Loading...
HomeMy WebLinkAbout102507 CINTAS - CONTRACT - RFP - P1078 UNIFORM RENTAL OR LEASINGSERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year setforth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Cintas Corporation, hereinafter referred to as '"Service Provider" WITNESSETH In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows 1 Scope of Services The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of six (6) pages and incoi porated herein by this reference 2 Contract Period Agreement shall commence November 1, 2007, and shall continue in full force and effect until October 31, 2010, unless sooner terminated as herein provided In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed two (2) additional one year periods Pricing changes shall be negotiated by and agreed to by both parties The Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office will be used as a guide Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end 3 Delgy If either party is prevented in whole; or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition 4 Early Termination by City/Notice Notwithstanding the time periods contained herein, the City may terminate this agreement due to service complaints If the City determines that service complaints have not been adequately addressed by Service Provider as required by paragraphs 11 and 12 of this Agreement, the City may terminate this Agreement without further notice SA rev06/07 employment termination, from the employee's final paycheck Replacement Cost is as determined on the Pricing Schedule M UTILIZATION REPORTS The City will have access to various Utilization Reports (preferably on-line) at no additional cost These reports are to include access to the following but are not limited to A Activity by Employee B Activity by City Department C Cost by Employee D Cost by City Department E Location of Employee garments within the Service Provider's system (including delivery status for new or replacement items) F Mending stats G Replacement stats The City reserves the right to request Service Provider to create customized reports that will meet the City's needs It is the responsibility of each departmental Project Manager to determine the reports that Service Provider is to provide to that department N LABORATORY TESTING Due to the fact that the City's Light & Power Division has added flame -resistant apparel within the term of this Service Agreement, the City reserves the right to request that Service Provider provide laboratory tests or test results to confirm that the garments provided meet the required standard O SAMPLES The City reserves the right to request samples of the uniform pieces to be supplied at no cost to the City, prior to their delivery The City will retain the samples provided by the Service Provider in order to create an express warranty that the whole of the goods provided shall conform to the sample submitted — - P IMPLEMENTATION SCHEDULE Service Provider estimates 4-6 weeks delivery time/full program implementation from Service Agreement Effectivity Date, or, in the event that new departments are added at a later date, 4-6 weeks delivery time/full program implementation from date of written notification Turnaround time for any new employees added after initial department implementation is 1-2 weeks Q COOPERATIVE PURCHASING The City of Fort Collins allows other Public Agencies the opportunity to purchase off this Service Agreement at the option of the Awarded Vendor. Other public agencies that are members of the Colorado Multiple Assembly of Procurement Officials (MAPO) cooperative purchasing group in particular may contact the awarded Service Provider with a desire to participate in any resulting awards as a potential cooperative user R SITE AUDITS The City will reserve the right to do periodic Site Audits to the awarded Service Provider S CUSTOMER SATISFACTION SURVEY AND FOLLOW-UP CORRECTIVE ACTION MECHANISM Service Provider shall conduct Customer Satisfaction Surveys on a quarterly basis, and conduct a followup corrective action mechanism to the satisfaction of the Protect Manager for that department for any issues identified in the course of these Surveys Service Provider is to make known to the departmental Protect Managers