No preview available
HomeMy WebLinkAbout157778 SCOTCHIES CLEANERS - CONTRACT - BID - 7037 DRY CLEANING SERVICES (2)SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Camelot Cleaners, 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. Scooe of Services. The Service Provider agrees to, provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of two (2) pages and incorporated herein by this reference. 2. Contract Period. This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect until July 14, 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 four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU 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. Delay. 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 at any time without cause by providing written 1 SA rev07/08 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. SA rev07/08 ACORD DATE (MM/DD/YYYY) TM. CERTIFICATE OF LIABILITY INSURANCE 06/05/2009 PRODUCER Phone: (303)443-1586 Fax: (303)443-7601 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MEYERSDINING PROPERTY CASUALTY LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3011 BROADWAY ST. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR BOULDER CO 80304 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # Agency Lic#: 86073 INSURED INSURER A: Hartford Casualty Insurance Company 29424 DEAN ARCHAMBO INSURER B: DBA CAMELOT CLEANERS INSURER C: 2649 E. MULBERRY SUITE # 11A FORT COLLINS CO 80524 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD•L INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD POLICY EXPIRATION DATE MMIDD LIMITS GENERAL LIABILITY 34SBAVR7773 08/29/08 08/29/09 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurence) $ 300,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR MED. EXP (Any one person) $ 10,000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG. $ 2,000,000 PRO - 17 POLICY JECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS - (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY =EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO AUTO ONLY: AGG $ EXCESS / UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR ❑ CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TU- we Y LIMIT OTHER WC S LIMITS E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE -EA EMPLOYEE $ OFFICERIMEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ OTHER: DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS City of Fort Collins is named as additional insured as their interest may appear. I.CR I Ir it m I C IIULUCK GANLaLLA 1 IUN City of Fort Collins, Colorado Purchasing Division 215 N. Mson, 2nd Floor P.O. Box 580 Fort Collins, CO 80522 Fax # 970-221-6707 Attention: Ed Bonnette SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE � ISfI� Jaf1�S r� AGORD 25 (2001/08) Certificate # 9326 © ACORD CORPORATION 1988 EXHIBIT C DRY CLEANING PRICES FOR 2008-2009 CONTRACT; CAMELOT CLEANERS Item Description Price, each 1 Shirts, short -sleeve, uniformed officers. Clean as specified by officer, mend as needed, press $1.75 with military creases, return wrinkle -free on hangers. 1A Shirts, long -sleeve, uniformed officers. Clean as specified by officer, mend as needed, press $1.75 with military creases, return wrinkle -free on han ers. 2 Shirts, plain clothes officers. Clean as specified by officer, return wrinkle -free on hangers. $1.75 3 Trousers, uniformed officers. Clean as specified by officer, return wrinkle -free. $2.75 4 Trousers, plain clothes officers. Clean as specified by officer, return wrinkle -free. $2.75 5 Jackets, uniformed officers. Dry clean as specked by officer, return wrinkle- $5.00 free on hangers with no mats in pile. 6 Sport Coats, plain clothes officers. Dry clean as specified by officer, return wrinkle- $2.75 free on hangers. 