Loading...
HomeMy WebLinkAboutStannard Launderers/Dry Cleaners Inc ORIGINAL SERVICE CONTRACT AGREEMENT THIS AGREEMENT, made on the 14th day of DECEMBER, 2011, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and STANNARD LAUNDERERS AND DRY CLEANERS INC, hereinafter referred to as the CONTRACTOR/CONSULTANT, WITNESSETH: That the City and the Contractor/Consultant, for the consideration hereinafter named, agree as follows: (Note: If anything in the Proposal conflicts with the Request for Proposals or this document, the provisions in the Request for Proposals and this document shall govern.) ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor/Consultant shall assign the following individual to manage the project described in this contract: JOE LEROY, PRESIDENT B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: JAMES BURROWS, OFFICE MANAGER, OPD ARTICLE III. SCOPE OF WORK The Contractor/Consultant shall provide the services described in the City's Request for Proposals and Proposal of the Contractor/Consultant. The Contractor/Consultant proposal is attached as Exhibit A, and is incorporated into this agreement to the extent it does not conflict with the City's Request for Proposals, or this agreement. The Contractor/Consultant shall provide the services described in its proposal attached hereto and incorporated herein by reference. 1 The Contractor/Consultant may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor/Consultant's request, such information as is needed by the Contractor/Consultant to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's/Consultant's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION All work to be performed under this contract shall be completed on a as needed basis for a three (3) year period unless terminated according to the term of this agreement. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the total sum of PER PRICING OF ATTACHED BID, adjusted by any changes as provided in the proposal, or any changes hereafter mutually agreed upon in writing by the parties hereto. B. Method of Payment. The Contractor/Consultant shall submit itemized monthly statements for services. The City shall pay the Contractor/Consultant within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor/Consultant a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. 2 ARTICLE VIII. INSURANCE The Contractor/Consultant shall carry Commercial General Liability insurance, in the amount of at least $500,000 per occurrence, which includes the City of Oshkosh, its officers, council members, agents, employees and authorized volunteers as additional insured's for work required by this Agreement. The Contractor's insurance must be primary insurance. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to the contract being in effect to the applicable City department. This certificate shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk—City of Oshkosh. ARTICLE IX. TERMINATION A. For Cause. If the Contractor/Consultant shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor/Consultant. In this event, the Contractor/Consultant shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor/Consultant no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor/Consultant shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONTRACTOR /CONSULTANT By: (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) 3 CITY OF OSHKOSH _47A G 2Z Mark A. Rohloff, City Manager ( ness • _ . A A - And: _. / .'.�. (Witness) ' - = - '�- +ri• it f Cle k A � dc0 , APPROVED: I hereby certify that the necess- ary provisions have been made to 2 , pay the liability which will accrue � I-j,all under this contract. City Attor , 0--e-/YSZ City Comptroller 4 • PROPOSAL DRY CLEANING AND LAUNDRY SERVICES FOR POLICE OFFICERS - 2012, 2013, and 2014 We, the undersigned, propose to furnish the 2012, 2013, and 2014 dry cleaning and/or laundry service for the Police Department of the City of Oshkosh, as per specifications, brought in and picked up, at the following prices : ITEMS PRICED EACH YEAR DRY CLEANING: 2012 2013 2014 Uniformed Personnel Winter jacket (Blue uniform) 51o.06 595 5050) Scotch Guard Process (100 more or less) S70 / 6-V S / T.‘ Each 1 to.d6 1`7Jc .56 t501 Trousers uniformed (Honor Guard) Go (50 more or less) / .3 / Each V 15.OG 15.66 • 10046 Uniform Jacket (Honor Guard) (35 more or less) / coo / S 26 Each 460,0-6 LOC6 44,00 Sweaters (160 more or less) 010 / .26-0 / 01" Each S Non-uniformed Personnel - NOTE: Non-uniformed shirts and trou$ers do not need to be dry cleaned unless the manufacture requires it. 1 Top coats and/or overcoats ,k.00?,56 Ko$.96 required by Mfg. label g'D �'D (25 more or less) / (� / ach Suit or sport coats 3l0,c6 3■ 6.66 3-70,60 required by Mfg. label (100 more or less) S6° / g.60 / 3 %O Each I?Lii50 I A05,co f ato.44s 5 Shirts - required by Mfg. label a 3," 5(L .07 required by Mfg. label (50 more or less) zikS / 4'6.