Loading...
HomeMy WebLinkAboutUNIFIRST CORP; 2011-12-16;AMENDMENT NO. 3 TO EXTEND THE AGREEMENT FOR UNIFORM, TOWEL AND MAT RENTAL AND CLEANING SERVICES UNIFIRST CORPORATION This Amendment No. 3 is entered into and effective as of the {o-ff\ day of Novc::::wtbcv= , 2015, extending the agreement dated December 16. 2011 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and UniFirst. a Corporation, ("Contractor") (collectively, the "Parties") for Uniform. Towel and Mat Rental and Cleaning Services. RECITALS A. On May 22, 2013, the Parties executed Amendment No. 1 to the Agreement to add additional items to the Agreement; and B. On November 3, 2014, the Parties extended and amended the Agreement for a period of one (1) year; and C. The Parties desire to extend the Agreement for a period of one (1) year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on December 15, 2016. The Parties agree to keep the unit prices unchanged. With this Amendment, the total annual Agreement amount shall not exceed Sixty Thousand dollars ($60,000). 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. Ill /II Ill Ill Ill City Attorney Approved Version 1/30/13 4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment. CONTRACTOR By: (s1gn here) Jl.t rtn Jlnm.J , e r-o (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California ATTEST: City Clerk 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. ~ Ass.~ant City Attorney 2 State of Massachusetts County of Middlesex Signed and sealed this 30th day of Octoberv 2015. City Attorney Approved Version 1/30/13 AGREEMENT FOR UNIFORM, TOWEL AND MAT RENTAL AND CLEANING SERVICES UNIFIRST CORPORATION THIS AGREEMENT is made and entered into as of tlie / (JL"^ day of ?r>i^Juu^ , 2011, by and between tfie CITY OF CARLSBAD, a municipal corporation, ("City"), and UniFirst, a Corporation, ("Contractor"). RECITALS A. City requires the professional services of a Uniform, Towel and Mat rental and cleaning company that is experienced in Uniform, Towel and Mat rental and cleaning services. B. Contractor has the necessary experience in providing professional services and advice related to Uniform, Towel and Mat rental and cleaning services. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. 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 attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. 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 two (2) additional one (1) year periods or parts thereof in an amount not to exceed Fifty Thousand Dollars ($50,000) per Agreement year. 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. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attomey Approved Version 5/12/11 5. COMPENSATION Contractor shall provide uniform, towel and mat rental and cleaning services per the unit prices contained on the Bid Proposal pages of Exhibit "A" attached. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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". Incremental payments, if applicable, shall be made as outlined in attached Exhibit "A". Contractor shall track services by department and invoice each department separately for services received. No service charges or fees may be added to invoices without the written approval of the City of Carlsbad. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. 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' City Attorney Approved Version 5/12/11 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. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. If box is checked, Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. City Attorney Approved Version 5/12/11 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name John DeRego Name Steven S. Sintros Title Buyer & Contract Administrator Title CFO Department Finance Dept. Address 6 8 Jonspin Road Wilmington, MA 01887 Address 1635 Faraday Avenue Phone No. (978) 658-8888 Carlsbad, CA 92008 Phone No. 760-602-2467 City Attorney Approved Version 5/12/11 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. 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. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and vyill comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City Attorney Approved Version 5/12/11 Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 5/12/11 26. 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. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California (sigfi here) Ronald D. Croatti President (print name/title) By: (sign here) Steven S. Sintros, CFO City Manager nr MnynrTTr r^luiginr) r)jrpr.tnr as authorized by the City Manager- ATTEST (print name/title) If required by City, proper notarial acknowledgment of execution by contractor'muist^^e 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: RONACo^^^Tcity Attorney BY: Ssistant CityA^orney Signed and Sealed this 30th day- of N6vember, 2011. Kelly J. Folta, Notary Public KELLY Jf FOLTA %f*[rir. Notary Public tvlfyj ®f Massachusetts \^/ My Commission Expires December 19, 2014 City Attorney Approved Version 5/12/11 EXHIBIT "A" REQUEST FOR BID SEPTEMBER 22, 2011 BIO NO. 12-03 DUE DATE: NOVEMBER 8, 2011 11:00 AM FOR: UNIFORM, TOWEL AND MAT RENTAL AND CLEANING SERVICES The City of Carlsbad is requesting bids for uniform rental and cleaning service per the attached specifications, conditions and provisions. Prices must include delivery to the Citv of Carlsbad and all other charges, including surcharges and/or environmental charges. There will be no minimum order levels. The amounts on the attached charts are estimates only and are not binding in any way. Bids must be received sealed and clearly marked on the outside with "RFB #12-03, Uniform, Towel, and Mat rental and cleaning services". Bids must be received prior to 11:00 AM on November 8, 2011 at: City of Carisbad, Purchasing Department, 1635 Faraday Avenue, Carisbad, CA 92008-7314. Bids may be submitted by mail or delivered directly to the above address and placed in the BID BOX in the lobby prior to the date and time specified above. In accordance with the Carlsbad Municipal Code, awards shall be based on a best value evaluation. Criteria used for the evaluation will include: cost, responsiveness to specifications, references, ability to provide services, consistency with current standards, implementation schedule, other qualifications and unspecified value-added offerings by the bidder. The lowest bidder may not receive the award. Samples of items may be required for the evaluation. The successful bidder will be expected to sign an agreement. A sample agreement is attached. The City reserves the right to reject any or all bids or any part of the bid, to waive minor defects or technicalities, or to solicit new proposals on the same project or a modified project. Please read the specifications and general provisions carefully, they are part of your bid. Direct questions concerning bid items and the bidding process to John DeRego, Purchasing Department, at 760-602-2467. John.derego@carisbadca.gov Fax Number m .2^^' Firm Untfirv^ Cgrpora-^ion E-iviaii ^^'T^^diumy\Ce(s)^{^i^xic^m Address 4H\ HQ-rkxt City, state, TAo ^^^^^ecf Ck ^ 2jt)2- Auth. Signature__^ GUAIRANTEE OF GOOD FAITH REQUIRED: . $ NONE (FAILURE TO SUBMIT GUARANTEE Print Name L^Ui^ft^UU i^\A 0^ OF GOOD FAITH, WHEN REQUIRED, WILL rj 4- ^ \\ W n A\ VOID THE QUOTE. SEE ITEM 3, PAGE 2, Title \^{i^<,y\\(kX\\<ly Date \\| < j \ GENERAL PROVISIONS. Area Code/Phone THE CITY OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY AND WOMAN OWNED BUSINESSES SPECIFICATIONS FOR UNIFORM, TOWEL AND MAT RENTAL & CLEANING SERVICES TERM OF AGREEMENT The prices quoted wilt be firm throughout the initial three-year contract period. The charge for the unifomn and towel rental and laundering service is to be calculated on fifty two weeks per year. OPTION TO RENEW The City of Carlsbad may desire to exercise an option to renew the agreement for two (2) additionai one-year periods. Such renewal will be contingent on a mutual agreement between the City and the successful bidder, such agreement to be confirmed prior to the termination of the current agreement period. Price increases for the extension periods, if any, will be subject to negotiation and acceptance or rejection by the City. Either the City or the bidder may decline to confirm the extension of the contract, for any reason, and such declination would render the renewal option null and void. At any time during the agreement period, upon request, the successful bidder shall deliver to the City an inventory of uniform articles it is supplying. The City may audit this inventory on occasion. PUBLIC AGENCY CLAUSE It is intended that any other agency, (i.e., city, district, public authority, public agency, municipality, utility, and any other political subdivision or public corporation of California) located in San Diego County shall have the option to participate in any award made as a result of this solicitation. The City of Carlsbad shall incur no financial responsibility in connection with purchase by another agency. The public agency shall accept sole responsibility for placing orders or making payments. This