7 Hats, uniformed officers. Dry clean hat as specified by officer. $1.00 8 Neckties, uniformed and plain clothes officer. Dry clean as specified by officer. $1.00 9 Skirts, plain clothes officer. Clean as specified by officer, mend as needed, $2.75 return wrinkle -free on hangers. 10 Dresses, plain clothes officer. Clean as specified by officer, mend as needed, $5.00 return wrinkle -free on hangers. 11 Blouses, plain clothes officer. Clean as specified by officer, mend as needed, $1.75 return wrinkle -free on hangers. SA rev07/08 Item Description Price, each 12 Vests, plain clothes officer. Clean as specified by officer, mend as needed, $1.00 return wrinkle -free on hangers. 13 Sweaters, uniformed officers. Dry clean as specified by officer, return wrinkle- $2.75 free on hangers with no mats in pile. 14 Sweaters, plain clothes officers. ,Dry clean as specified by officer, return wrinkle- $2.75 free on hangers. ALTERATIONS PRICES FOR 2008-2009 CONTRACT; CAMELOT CLEANERS Description Price, each 1 — Taking up and tapering of pants $12.00 2 — Taking up and letting out waist $12.00 3 — Shortening or lengthening trousers $12.00 4 — Taking up and tapering of shirt body and sleeves $14.00 5 — Taking up sleeve length $10.00 SA rev07/08 BID PROPOSAL: Bid # 7037, Dry Cleaning Services Company Name Lre 1C,* ( tteane r.5 1. DRY CLEANING: Quantities are approximate annual estimates for bidding purposes only. Actual quantities may be subdivided by multiple awards based on location. Item Description Qty. Price, each Price, total 1 Shirts, short -sleeve, uniformed officers. Clean as specified by officer, mend as needed, press 4000 $ $7; with military creases, return wrinkle -free on hangers. I Shirts, long -sleeve, uniformed officers. Clean as specified by officer, mend as needed, press 4000 $ L� $ -7� with military creases, return wrinkle -free on hangers. 2 Shirts, plain clothes officers. Clean as specified by officer, return wrinkle -free on hangers. 4000 $ 3 Trousers, uniformed officers. S Clean as specified by officer, return wrinkle -free. 3500 $ 2 • $ 2 .�� 4 -Trousers, plain clothes officers. Clean as specified by officer, return wrinkle -free. 4000 $ 2 s $ oOo .� 5 Jackets, uniformed officers. Dry clean as specified by officer, return wrinkle- 100 $ $V-soo free on hangers with no mats in pile. 6 Sport Coats, plain clothes officers. �J Dry clean as specified by officer, return wrinkle- 100 $2 .� s $ free on hangers. 7 Hats, uniformed officers. 1 Dry clean hat as specified by officer. (As $ , Need),- 8 Neckties, uniformed and plain clothes officer. C) a Dry clean as specified by officer. 50 $ 9 Skirts, plain clothes officer. 1 Clean as specified by officer, mend as needed, (As $ $ `L S return wrinkle -free on hangers. Need) 10 Dresses, plain clothes officer. 1 Clean as specified by officer, mend as needed, (As $ 5•vo $ cj•o� return wrinkle -free on hangers. Need) 11 Blouses, plain clothes officer. Clean as specified by officer, mend as needed, 300 $S $'� Jti return wrinkle -free on hangers. N. SA rev07/08 Item Description Qty. Price, each Price, total 12 Vests, plain clothes officer. Clean as specified by officer, mend as needed, 50 $�� $ P)C? return wrinkle -free on hangers. 13 Sweaters, uniformed officers. 50 Dry clean as specified by officer, return wrinkle- $ I s"I , 5o free on hangers with no mats in pile. 14 Sweaters, plain clothes officers. 200 'l -7 S D6 Dry clean as specified by officer, return wrinkle- $ free on hangers. Total of all items $ 9�.zs 2. ALTERATIONS: Price for alteration services, as follows: S'p 1 rat6.25 Description Price, each 1 — Taking up and tapering of pants $ 1 '2. 