-/ 4/' °S' Each Trousers - required by Mfg. label c�°�` ° 1,5) (50 more or less) 535 / ;25 / .6:34- Each Sweaters - required by Mfg. label 535.GO 535,00 535a (100 more or less) ..6:86- .6: / 6-.Ts / 53S Each ITEMS PRICED EACH YEAR LAUNDRY: 2012 2013 2014 S Uniformed and Non-uniformed Personnel Shirts (7457 more or less) 1~��� `� ` I� `� ` Blue long sleeve 94 / 4S Each Shirts (7457 more or less) 1���,36 lg5405 N5-11,i5 Blue short sleeve 190 / I / ! �� Each Trousers (Blue uniform) ldua'�o ( ` � 131 3600 more or less) g4--e / g4 / g Each Lightweight (Blue uniform jackets) 3o0 00 3cx 3cccb 100 more or less) .1°P- / Sao / 5mo Each Shirts (non-uniformed) long sleeved 50� G� G�5,C�5 G1 5 C0 500 more or less) (1.% / / : / Of-. Each 450.66 q-75,;U1 66 Shirts (non-uniformed) Short sleeved-I 090 /VS- 500 more or less) /00 s 3 cS / m,e 3°5- / 30 Each Trousers (non-uniformed) c0-7540 a�1-54 500 more or less) 6-3- / 6 / 5:84: Each LIl eet,,L*a 140, 14 0 14 3Q 1 Z1'-I 50 1904'as -``- � 5o oP)o $ �5a 1a 5 ao-�1, 6 This contract is to be for a term of 3 years 2012, 2013 , and 2014 . Signature and date of acknowledgeme- of statement above TERMS : /Ye % SO days NAME OF COMPANY ego -0000a77Goo-o/ Wisconsin Department of Revenue Dry Cleaning Facility License # SUBMITTED BY: c'73 7.I/, P, /el x/F NAME AND TITLE OF PERSON SUBMITTING BID AleasWA 4 2011 X053 ,7 /v.q/.0 6 T ezw,e46,1 CU/S_ Date ADDRESS 920-235-4v se TELEPHONE NUMBER 7 • CITY HALL 215 Church Avenue P.O.Box 1130 Oshkosh,Wisconsin 54903-1130 City of Oshkosh • -54 , OfHKO/H TO: Honorable Mayor and Members of the Common Council FROM: Jon G.Urben,General Services Director DATE: December 5,2011 RE: Bid for Police Department Dry Cleaning and Laundry Services BACKGROUND Every three years Purchasing solicits bids from vendors to provide dry cleaning and laundry services for uniforms of Police Department personnel as part of their OPPOA (Oshkosh Professional Police Officers Association) contract. This bid is for a three year agreement(2012- 2014)with an option for a one year extension. ANALYSIS Working in conjunction with Police Department personnel, Purchasing reviewed and prepared proposals seeking vendors for this service. Bid requests were sent to vendors who have bid in previous years. In addition the bids were advertised in the local paper. Bids were received on November 21, 2011. The bid tab is attached. After comparing vendor bids based on current Police Department inventories, Purchasing has concluded that Stannard Inc. has the low bid for these services. FISCAL IMPACT Using current estimated Police Department inventories, Stannard Inc. has submitted a bid to provide these services annually for the following: $49,054.10 for 2012, $50,047.30 for 2013 and $50,086.55 for 2014 Charges for these services will be charged to A/N# 100-0211-6401-00000 of the Police Department's operating budget. RECOMMENDATION Purchasing reviewed the bids and is recommending the Common Council award this bid to Stannard,Inc. Respectfu y Submitted, Approved: Jon G.Urben,General Services Director Mark A. Rohloff,City Manager s'? DRY CLEANING AND LAUNDRY SERVICES OSHKOSH POLICE DEPARTMENT BIDS OPENED MONDAY NOVEMBER 21, 2011 NAME OF BIDDER BID BID BID TERMS 2012 2013 2014 Gunderson Cleaners $52,975.78 $54,503.53 $56,236.02 Net 30 Days 200 W Wisconsin Ave Appleton WI 54911 Stannard Inc $49,054.10 $50,047.30 $50,086.55 Net 30 Days 653 N Main Street Oshkosh WI 54901 DECEMBER 13, 2011 11-541 RESOLUTION (CARRIED LOST LAID OVER WITHDRAWN ) PURPOSE: AWARD BID TO STANNARD, INC. FOR DRY CLEANING & LAUNDRY SERVICES FOR THE POLICE DEPARTMENT: $49,054.10/YR—2012 /$50,047.30/YR—2013/$50,086.55/YR— 2014 INITIATED BY: PURCHASING WHEREAS, the City of Oshkosh has heretofore advertised for bids for Dry Cleaning and Laundry Services for the Police Department for years 2012, 2013, & 2014; and WHEREAS, upon the opening and tabulation of bids, it appears that the following is the most advantageous bid: STANNARD, INC. 653 N. Main Street Oshkosh, WI 54901 Total Yearly Bids: $49,054.10/YR —2012 $50,047.30/YR — 2013 $50,086.55/YR —2014 NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of Oshkosh that the said bid is hereby accepted and the proper City officials are hereby authorized and directed to enter into an appropriate agreement for the purpose of same, all according to plans, specifications, and bid on file. Money for this purpose is hereby appropriated from: Acct. No. 100-0211-6401-00000 Police Department—Contractual Services