Loading...
HomeMy WebLinkAboutAutospa of Central WA - Agreement - Quote 22321 Car Wash Services AGREEMENT CITY OF YAKIMA 22321 Car Wash Services THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City"), and Autospa of Central WA, ("Contractor"). WITNESSETH:The parties, in consideration of the terms and conditions herein,do hereby covenant and agree as follows: 1. Scope of Services The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively referred to as "Services")according to the procedure outlined in Quote 22321 Car Wash Services. Specifications which are attached as Exhibit A, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the deliverables and payment schedule of itemized prices as listed in the Contractor's Quote submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one (1)year from its effective date. The City may, at its option, extend the Contract on a year to year basis for up to two (2)additional years,for a total of three (3)years. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew or unless the Services have been completed to the City's satisfaction prior to any automatic renewal. 4. Agency Relationship between City and Contractor Contractor shall,at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is,or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City. 5. Successors and Assigns a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 7. Inspection, Production and Retention of Records a. The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non- complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe,and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. 22321 Car Wash Services for Various City Departments Page 1 of 8 b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy)all of Contractor's books,documents, papers and records which are related to the Services performed by Contractor under this Contract. If any litigation,claim or audit is started before the expiration of the six(6)year period,the records shall be retained until all litigation,claims,or audit findings involving the records have been resolved. c. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. 8. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees,and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges,fees,and taxes associated with said license. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. 9. Nondiscrimination Provision During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race,creed, color, religion,national origin,sex,age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations,or orders,this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 10. Pay Transparency Nondiscrimination Provision The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about,discussed,or disclosed their own pay or the pay of another employee or applicant. However,employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in 22321 Car Wash Services for Various City Departments Page 2 of 8 response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer,or(c)consistent with the contractor's legal duty to furnish information. 11. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees,agents, representatives, insurers, attorneys,and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor,or any Contractor's agent or subcontractor, in performance of this Agreement. b. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act,Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor,and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW,and assume all potential liability for actions brought by their respective employees.The Parties acknowledge that they have mutually negotiated this waiver. c. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 12. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage,and Two Million Dollars ($2,000,000.00) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City,its elected and appointed officials, employees, agents,attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving 22321 Car Wash Services for Various City Departments Page 3 of 8 the City thirty(30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington.The requirements contained herein,as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Employer's Liability(Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than$1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s)to comply with insurance requirements does not limit Contractor's liability or responsibility. Commercial General Liability: Combined Single Limit: $2,000,000 Per Occurrence $2,000,000 Annual Aggregate Garage Liability $1,000,000 Garage Keepers Liability $200,000 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs,or other payments made by Contractor's insurance. If at any time during the life of the Contract,or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. All additional insured endorsements required by this Section shall include an explicit waiver of subrogation. 13. Severability If any term or condition of this Contract or the application thereof to any person(s)or circumstances is held invalid, such invalidity shall not affect other terms,conditions or applications which can be given effect without the invalid term,condition or application.To this end, the terms and conditions of this Contract are declared severable. 