0 2 — Taking up and letting out waist $ 11. o `� 3 — Shortening or lengthening trousers $ I Z • 0 0 4 — Taking up and tapering of shirt body and sleeves $ 5 — Taking up sleeve length $ i O .Co Total $ (D b fo Total divided by 5 = Average Cost of Alterations $ 12.0 6 3. TAILORING: (Must Check One) Are tailoring services available at your place of business during normal busi5efs hours? Full time (30-40 hours a week) . Part time ( under 30 hours per week) Not available 4. OWNERSHIP HISTORY: (Must Check One) How long have the present owners operated the business? More than 5 years V. Between 2 and 5 years . Less than 2 years 5. LOCATION INFORMATION: Main location, address and business hours: Address: ?,(PA Q) C _MiAi%PYr,,l 0 A EovA Lo 1, r,S (O • S05z-I Monday -Friday: CP AM to LA_ PM and Saturday: dDi eA AM to c] (_ PM 7 SA rev07/08 Please List the same information for any and all satellite locations where uniforms can be returned to the officer, cleaned and ready for use, within two working days. Use a separate sheet, if necessary. Address: '-12-S S . Lerv\00.,,1 I^ 2 FoV4 Call (In S C,O gND_ Z `I Monday -Friday: -1 AM to 1 PM and Saturday: B AM to � PM Address: 'ZIPO a _t rv\ hc_y1 � i v\f_ FcN-� Col \ in S Co 2)052L4 Monday -Friday: -7 : 3 o AM to --j PM and Saturday: 8 AM to � PM Address: Monday -Friday: AM to PM and Saturday: AM to PM 6. BILLING CAPABILITY: Service Provider must be able to provide accurate, detailed, itemized Monthly Statements. Please enclose samples to illustrate your capabilities to do so. REFERENCES: On a separate sheet, submit the names, phone numbers, and contacts for three or more business or governmental entities for which your company provides uniform dry cleaning services. 8 SA rev07/08 Vendor Name: C i CAM — I CA �� -OLn r-S Address: 2 .A91 E, M l.O b1r t l 11 Gk 'I--ov -� 66t t ,n 5 Co qbS ZL4 Telephone # (DI-1 QLAt9 2)-1QU FAX # '110 1q 1 I J'4/ e-mail address: t` I V h 1' OL () 35 (P m sir) . C.G✓Yl Respondent Name T I X�l✓� Ay(�hcmuVU (PI se tint) By: � -X—A hbafm aaRoynGt6 (Sign to PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E- PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODESI COMMODITY CODE USED FOR THIS BID IS: 954-20 DRY CLEANING SERVICES SA rev07/08 Sheriff name Badge number Invoice Amount jason adler 2016 13822 $ 4.89 $ 4.89 jeff armentrout 400 13804 $ 4.89 jeff armentrout 400 13805 $ 4.89 $ 9.78 justin atwood 208 14136 $ 8.56 $ 8.56 troy badberg 98042 13634 $ 6.12 troy badberg 98042 13760 $ 4.89 troy badberg 98042 14206 $ 4.89 troy badberg 98042 14042 $ 4.89 $ 20.79 gerald baker 94017 13618 $ 4.90 gerald baker 94017 13861 $ 4.89 gerald baker 94017 14157 $ 4.89 $ 14.68 berg 98038 24299 $ 9.60 $ 9.60 bill berglin 1041 13697 $ 4.89 bill berglin 1041 14150 $ 4.89 bill berglin 1041 14150 $ 3.06 $ 12.84 berglund 98001 61616 $ 4.80 $ 4.80 darren brand 440 13699 $ 4.89 darren brand 440 14209 $ 4.89 $ 9.78 mike brooks 97021 13771 $ 9.79 mike brooks 97021 13869 $ 9.79 $ 19.58 cano 99052 61786 $ 13.80 cano 99052 61417 $ 7.80 cano 99052 60994 $ 12.60 $ 34.20 robert coleman 2023 13730 $ 9.18 robert coleman 2023 13960 $ 7.34 robert coleman 2023 13961 $ 5.51 robert coleman 2023 13962 $ 6.12 $ 28.15 francis connor 9839 13635 $ 4.89 francis connor 9839 13831 $ 4.89 francis connor 3839 14149 $ 4.89 $ 14.67 robert cook 88027 13719 $ 6.73 robert cook 88027 13720 $ 12.24 robert cook 88027 13721 $ 7.34 cook 8827 6776 $ 25.80 $ 52.11 coxon 3041 44065 $ 9.60 coxon 341 24282 $ 12.00 $ 21.60 kindel kindel jim jim ken ken mike mike Chris chris chris les les bryce aaron cross cross cross cross dakins dakins daniels daniels disner disner dunn dunn dunn dunn elliott elliott emarly emmerling emmerling emmerly emmerly esters esters gilliland gilliland gilliland godwin godwin griffin gropp hanrele harkin hebeth hendrie hendrie hendrie 5004 24411, $ 504 24398 $ 504 24337 $ 504 24312 $ 99058 44037 $ 99058 24355 $ 94009 13660 $ 94009 13911 $ 92003 13859 $ 92003 13860 $ 38018 6804 $ 38018 6620 $ 38018 6486 $ 38018 6369 $ 9130 14175 $ 9130 14176 $ 6910 44075 $ 3405 24324 $ 48 24325 $ 48 24409 $ 3405 24410 $ 9405 13818 $ 9405 13987 $ 9957 13700 $ 9957 14041 $ 9957 13870 $ 244 13932 $ 2044 14052 $ 5033 14185 $ 1019 13651 $ 9829 24406 $ 2014 62083 $ 9829 24314 $ 3040 6559 $ 3040 6415 $ 3040 6752 $ 4.80 4.80 4.80 4.80 $ 19.20 6.60 6.60 $ 13.20 4.89 4.89 $ 9.78 9.18 9.18 $ 18.36 4.80 4.80 4.80 4.80 $ 19.20 3.06 12.85 $ 15.91 4.80 4.80 4.80 4.80 4.80 $ 24.00 3.06 6.73 $ 9.79 3.67 3.67 1.84 $ 9.18 6.73 8.56 $ 15.29 12.85 $ 12.85 1.84 $ 1.84 4.80 $ 4.80 10.80 $ 10.80 3.00 $ 3.00 4.80 4.80 4.80 $ 14.40 notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City of Fort Collins Attn: Purchasing PO Box 580 Fort Collins, CO 80522 City of Fort Collins Attn: Tricia Muraguri, Police Services PO Box 580 Fort Collins, CO 80522 Service Provider: Camelot Cleaners Attn: Barbara Archambo 2649 E. Mulberry #11 A Fort Collins, CO 80524 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, per the attached Exhibit "C", consisting of two (2) pages, and incorporated herein by this reference. 6. Cfty 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 for withholding any portion of Service Provider's compensation hereunder for the 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 the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall 2 SA rev07/08 margret margret margret dave andy andy andy andy jason lisa travis travis travis travis travis edward edward edward edward hodapp hodapp hodapp johanson johanson johanson johnson josey josey josey josey karges karges karges karges kern lalicker lawson lilicker lilicker lilicker lobary loberg loose loose marsden martin martin martin matkin matkin maynard maynard maynard maynard mesecher bobby moll 3017 6831 $ 3017 6578 $ 3017 6460 $ 97 13731 $ 97 14008 $ 97 14212 $ 98035 13747 $ 81001 13655 $ 81001 13656 $ 81001 14153 $ 81001 14154 $ 252 6774 $ 252 6737 $ 252 6541 $ 252 6418 $ 9012 6825 $ 98031 24286 $ 4016 13946 $ 98031 44094 $ 98031 24391 $ 98031 24340 $ 96049 24382 $ 96049 44093 $ 201 44088 $ 201 24330 $ 9815 13772 $ 5001 13841 $ 5001 14004 $ 5001 14211 $ 9 13645 $ 9 13852 $ 81016 13750 $ 81016 13941 $ 8101 14167 $ 81016 14106 $ 5015 6611 $ 9940 13624 $ 1.80 4.80 4.80 $ 11.40 9.79 4.89 4.89 4.89 $ 24.46 11.01 12.85 9.18 9.18 $ 42.22 4.80 4.80 4.80 4.80 $ 19.20 4.80 $ 4.80 4.80 $ 4.80 14.07 $ 14.07 4.80 4.80 4.80 $ 14.40 4.80 9.60 $ 14.40 6.60 4.80 $ 11.40 15.91 $ 15.91 9.79 9.79 12.24 $ 31.82 4.89 4.89 $ 9.78 1.84 1.84 1.84 3.67 $ 9.19 4.80 $ 4.80 9.18 bobby moll ferry jerry william william william steve steve steve steve wait wait wait wait rhett rhett rhett michael michael rob morgan morgan morgan nail nail nichols nichols nichols panik panik panik panik pestridge pestridge pestridge pestridge phipps purrier purrier purrier rairdon rairdon richardson richardson richardson richardson richardson richardson richie rigirozzi rosendale rosendale rosendale rosendale mike sanchez sanks sanks 9940 13625 $ 99013 13653 $ 99013 13803 $ 99013 6824 $ 95049 6613 $ 35049 6519 $ 337 14034 $ 337 14035 $ 337 13687 $ 96042 13636 $ 96042 14075 $ 96042 13996 $ 96042 13795 $ 8310 13740 $ 8310 13819 $ 8310 14152 $ 8310 13974 $ 263 61725 $ 1009 13716 $ 109 13993 $ 1009 13838 $ 8800 13647 $ 8800 14108 $ 14 6568 $ 14 6498 $ 14 6454 $ 14 6384 $ 14 6826 $ 14 6610 $ 2055 13718 $ 2056 6555 $ 99044 6434 $ 99044 6543 $ 99044 6662 $ 99044 6757 $ 6011 13798 $ 5016 6382 $ 5016 6750 $ 9.18 $ 18.36 4.89 4.89 4.80 $ 14.58 4.80 9.60 $ 14.40 7.34 6.12 4.89 $ 18.35 4.89 4.89 4.89 1.84 $ 16.51 6.12 4.89 1.84 4.89 $ 17.74 8.40 $ 8.40 3.67 9.79 1.84 $ 15.30 11.01 14.68 $ 25.69 1.80 3.60 1.80 3.60 3.60 5.40 $ 19.80 3.06 $ 3.06 9.60 $ 9.60 4.80 4.80 4.80 4.80 $ 19.20 6.73 $ 6.73 3.00 5.40 phillip phillip kevin kevin kevin rita paul paul richard richard richard richard richard tim tim tim Jim jim jim jennifer jennifer vandiepen jeff brian brian brian brian selg selgren servin