HomeMy WebLinkAboutCity Council Agenda Item No.20REPORT TO CITY COUNCIL
TO: HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
FROM: TOM EVANS
INTERIM CITY MANAGER
DATE: NOVEMBER 13, 2012
SUBJECT: AWARD UNIFORM RENTAL SERVICE AGREEMENT
Recommendation
Staff recommends that the City Council authorize the Mayor to award the Uniform
Rental Service Contract to Prudential Overall Supply.
Background
The current Uniform Service Agreement was awarded by City Council on October 11
of 2011 and expired on October 11, 2012 renewable up to two (2) years. There are
twenty field employees including staff from Public Works, Parks, and Lakes
Departments that are supplied uniforms and cleaning services. Each employee is
provided eleven sets of uniforms; one set includes a shirt and a pair of trousers. The
standard uniform cleaning service agreement in our current contract is billed per week
and is as follows:
Pants, shirts, shop towels and mats — From $114.50 per week. $ 5,594.00 per year
To $156.10 per week. $ 8,112.00 per year
Discussion
Staff has requested three (3) proposals from qualified uniform cleaning companies. The
three uniform companies along with their bids are as follows:
1. Prudential Overall Supply $ 140.58 per week. $ 7,310.16 per year
2. G & K Services $ 179.32 per week. $ 9,324.64 per year
3. Ameripride Services Chose not to submit.
Results from the proposals indicate Prudential Overall Supply to have the most effective
cost to the City. This is a long standing business with reputableAr@tYMAPKEM NO. 20
Page 1 of 27
Award Uniform Rental Service Agreement
November 13, 2012
Page 2
Fiscal Impact
The total Uniform budget for Public Works, Parks, and Lakes Departments will be
$ 7,310.16 per year.
Prudential Overall Supply proposal: $ 140.58 per week $ 7,310.16 per year
There will be an annual savings of approximately $ 801.84 from our current uniform
service provider.
Prepared by: Chris Erickson
Senior Weed Abatement Lead Worker
Ken Seumalo
Public works Director /
Approved by: Tom Evans "
Interim City ariage
Page 2 of 27
AGREEMENT FOR SERVICES
This Agreement for Professional Services (the "Agreement ") is made and entered into as
of the 13th day of November 2012, by and between the City of Lake Elsinore, a municipal
corporation ("City ") and Prudential Overall Supply ( "Vendor ").
RECITALS
A. Vendor is specially trained, experienced and competent to perform the special services
which will be required by this Agreement.
B. Vendor possesses the skill, experience, ability, background, certification and knowledge
to provide the services described in this Agreement on the terms and conditions described
herein.
C. City desires to retain Vendor to render Employee Uniform services and related work as
set forth in this Agreement.
AGREEMENT
1. Scope of Services Consultant shall perform the services described on Exhibit A which
is attached hereto and incorporated herein by reference. Consultant shall provide said services
at the time, place, and in the manner specified in Exhibit A, subject to the direction of the City
through its staff that it may provide from time to time.
2. Time of Performance The services of Vendor are to commence upon execution of this
Agreement and shall continue for a period of one (1) year. The agreement may be extended for
an additional two years for a total service period of three years at the option of the City.
3. Compensation Compensation to be paid to Vendor shall be in accordance with the
Schedule of Charges set forth in Exhibit B, which is attached hereto and incorporated herein by
reference. In no event shall Vendor's compensation exceed $ 7.310.16 without additional
authorization from the City. Payment by City under this Agreement shall not be deemed a
waiver of defects, even if such defects were known to the City at the time of payment.
4. Method of Payment Vendor shall submit monthly billings to City describing the work
performed during the preceding month. Consultant's bills shall include a brief description of the
services performed, the date the services were performed. The City shall pay Vendor no later
than 30 days after approval of the monthly invoice by City staff.
5. Extra Work At any time during the term of this Agreement, City may request that
Vendor perform Extra Work. As used herein, "Extra Work" means any work which is not listed
in the RFP Scope of Services or in the Vendors proposal, but which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement. Vendor shall not
perform, nor be compensated for, Extra Work without written authorization from City. Extra
work will be invoiced separately from services performed in accordance with the Scope of
Services
Page 3 of 27
6. Termination This Agreement may be terminated by the City immediately for cause or by
either party without cause upon thirty (30) days' written notice of termination. Upon termination,
Vendor shall be entitled to compensation for services performed up to the effective date of
termination.
