,manually;again at the Cintas facility prior to delivery to ensure what was picked up the week before is also being delivered. • This manual counting is done in addition to the electronic tracking already in place.This helps to still have a human hand in the process for our customers to ensure that the garments are returned in full. Weekly Garment Inspection • Every garment that is washed is inspected for repairs and replacement orders without our clients asking. 90+%of our weekly replacements are initiated by Cintas at no cost to our clients. • Each shirt is hung on a lighted mannequin for our inspectors to look for missing buttons,and rips and tears needing attention.Pants are inspected for zippers,seam rips,and other holes. • All garments are slated for replacement the week of inspection if they are not up to standards outlined by the ID Tape Date and Contract. Service/Customer Service/Accounting • All Cintas Service Personnel are paid on performance of a CSI(Customer Service Index)This ensures that the weekly check in process and survey is directing the City's experience with Cintas. • The City of Palm Springs have a variety of ways to access Cintas Service: - Weekly Service Rep(Onsite changes)(Weekly Satisfaction Checklist) - Customer Service(E-mail or Phone)(Backup for weekly requests) - Service Manager(E-mail or Phone)(Service Rep Vacation/Backup/Escalation/Quarterly Survey) - General Manager(E-mail or Phone)(Escalation,Annual Survey) - Senior Executive(E-mail or Phone)(Ongoing Support for City across Cintas Services) • Cintas Accounting system will allow for the City of Palm Springs to direct the billing breakdown to streamline internally across Departments/P.O.'s/Budgets to ensure accurate and manageable payables. Garment Wash Process: • Every garment is separated on Cintas Service Pickup.They are separated by soil type to ensure they are washed with like garments. • Each type of load(Mechanics,Building Maintenance,Painters,etc)is washed in an automated,unique formulation to ensure garments are as clean as possible from the various work environments. • Cintas wash process is Alkaline vs.Acidic as most Industrial Laundry companies still are.We Lead the way in our wash process being lighter on the skin to uniforms wearers. ®dNO6 a green project • NPE-Free(Nonylphenol Ethoxylate)Detergents-Cintas has transitioned companywide from a Nonylphenol Ethoxylate(NPE)based detergent to a new,more environmentally friendly detergent for use in all of our laundry facilities, Cintas was the first major industrial laundry company to convert 100%from an Nonylphenol Ethoxylate based detergent Cintas Corporation 2150 S Protorma Ave. Ontario,CA 91761 Phone:909.930.9096 Fax:909.354.3309 22 CINEA& METHODOLOGIES & WORKPLAN The above management team will work with each one of site coordinators for the City of Palm Springs along with Cintas resources to accomplish the following items and any other the Agency and Cintas agree on to ensure a smooth transition and on time delivery to commence services by the delivery date. Cintas will utilize internal Cintas personnel and resources to accomplish these tasks beyond the management team listed but will be directed by the Senior Service Manager to ensure all processes are being implemented. The Overview/Initial list of tasks in the roll out are as follows 1. Complete any/all Contractual Requirements:Insurance Certificate,Business License, 2. Establish Billing/Account structure 3. Order and select approved Garment/Logo Samples with Agency Management 4. schedule on-site inventory review for all delivery locations and personnel S. Send uniform refresh List verification to Agency for final