servin servin servin Sims Sims Snyder Snyder Snyder spear spear spear spear spear strohl strohl strohl Sullivan Sullivan Sullivan van ort van ort vandiepen vanfleet walker walker walker wangler wangler wangler wangler weiinck Wilcox Williamson 13639 $ 601 14023 $ 1025 13769 $ 1025 13770 $ 1025 14025 $ 9623 14184 $ 10138 13825 $ 1038 14172 $ 1024 6742 $ 1024 6389 $ 1024 3589 $ 9601 13664 $ 9601 13802 $ 9601 13878 $ 9601 14188 $ 9601 14103 $ 3042 13617 $ 3042 13862 $ 3042 14033 $ 5 13633 $ 5 14056 $ 5 13868 $ 50 13824 $ 5 13910 $ 9415 13989 $ 9632 13661 $ 5009 6711 $ 5009 6712 $ 5009 6473 $ 8 13733 $ 8 13831 $ 8 14171 $ 8 14189 $ 303 24379 $ 64012 44041 $ 1022 6577 $ $ 8.40 1.84 $ 1.84 9.79 $ 9.79 12.24 5.51 19.58 12.85 $ 50.18 9.79 8.56 $ 18.35 4.80 3.00 3.00 $ 10.80 4.89 4.89 4.89 4.89 9.79 $ 29.35 9.79 6.73 4.89 $ 21.41 1.84 1.84 1.84 $ 5.52 4.89 4.89 $ 9.78 4.89 $ 4.89 9.79 $ 9.79 6.60 17.00 8.40 $ 32.00 4.89 4.89 4.89 3.67 $ 18.34 7.80 $ 7.80 4.80 $ 4.80 14.40 ted ted ted ted fames kandace robert robert robert wilson wilson wilson wilson winride wood wulfert yarberry yone yone yone york 8814 13713 $ 8814 13895 $ 8814 14020 $ 8814 14161 $ 503 24417 $ 8810 14141 $ 3 13876 $ 8621 44069 $ 4023 13768 $ 4023 14091 $ 4023 14169 $ 9841 44046 $ $ 14.40 4.89 4.89 7.95 $ 17.73 4.89 $ 4.89 4.80 $ 4.80 15.91 $ 15.91 7.95 $ 7.95 9.60 $ 9.60 6.73 6.73 6.73 $ 20.19 12.60 $ 12.60 $ 1,259.11 1259.11 $ 25.18 $ 25.18 Sheriff bill for February $ 1,233.93 $ 1,233.93 Sheriff name Badge number Invoice Amount jason adler 2016 13822 $ 4.89 $ 4.89 jeff armentrout 400 13804 $ 4.89 jeff armentrout 400 13805 $ 4.89 $ 9.78 justin atwood 208 14136 $ 8.56 $ 8.56 troy badberg 98042 13634 $ 6.12 troy badberg 98042 13760 $ 4.89 troy badberg 98042 14206 $ 4.89 troy badberg 98042 14042 $ 4.89 $ 20.79 gerald baker 94017 13618 $ 4.90 gerald baker 94017 13861 $ 4.89 gerald baker 94017 14157 $ 4.89 $ 14.68 berg 98038 24299 $ 9.60 $ 9.60 bill berglin 1041 13697 $ 4.89 bill berglin 1041 14150 $ 4.89 bill berglin 1041 14150 $ 3.06 $ 12.84 berglund 98001 61616 $ 4.80 $ 4.80 darren brand 440 13699 $ 4.89 darren brand 440 14209 $ 4.89 $ 9.78 mike brooks 97021 13771 $ 9.79 mike brooks 97021 13869 $ 9.79 $ 19.58 cano 99052 61786 $ 13.80 cano 99052 61417 $ 7.80 cano 99052 60994 $ 12.60 $ 34.20 robert coleman 2023 13730 $ 9.18 robert coleman 2023 13960 $ 7.34 robert coleman 2023 13961 $ 5.51 robert coleman 2023 13962 $ 6.12 $ 28.15 francis connor 9839 13635 $ 4.89 Francis connor 9839 13831 $ 4.89 francis connor 3839 14149 $ 4.89 $ 14.67 robert cook 88027 13719 $ 6.73 robert cook 88027 13720 $ 12.24 robert cook 88027 13721 $ 7.34 cook 8827 6776 $ 25.80 $ 52.11 coxon 3041 44065 $ 9.60 coxon 341 24282 $ 12.00 $ 21.60 kindel kindel jim jim ken ken mike mike chris Chris chris les les bryce aaron cross cross cross cross dakins dakins daniels daniels disner disner dunn dunn dunn dunn elliott elliott emarly emmerling emmerling emmerly emmerly esters esters gilliland gilliland gilliland godwin godwin griffin gropp hanrele harkin hebeth hendrie hendrie hendrie 5004 24411 $ 504 24398 $ 504 24337 $ 504 24312 $ 99058 44037 $ 99058 24355 $ 94009 13660 $ 94009 13911 $ 92003 13859 $ 92003 13860 $ 38018 6804 $ 38018 6620 $ 38018 6486 $ 38018 6369 $ 9130 14175 $ 9130 14176 $ 6910 44075 $ 3405 24324 $ 48 24325 $ 48 24409 $ 3405 24410 $ 9405 13818 $ 9405 13987 $ 9957 13700 $ 9957 14041 $ 9957 13870 $ 244 13932 $ 2044 14052 $ 5033 14185 $ 1019 13651 $ 9829 24406 $ 2014 62083 $ 9829 24314 $ 3040 6559 $ 3040 6415 $ 3040 6752 $ 4.80 4.80 4.80 4.80 $ 19.20 6.60 6.60 $ 13.20 4.89 4.89 $ 9.78 9.18 9.18 $ 18.36 4.80 4.80 4.80 4.80 $ 19.20 3.06 12.85 $ 15.91 4.80 4.80 4.80 4.80 4.80 $ 24.00 3.06 6.73 $ 9.79 3.67 3.67 1.84 $ 9.18 6.73 8.56 $ 15.29 12.85 $ 12.85 1.84 $ 1.84 4.80 $ 4.80 10.80 $ 10.80 3.00 $ 3.00 4.80 4.80 4.80 $ 14.40 margret margret