Consultant's Books and Records
a. Vendor shall maintain any and all ledgers, books of account, invoices, vouchers,
canceled checks, and other records or documents evidencing or relating to charges for services,
or expenditures and disbursements charged to City for a minimum period of three (3) years, or
for any longer period required by law, from the date of final payment to Vendor to this
Agreement.
b. Vendor shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
C. Any records or documents required to be maintained pursuant to this Agreement
shall be made available for inspection or audit, at any time during regular business hours, upon
written request by the City Manager, City Attorney, City Auditor or a designated representative
of these officers. Copies of such documents shall be provided to the City for inspection at City
Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the
records shall be available at Consultant's address indicated for receipt of notices in this
Agreement.
d. Where City has reason to believe that such records or documents may be lost or
discarded due to dissolution, disbandment or termination of Vendor's business, City may, by
written request by any of the above -named officers, require that custody of the records be given
to the City and that the records and documents be maintained in City Hall. Access to such
records and documents shall be granted to any party authorized by Vendor, Vendor's
representatives, or Vendor's successor -in- interest.
9. Independent Contractor It is understood that Vendor, in the performance of the work
and services agreed to be performed, shall act as and be an independent contractor and shall
not act as an agent or employee of the City. Vendor shall obtain no rights to retirement benefits
or other benefits which accrue to City's employees, and Vendor hereby expressly waives any
claim it may have to any such rights.
10. Interests of Vendor. Vendor (including principals, associates and professional
employees) covenants and represents that it does not now have any investment or interest in
real property and shall not acquire any interest, direct or indirect, in the area covered by this
Agreement or any other source of income, interest in real property or investment which would
be affected in any manner or degree by the performance of Vendor's services hereunder.
Vendor further covenants and represents that in the performance of its duties hereunder no
person having any such interest shall perform any services under this Agreement.
Page 4 of 27
Vendor is not a designated employee within the meaning of the Political Reform Act
because Vendor:
a. will conduct research and arrive at conclusions with respect to his /her rendition of
information, advice, recommendation or counsel independent of the control and direction of the
City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition of
information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
11. Professional Ability of Consultant City has relied u
ability of Vendor to perform the services hereunder as a mat
Agreement. Vendor shall therefore provide properly sF
personnel to perform all services under this Agreement. All
this Agreement shall be in accordance with applicable legal
standard of quality ordinarily to be expected of competent
expertise.
ion the professional training and
erial inducement to enter into this
.illed professional and technical
work performed by Vendor under
requirements and shall meet the
professionals in Vendor's field of
12. Compliance with Laws Vendor shall use the standard of care in its profession to
comply with all applicable federal, state and local laws, codes, ordinances and regulations.
13. Licenses Vendor represents and warrants to City that it has the licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Vendor to practice its profession. Vendor represents and warrants to City that Vendor shall,
at its sole cost and expense, keep in effect or obtain at all times during the term of this
Agreement, any licenses, permits, insurance and approvals which are legally required of Vendor
to practice its profession.
14. Indemnity Vendor agrees to defend, indemnify and hold harmless the City, its officers,
officials, agents, employees and volunteers from and against any and all claims, demands,
actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and
expenses in connection therein), arising out of the performance of this Agreement or its failure
to comply with any of its obligations contained in this Agreement, except for any such claim
arising out of the sole negligence or willful misconduct of the City, its officers, agents,
employees or volunteers.
15. Insurance Requirements
a. Insurance Vendor, at Vendor's own cost and expense, shall procure and
maintain, for the duration of the contract, the following insurance policies.
i. Workers' Compensation Coverage Vendor shall maintain Workers'
Compensation Insurance and Employer's Liability Insurance for his /her
employees in accordance with the laws of the State of California. In addition,
Vendor shall require each subcontractor to similarly maintain Workers'
Compensation Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's employees. Any
notice of cancellation or non - renewal of all Workers' Compensation policies must
be received by the City at least thirty (30) days prior to such change. The insurer
shall agree to waive all rights of subrogation against City, its officers, agents,
Page 5 of 27
employees and volunteers for losses arising from work performed by Vendor for
City. In the event that Vendor is exempt from Workers' Compensation Insurance
and Employer's Liability Insurance for his /her employees in accordance with the
laws of the State of California, Consultant shall complete and submit to the City a
Certificate of Exemption from Workers Compensation Insurance in the form
attached hereto as Exhibit C.
ii. General Liability Coverage Vendor shall maintain commercial general
liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a
commercial general liability insurance form or other form with a general
aggregate limit is used, either the general aggregate limit shall apply separately
to the work to be performed under this Agreement or the general aggregate limit
shall be at least twice the required occurrence limit.
iii. Automobile Liability Coverage Vendor shall maintain automobile liability
insurance covering bodily injury and property damage for all activities of the
Vendor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non -owned vehicles, in an
amount of not less than one million dollars ($1,000,000) combined single limit for
each occurrence.