check/validation or any missed sizing's due to Vacation/LOA,etc 6. Provide Agency Management with Weekly Service Rep Contact info and Calendar of Delivery Date and Times for Racks,Uniforms and all facility products(mats,towels) 7. Cintas Management onsite for first delivery co-ordination Cintas Corporation 2150 S Proforma Ave. Ontario,CA 91761 Phone:909.930.9096 Fax:909.354.3309 23 Replaced by Addendum 1 Invitation for Bid(IFB)13-13 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES Responding to the Invitation for Bid 13-13 for UNIFORM RENTAL AND CLEANING SERVICES, dated MAY 2, 2013, the Bidder proposes and agrees to provide the required services in good faith and as per customary market/tmde quality in accordance with the General Conditions and Instructions for Bidders, Specifications and Special Conditions. The Bidder shall provide the herein speafied 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 Uniform Personnel Week) # Uniform Rental& y Unit Weekly Item# No Tax--NT Estimated of T or NT? Description of Service Leaning Quantify Changes prim Extension 1 Blend Shirts 11 X 4 X $ $ 2 Cotton Shirts 14 X 4 X $ $ 3 Polo Shirts 25 X 4 X $ $ 4 Hi-Visibility Shirt: 8 X 4 X $ $ Short Sleeve 5 Hi-Visibility Shirt: 8 X 4 X $ $ Long Sleeve g Blended Trousers,Shorts 38 X 4 X $ $ or Reg.Gray Pants 7 Cotton Trousers,Shorts 19 X 4 X $ $ or Cargo Shorts 8 Khaki Pants 11 X 4 X Is $ 9 Executive Pants 11 X 4 X $ $ 10 Blend Coveralls 2 X 4 X $ $ 11 Cleaning Only of City 10 X 4 X $ $ Owned Polo Shirts Totall $ Week = Annual $ lust x 3 Year $ r=kx52 3 - Term Rem Tax--T Miscellaneous Estimated Unit # No Tax=NT Equipment Quantity Price Per Monthly Extension T or NT? Month 12 Soll Bins 5 X $ m $ 13 Hanger Rack 3 X $ a Is 14 3X5Mats 2 X $ _ $ Monthly Total $ Total$Month = Annual:$ X12 Annual x 3 = 3 Year Term: $ 17 24 Invitation for Bid OFB)13-13"REVISED' UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES Responding to the invitation for Bid 13-13 for UNIFORM RENTAL AND CLEANING SERVICES, dated MAY 2,2013, 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 Uniform Personnel Weekl # em No Tax=NT Uniform Rented& Esilimated of Y Unit Weekly T or NT? Cleaning Quantity Changes Price Extension Description of Service 1 N Blend Shirts 11 X 4 X $ $0.18 $ $7.92 2 N Cotton Shirts 14 X 4 X $ .24 19 $ $13A4 3 N Polo Shirts 17 X 4 X $ $0.44 $ $$14.08 th AA 4 Hi-Visibility Shirt: 8 X 4 X $ $0.20 $ $30,40 N Short Sleeve $0.34 5.84 5 N Lon Sleeve Shirt: 8 X 4 X $ $0.32 $ $14.08 6 Blended Trousers,Shorts 38 X 4 X $ $OA5 $ $18.00 N or Reg.Gray Pants 7 N Cotton Trousers,Shorts 19 X 4 X $ $ or Cargo Shorts 8 N Khaki Pants 11 X 4 X $ $ 9 N Executive Pants 11 X 4 X $ $ 10 N Blend Coveralls 2 X 4 X $ $ 11 N Cleaning Only of City 10 X 4 X $ $ Owned Polo Shirts Tole $ Week 162.60 Vlf tall = Annual $ 8,465.20 Annual x 3 Year -$ 25,366.60 3 Term Rem Tax=T Miscellaneous Estimated Unit # No Tax=NT Equipment Quantity Price Per Monthly Extension T or NT? Month 12 Soil Bins 5 X $ e.60 = $0.00 13 Hanger Rack 3 X $ 0.00 $ 0.00 14 3 X 5 Mats 2 X $ 4.95 = $ 9.90 MOM hl Total 9.90 Total$Month Annual:$ 118.80 X12 Annual x S = S Year Term: $ 356A0 17 25 Imitation for Bid(IFB)13-13 BID PRICING PAGES(Continued) Tax=T Initial 1 x Set-Up Ch es Estimated Unit Item# No Tax=NT. ..Tor NT? Description of Service Quantity Price Extension Set-up charge for Initial f5 No Installation&measurement per 62 X $ 0.00 = $ 0.00 employee Name Patches 16 No "for AVMAL Set-up Only(52 employees x 468 X $ 0.00 = $ 0.00 9 Patches Department Patches 17 No 'tor 1MTAL set-up only(approMmately 52 468 X $ 0.60 = $ 0.00 am ees x 9: has City Emblems 18 No 'for MTIAL set-up onyx(approdmatey 62 468 X $ 