14. Contract Documents This Contract, the Invitation to Quote 22321 Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St.,Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 15. Termination Termination for Cause In the event the Contractor breaches this Contract, the City may terminate the Contract at its sole discretion in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within 30 days of this notice. In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event that it provides the City with written notice of City's breach and the City fails to cure its breach of the Contract within 60 days of this notice. The following represents a non-exclusive,illustrative list of instances that shall be considered a breach by the Contractor: a. Defaults on an obligation under the Contract; b. Fails to perform any material obligation required under the Contract; c. Files a petition in bankruptcy, becomes insolvent,or otherwise takes action to dissolve as a legal entity; d. Allows any final judgment not to be satisfied or a lien not to be disputed after a legally-imposed,30-day notice; 22321 Car Wash Services for Various City Departments Page 4 of 8 e. Makes an assignment for the benefit of creditors; f. Fails to follow the sales and use tax certification requirements of the State of Washington; g. Incurs a delinquent Washington tax liability; h. Becomes a State or Federally debarred Contractor; i. Is excluded from federal procurement and non-procurement Contracts; j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the Contract; k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary,or containing Personally Identifiable Information; I. Contractor performance threatens the health or safety of a City,County or municipal employee;or Termination for Convenience The City may terminate the Contract,without cause, by providing 30 days written notice of termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed services. In this event, compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract.Alternatively,at the sole discretion of the City,the Contractor may be compensated for the actual service hours provided.The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor requesting the refund. Change in Funding In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract are withdrawn,reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice to the Contractor. The termination shall be effective on the date specified in the notice of termination. 16. Dispute Resolution In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences,then the parties shall first pursue mediation as a means to resolve the dispute. If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing,other available means of dispute resolution may be implemented. 17. Re-Award When the contract is terminated by the Contractor upon providing the written notice as herein required, the City, pursuant to City ordinance,may re-award the contract to the next most responsible Proposer within 120 days from original award. When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract, or when the contract is terminated by the City for cause as herein provided, the City reserves the right to re-award the contract to the next most responsible Proposer within 120 days from original award. 18. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays(acts or God, etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 19. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 20. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 22321 Car Wash Services for Various City Departments Page 5 of 8 21. Authority The person executing this Contract, on behalf of Contractor, represents and warrants that they have has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 22. Notice of Change in Financial Condition If, during the Contract Term,the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control,the Contractor shall immediately notify the City in writing. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 23. Change or Notice Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made. In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment. Notice of Business Changes: Contractor shall notify the City in writing within three(3)business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three(3)business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to the parties at their addresses as follows: TO CITY: Christina Payer, Buyer II TO CONTRACTOR: Autospa of Central WA City of Yakima Purchasing 416 S 72nd Avenue 129 North 2nd Street Yakima,WA 98908 Yakima,WA 98901 24. Survival The foregoing sections of this Contract, 1-24 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY 0 YAKJMA/1j AUTOSPA OF CENTRAL WA r By: 4C1 City Manager Date: t-61,(AD.3 Date: Z3 €41/7 Attest �: q hr�rint name) • r 5�k�� �;� AA. .SEAL City CIO r * ►, List of Exhibits attached to this contract r�rh`.%tiv.