b. Endorsements Each general liability and automobile liability insurance policy
shall be with insurers possessing a AM Best's rating of no less than A:VII and shall be endorsed
with the following specific language:
i The City, its elected or appointed officers, officials, employees, agents
and volunteers are to be covered as additional insureds with respect to liability
arising out of work performed by or on behalf of the Vendor, including materials,
parts or equipment furnished in connection with such work or operations.
ii. This policy shall be considered primary insurance as respects the City, its
elected or appointed officers, officials, employees, agents and volunteers. Any
insurance maintained by the City, including any self- insured retention the City
may have, shall be considered excess insurance only and shall not contribute
with it.
iii. This insurance shall act for each insured and additional insured as though
a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its elected or
appointed officers, officials, employees or agents.
V. Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents, or volunteers.
vi. The insurance provided by this Policy shall not be suspended, voided,
canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
Page 6 of 27
C. Deductibles and Self- Insured Retentions Any deductibles or self- insured
retentions must be declared to and approved by the City. At the City's option, Consultant shall
demonstrate financial capability for payment of such deductibles or self - insured retentions.
d. Certificates of Insurance Vendor shall provide certificates of insurance with
original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
16. Notices Any notice required to be given under this Agreement shall be in writing and
either served personally or sent prepaid, first class mail. Any such notice shall be addressed to
the other party at the address set forth below. Notice shall be deemed communicated within 48
hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
If to Consultant: Prudential Overall Supply
6997 Jurupa Avenue
Riverside, CA 92504
17. Entire Agreement This Agreement constitutes the complete and exclusive statement of
Agreement between the City and Vendor. All prior written and oral communications, including
correspondence, drafts, memoranda, and representations, are superseded in total by this
Agreement.
18. Amendments This Agreement may be modified or amended only by a written document
executed by both Vendor and City and approved as to form by the City Attorney.
19. Assignment and Subcontracting The parties recognize that a substantial inducement to
City for entering into this Agreement is the professional reputation, experience and competence
of Vendor. Assignments of any or all rights, duties or obligations of the Vendor under this
Agreement will be permitted only with the express consent of the City. Vendor shall not
subcontract any portion of the work to be performed under this Agreement without the written
authorization of the City. If City consents to such subcontract, Vendor shall be fully responsible
to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create
any contractual relationship between City and any subcontractor nor shall it create any
obligation on the part of the City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise is required by law.
20. Waiver Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
Page 7 of 27
21. Severabilitv If any term or portion of this Agreement is held to be invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
22. Controlling Law Venue This Agreement and all matters relating to it shall be governed
by the laws of the State of California and any action brought relating to this Agreement shall be
held exclusively in a state court in the County of Riverside.
23. Litigation Expenses and Attorneys' Fees If either party to this Agreement commences
any legal action against the other party arising out of this Agreement, the prevailing party shall
be entitled to recover its reasonable litigation expenses, including court costs, expert witness
fees, discovery expenses, and attorneys' fees.
24. Mediation The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are
unable to agree upon a mediator, the dispute shall be submitted to JAMS /ENDISPUTE
( "JAMS ") or its successor in interest. JAMS shall provide the parties with the names of five
qualified mediators. Each party shall have the option to strike two of the five mediators selected
by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains
unresolved after mediation, either party may commence litigation.
25. Execution This Agreement may be executed in several counterparts, each of which
shall constitute one and the same instrument and shall become binding upon the parties when
at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
26. Authority to Enter Agreement Vendor has all requisite power and authority to conduct
its business and to execute, deliver, and perform the Agreement. Each party warrants that the
individuals who have signed this Agreement have the legal power, right, and authority to make
this Agreement and to bind each respective party.
27. Prohibited Interests Vendor maintains and warrants that it has not employed nor
retained any company or person, other than a bona fide employee working solely for
Consultant, to solicit or secure this Agreement. Further, Vendor warrants that it has not paid nor
has it agreed to pay any company or person, other than a bona fide employee working solely for
Vendor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent
upon or resulting from the award or making of this Agreement. For breach or violation of this
warranty, City shall have the right to rescind this Agreement without liability. For the term of this
Agreement, no member, officer or employee of City, during the term of his or her service with
City, shall have any direct interest in this Agreement, or obtain any present or anticipated
material benefit arising there from.
28. Equal Opportunity Employment Vendor represents that it is an equal opportunity
employer and it shall not discriminate against any subcontractor, employee or applicant for
employment because of race, religion, color, national origin, handicap, ancestry, sex or age.
Such non - discrimination shall include, but not be limited to, all activities related to initial
employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or
termination. Vendor shall also comply with all relevant provisions of City's Minority Business
Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in
effect or hereinafter enacted.
