Loading...
HomeMy WebLinkAboutCintas Corporation No. 2; 2017-03-24; GS1506AGREEMENT FOR FACILITY CUSTODIAL SUPPLIES AND SERVICES CINTAS CORPORATION NO.2 GS1506 '" YV1 THIS AGREEMENT is made and entered into as of the c2J-..f 'f11 day of "'-=1-1-l~ " , 2017, by and between the CITY OF CARLSBAD, a municipal corporation, ( C1ty ), and CINTAS CORPORATION NO.2, a Nevada corporation, ("Contractor''). RECITALS A. City requires the professional services of a company that provides professional custodial supplies and services for environmentally safe alternatives to facility cleaning operations. B. Contractor has the necessary experience in providing custodial services, supplies and training as it applies to facility services. Contractor can provide biodegradable cleaning solutions, reusable towel programs and cleaning equipment that will assist facility staff with decreasing solid and liquid wastes generated during facility cleaning operations. C. Contractor has the necessary experience in providing these professional services, has submitted a proposal to City and has affirmed its willingness and ability to perform such services. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in Exhibit "A", attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) year periods or parts thereof. Annual continuation and extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 3. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be twenty one thousand six hundred ten dollars sixty five cents ($21 ,610.65) No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed ten thousand dollars ($10,000.00) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". City Attorney Approved Version 4/1/15 GS1506 4. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under the control of City only as to the results to be accomplished. 5. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 6. INSURANCE Contractor will obtain and maintain policies of commercial general liability insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professional liability insurance from an insurance company authorized to transact the business of insurance in the State of California which has a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X''; OR an alien non- admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million dollars ($1 ,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be named as an additional insured on General Liability which shall provide primary coverage to the City. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 7. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 8. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment and will obtain and maintain a City of Carlsbad Business License for the term of this Agreement. 9. TERMINATION City or Contractor may terminate this Agreement at any time after a discussion, and written notice to the other party. City will pay Contractor's costs for services delivered up to the time of termination, if the services have been delivered in accordance with the Agreement. City Attorney Approved Version 4/1/15 2 GS1506 10. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreement. 11. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 12. ASSIGNMENT Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due under it, without the prior written consent of City. 13. AMENDMENTS This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. Ill Ill /II /II /II Ill Ill /II /II /II Ill Ill /II /II /II City Attorney Approved Version 4/1/15 3 GS1506 14. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CINTAS CORPORATION NO.2, a Nevada Corporatio By: ffi\~Ue\ \t\c.-\<0-~~ -..J.~. (print name/title) By: //~~ >b/zo17 ~ (sign here) ;:;?.-J 'f?r(/,~c.!A~~ / .5-ci"/I.Pr U<"~ .. +·vf. (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: JtVo"'fJ!i Public Works flOI:Ima by the City Manager If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A. Chairman, President, or Vice-President Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney By: g/q,_~ Deputy City Attorney City Attorney Approved Version 4/1/15 4 CINTAS CORPORATION NO. 2 ASSIST ANT SECRETARY'S CERTIFICATE I. Christopher J. Skufca, hereby certify that I am the duly elected, qualified and acting Assistant Secretary of Cintas Corporation No. 2. a corporation duly organized and existing pursuant to the laws of the State of Nevada (the "Company"), and hereby certify as follows: Attached hereto as Exhibit A is a true, complete and correct copy of the resolutions of the Board of Directors of the Company, duly adopted by unanimous written consent of the Board of Directors dated as of March 28, 2015. The foregoing resolutions have not been amended, modified. revoked or rescinded, and are in full force and effect as of the date hereof. IN WITNESS WHEREOF, I have hereunto subscribed my name as of the 28th day of March. 