the escalation procedure within their organization for any issues not resolved to the satisfaction of the Project Manager rev06/07 10 T Rental, Lease and Purchase/Replacement Costs provided on the enclosed Pricing Schedule will cover all sizes, special tailoring, labor, transportation and any associated cost that is required to provide the services identified in this Scope of Work No Fuel Surcharges, Environmental Charges, Makeup Charges, or Wastewater Charges will be accepted The City of Fort Collins will not be liable for any charge not included on the Pricing Schedule U No Buy -Back Provisions will be considered V CLEANING PROCESS AND ENVIRONMENTAL IMPACT Garments are sorted and separated by color, fabric or type of soil Sorted garment loads are weighed to ensure consistency of cleaning quality Wash process and cleaning formulas are designed for each garment and soil type Liquid injection system and wash process are regularly monitored for quality assurance Service Provider conducts monthly testing of settable solids Annual inspection by City of Greeley on 9/21/07 stated " facility has a good environmental control program with many positive aspects" Zero negative environmental impact reported to date W SERVICE PROVIDER SERVICE ISSUES CONTACT Brad Darby (Service Manager) Telephone (970) 352-2233 Fax (970) 356-7238 Email Darbvbacintas com Backup David Bowen (Service Training Coordinator) Matt Selcke (General Manager) selckemaa cintas corn SERVICE PROVIDER BILLING ISSUES CONTACT Claudia Reich (Office Manager) Telephone (970) 352-2233 Fax (970) 356-7238 Email reichc(@cintas corn Cell (720) 341-0750 Emergency (970) 352-2233 Backup Patty Rodriguez LOCATION OF SERVICE PLANT Cintas Corporation 523 10'h Street Greeley, CO 80632-1119 Y The City acknowledges that numerous manufacturers market fabrics represented to be flame resistant, and that Service Provider has made no representations, warranty, or covenant with respect to the flame -resistant qualities of the fabrics or garments The City agrees to notify all City employees who will be wearing the flame - resistant garments that the garments are not designed for long term, high heat exposure or use around open flames, and that no representation is made as to the garment's ability to protect users from injury or death Section 14 Indemnity/Insurance of the Agreement governs this section, with the exception that the City hereby agrees, to the extent permitted by law, to indemnify and hold Service Provider harmless from any claims and damages arising out of the failure of the fabric to function as flame -resistant Service Provider does agree that it is their responsibility to launder flame -resistant garments in the appropriate manner in order to protect and preserve the flame -resistant properties of the fabric rev06/07 11 II CLOTHING DESCRIPTIONS, RENTAL/LEASE PROGRAM ITEMS A Lined Jacket Fully lined, zip front, lined collar, inset pockets, adjustable cuffs B Quilted Vest 65%poly/35% cotton twill five layer 4" vertical quilted shell, zip front, side elastic inserts, roomy hand warmer pockets C Oxford Cotton Dress Shirt (short or long-sleeved), wrinkle -resistant cotton shirt 100% cotton preshrunk twill, button-down collar, breast pocket D Security Shirt (short or long-sleeved) 65%polyester/35%cotton poplin sod release finish, button front, convertible collar with stays, pleated chest pockets with flaps and button closure, epaulets E Work Shirt (short or long-sleeved) 65% polyester/35% cotton poplin, Soil release finish, button front, convertible collar with stays, button through chest pockets, (Red Kap or equivalent), Color Light Blue F Work Shirt (short or long-sleeved) 100% cotton durapress wrinkle resistant finish, preshrunk, button front, convertible collar with stays, pockets G Wrinkle -resistant cotton pants 100% pre-shrunk cotton wrinkle resistant finish, plain front, slack style front pockets, hip pockets (left with button closure), ratcheting zipper with button closure H Work Pants 65% polyester/35% cotton twill, nice drape with front and back pockets along with reinforced stress points that stand up to frequent washings, zip front with button closure I Work Shorts 65% polyester/35% cotton twill double -pleated front, slack -style front pockets, set-in