Page 9 of 27
IN WITNESS WHEREOF the parties have caused this Agreement to be executed on the
date first written above.
CITY OF LAKE ELSINORE:
VENDOR:
Al - -EST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Page 9 of 27
Attachment "B"
CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION INSURANCE
Page 10 of 27
CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION INSURANCE
I hereby certify that in the performance of the work for which this Agreement is entered
into, I shall not employ any person in any manner so as to become subject to the Workers'
Compensation Laws of the State of California
Executed on this day of , 201 _at
California.
Consultant
Page I 1 of 27
REQUEST FOR PROPOSAL
EMPLOYEE UNIFORM PROGRAM
FY 13
INVITATION
You are hereby invited to submit a Proposal for the Employee Uniform Program. The
Employee Uniform Program provides the Cities Public Works Department, Lakes
Department Maintenance, and Parks Department Maintenance employees with two sets
of uniforms and towel rental and cleaning for the City's auto shop.
Three (3) copies (one copy shall be unbound and paper clipped) of your Proposal which
shall include one (1) cost proposal in a separate marked (cost Proposal) sealed
envelope shall be submitted no later than 3:00 p.m. on Thursday, October 11, 2012
addressed to City of Lake Elsinore, Public Works Division, 521 N. Langstaff, Lake
Elsinore, California 92530 Attention Rick DeSantiago, Public Works Superintendent.
The unbound copy of the proposal is to have no tabs, holes, perforation, or cardboard
inserts, and be suitable for copying with an automatic -feed copy machine.
GENERAL DESCRIPTION
The scope of services, resulting from the requested RFP will be new uniforms (initially)
with replacement or repairs to uniforms as required due waring or damage. The
Employee Uniform Program provides the Cities Public Works Department, Lakes
Department Maintenance, and Parks Department Maintenance employees
approximately twenty (21) employees with two sets of uniforms. Towel rental and
cleaning will be for the City's auto shop approximately 125 towels weekly or in the
quantity requested by the City. The employee uniforms and towels shall be cleaned
weekly and picked up at locations determined by the City.
PROJECT BUDGET
The City of Lake Elsinore will fund the Employee Uniform Program with General Fund.
The Employee Uniform Program budget is $6,000 and the Employee Uniform Program
schedule is as follows:
RFP Available
Last Date for Addendum
Proposal Due Date
Selection Interviews
Award of Contract
September 17, 2012
September 27, 2012
October 11, 2012
October 15, 2011
October 23, 201
Page 12 of 27
IV. SCOPE OF SERVICES
UNIFORM AND TOWEL SERVICE
Number of Uniforms
1. Initially provide Twenty (21) employees with eleven (11) uniform sets each.
a. Uniform set equals one pant and one shirt.
2. Public Works Maintenance Staff
a. Furnish eleven (11) Public Works Maintenance Staff with new uniforms
b. Uniform pants will consist of dark blue Dickies or comparable pants approved by the
City
c. Uniform Shirts will consist of a light blue industrial front button shirts.
d. Shirts shall have placards front, sleeves and pockets.
e. Furnish three (3) Public Works employees with five (5) Polo shirts.
f. Furnish one (1) Public Works employee with eleven (11) Polo shirts.
3. Lakes Department Maintenance Staff
a. Furnish four (5) Lakes Department Maintenance Staff with new uniforms
b. Uniform pants will consist of dark blue Dickies or comparable pants approved by the
City
c. Uniform Shirts will consist of a light blue industrial front button shirts.
d. Shirts shall have placards front, sleeves and pockets.
e. Furnish one (1) employee with five (5) Polo shirts.
4. Parks Department Maintenance Staff
a. Furnish four (5) Parks Department Maintenance Staff with new uniforms
b. Uniform pants will consist of dark blue Dickies or comparable pants approved by the
City
c. Uniform Shirts will consist of a light blue industrial front button shirts.
d. Shirts shall have placards front, sleeves and pockets.
e. Furnish one (1) employee with (5) Polo shirts.
5. Each week the employee will return to Vendor five (5) sets of soiled uniforms and the
Vendor will return to each employee five (5) sets of cleaned uniforms.
6. The pricing per uniform set will include any combinations of long and /or short sleeved shirts
and pants or shorts as selected by each employee.
7. Short work pants standard; work pants may be exchanged for short work pants of the same
quality and color Dickies or comparable.