2015. CINTAS CORPORATION NO.2 By:C~ Christop er J. Skufca, Assistant Secretary LXIIIIJIT t\ ACTION TAKEN IN A WRITIN< i BY AI .I.< lF Till·. MEMBERS OF Tllh BOAIU > 01: lliRF< 'I'OI~S 01: C!NTA:> CORPORATiON NO. ~ The undersigned, hdng nil of till' Directors of ( 'intm. < 'orponllion No . .!, n Nt•vudu corpomtion (the "Company"), do hcn•hy t't•rtify that tlw ll1llowing is a tlllt' nmlrotn·ct l'l'l'ord ol all act ions taken in writing hy said Dit'l'l'tors of tlw < 'ompuny. in I it•u of a Srwdal Mt•c•t ing ol 1 ht• Board of Directors. us of the 2S111 day of Mnrrh, 20 1.5. RESOLVED: Thut tht• Company shall haw authority to suhmit the hid ht~twct•n the.· <'ompnny and tht~ City of Cnrlshud. < 'alihm1i11 (the "Bid") upon the tc.·rms nnd t'onditions thl'l't~of nnd 11s tht• samc.· may he amended fromtimt.• to tinw Hmlt·ompktt• and t'onsunltlllltl' the tnmsat•tions t:ontcmplatcd tht.•rt•hy; nnd that the al'lions of nny and all t•mployc.!t's or oflkt·rs of till' < 'ompnny. inl'luding hut uot limited to. the m:tions of Pnul DiVinn·nw in m•gotinting. cxct·uting and l'mTying out tlw provisions of thc.· Bid nn· ht:rchy appmwd. rut ificd nnd ,,:onfimwd; BE IT FURTHER RESOLVED: That Pnull>iViiK'l'lll'll or uny of the officers of the Company shnll ht~ und hl'rehy urr authmi:t.~.•d uml dircc..·tcd to perform ami shu II sut isfy allt~.·rms and l'Oildit ions of' the Bid and the transuc.·tiuns l'Ontc.•mplatcd tht·r~.·hy and shall ~.~xct·utc and deliver on hchalf ut' tht• Company uny and all dol'Uilll'nls ncccssnry or dcsiruhlc to t'urry out the Bid. induding without limitation, th<.~ Bid, nny nmt•ndmt·nts to thc.• Bid. und otht~r agreements, dOl'llmcnts, uiTiduvits, honds. sur<.~tics and c..:t•rt il'kntt•s ncccssnry to ciTcl~luntc tht~ trnnsnc..~l ions contt~mphttt•d hy tht• Bid, in such forms ns Pnul DiVinct'll:t.U or IlK' offkcr cxt.•t·uting the snmt• may uppruvc. whos<.~ execution shull l'innlly und nmdusivcly evidence such nppmvul uf the Compuny. GS1506 EXHIBIT "A" SCOPE OF SERVICES & COST ANALYSIS 1. Contractor is a member of U.S. Communities, a government purchasing alliance. The U.S. Communities' fee schedule will be used in pricing custodial supplies and services for the Carlsbad Safety Training Center located at 5750 Orion Street, Carlsbad California, 92010. 2. Contractor will provide weekly delivery, restocking and servicing of facility custodial supplies. Contractor will confirm scheduling of routine deliveries and services with the City project manager. Business hours excluding City recognized holidays are Monday through Friday from 8 a.m. to 5 p.m. INVENTORY PER WEEKLY MONTHLY ANNUAL CLEANING/DUST CONTROL TOTAL UNIT TOTAL TOTAL BUDGET Micro fiber towels so $0.1S3 $7.6S $33.1S $397.80 Shop towels so $0.110 $S.SO $23.83 $286.00 24 inch dust mop 10 $0.81S $8.1S $3S.32 $423.80 Micro fiber tube mop 10 $2.293 $22.93 $99.36 $1,192.36 Wet Mop 10 $1.8S7 $18.S7 $80.47 $96S.64 Air fresheners 7 $3.420 $23.94 $103.74 $1,244.88 FCl -Heavy Duty Cleaner 1 $1.28 $1.28 $S.S6 $66.77 SZl-Hard Surface Sanitizer 2 $3.07 $6.14 $26.62 $319.49 RRl-Heavy Duty Restroom Disinfectant 4 $2.80 $11.19 $48.48 $S81.78 Gll-Glass and Multi-Surface Cleaner 1 $1.83 $1.83 $7.9S $9S.37 FC4-Neutral Floor Cleaner 4 $0.73 $2.94 $12.72 $1S2.67 Logo Mat 3 x S 1 $2.364 $2.36 $10.24 $122.93 Logo Mat 4 x 6 1 $6.809 $6.81 $29.S1 $3S4.07 Additional Funding for Contingency* (As Approved by City Project Manager) $1,000.00 Totals $86.74 $381.44 $7,203.55 1. Miscellaneous Items included with service. 2. Free professional installation of dispensers. 3. Weekly inspections on dispensers to ensure proper function. 4. Repairs and replacements done by Cintas on damaged dispensers. S. Weekly recording and monitoring of chemical usage. 6. Employees training (upon request), SDS sheets, posted instructions, and labelling of all chemical spray bottles. 7. Contingency funding for special events or City emergencies where additional custodial supply stock or services may be required.* City Attorney Approved Version 4/1/15 5