hip pockets, zip front with button closure - J Coveralls 65% polyester/35% cotton twill with action back, two-way zipper front, two front pockets, two patch hip pockets, two chest pockets, rule pocket, side vent openings, sized to be worn over clothes K Coveralls, 100% cotton 100% cotton twill, with action back, two-way zipper front, two front pockets, two patch hip pockets, two chest pockets, rule pocket, side vent openings, sized to be worn over clothes L Indura Ultra Soft Flame Resistant Uniform Shirt Button front work shirt with two-piece, lined convertible collar with stays Two chest pockets, with button closure and pencil stall in left pocket Long- sleeved only One-piece, lined cuffs with button closures Sleeve vents Shirt sewn with Aramid fiber thread ATPV 8 7 HRC 2 M Indura Heavyweight Denim Jeans 14 oz Indura FIR 100% cotton prewashed denim sewn with Nomex thread, relaxed fit, five jean style pockets, heavy duty Nomex taped brass zipper, melamine button at waist, two -needle felled seam construction Arc rating 16 0 ATPV N Shop Towels Premium (for cleaning sensitive applications) 100% cotton, pre -bleached available in white, 18x18" cut size O Shop Towels Standard 100% cotton, 18x18" cut size P Shop Towels Heavy (for heavy grease & soil applications) 100% cotton, 18x18" cut size Q Fender Covers 50% polyester/50% cotton, 36x54" cut size rev06/07 12 R S T U v W X Y Glass Towels 100% cotton. 16x28" cut size Track Control Mats, nylon bonded to 100% Nitrile rubber, 3x5' Track Control Mats, nylon bonded to 100% Nitrile rubber, 4x6' Dust mop, 18", collapsible Wet mop, large Mop frame, 18", collapsible Air Freshener Refills Air Freshener Dispensers rev06107 13 EXHIBIT B INSURANCE REQUIREMENTS 1 The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins " In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement 2 Insurance coverages shall be as follows A Workers' Compensation & Employer's Liability The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement Workers' Compensation insurance with statutory limits as required by Colorado law 2 Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee B Commercial General & Vehicle Liability The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement Coverage for property damage shall be on a "broad form" basis The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance rev06/07 14 EXHIBIT C - PRICING I RENTAL & LEASE PRICING SCHEDULE ITEM DESCRIPTION U p N> w p p c wN_ �< 4) o j� a a> Uw M w c IL m U0 4) as Q a �x c F U d Z m `-' (N W Q i cwi E 1- z 7 (L U(Do a Q x N L)3. Q w J O W w U ¢ a UZ aw H U Z J a w d RENTALILEASE PROGRAM STEMS: 1 Lined Jacket 366 $0 40 $0 80 $0 24 $0 48 $35 00 2 Quilted Vest 175 $0 40 $0 80 $0 24 $0 48 $35 00 3 Oxford Cotton Dress Shirt (Long or Short Sleeve) 374 $0 29 $0 60 $0 18 $0 36 $25 00 4 Security Shirt (Long or Short Sleeve) 838 $0 26 $0 52 $0 16 $0 31 $15 00 5 Work Shirt, 65/35 (Long or Short Sleeve) 935 $0 13 $0 27 $0 08 $0 16 $15 00 6 Work Shirt, 100% Cotton (Long or Short Sleeve) 330 $0 23 $0 47 $0 14 $0 28 $20 00 7 Cotton Pants 340 $0 28 $0 57 $0 17 $0 34 $22 00 8 Work Pants, 65/35 945 $0 22 , $0 45 $0 13 $0 27 $18 00 g 1 Mens pants pleated —865 - $0 23 $0 46 $0 14 $0 28 $20 00 g 2 Womens pants (not pleated) 546 $0 22 $0 45 $0 13 $0 27 $18 00 g 3 Womens pants Twill pleated 554 $0 23 $0 46 $0 14 $0 28 $20 00 g 4 mens pants pleated 596 $0 23 $0 46 $0 14 $0 28 $20 00 g Work Shorts, 65/35 448 $0 24 $0 49 $0 14 $0 29 $15 00 g 1 Work Shorts (not pleated) 741 $0 24 $0 49 $0 14 $0 29 $15 00 10 Coveralls, 65/35 912 $0 34 $0 68 $0 20 $0 40 $21 00 11 Coveralls,100% Cotton 910 $0 42 $0 84 $0 25 , $0 50 $20 00 12 Indura Flame -Resistant Uniform Shirt 60694 $0 33 $0 66 $0 19 $0 39 $35 00 13 Indura Heavyweight Denim Jeans 6535 $0 52 $1 04 $0 31 $0 62 $37 00 14 Shop Towels, Premium white 2164 N/A $0 09 N/A N/A $0 45 15 Shop Towels, Standard 2160 N/A $0 07 N/A N/A $0 45 16 Shop Towels, Heavy 2163 N/A $0 09 N/A N/A $0 45 17 Fender Covers 2190 N/A $0 66 N/A NIA $6 00 18 Glass Towels 2960 N/A $0 14 N/A N/A $1 00 19 Track Control Mats, 3x5' 84315 N/A $1 50 N/A N/A $40 00 20 Track Control Mats, 4x6' 84435 N/A $2 50 N/A N/A $65 00 21 Dust mop, 18", collapsible 2560 N/A $0 17 N/A N/A $5 00 22 Wet mop, large 2660 N/A $0 80 N/A