8. Uniform will match, in color and design, those presently in use by the City.
9. Initial uniforms provided by Vendor will be new. If employees are added during the term of
this agreement, they also will initially
10. Receive eleven (11) sets of new uniforms fit properly.
Page 13 of 27
11. Vendor will be responsible for repairing and /or replacing uniforms during the term of this
agreement as they become worn or damaged. Weekly cleaning /rental fee will include all
necessary insurance pertaining to repair and /or replacement of uniforms as needed, during
the term of the agreement. Replacement will be new shirt and /or pants.
12. Any pants or shirts that are damaged beyond repair or are no longer serviceable, at the
City's sole discretion, will be replaced with a new shirt or pants.
WEEKLY FEE / UNIT PRICE
The weekly fee or unit price shall include the following:
a. The weekly rental of each item, as well as the total cleaning, pickup and delivery
costs for the item.
b. Prices shall be the only fees Vendor charges for services.
c. Weekly delivery of clean and picked up of soiled uniforms at one City facility. The
City will select the facility and may change location during the term of this
agreement.
d. Weekly delivery of clean and picked up of soiled towels at one City facility. The City
will select the facility and may change location during the term of this agreement.
e. Provide a separate laundry bag (s) for uniforms, which are in need of repair.
f. Price includes all nametags and City logo (Patch) emblems to match existing.
g. The repair or replacement of any damaged item (s).
h. The weekly fee includes all setup fees; including both initial setup fees and /or a
subsequent setup fee as additional employees are added to staff.
i. Towels provided by Vendor will be for the Auto Shop use and the estimated weekly
quantity is 125.
j. Shop floor mats and front office floor mats quantity of (7) total to be changed weekly.
k. Provide separate invoicing for each account and /or location as directed by the City.
Initially there will be seven (7) weekly invoices
SCOPE OF SERVICES
DELIVERY LOCATION
No. EMPLOYEES
WEEKLY QTY.
ITEMS
521 N. Langstaff
Public Works Yard
21
100 Uniform Sets
Dark Blue Pants
Light Blue Shirts
1. A uniform equals one (1) shirt and one (1) pant. Each worker receives five (5) uniform
sets per week, which equals five (5) shirts and five (5) pants per employee per week.
For example:
Thirty (30) uniform sets are comprised of thirty (30) pants and thirty (30) shirts.
2. The City, from time to time, may adjust the number of services required from the Vendor.
Also, delivery locations may be changed or increased. The unit prices provided will be
used to adjust the total weekly costs, as services are increased or decreased.
3. Vendor shall provide the City with a minimum of two (2) contact telephone numbers that
can be called by the City when emergency maintenance conditions occur. Contractor
shall provide a minimum of one -hour personnel response time upon notification.
4. Vendor shall require each of its employees and subcontractors to adhere to basic City
Standards of working attire which shall include basic uniforms, proper shoes and other
Page 14 of 27
equipment and gear as is required by State of California workplace safety regulations.
Shirts shall be worn at all times, buttoned and tucked in.
5. Vendor shall display the organization or firm name on all of its vehicles. Such display
shall be legible from a distance to one - hundred (100). In addition, Vendor shall at its
sole cost and expense, display directly below the organization or firm name, a magnetic
sticker with the following message: "Under contract with City of Lake Elsinore." A sample
of which shall be provided by the City.
V. GENERAL INFORMATION
Selection Process
Vendors interested in being considered must submit proposals in compliance with this
RFP. Based on evaluation of the submitted proposals, a selection committee will review
the proposal submitted. The selection committee will conduct interviews from the top -
ranked firms. A short list of three (3) top ranked /qualified firms will be established. Upon
completion of the evaluation, firms will be ranked and negotiations will be initiated with
the highest ranked firm. The content of your proposal will become an integral part of the
contract documents. If for any reason a contract cannot be negotiated with the selected
firm, the next ranked firm will be selected from the Vendor ranking list for negotiations.
Selection Criteria
The basis for selection of prospective vendor shall include experience, uniform quality,
understanding of the services to be performed and the proposal approach, demonstrated
competence in the services to be provided. Any contract to be awarded as a result of
the RFP will be awarded without discrimination based on race, color, religion, sex or
national origin.
Funding
Funding for this project is from the General Fund: The Contract may be
extended for an additional two (2) years at the option of the City.
VI. VENDORS PROPOSAL AND COMPENSATION
The Vendor Proposal shall be no more than 20 pages, excluding a cover letter of up to
two pages, dividers, and certificates. Proposals failing to provide sufficient information
and assurances of performance to accurately assess each category of the required
services and failing to comply with requirements and conditions of the RFP will not be
given further consideration. The Vendors Proposal shall include the following:
A. A statement that this RFP shall be incorporated in its entirety as a part of the
Vendors Piupusal.