margret dave andy andy andy andy jason lisa travis travis travis travis travis edward edward edward edward hodapp hodapp hodapp johanson johanson johanson johnson josey josey josey josey karges karges karges karges kern lalicker lawson lilicker lilicker lilicker lobary loberg loose loose marsden martin martin martin matkin m atkin maynard maynard maynard maynard mesecher bobby moll 3017 6831 $ 3017 6578 $ 3017 6460 $ 97 13731 $ 97 14008 $ 97 14212 $ 98035 13747 $ 81001 13655 $ 81001 13656 $ 81001 14153 $ 81001 14154 $ 252 6774 $ 252 6737 $ 252 6541 $ 252 6418 $ 9012 6825 $ 98031 24286 $ 4016 13946 $ 98031 44094 $ 98031 24391 $ 98031 24340 $ 96049 24382 $ 96049 44093 $ 201 44088 $ 201 24330 $ 9815 13772 $ 5001 13841 $ 5001 14004 $ 5001 14211 $ 9 13645 $ 9 13852 $ 81016 13750 $ 81016 13941 $ 8101 14167 $ 81016 14106 $ 5015 6611 $ 9940 13624 $ 1.80 4.80 4.80 $ 11.40 9.79 4.89 4.89 4.89 $ 24.46 11.01 12.85 9.18 9.18 $ 42.22 4.80 4.80 4.80 4.80 $ 19.20 4.80 $ 4.80 4.80 $ 4.80 14.07 $ 14.07 4.80 4.80 4.80 $ 14.40 4.80 9.60 $ 14.40 6.60 4.80 $ 11.40 15.91 $ 15.91 9.79 9.79 12.24 $ 31.82 4.89 4.89 $ 9.78 1.84 1.84 1.84 3.67 $ 9.19 4.80 $ 4.80 9.18 bobby jerry jerry william william william steve steve steve steve walt walt walt walt rhett rhett rhett michael michael rob moll morgan morgan morgan nail nail nichols nichols nichols panik panik panik panik pestridge pestridge pestridge pestridge phipps purrier purrier purrier rairdon rairdon richardson richardson richardson richardson richardson richardson richie rigirozzi rosendale rosendale rosendale rosendale mike sanchez sanks sanks 9940 13625 $ 99013 13653 $ 99013 13803 $ 99013 6824 $ 95049 6613 $ 35049 6519 $ 337 14034 $ 337 14035 $ 337 13687 $ 96042 13636 $ 96042 14075 $ 96042 13996 $ 96042 13795 $ 8310 13740 $ 8310 13819 $ 8310 14152 $ 8310 13974 $ 263 61725 $ 1009 13716 $ 109 13993 $ 1009 13838 $ 8800 13647 $ 8800 14108 $ 14 6568 $ 14 6498 $ 14 6454 $ 14 6384 $ 14 6826 $ 14 6610 $ 2055 13718 $ 2056 6555 $ 99044 6434 $ 99044 6543 $ 99044 6662 $ 99044 6757 $ 6011 13798 $ 5016 6382 $ 5016 6750 $ 9.18 $ 18.36 4.89 4.89 4.80 $ 14.58 4.80 9.60 $ 14.40 7.34 6.12 4.89 $ 18.35 4.89 4.89 4.89 1.84 $ 16.51 6.12 4.89 1.84 4.89 $ 17.74 8.40 $ 8.40 3.67 9.79 1.84 $ 15.30 11.01 14.68 $ 25.69 1.80 3.60 1.80 3.60 3.60 5.40 $ 19.80 3.06 $ 3.06 9.60 $ 9.60 4.80 4.80 4.80 4.80 $ 19.20 6.73 $ 6.73 3.00 5.40 phillip phillip kevin kevin kevin rita paul paul richard richard richard richard richard tim tim tim Jim jim jim jennifer jennifer vandiepen jell brian brian brian brian selg selgren servin servin servin servin Sims Sims Snyder Snyder Snyder spear spear spear spear spear strohl strohl strohl Sullivan Sullivan Sullivan van ort van ort vandiepen vanfleet walker walker walker wangler wangler wangler wangler weiinck Wilcox Williamson 13639 $ 601 14023 $ 1025 13769 $ 1025 13770 $ 1025 14025 $ 9623 14184 $ 10138 13825 $ 1038 14172 $ 1024 6742 $ 1024 6389 $ 1024 3589 $ 9601 13664 $ 9601 13802 $ 9601 13878 $ 9601 14188 $ 9601 14103 $ 3042 13617 $ 3042 13862 $ 3042 14033 $ 5 13633 $ 5 14056 $ 5 13868 $ 50 13824 $ 5 13910 $ 9415 13989 $ 9632 13661 $ 5009 6711 $ 5009 6712 $ 5009 6473 $ 8 13733 $ 8 13831 $ 8 14171 $ 8 14189 $ 303 24379 $ 64012 " 44041 $ 1022 6577 $ $ 8.40 1.84 $ 1.84 9.79 $ 9.79 12.24 5.51 19.58 12.85 $ 50.18 9.79 8.56 $ 18.35 4.80 3.00 3.00 $ 10.80 4.89 4.89 4.89 4.89 9.79 $ 29.35 9.79 6.73 4.89 $ 21.41 1.84 1.84 $ 5.52 4.89 4.89 $ 9.78 4.89 $ 4.89 9.79 $ 9.79 6.60 17.00 8.40 $ 32.00 4.89 4.89 4.89 3.67 $ 18.34 7.80 $ 7.80 4.80 $ 4.80 14.40 ted ted ted ted fames kandace robert robert robert wilson wilson wilson wilson winride wood wulfert yarberry yone yone yone york 8814 13713 $ 8814 13895 $ 8814 14020 $ 8814 14161 $ 503 24417 $ 8810 14141 $ 3 13876 $ 8621 44069 $ 4023 13768 $ 4023 14091 $ 4023 14169 $ 9841 44046 $ $ 14.40 4.89 4.89 7.95 $ 17.73 4.89 $ 4.89 4.80 $ 4.80 15.91 $ 15.91 7.95 $ 7.95 9.60 $ 9.60 6.73 6.73 6.73 $ 20.19 12.60 $ 12.60 $ 1,259.11 1259.11 $ 25.18 $ 25.18 Sheriff bill for February $ 1,233.93 $1,233.93 neither assign any responsibilities nor delegate any duties arising under the 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 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. Warranly. 