0.00 = $ 0.00 employees x 9 emblems Subtotal: = $ 0,00 "When discrepancies occur between unit prices and extended amounts the unit prices shall govern. GRAND TOTAL LUMP SUM PRICE FOR 3 YEAR TERM: (in figures)Items 1 through 18 $_ 25,722.00 (in wards): Twenty Five Thousand Seven Hundred Twenty Two dollars "Totals based on quantities,strucuture in this bid.Actual usage and totals May vary. It is understood and agreed that this Bid may not be withdrawn until ninety (90) days from the date of the opening thereof, and at no time after award of Bid. Prices to remain fine for initial contract period of(3)three years;and two(1)one year renewal options upon mutual consent of the City and the Contractor. 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. clotas Corporation 2150 S.Protorma Ave NAME OF BIDDER(PERSON,FIRM,CORP) ADDRESS(STREET AND P.O.IF APPLICABLE) Ontario,CA91761 RE SON AUTHORED CITY,STATE,ZIP CODE TD-WN THIS PROPOSAL Senior Executive Phone:909216.7044 &Fax 909.354.3= TITLE TELEPHONE AND FAX NUMBER 18 26 Invitation for Bid(IFB)13-13 BID PRICING PAGES(Continued) Tax-T After Initial Set-Up Charges Unit Item# No Tax=NT Description of Service Price T or NT? 19 Set-up charge for New $ No Installation&measurement r new employee f'� 20 No Name Patches $ .85 -AFTERinitlai set 21 No Department Patches $ 2.50 *AFTER inidel ed-uD Orly 22 No City Emblems $ 2.50 i *AFTER InWal sd oo Tax=T Change Out Fees Unit Item# No Tax=NT Description of Service Price T or NT? 23 Change out Fee per hem No - e 1n Size or Style PA:Tn7 JWM 10 shafs,longsleeve $ 0.00 to srart 'No Fee Is fo be d=ysd1hrwwhwxws due to wmn-oW T"--T pvza Fee for XXL and Up Unit Rem# No Tax=NT torts? Description of Service Price - 24 No Upcharge for larger sizes above XL $ 10 Tax--T Casualty Charges Unit Rem# No Tax=NT Description of Service Price T or NT? 25 No Blend Shirts 2 $ 1659 08VS101eW or 26 No Cotton Shirts $ 1725 'LosuftleWorpamaLwd 27 No Blend Trousers or Shorts $ 19.95 1"VSfokwor 28 No Cotton Trousers or Shorts $ 22M 'L*WSYolallor Dwaged 29 No Blend Coveralls 1 $ 29ZO TasMoferVmDamagad Prfces 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`r for Taxable or"NT"for Non-Taxable. Once substantiated,this will eliminate potential hfolcIng discrepancies for the duration of the contract. Specialized or custom patches will be priced at the time of request. 19 27 The Bidder offers this Bid with the understanding and agreement to begin full service by Monday, July 1, 2013 at 8:OOAM local time (subject to change by the City). 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)13-13 UNIFORM RENTAL AND CLEANING SERVICES BID PRICING PAGES(Continued) Name of Bidder(Company/Firm): Cintas Corporation Authorized Representative of Bidder(print Name and Title), Paul DlVlncermc,senior Executive Authorized Signature: Data: 51212013 California State Busi ' nse Numbers(s)&Registrations(s): Explain in detail how damage Charges are assessed and calculated. Include amortization notes over contract duration of three(3)firm,fixed pricing years and by life of garment Contract pricing ymuld he firm other than documented GPI Increase moests.LosefReola.-.ement rates Is —Aro nIY.AOnroeisfaAlamgrilvatl ane7 Wnnld ha efefic rnt fho la'o nR fha ngronmoM State response time for repairs to uniforms after notification by City tagging and pickup by Contractor: Om weak for average mo^k or repWcmetd notifcaton_ - State Bidder availability for on-site problem resolution and/or City requested conferences in terms of distance to be traveled or time to respond: 2448 hours fgr special request One week for standard tumaround mguesL Distance from plant to city estknate 55 miles,l-hour drive time. Please describe proposed methodology to resolve individual usage,inventory,wear or appearance problems: Cintas inspects each uniform,everyweek to proactively repair and replace garments not tanned by the city.Please rate k*o letter for add1darwl Process and gualkv control overview. 