B. A statement that this RFP and the Vendors Proposal will jointly become part of
the Agreement for Services for the Employee Uniform Program when said
Agreement is fully executed by the Vendor and the Mayor or City Manager of
Lake Elsinore.
Page 15 of 27
C. A statement that the Vendors Services to be provided, and fees therefore, will be
in accordance with the City's RFP except as otherwise specified in the Vendors
Proposal under the heading "ADDITIONS OR EXCEPTIONS TO THE CITY'S
REQUEST FOR PROPOSAL."
D. A single and separate section with the heading "ADDITIONS OR EXCEPTIONS
TO THE CITY'S REQUEST FOR PROPOSAL" containing a complete and
detailed description of all of the exceptions to the provisions and conditions of
this Request for Proposal upon which the Vendors Proposal is contingent and
which shall take precedent over this RFP.
E. A listing of recent similar services completed or currently under contract including
the names, titles, addresses and telephone numbers of the appropriate persons
whom the City could contact.
F. A statement that the Vendor will not discriminate against any employee or
applicant for employment because of race, color, religion, sex, or national origin.
G. A statement that all federal laws and regulations shall be adhered to
notwithstanding any state or local laws and regulations. In a case of conflict
between federal, state or local laws or regulations the strictest shall be adhered
to.
H. A statement that the Vendor shall allow all authorized federal, state, county, and
City officials access to place of work, books, documents, papers, fiscal, payroll,
materials, and other relevant contract records pertinent to this service. All
relevant records shall be retained for at least three years.
A statement that the Vendor shall comply with the Davis -Bacon Fair Labor
Standards Act (40 USC 276 -a through a -7), and the implementation regulations
issued pursuant thereto (29 CFR Section 1, 5), any amendments thereof and the
California Labor Code. Pursuant to the said regulations, entitled "Federal Labor
Standards Provisions," Federal Prevailing Wage Decision" and State of California
prevailing wage rates, respectively.
J. A statement that the Vendor shall comply with the Copeland Anti - Kickback Act
(18 USC 874) and the Implementation Regulation (29 CFR 3) issued pursuant
thereto, and any amendments thereof.
K. A statement that the Vendor offers and agrees to assign to the City all rights, title,
and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 USC Sec. 15) or under the Cartwright Act (Chapter 2
[commencing with Section 16700] of Part 2 of Division 7 of the Business and
Professions Code), arising from purchases of goods, services, or materials
pursuant to the public works or the subcontract. This assignment shall be made
and become effective at the time the City tenders final payment to the Vendor,
without further acknowledgment by the parties.
L. Complete Disclosure of Lobbying Activities (Form LLL — see attached)
Page 16 of 27
VII. GENERAL COMPLIANCE WITH LAWS AND WAGE RATES
A. The Vendor shall be required to comply with all federal, state, and local laws and
ordinances applicable to the work.
VIII. FEDERAL EMPLOYEE BENEFIT
No member of, or delegate to, the Congress of the United States, and no Resident
Commissioner shall be admitted to any share or part of the Agreement to the said
project or to any benefit to arise from the same.
The Vendor shall complete and include the "Certification for Contracts, Grants, Loans,
and Cooperative Agreements' and "Disclosure of Lobbying Activities' forms with the
Proposal.
IX. PAYMENT TO CONSULTANT
A. This work is to be performed for a "Fixed Fee." based upon the unit fee per
uniform set and towel cleaning as shown in this RFP.
B. The Vendor shall provide a "Payment Schedule" indicating the fee for individual
tasks with a "Fixed Fee' per task which shall be the sum of all tasks.
C. Tasks shall include, but not be limited to the tasks as described in the "Scope of
Services ", necessary to complete the scope of services covered by this Proposal.
D. The City will pay the Vendor for services completed as identified in the Payment
Schedule.
E. Progress payments shall be based on tasks performed as identified in the
Payment Schedule. Monthly invoices will specifically identify job title; the number
of uniform sets cleaned and serviced the number of towels cleaned, new uniform
sets if any and the costs incurred by each task.
F. Sub - categorization of tasks is permitted to better define the task for payment.
G. Reimbursement costs such as mileage, printing, telephone, photographs,
postage and delivery, are to be included in the "Fixed Fee." based upon the unit
fee per uniform set and towel cleaning as shown in this RFP
H. All tasks shall have supporting documentation presented at the time payment is
requested.
The City will pay the Vendor for all acceptable services rendered in accordance
with the "Agreement for Services."
J.
Page 17 of 27
IX. INSURANCE
A. The Vendor shall have Public Liability and Property Damage Insurance in the
amounts as follows:
GENERAL LIABILITY
Bodily Injury $1,000,000 per occurrence
Property Damage $ 500,000 per occurrence
A combined single limit policy with aggregate limits in the amount of $2,000,000
will be considered equivalent to the above minimum limits.