option shall not be considered in the bid evaluation. Indicate below whether this option is or is not granted. X YES A NO DESCRIPTION OF SERVICE The City of Carlsbad provides uniforms and laundry service for approximately 90 employees (see attached needs list). The uniforms are to be domestic manufacture and shall consist of pants, shorts, shirts and coveralls. Additionally, the City has a need for towels for use at the City's six fire stations and shop towels and Mat service at the Fleet Operations Center. Additional items and/or locations may be added to the price agreement as new facilities are opened or reorganized. The supplier is to furnish uniforms to each employee as shown on the inventory to provide one change per shift. Additionally, the supplier is to furnish towels for each fire station as shown on the inventory, and mats and shop towels as indicated for Fleet Operations. This inventory is to be maintained during the life of the agreement. The measurements for all uniforms are to be made by a representative of the supplier. The City may furnish emblems (see attachment "A") which are to be sewn on the shirts/coveralls by the supplier. If emblems are supplied by the vendor, the city shall pay the bid price and the emblems will be the property of the city. Emblems are subject to return to the City at end of contract. The uniforms are to be delivered on hangers and marked for easy distribution. Pick-up and delivery to be made once a week at which time four or five soiled sets of garments are to be picked up and four or five clean sets of garments delivered for each employee (numbers may vary). Garments are to be laundered in accordance with standards of County and State public health agencies. No installation or preparation charge will be made at the start of contract or for new employees during the contract period. FLAMMABILITY AND TOXICITY Materials furnished must meet or exceed minimum California State Fire Marshall's standard for flammability and toxicity. Vendor shall provide evidence of test results and approval number. PANTS AND SHORTS Pants and shorts are to be sixty-five percent (65%) Dacron polyester, thirty-five percent (35%) combed cotton, a minimum of 7.5 ounces per square yard crease resistant fabric: vat dyed for color retention; sanforized with minimum of one percent (1 %) shrinkage; heavy duty ratcheting zipper with button closure; Color options to be dark brown, khaki, dark green, and navy blue. Choice of western cut or plain. Where specified, female cut pants and shorts shall be provided by supplier for female employees who request them. Cotton pants and shorts are to be one hundred percent (100%) preshrunk cotton twill, a minimum 8 ounces per square yard, sanforized; Color options to be dark brown, khaki, dark green, and navy blue. Vendor should include costs for pressing pants, if necessary, in per change cost. COVERALLS Coveralls are to be one hundred percent (100%) preshrunk cotton twill, a minimum 8 ounces per square yard. Color to be navy blue. Closure should consist of concealed zipper, button or snap front. Coveralls should be sized to fit over clothing. SHIRTS Shirts are to be sixty-five percent (65%) Dacron polyester, thirty-five percent (35%) combed cotton, a minimum or 4.25 ounces per square yard crease resistant fabric; vat dyed for color retention; sanforized with minimum of one percent (1 %) shrinkage; short or long sleeves; long tail. Colors to be orange, light green, light blue and dark blue (navy). Cotton Shirts are to be one hundred percent (100%) preshrunk cotton twill, a minimum 5 ounces per square yard; vat dyed for color retention; sanforized; short or long sleeves; long tail. Color options to be orange, light green, light blue, dark blue (navy). Vendor should include costs for pressing garment, if necessary, in per change cost. TOWELS If the city determines that the shop towels provided are no longer in a usable condition, the vendor will replace the towels with new towels that are acceptable to the city at no additional cost. The Citv's Fire Stations have need for three types of towels: Bath Towels. Bar Towels and Shop Towels. Bath Towels are to be minimum size 20" x 40". white. 100% cotton terry material. Bar Towels are to be minimum size 16" x 19", white, 100% cotton terry material. Shop Towels are to be 18" x 18", color Red or Orange, Cotton threads. MATS AND OTHER ITEMS The Citv's Fleet Operations Center has the need for mat service and seat/fender covers in addition to Uniforms and Shop Towels noted above- Mats: The following mats are needed, estimated Quantities are noted below: 3'X5', Color: Gray or eguivalent. 