20 28 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ` ) County of kg� ) Zr 4x E d ie v k etky I, ?w U•�� zo being first duly sworn,deposes and says that he or she Is 2 ��P s. e of ti t s (ao d s a n the:parry 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,oonspeed,connived,or agreed with any bkkfer or anyone else to put ina'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 bkder or any other bidder, or to fix any overhead,prole 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:- awl TITLE- ._..-..lin:a� �iCe11.L ORGANIZATION_ ADDRESS 2uv Q.a SUBSCRIBED AND SWORN TO BEFORE ME THIS (914 DAY OF l � f� 12�JC-2Si %DE `LtSur4l e fk�t(�aiZ�ir4 NOT Y PUBLIC IN FOR$AID COUNTY AND STATE MY COMMISSION EXPIRES:W k o Lo Wft�tary MYRA AYON COMM.31973837 Public-California River"County mm.Enka Mar.31,20161 21 29 CITY OF PALM SPRINGS UNIFORM RENTAL AND CLEANING SERVICES(IFB 13-13) Information Required of Bidder NO PROPOSAL WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL ALL APPLICABLE ITEMS MUST BE FILLED OUT. Bidder Is required to supply the following: 1. Contractor/Firm Name and Address cintas corporation I 2150 S.Proforma Ave Ontario CA 91761 i 2. Name and Title of person authorized to negotiate a contract for the firm: Paul DIVineem,Senior Executive:Western Revlon 3. Telephone Number: 909.215.70" (FAQ 909.354.3309 4. E-mail address: divincenxnnanlntas_mm 5. Type of Finn: ❑Individual ❑Partnership o(Corporation ❑Other 6. Corporation organized under the laws of the State of Nevada 7. Business License No. Z67-4z o2— Expiration Dater 1Z 001 8. List at least five(5)current contracts/referenoes which are similar to the requirements In this IFB. Contract$ contract Account Name&Address Contact Person Amount Term & Phone Number a_ $416.000 5yrs Inland EntireUtility Agency _ Kathleen Baxter 6075 Kimball.Chine CA 91710 _09,993,1679 b. .$109,200 3 yrs City of Colton Rebecca Gallegos 150 c,10th StreeL Colton o CA 92324 9p9.37q.5175 C. $390,000 5 yrs City of Corona JoAnn Baeza IM i` ln,ron In CNnnn MAln QN1 A77 A7d9 It, SiA Million 5 yrs La Quints Resort&Club I PGA West Dean Miller - 72_811 A...,44 -r a rr.:..1a,CA 92252_ =.1 AAa . e. _62.5 Million 5 yrs Pechanga Resort&Casino Kelly Durbin 45WO Caehansa Parkway.Tame-!Aa CA 92592 951.779.2543 22 30 9. List the name,title, and telephone of the person ("Project Coordinator's who will supervise full-time the work of this Contract for your firm: Rose Rivers: 951.303.5195 10.Number of years in this type of business: 8+ 11. Response Time,I applicable: 24.48 Hours (USE THE SPACE BELOW AND ADDITIONAL PAGES IF NECESSARY) 23 31 BID BONDdf KNOW ALL MEN BY THESE PRESENTS, That C ao 00fGp as Principal,and. 'T'1 i L ��V-- j /—C:ti 4.s Cor(r -J'o. as Surety, are held and firmly bound unto The City of Palm Springs,hereinafter called the"City"In the sum of: ( $2,500.00 Two Thousand Five Hundred Dollars 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, finny 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 13-13, Uniform Rental 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 "Instnxtions to Bidders"enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, 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 attorneys fee to be fixed by the court. SIGNED AND SEALED, this day of 20 EAL) (SEAL) cea�re> (SEAL) (Swdy) (SEAL) By: By: (SEAL AND NOT ACKNOWLEDGMENT OF SURETY) EXHIBIT"A" SAMPLE 24 32