B. The Vendor shall have Public Liability and Property Damage Insurance coverage
for owned and non -owned automotive equipment in the amount of not less than
$1,000,000.
C. The Vendor shall have Workers' Compensation Insurance in the amounts as will
fully comply with the laws of the State of California.
D. A Certificate of Insurance or an appropriate binder shall bear an endorsement
containing the following provisions:
"Solely as respect to services done by or on behalf of the
named insured for the City of Lake Elsinore, it is agreed that the
City of Lake Elsinore, the Community Redevelopment Agency of
the City of Lake Elsinore, its officers, employees and agents are
included as additional insured under this general liability policy
and the coverage(s) provided shall be primary insurance and
not contributing with any other insurance available to the City of
Lake Elsinore, the Redevelopment Agency of the City of Lake
Elsinore, its officers and employees and agents, under any third
party liability policy."
E. Insurance companies providing insurance hereunder shall be rated (A minus: VII
- Admitted) or better in AM Best's Insurance Rating Guide and shall be legally
licensed and qualified to conduct insurance business in the State of California.
The terms of the insurance policy or policies issued to provide the above
insurance coverage shall not be amended to reduce the above required
insurance limits and coverage's nor shall such policies be canceled by the carrier
without thirty (30) days prior written notice by certified or registered mail of
amendment or cancellation to the Agency, except that cancellation for non-
payment of premium shall require ten (10) days prior written notice by certified or
registered mail. In the event the said insurance is canceled, the Consultant shall,
prior to the cancellation date, submit to the City Clerk new evidence of insurance
in the amount established.
Page 18 of 27
XI. INDEMNIFICATION
A. The Vendor agrees to indemnify, defend, and save the City, the Community
Redevelopment Agency of the City of Lake Elsinore (RDA), their officers,
agents and employees harmless from any and all liability, claims, demands,
damages, or injuries to any person, including injury to the Vendors
employees and all claims which arise from or are connected with the
negligent performance of or failure to perform the work or other obligations
of the Vendor under this Agreement, or are caused or claim to be caused
by the negligent acts of the Vendor, its officers, agents or employees, or its
subconsultant(s) or any person acting for the Vendor or under its control
or direction; provided, however, that this indemnification and hold
harmless shall not include claims arising from the sole negligence or willful
misconduct of the City, RDA, their officers, agents or employees.
B. The City agrees to indemnify, defend and save the Vendor and their officers,
agents and employees harmless from any and all liability, claims, damages or
injuries to any person, including injury to the City's, RDA's employees and all
claims which arise from or are connected with the negligent performance or
failure to perform the services or other obligations of the City under this
Agreement, or are caused or claim to be caused by the negligent acts of the City,
RDA, their officers, agents or employees, or its subcontractor(s) or any person
acting for the City or under its control or direction; provided, however, that this
indemnification and hold harmless shall not include any claims arising from the
sole negligence or willful misconduct of the Vendor, its officers, agents, or
employees (PCC 20103.6).
XII. TERMINATION FOR CONVENIENCE OF THE CITY
The City reserves the right to terminate the "Agreement for Services" for the
"convenience of the City" at any time by giving ten (10) days written notice to the Vendor
of such termination and specifying the effective date thereof. The City will reimburse the
Vendor for all acceptable services performed as set forth in the executed Agreement.
Page 19 of 27
XIII. INDEPENDENT CONTRACTOR
The Vendor's relationship to the City in the performance of the Vendor services for this
service is that of an independent Contractor. The personnel performing said Services
shall at all times be under the Vendor's exclusive direction and control and shall be
employees of the Vendor and not employees of the City. The Vendor shall pay all
wages, salaries and other amounts due his employees in connection with the
performance of said work shall be responsible for all employee reports and obligations,
including but not necessarily restricted to, social security, income tax withholding,
unemployment compensation, and Workers' Compensation.
XIV. CONTRACT
The Contract includes the Agreement for Services, City's Request for Proposal,
Consultant's Proposal, and Exhibits.
The Political Reform Act and the City's Conflict of Interest Code require that Vendor be
considered as potential filers of Statements of Economic Interest. Vendor, as defined by
Section 18701, may be required to file an Economic Interest Statement (Form 700)
within 30 days of signing a Vendor Agreement with the City, on an annual basis
thereafter if the contract is still in place, and within 30 days of completion of the contract.
XV. GENERAL CONDITIONS
A. Pre - contractual expenses are defined as expenses incurred by the Vendor in: (1)
preparing the Proposal; (2) submitting the Proposal to the City; (3) presentation
during selection interview; (4) negotiating with the City any matter related to this
Proposal; (5) any other expenses incurred by the Vendor prior to an executed
Agreement.