— Exhibit A—Specifications CITY CONTRACT NO Exhibit B—Contractor's Quote Form RESOLUTION NO: Ai 22321 Car Wash Services for Various City Departments Page 6 of 8 EXHIBIT A- SPECIFICATIONS 22321 Car Wash Services for Various City Departments Page 7 of 8 !'' CITY OF YAKIMA INVITATION TO QUOTE #22321 Nor COVER SHEET THIS IS NOT AN ORDER QUOTE Release Date:August 10, 2023 Quote Receipt: Quotes can be emailed to: Christina.paveranvakimawa.gov. Late Quotes will not be accepted or evaluated. Quotes shall be firm for acceptance for ninety (90) days from date of Quote opening, unless otherwise noted Quote openings are not public. Purchasing For Buyer in charge of this procurement(Contact for further information): City of Yakima Parks and Recreation Christina Payer, CPPB 2301 Fruitvale Blvd. Buyer II Yakima, WA 98902 Quotes Must be completely uploaded by: Phone E-Mail Address August 24, 2023, 11:00:0o AM PST (509) 576-6696 christina.paver(a�vakimawa.gov Public Opening ❑ NO PROJECT DESCRIPTION SUMMARY Car Wash Services for Various City Departments Enter Prompt Payment Discount: % net days Services under contract to start within days after award has been made. ❑Check if you are a WMBE or DBE Vendor and list certification Number: ❑ I hereby acknowledge receiving addendum(a) , , (use as many spaces as addenda received) In signing this Quote we also certify that we have not,either directly or indirectly,entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition;that no attempt has been made to induce any other person or firm to submit or not to submit a Quote;that this Quote has been independently arrived at without collusion with any other Bidder,competitor or potential competitor;that this Quote has not been knowingly disclosed prior to the opening of Quotes to any other Bidder or competitor;that the above statement is accurate under penalty of perjury. We will comply with all terms,conditions and specifications required by the City of Yakima in this Invitation to Quote and all terms of our Quote. Company Name Company Address Name of Authorized Company Representative(Type or Print) Title Phone ( Fax ( ) Signature of Above Date Email Address 22321 Car Wash Services for Various City Departments Page 1 of 22 INVITATION TO QUOTE #22321 Car Wash Services I. GENERAL INFORMATION 1. Purpose It is the intent and purpose of these specifications to describe Car Wash Services in sufficient detail to secure quotes on comparable services. All services, which are necessary in order to provide a complete quote, shall be included in the quote and shall conform in strength, quality of services to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the Bidder. 2. Exceptions All exceptions to these specifications shall be so listed on a separate sheet headed "EXCEPTIONS TO THE SPECIFICATIONS". Any Quote submitted without exceptions will be required to meet every detail of these specifications regardless of cost to the successful bidder, including the cost to meet the insurance requirements. Where "NO EXCEPTIONS" are shown, none will be allowed. No exceptions will be considered that may tend to devalue the equipment or give an individual bidder who is offering a lesser item a distinct advantage. 3. More or Less Quantities are estimated only and shall be bid on a MORE OR LESS basis. For the purpose of comparison, Quotes shall be made in the quantities listed in this specification. Listed quantities shall not be considered firm estimates of requirements for the year, nor shall the City be bound or limited to quantities listed. Payment will be made only for quantities actually ordered, delivered, and accepted, whether greater or less than the stated amounts. 4. Delivery/Completion Each bidder is required to list on the proposal and/or Quote form the number of calendar days he/she expects services to start after award has been made. Time of delivery will be considered in the evaluation of the Quotes. Failure to include a specific number of calendar days may be sufficient grounds for rejection of Quote. 5. Term See item 3 of contract. 6. Price Increases Pricing and discounts shown on Bid shall be consistently applied and remain firm throughout the first twelve (12) months of the contract. If requested by the Contractor in writing thirty (30)days before the anniversary date of each year of the contract, the City will consider increasing the Contractor's rates per the Seattle-Tacoma-Bellevue Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W)for the previous twelve months.The CPI Calculator is available at: https://beta.bls.gov/dataViewer/view/timeseries/CWURS49DSAO. The City, in its sole discretion, will decide whether to approve or deny the rate increase request or any part thereof within thirty (30) days of receipt of the request. If approved, increase shall take effect thirty(30) days after approval. Price increases for any other justifiable reason will be considered on a case-by-case basis. Price increase requests will not be considered or granted until any outstanding required financial reports have been submitted to the City. No discount adjustments will be allowed. The adjustment (if any)shall remain firm and fixed for at least 365 days after the effective date of the adjustment. 22321 Car Wash Services for Various City Departments Page 2 of 22 7. Expansion Clause Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the bidder, as long as the price of such additional products is based on the same cost/profit formula as the listed item(s). At any time during the term of this contract, other City departments may be added to this contract, if both parties agree. 8. Regulations and Codes To the extent applicable, all equipment or materials shall comply with Washington State vehicle regulations, Federal regulations, OSHA and WISHA requirements,to include EPA standards and City safety codes. 