N/A $10 00 23 Mop frame, 18", collapsible N/A $0 00 N/A N/A $3 00 24 Air Freshener Refills N/A $2 00 N/A N/A N/A 25 Air Freshener Dispensers N/A No charge N/A N/A N/A rev06/07 15 EXHIBIT D NON -APPROPRIATION OF FUNDS CLAUSE (required for multi -year Agreements) Non -appropriation of Funds: The City reasonably believes that it will have a need for the Equipment for the services of the Agreement and that funds will be available and appropriated to make all payments under the Agreement However, the availability of funds in future fiscal years is dependent upon appropriation of funds by the City Council, which appropriation is entirely discretionary The City will seek funding each year as part of its Budget process If funds to continue the services for the term of the Agreement are not appropriated, the parties agree that the City may terminate this Agreement at the end of the current year without penalty The City will notify Service Provider at least fifteen (15) days prior to the end of the year if funds are not available for the payments required under this Agreement by reason of non -appropriation or non -availability of funds rev06/07 16 ACORD�'CIERTIFiCATUOF�°LIABIL'ITY,IPYSIiRAIVCE n �m it y y DATE(MM/DD/YYVV) '`"�� 'I'' `'1 to/2s/2Do7 eaoDLofB Aon Risk Services, inc of Ohio THIS CERTI FICA rL IS ISSUEDASANIATTEROFINFORNIATIONONLY c/o Client Service center 1000 Milwaukee Avenue AND CONFERS NO RIGHFS UPON TILE CERTIFICATE HOLDER THIS CFRI IFICAI F DOIS NOT AND ND, EXTEND Oil Al FFRTIIL Glenview IL 60025 USA COVFRAGE AFFORDF D BY THE POI ICIES BFLOW INSURERS AFFORDING COVERALL NAICH PRONF (866) 283-7122 F\x-(847) 953-5390 INSURER INSURI It Greenwich Insurance Company 22322 Cintas Corporation and its subsidiaries 6800 Cintas Blvd INSURI it IF 'Nestchester Fire Insurance Co 21121 INRURI RC KL Specialty Insurance co 37885 P o Box 625737 Cincinnati OH 45262 USA INSURI R I) NSUIti It I "COVE RAC:FS ,rtV PI .a, i, nI ,t '1 'I 'r I ,.)' pr r, ^e rk SIR Ma A THE r0I ICIES OF INSURANCE I ISTFD UI IOW HAVI HI I N ISSUED T011ll INSURED NAW D ABOVY I OR IHE POI ICY PI RIOD INDICAII D NOT VITIISIANDING AN) RI QUIRLMENI I LRM OR CONDI 11ON OI ANY CON FRACT OR OI III R DOCUMI N I W I I H RESPEC I ) O W IIICH TI IIS CI RTIrICATL AIAY BF ISSULD OR MAY PERTAIN rI1F INSURANCI AFFORDED BY [HE FOR ICILS DI SCRIBED II BE IN IS SUBJFCI IO AI I FEE TI RMS EXCI USIONS AND CON[)] I IONS OF SUCH POI ICIES AGGRI GA I L LINIITS SIIOWN MAY IIAVI. 13FFN REDUCI D BY PAID CI AIMS INS, FIR ADD I IN+RD T\ Pf OF P,'URAV(F 1'(11 IO\ NUNI IIFR POI IcN 411 f C I P EY01IP(Nly OAD(AI RADIIA)A) IRAIIOV DA IYINIMVDDU Y) IIAIIIS q GfINFRA1-IIARu11N RGD943715702 07/01/07 07/01/08 EACHOCCURRFNCI $2,000,000 COMMERCIAL GENERAL IIARIL ITY DAMAGE TO RFMIIN $100,000 P (LAIMSMAnr ®OCCUR PRLMISFS(La omurenu) MI D rYP (Anvon......n) contracturl Liability N R%0NAI &ALIV INJURY $1,000,000 GENERAL AGGRYOA1 I $2,000,000 GENL AGGRYGA BE 112,111 APPI IES PER PRO ❑ POLICY IE(.T � ItK El COMP,0PAGG S1,000,000 A A AUICNIOau X 111ARR u) ANI AutoN RAD943715802 Aos RAD943715902 07/01/07 07/01/07 07 01/08 / 07/01/08 .NED SINGLYII\FIT a nc.mvrul E5,000,000 1{p011 V INJURY ALL ON NIOAUIOS Nq SUIr0U11 n nuloS X IERfUAUIOS BODILY INJURY X NONONNIDAUTOS IPcr unarn0 Cmp/Coll cov Lad X PROPI FLY DAMAGI X IP.r ¢od.np with $0 Red (AR N( F I LANII I IN AUIOONIY LAACCIDINT ANY AMO OTIIrR THAN FA ACC AUIOONLY AGG B I ACF SS AJAHIRf 11 A I IABII ITN 622035277002 07/01/07 07701708 rACH OCCURRI NCI OCCUR ❑ CLAIMS MADI A(GRI GATE $5 000,000 DLDIICTIRII X RILAENTION ---7/017/-- C C c vl ORRrRSC01:11 NVAuoNAND fNIPIU)LRS IINIIIIII DER/C\rCUIIN r ANY PRUPRIrl01IR RWD94 RWE943512102 RWE943512102 07/01/07 07/Ol/07 07/01/08 07/Ol/OS X \1C WAIL) ')III IR FACHACCIC rl rnal Acanr Nr $1 000,000 11 HIM A)r FAIlrl uvu $1,000,000 I %(I 0lcu ramlLrvrnl lu vn uDEu1 It,, d,amb—id i SI'I I AlIIRON IMONl EJo, IF DIM ASE I'OI I(1 I IMI $1,000 000 111111 R DI St RIFT ION Ill OPI RATIONS9 tl(A I IONS'AA III(I I YI ACI 11YONS AOnI PH) 1 NDOIR 1 MI N IISI'1(IAl 11U A'RIONS The City of Fort Collins, Its officers, agents and employees are included as additional insureds on the General Liability & Auto Liability, but only with respect to work performed under contract between The City of Fort Collins and