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 the 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. C. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time 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 thereof. 3 SA rev07/08 New Text Document References for Camelot cleaners sari mer County sheriff's office 498-5100 Darrell Frank Marriott 226-5200 Hank vanorden Cambria suites 267-9000 Scott Duarte Hampton Inn 225-2400 Ryan Foltz Hilton Garden Inn 225-2900 Phil Koepf Page 1 12. Remedies. In the event a party has been declared in default, such defaulting parry shall be allowed a period of ten (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 attorney 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 or persons, or damages to property arising out of, result from or occurring in connection with the 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 4 SA rev07/08 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. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider will participate in either the a -Verify 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 "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider 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. c. Service Provider is prohibited from using the a -Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 5 SA rev07/08 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. 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 Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider 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. f. If Service Provider 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, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. SA rev07/08 CITY OF FORT COLLINS,_COLORADO a municipal corporation BY Jam 'Neill II, CPPO, FNIGP Dire o f Purchasing and Risk Management Date: PRINT NAME Jbaic1 - a, 'how CORPORATE PRESIDENT OR VICE PRESIDENT Date: � // — ® 9 ATTEST: i Corporate Seal) CORPOR j SECRETARY SA rev07/08 EXHIBIT A SCOPE OF WORK — DRY CLEANING SERVICES 1. General: This specification covers the dry cleaning requirements of the City of Fort Collins Police Department (FCPD). Services under this agreement shall be provided only to authorized department personnel. Any requests for pricing changes will only be reviewed annually during the contract renewal period. Price adjustments shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. 2. Assignment & Equipment: Assignment or transfer of this agreement shall not be allowed without written approval by the City of Fort Collins. Service Provider shall have necessary equipment to provide dry cleaning of clothing and shall not employ a third party for this operation. The City reserves the right to inspect equipment on the bidder's premises. 3. Quantities: The quantities listed are approximate annual quantities, based on past purchase records. The actual number of items cleaned may vary, as the City reserves the right to make Split Awards for this Bid to multiple locations around Fort Collins. 4. Pickup and Delivery: Uniforms and apparel will be delivered to and picked up from the vendors by authorized police department personnel (or representatives designated by the officer to the FCPD Representative) only. The Officer (or their designee) is to sign the ticket upon pickup for the Service Provider's records. 5. Unlisted Items: The City shall only pay for the cleaning of items listed in Exhibit C of this Service Agreement. 