9. Prompt Payment Bidders are encouraged to offer a discount for prompt payment of invoice. Please indicate your discount proposal on page 2 of this document. If awarded by the City, period of entitlement begins only after: • Receipt of a properly completed invoice • Receipt of all supplies, equipment or services ordered • Satisfactory completion of all contractual requirements 10. Payments/Invoices All City departments will have their own account number and will be issued a separate invoice. Vendor is to submit properly completed invoice(s)to: City of Yakima,Accounts Payable, 129 N. 2nd Street,Yakima,WA 98901, unless otherwise indicated. To insure prompt payment each invoice should cite purchase order number, Quote number, description of item purchased, unit and total price, discount terms and include the Vendor's name and return remittance address. Payment will be mailed within thirty(30)days of: • Receipt and acceptance of order, • Properly completed invoice,and • All papers required to be delivered with order 11. Unapproved Services/Products The Contractor, or his employees, shall not offer services/products not covered by this contract or give credits, coupons,or any other gratuities to City employees for services performed by Contractor on City vehicles. If a review of invoices submitted to the City reveals that services other than those covered by and specified in the contract have been delivered, the Purchasing Manager will take such steps as are necessary to have unapproved services or products credited to the City. Regardless of the time elapsed between the date of delivery and discovery of the violation. Violation of this clause may result in the removal of the offending Contractor's name from the City bid list for a period of up to three (3)years. 12. Payment Method—Credit Card Acceptance The City, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. The City's preferred method of payment is by procurement(credit) card. Respondents may be required to have the capability of accepting the City's authorized procurement card as a method of payment. No price changes or additional fee(s) may be assessed when accepting the procurement card as a form of payment. 13. Acceptance of Terms Acceptance of a City Purchase Order (PO) for any units affiliated with this purchase constitutes acceptance of, and agreement with, all of the general and specific requirements and stipulations listed in this boiler plate, and in the 22321 Car Wash Services for Various City Departments Page 3 of 22 attached equipment specification(s); including all penalties mentioned. 14. Clarifications and/or Revisions to Specification and Requirements If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this solicitation, the Bidder has a duty to immediately notify the Buyer of such concern and request modification or clarification of the Quote document. Any questions, exceptions, or additions concerning the subject matter of the Quote document(s) shall not be considered unless submitted via e-mail (no phone calls)to the Buyer listed on page 1, a minimum of five (5) business days prior to the submittal due date. In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this Quote, supplements or revisions will be provided to all known Bidders in the form of an Addendum. All Addenda are posted on www.yakimawa.gov/services/purchasing and sent directly to interested parties who have registered (per instructions on website)for updates to this Quote. If any requirements of the Quote are unacceptable to any prospective Bidder, they may choose not to submit a Quote. 15. Incurring Costs The City is not liable for any cost incurred by a Bidder in the process of responding to this Quote, including but not limited to the cost of preparing and submitting a response, in the conduct of a presentation, in facilitating site visits or any other activities related to responding to this Quote. 16. No Obligation to Contract This Quote does not obligate the City to contract for service(s), or product(s)specified herein. City reserves the right to cancel or reissue this Quote in whole or in part, for any reason prior to the issuance of a Notice of Intent to Award. The City does not guarantee to purchase any specific quantity or dollar amount. Quotes that stipulate that the City shall guarantee a specific quantity or dollar amount will be disqualified (e.g. "all-or-none".) 17. Retention of Rights The City retains the right to accept or reject any or all Quotes or accept any presented which meet or exceeds these specifications, and which would be in the best interest of the City and will not necessarily be bound to accept the low Quote. All Quotes become the property of City upon receipt. All rights, title and interest in all materials and ideas prepared by the Bidder for the Quote to City shall be the exclusive property of City and may be used by the City at its option. 18. Points Not Addressed Bidders are encouraged to list any points not addressed in these specifications that they feel improve or enhance the operation of their units. 