the insured CERI IFIC VFE 1101 DI 12 t CANCELLA ]ION, 1 C-ItY Of Fort Collins SIInUI Purchasing DIVISIOn DNII nAm O1alIIIIA1wb l MIN RIBl o POI(H vn (ANCu 11 D 111 ORl III IAI'IRA IION Hula Liu SvUINO wsOant wBl ININ AVOR 10 MAu Attn Ed Bonnette 11)DA)s RU 21$ N Ma50n, 2nd Floor OF PO Box 580 NII I R N NDi 111 l o 1111(1 RnFICAN 1101 DI R NAVLD 10 InL I rn FAII UlO lu DO SOSIIAI L IMPOSI NO0BI IGAHON OR LIABII IY \♦N KIND III'ONTHEINIURIR IISAGFN'IS0RRIPRFSFMA11VIS AUnlORlnnlRPanl Nl,vDvl Fort Collins CO 80522 USA AC012) 25 2001/08 "1 1'' ' ` ACO iD ( ORPORA I ION 1988 n n O x All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses City: City of Fort Collins Attn Purchasing, Ed Bonnette PO Box 580 Fort Collins, CO 80522 Service Provider. Cintas Corporation 523 10c" Street PO Box 1119 Greeley, CO 80632-1119 Attn Matthew Selcke, General Manager In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under This Agreement Such payment shall be the Service Provider's sole right and remedy for such termination 5 Contract Sum The City shall pay the Service Provider for the performance of this Contract, subject to additions and deletions provided herein, per the attached Exhibit "C", consisting of one (1) page, and incorporated herein by this reference 6 City Representative The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this Agreement All requests concerning this Agreement shall be directed to the City Representative 7 Independent Service provider The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins The City shall not be responsible forwithholding any portion of Service Provider's compensation forthe payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose 8 Personal Services It is understood that the City enters into this Agreement based on the special abilities of the Service Provider and that this Agreement is considered to be an agreement for personal services Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City 9 Acceptance Not Waiver The City's approval or acceptance of, or payment for any of 2 SA revO6/07 the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement 10 Warranty (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature (b) Unless otherwise provided in this Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City 11 Default Each and every term and condition hereof shall be deemed to be a material element of this Agreement In the event either party should fail or refuse to perform according to the terms of this Agreement, such party may be declared in default 12 Remedies In the event a party has been declared in default, the defaulting party shall be allowed a period often (10) days within which to cure said default In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages, (b) treat the Agreement as continuing and require specific performance, or (c) avail himself of any other remedy at law or equity If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non - defaulting party for the non -defaulting party's reasonable attomey fees and costs incurred because of the default 13 Binding Effect This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties 14 Indemnity/Insurance a The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person 3 SA rev06/07 or persons, or damages to property arising out of, result from or occurring in connection with the negligent performance of any service hereunder b The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property c Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page, attached hereto and incorporated herein by this reference The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P O Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City 15 Entire Agreement This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire agreement of the parties Covenants or representations not contained in this Agreement shall not be binding on the parties 16 Law/Severability The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement 17 Prohibition Against Employing Illegal Aliens This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work Pursuant to Section 8-17 5-101, C R S , et seq , Contractor represents and agrees that a As of the date of this Agreement 1 Contractor does not knowingly employ or contract with an