The City shall not, in any event, be liable for any pre - contractual expenses
incurred by the Vendor.
B. The City reserves the right to withdraw this RFP at any time without prior notice.
Further, the City makes no representations that any Agreement will be awarded
to any Vendor responding to this RFP. The City expressly reserves the right to
postpone reviewing the Proposal for its own convenience and to reject any and
all Proposals responding to this RFP without indicating any reasons for such
rejection(s).
C. The City reserves the right to reject any or all Proposals submitted. Any Contract
awarded for these Vendor engagements will be made to the Vendor who, in the
opinion of the City, is best qualified.
Page 20 of 27
The following exhibits are attached, made a part hereof, shall be completed if and as
required, and shall be considered as part of the executed agreement between the City of
Lake Elsinore and the successful Consultant.
City Attachments: Attachment "A" Sample Agreement for Services
Attachment "B" Sample exemption from Workers Compensation
Insurance (If applicable)
Attachment "C Disclosure of Lobbying Activities
Consultant Attachments: Exhibit "A"
Exhibit "B"
Exhibit "C
Exhibit "D"
Scope of Services
Fee Schedule
Certificate of exemption from Workers
Compensation Insurance (If applicable)
Disclosure of Lobbying Activities
Sincerely,
CITY OF LAKE ELSINORE
Rick DeSantiago
Public Works Superintendent
Page 21 of 27
PRUDENTIAL OVERALL Fax 9513548110 Oct 28 2012 02 40pm P003/004
t :s
ESTIMATED RENTAL COST
WORKSHEET
FOR
LAKE ELSINORE LAKES DEPT:
GARMENTS
industrial p"As 73.44-44 3 11 $0.20
Gaptsst Callar Palo Slug Tr- 8044-6 1 11 50.29
TOTAL WEEKLY RENTAL $13.75
$6.60
$3.19
Page 22 of 27
PRUDENTIAL OVERALL Fax 9513548110 Oct 2G 2012 02:40pm P004 /004
ESTIMATED RENTAL COST
WORKSHEET
FOR
LAKE ELSINORE PARKS DEPT.
GARMENTS
TOTAL WEE}!1_Y RENTAL. 529,29
Page 23 of 27
119W "varm 7$4444 6 11 $0,20 $220 51320
Oorbast Gaw Polo sWrl _ 77- 8044.4P 1 'M $$0,29 $3.19 $3.19
cvti hs 404444 3 2 50.50 $1.00 $3,00
PRUDENTIAL OVERALL Fax 9513540110 Oct 26 2012 02:40pm P002/004
ESTIMATED RENTAL COST
WORKSHEET
FOR
LAKE ELSINORE PUBLIC WORKS
GARMENTS
TOTAL WEEKLY RENTAL
$63.66
Page 25 of 27
lna=tm rams 734444 13 11 S020 $Z20 $28.80
CWORSt COGar Pob Shirt 77-80.4"P 2 5 $0.29 - $1.45 5290
CaHram Collar PdO Shut 77.9644 -4P 2 11 $0.29 $3:19 $8.38
Crnrerams 4 4444 a 2 so-so $1.00 S4.00
Industrial Pants
73 -94-94
:.$020
423.40
Contrast Collar Polo Shirt
77-80-04: -4P
°$0.29
- x$2122
Coveralls
'404444
$0.50
$35.54
^.
FACILITY +S�R1tIC51TYYEL�NGIFLATGOODS..
i�,rc
ITEM
OD
Shop Towel, 18"x 18 ", Orange, EgyptianCOtton' ` '"
- 9776
$T66
- '_$025
TTD- Inventory Maintenance
- 9776 -TTD
$0.25
'= .$0.25
Bath Towel -While
9985
$0.30
TTD- Inventory Maintenance
9985 -TTD
$2.00
:$2.00
3 x 5 Appearance Mat - Black
9034
$2.00
• Additional Information:
PRUDENTIAL OVERALL
Name:
Title:
Date:
Industrial Pants
Contrast Collar Palo Shirt
Contrast Collar Polo Shin
Coveralls
Shop I owel, 18" x i6 ", Orang
TTD- Inventory Maintenance
Bath Towel -White
TTD- Inventory Maintenance
3 x5 Appearance Mat -Black
ESTIMATED WEEKLY
1 -41wn
-. Jo•;.
144.44
22
30 -44-4P
6
10444P -
2 d ,.
14-04
7
9776 -TTD
9985
90:
1
7
$48.40
cia en
cv„
DI.JV
$2.00 °
$14.00 '?