100% Nylon Dyed carpet with rubber backing, non-slip mat. 3'XIO'. Color: Gray or eguivalent.100% Nylon Dyed carpet with rubber backing, non-slip mat. 3'X5' 100% nylon carpet with rubber backing, with safety slogan included on mat. Seat/Fender Covers: Color Gray, Blue or Red, minimum 36" x 48" PICK-UP AND DELIVERY LOCATIONS Locations may be added or changed should new facilities be opened or existing facilities be reorganized. City Yard, - 405 Oak Avenue Parks Dept., -1166 Carlsbad Village Drive Library - 1250 Carlsbad Village Drive Fleet Operations, - 2480 Impala Drive (Uniforms, Shop Towels and Mats) CMWD - 5950 El Camino Real Towels Only: Fire Station 1-1275 Carlsbad Village Drive Fire Station 2-1906 Arenal Road Fire Station 3-3701 Catalina Drive Fire Station 4-6885 Batiquitos Drive Fire Station 5-2540 Orion Way Fire Station 6—7201 Rancho Santa Fe Road LOST CHARGES The City will be liable for the cost value for any furnished uniform lost, damaged (beyond normal wear and tear), or destroyed by an employee. The supplier will assume the responsibility for uniforms lost or damaged while not in possession of the City or a City employee. "Lost charges" are to be entered on the bid form. City requires an inventory of delivered items provided by supplier at time of delivery. Failure to provide this inventory shall negate City's liability for any lost items. 5 BIDDER'S COST OF GOODS/SERVICES (REV1) The undersigned declares he/she has carefully examined the specification and/or scope of work of the work, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required in accordance with the specifications and that he/she will take in full payment therefore the following unit prices for each item complete or delivered, to wit: Item No. Description QTY* Changes/ Year* Cost per Change Total (CHANGES X COST) 1. PANTS ^ \00 7. LostCharqeS '\0*1^ 920 92x5x52 = 23,920 lb. 100% COTTON PANTS Lost Charges \OiO'^ 150 15x5x52= 3,900 Q 2^ 2. SHORTS ^^^^^ o un Lost Charqe $ TS • 1 ^ 150 15x5x52= 3,900 24-00 2b. 100% COTTON SHORTS LostCharaeS O'1 150 15x5x52= 3,900 2-^.00 3. SHORT SLEEVE SHIRT LostCharaeS V?-U)^ 600 60x5x52 = 15,600 12.00 3b. 100% COTTON SHORT SLEEVE SHIRT 4 DZOl a CO Lost Charges ^- 150 15x5x52 3,900 . 1^ 4. LONG SLEEVE SHIRT Jlr OIOZ ^ Lost Charae $ T- o T 240 24x5x52 = 6,240 4b. 100% COTTON LONG SLEEVE SHIRT Lost Charae $ •T^ 100 10x5x52 2600 ' 2J \ 21.00 5. COVERALLS L^C^ar£^ 50 5x5x52 = 1,300 6. EMBLEM (SEE ATTACHMENT "A") 750 Price per each 7. BATH TOWELS Lost Charge s'^^'OO 960 480x1x52 24,960 m.%0 8. BAR TOV\/ELS Lost Charges » 4'o4' 630 315X1X52 16,380 .104 9. SHOP TOWELS Lost Charae $ « 420 210X1x52 10,920 10. 3'x5' Mats, Gray Lost Charges 00 6 3X1X52 312 11. 3'x10' Mats, Gray Lost Charges ioO'OO 2 1X1X52 52 12. 3'x5' Mats, Safety Slogan Lost Charge $ SO ' OO 4 2X1x52 104 13. Seat/Fender Covers Lost Charge O 8 4X1X52 204 OTHER CHARGES (IF ANY) *Non-binding estimates only. Total amount of quote in numbers: $. Total amount of quote in words Price(s) given above are firm for 90 days after date of quote. State life of uniform item assuming normal usage: _ State life of towel items assuming normal usage: _ oa—• The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. Title Signatl OPENED, WITNESSED AND RECORDED: ///^/// Ji/^^:^^:^^ SiaNATURE BIDDER'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/EQUIPMENT The bidder is required to make a statement of how services will be provided. For instance include: Time period between award and start of service, number of personnel to be used providing services, experience of personnel, numbers and type of equipment to be used, delivery lead-time of goods, how quickly urgent, but unplanned services, can be provided, and any other information you can offer that will help determine your ability to provided contracted goods, services or equipment. Attachments may be used. No PA ^ MatiavaflL.1 G"gin+ povva^ AWiance. ' ^Q.rv\ au \H\\\ b^Aikl ^-(g wpxk^ QpVef aW " On€ Wge^ -hArn ^mjY\^ W oil r^gv>i Mried (?mp|gv|-e^ - BIDDER'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS List items or services you are offering in addition to those in the attached specifications or scope of work offered as part of your quote and included in your bid pricing, if any. If none, please state "none". Attachments may be used. CQnru^tva<^. charges ^ lAnifiv^t's Service 6|Uo-rAi^fpiforyii^€> "t'Q iiA^\/^r V^t^W ^>|a_/iUf SQrY(Qb af- Alt THE CITY OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY- AND WOMEN-OWNED BUSINESSES.