illegal alien, 2 Contractor has participated or attempted to participate in the basic pilot rd SA rev06/07 employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "Basic Pilot Program") in order to confirm the employment eligibility of all newly hired employees Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement Contractor shall continue to apply to participate in the Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier The requirements of this section shall not be required or effective if the Basic Pilot Program is discontinued Contractor is prohibited from using Basic Pilot Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall Notify such subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien, and Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien, except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not SA rev06/07 knowingly employed or contracted with an illegal alien f Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17 5-102 (5), C R S g If Contractor violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17 5-102, C R S the City may terminate this Agreement If this Agreement is so terminated, Contractor shall be liable for actual and consequential damages to the City arising out of Contractor's violation of Subsection 8-17 5-102, C R S h The City will notify the Office of the Secretary of State if Contractor violates this provision of this Agreement and the City terminates the Agreement for such breach 18 Special Provisions Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "D", consisting of one (1) page, attached hereto and incorporated herein by this reference 12 SA rav0R/n7 CITY OF FORT COLLINS, COLORADO a municipal corporation By--� Jame B Neill II, CPPO, FNIGP Direc r o Purchasing and Risk Management Date Cintas Corporation BY t PRINT NAME tw.tn Xc 4,, L-cr- 73�- CORPORATE PRESIDENT OR VICE PRESIDENT Date /L 7 ATTEST (Corporate Seal) CORPORATE SECRETARY SA rev06/07 A7S9101-RI 1 SCOPE OF WORK— UNIFORM RENTAL & LEASING I SCOPE OF WORK A It is the intention of this Agreement that the Service Provider will assume full responsibility for furnishing, cleaning (where requested), and maintaining uniforms, garments, clothing apparel, or other articles of clothing for City of Fort Collins personnel in the Transfort Bus, Fleet Maintenance, Light & Power operations, and in any other areas as requested by the designated departmental Protect Manager B DELIVERY the City requires that the Service Provider designate one (1) day for pick-up and delivery per week Delivery is to occur on that pre -determined day during business hours, at a time to be negotiated between Service Provider and the Protect Manager for that department For those weeks in which the pickup/delivery day is on an official City holiday, arrangements are to be made for deliveries to occur the day before the holiday, or on a preapproved date C DIRTY CLOTHING/RAG/TOWEL BINS Service Provider is to provide bins that separate the clothing to allow for clothing pieces in need of mending or repair to be placed in one bin, clothing recommended for replacement in another bin and a third bin that is for dirty clothing Additional bins are to be provided for dirty Shop rags/Towels The bins are to A Eliminate or minimize odor B Be covered and locked, to prevent pilfering C Be sized appropriately to -accommodate the needs of the department D Be located in an area approved by the department Protect Manager Service Provider will provide rag cans, clothes racks, soil dumps, lockers and hangers at no additional charge Project Manager for that department will determine which mix of these amenities is necessary, given the space constraints within the department Air Freshener Dispensers will be supplied at No Charge as needed, Air Freshener refills are rented per charge on the Pricing Schedule D UNIFORM COMPLEMENT AND QUANTITIES Garments covered under this Agreement will be selected by the Project Manager for each department from the items represented on the Pricing Schedule If additional items not covered on the Pricing Schedule are requested by the Protect Managers, they will be priced using the Service Provider's same Pricing Multipliers that are used for similar item categories on the Pricing Schedule Protect Managers