19. Services Bought from Different Vendor Should the contracted vendor be unable to or refuse to supply services, on any given day, to which the supplier has agreed and the City is forced to obtain services from a different vendor, the difference in the Quote price of the services and that paid the new vendor, shall be charged to and paid for by the contracted vendor holding the Quote award for these services. Vendor shall not, however, be responsible for delays in delivery due to: 22321 Car Wash Services for Various City Departments Page 4 of 22 A. Unavoidable mechanical breakdowns B. Strikes C. Inability to secure component materials D. Acts of God E. Fire Provided the Buyer listed on Page 1 is notified in writing by the contracted vendor of such pending or actual delay. In the event of any delay,the date of delivery shall be extended for a period equal to the time lost due to the reason for the delay. 20. Errors and Omissions The City reserves the right to correct obvious ambiguities and errors in the Bidder's quote submittal and to waive non-material irregularities and/or omissions. In this regard, if the unit price does not compute to the extended total price,the unit price shall govern. II. PREPARING AND SUBMITTING A QUOTE 1. General Instructions The evaluation and selection of a Bidder will be based on the information submitted in the Quote and will be awarded to the lowest responsive and responsible bidder. Failure to respond to each of the requirements in the QUOTE may be the basis for rejecting a Quote. 2. Submitting a Quote Quotes shall be emailed, no later than the date, and time to the Buyer listed on Page 1. Late Quotes will not be accepted or evaluated. Quotes are not considered to be confidential per Washington State Public Records Act (RCW 42.56 et seq.) All sections of the response shall be made available to the public immediately after contract opening. 3. Multiple Quotes Multiple quotes from a Bidder will be permissible; however, each quote must conform fully to the requirements for quote submission. Each such quote must be submitted separately and labeled as Quote #1, Quote #2, etc. on the first page of their response. 4. Withdrawal of Quotes Bidders may withdraw or supplement their Quote at any time up to the quote closing date and time. If a previously submitted Quote is withdrawn before the quote due date and time, the Bidder may submit another quote at any time up to the quote closing date and time. After quote closing date and time, all submitted quotes shall be irrevocable until contract award III. BIDDER'S CHECKLIST Bidder must complete and submit, as part of their Quote submittal, all required forms listed below in accordance with Section II - Preparing and Submitting a Quote. The list below may not be all inclusive. Be sure to READ the entire Quote document and include everything that is required. • Cover Sheet/Signature Page Page 1 • Technical Specification Analysis Page 7 22321 Car Wash Services for Various City Departments Page 5 of 22 • Quote Form Pages 8&9 • Bidder's Questionnaire Page 10 IV. EVALUATION AND CONTRACT AWARD 1. Preliminary Evaluation All Quotes shall be evaluated against the same standards. The Quotes will first be reviewed to determine if they contain the required forms,follow the submittal instructions and meet all mandatory requirements. 2. Quote Evaluation Evaluation of quotes shall be based on conformity to the specifications, cost, past experience with item availability and service performance. 3. Offer in Effect for Ninety(90) Days A Quote may not be modified, withdrawn or canceled by the Bidder for a ninety (90) day period following the deadline for Quote due date, and Bidder so agrees by submittal of a quote. 4. Geographical Location The city of Yakima reserves the right to make a multiple award based on the best value and geographical location to each city department, per schedule 1 and 2 below. V. GENERAL SPECIFICATIONS The city of Yakima has a requirement for car wash services. The primary departments utilizing this service will be Police, Fire,Water/Irrigation and the Airport. Vehicles may range from compact passenger autos to 3/4-ton pick-up trucks. Department Location Number of Vehicles Yakima Air Terminal 2406 W Washington Ave., Ste. B 2 Fire Station 91 401 N Front Street 9 Fire Station 95 807 E Nob Hill Blvd. 4 Water/Irrigation 2301 Fruitvale Blvd. 3 Yakima Police Department 200 S 3rd Street 185 There are approximately 203 City of Yakima city owned vehicles that may use this service. The number of times each department will use this service during a given month will vary. The estimated average monthly car washes for the Police Department is 750. 1. Scope of Services A brushless car wash system shall be utilized. Washing and cleaning may include any of the following services: 1.1 Exterior Automatic Wash: Includes exterior vehicle brushless wash, wheels cleaned and air machine dried. 1.1.1 A drive-through car wash that thoroughly cleans the outside of vehicle. 1.2 Self Service Wash Bays: Includes high pressure hose and a foam brush to wash vehicles. 1.3 Car Wash Hours: 1.3.1 Car wash services shall be available from 8:00am to 5:00 pm., Monday through Saturday. The city of Yakima police department will require 24-hour access. 