6. Lost or Damaged Items: If the officer determines that an item has been lost or damaged by the Service Provider, the City of Fort Collins reserves the right to reduce the bill by the current replacement value for that item. If lost article is not located by the end of the current billing cycle, payment for that billing cycle will be reduced by the current replacement cost of the lost article. 7. Minimum Specifications: Shirts, Uniformed Officers - Items are to be cleaned as specified by the officer, mended as needed, and returned wrinkle -free and with all buttons firmly in place. Uniform shirts must be pressed with military creases and returned on hangers. Shirts, Plain Clothes Officers - Items are to be cleaned as specified by the officer, mended as needed and returned wrinkle -free and with all buttons firmly in place. Return on hangers. Trousers, Uniformed Officers - Items are to be cleaned as specified by officer, mended as needed, returned wrinkle -free and with all buttons firmly in place. Trousers, Plain Clothes Officers - Items are to be cleaned as specified by the officer, mended as needed, returned wrinkle -free and with all buttons firmly in place. SA rev07/08 Jackets, Uniformed Officers - Items are to be dry cleaned, mended as needed, returned wrinkle -free and with no mats in pile. Return on hangers. Dry clean on an as needed basis. Sport Coats, Plain Clothes Officers - Items are to be dry cleaned, mended as needed, returned wrinkle -free and with all buttons firmly in place. Return on hangers. Caps, Uniformed Officers - Items are to be dry cleaned on an as needed basis Neckties, Uniformed and Plain Clothes Officers - Items are to be dry cleaned on an as needed basis. Skirts, Dresses, Blouses, Etc. - Plain Clothes Female Officers - Items are to be cleaned as specified by the officer, mended as needed and returned wrinkle -free and with all buttons firmly in place. Return on hangers. 8. Alteration Service: Service Providers shall perform quality alteration services as requested by authorized personnel. Alteration service shall consist of: (1) taking up and tapering of pants; (2) taking up or letting out waist; (3) shortening or lengthening trousers; (4) taking up and tapering of shirt body and sleeves; and (5) taking up sleeve length. The City of Fort Collins reserves the right to employ other firms for such alteration services, as needed. 9. Normal Service: All uniforms and plain clothes attire worn in lieu of uniforms must be ready for use within two (2) working days from the time delivered to Service Provider. The City of Fort Collins may deduct 5% of officer's billing for each additional day should the cleaning time exceed two (2) working days. A schedule of business closures due to holidays, normal days closed, etc. must be furnished in writing by the Service Provider to the FCPD representatives. 10. Complaint Forms: Service Provider must provide Complaint Forms to the designated FCPD representatives, when requested. Service Provider must report to the FCPD representatives in writing on Corrective Action taken within ten (10) working days of notification of problem. 11. FCPD Representatives: Primary FCPD Representative will be Tricia Muraguri (tmurag uri(cD_fcgov.com; 221-6541); primary Billing contact will be Stephanie Gundry (sgundrya-foov.com ; 224-6041); backup will be Joe Fletcher (fetcher(&fcgov.com; 221-6279). Primary Service Provider Representative will be Barbara Archambo (barbaraA35(a-msn.com ; 419-8700). 12. Billing: Service Provider will e-mail a copy of the Monthly Billing Statement in electronic format (preferably MS Excel) to sgundrv(&fcgov.com , with. a copy to purchasing(a�fcgov.com . If there is no activity for the month, Service Provider will please send a courtesy e-mail stating that there was no activity for this period. SA rev07/08