will determine the quantity of each item to be provided for each employee in their department Protect Managers for each area may add or delete uniform pieces, towels, covers, mats and other sundry components from the Contract at any time during the Contract Period E OVERSIZE UNIFORMS Service Provider should be aware that an average of 5% of City employees require oversized uniforms No additional cost is to be charged for oversized garments Also, the Service Provider is required to provide female -size apparel at no additional cost Service Provider is to make every effort to see that oversize and female employees receive their uniform pieces in the same time frame as regular -size male employees rev06/07 F SIZE CHANGES Service Provider is to provide for normal size changes at no additional charge to the City G ALTERATIONS Alterations are to be the responsibility of the Service Provider If a garment requires alteration, Service Provider has seven (7) calendar days to return or replace garment from the date of being informed of the request by authorized City personnel H PROFESSIONAL APPEARANCE in order to maintain a professional appearance, the City will not accept clothing with mends and patching larger than dime size The repair or mending of a garment shall not detract from the garment's appearance Two (2) or less apparent mending sites are acceptable, if there are more in a garment, that item needs to be replaced The initial issuance of uniforms for new City departments coming online as a result of this Agreement (for example, Fleet Maintenance) must be new For City departments with continuing service by Service Provider as a result of this Agreement (for example, Transfort and Light & Power) will be maintained with A and B grade garments On a weekly basis the Service Sales Representative (SSR) will inspect City garments and make necessary upgrades to insure City garments portray a consistent professional image The City reserves the right to approve or request new garment depending on the appearance and the employee's function I MEASUREMENT Transfort, Fleet Maintenance, Light & Power, and any other new departments coming online into the program request that Service Provider measure employees (and give the opportunity for try -on) for proper fit on -site Service Provider shall negotiate location and schedule for these events with the department Project Managers J GARMENT IDENTIFICATION Service Provider is to have in place a system of garment identification (for example bar coding) in order to provide tracking of the uniform pieces for individual employees throughout their system K INDIRECT EMBROIDERY LOGOS Service Provider is to attach Indirect Embroidery Logos to shirts, jackets, vests, etc as directed by the department Project Managers The City will design the artwork for the logo, and will purchase the logos as needed Service Provider will not charge a fee to attach the logos to garments, or to remove them should the garment no longer be required or needed L GARMENT REPLACEMENT CHARGE Garments that require replacement due to normal wear and tear are to be replaced at no charge by the Service Provider If a City employee rips or tears a garment, loses a button, or for any other reason needs a garment repaired, a stringed repair tag is to be completed by the employee and tied to the garment with a brief description of what needs to be repaired As part of the Service Provider's Continuous Process Improvement Quality Program, Service Provider inspects each and every garment after they have been cleaned for all types of needed repairs An automatic repair system takes place in the event the garment does not pass inspection Should the garment need replacement upon inspection, the garment will be replaced due to normal wear, free of charge Garments that are destroyed beyond repair, i e pants cut to fit over boots, sleeves cut off of shirts, rips larger than a quarter, will be charged for, subject to the Per Unit Purchase or Replacement Price in the Pricing Schedule All city employees participating in the Lease or Rental program are required to fill out an Enrollment Agreement for the Service Provider This authorizes the City to deduct the Replacement Cost of any garments not returned in the event of rev06/07