22321 Car Wash Services for Various City Departments Page 6 of 22 2. Billing Procedures/Authorized Users In order to streamline billing procedures for all departments involved,the following procedure is preferred: A. Key Codes Each City department will be issued their own key codes to access car wash services. Each department will be in charge of setting up their individual key codes. City departments will be invoiced on a monthly basis with a detailed report listing user, date and contracted amount of service. B. Authorized List In the event the car wash vendor does not have a key code system in place, each City department will be in charge of providing the car wash vendor an authorized list of vehicles. Only these vehicles will be authorized for car wash services. Upon completion of car wash service, the car wash vendor will give the city employee a receipt with: • Type of Service received (e.g. drive through wash) • Cost of Service (per contract pricing) • City Vehicle Number • License Plate Number • Legible signature of City Employee The City will not be responsible for services rendered to unauthorized vehicles. VI.TECHNICAL SPECIFICATIONS ANALYSIS Deliverables Agree or Explanation Disagree A. Damage: The vendor shall be responsible for damage during car wash to antenna, warning lights, lightbars or vinyl decals on the exterior of vehicles. B. Billing Requirements: The City requires all charges to be identified by transaction and according to quote requirements provided. The amount charged shall be the contract price only. Services not quoted in this contract shall not be charged to the accounts. It is the vendor's responsibility to record and report accurate vehicle numbers and transaction details in order to receive payment. C. Invoicing: Vendor shall bill each Fleet monthly, by the 2nd working day of the following month, providing the transaction information in an Excel spreadsheet format; along with a monthly statement. D. Credits: City staff will review billing statements and notify the vendor of charges 22321 Car Wash Services for Various City Departments Page 7 of 22 Deliverables Agree or Explanation Disagree that do not match the contract. The vendor shall issue a credit on the next billing statement, identified by amount, vehicle number and reference to the date, time, location, and charge that relates to. Lump sum credits without the above identification is not acceptable. E. Customer Service/Problem Resolution: Provide contact information for person of authority who is trained, responsive, and able to resolve any account issues in a timely manner: Name: Title: Address: Phone: Email: 22321 Car Wash Services for Various City Departments Page 8 of 22 VII. QUOTE FORM Bidder Name: INVITATION TO QUOTE NO. 22321 Car Wash Services TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL QUOTES AND TO ACCEPT ANY OR ALL ITEMS AT THE PRICE QUOTED. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN 90 CALENDAR DAYS. Quote your lowest price for the following: SCHEDULE 1 ITEM QTY UNIT DESCRIPTION UNIT PRICE NO. 1 1 Each Exterior Automatic Wash — Basic $ 2. 1 Each Self Service Wash $ 3. 1 Each Additional Wash Options Available: Include price sheets with description of services provided. SCHEDULE 2 — 24 Hour Access ITEM QTY UNIT DESCRIPTION UNIT PRICE NO. 1. 1 Each Exterior Automatic Wash - Basic $ 2. 1 Each Self Service Wash $ 3. 1 Each Additional Wash Options Available: Include price sheets with description of services provided. 22321 Car Wash Services for Various City Departments Page 9 of 22 Automated Car Wash Service Requirements: The Service performed shall be a professional, complete and thorough cleansing with one trip of the vehicle through the car wash. If the vehicle is not clean after one trip, describe what driver should do: What does the "Automatic External Wash - Basic" include? What locations will be covered under this contract? Comments: 22321 Car Wash Services for Various City Departments Page 10 of 22 VIII. BIDDER QUESTIONNAIRE INSTRUCTIONS: Provide the requested information, sign and date. If the Owner requires further description,the Owner may request bidder to provide such information within a mandatory due date. You must submit this completed form to the Owner with your Bid Proposal. Failure to submit this form fully complete, may result in disqualification of Bid. BIDDER INFORMATION Bidder's Legal Name: Company's dba: (if applicable) CEO/President Name: Business Federal License No. UBI No. EIN No. Phone ( ) Toll Free Phone ( ) FAX ( ) E-Mail Address Mailing Address City State Zip+4 Physical Address City State Zip +4 Name the person to contact for questions concerning this quote. Name Title Phone ( ) Toll Free Phone ( ) FAX ( ) E-Mail Address Mailing Address City State Zip+4 Physical Address City State Zip +4 22321 Car Wash Services for Various City Departments Page 11 of 22 IX. SAMPLE CONTRACT AGREEMENT CITY OF YAKIMA 22321 Car Wash Services THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City"), and , ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Scope of Services The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively referred to as "Services") according to the procedure outlined in Quote 22321 Car Wash Services. Specifications which are attached as Exhibit A, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the deliverables and payment schedule of itemized prices as listed in the Contractor's Quote submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one(1) year from its effective date. The City may, at its option, extend the Contract on a year to year basis for up to two(2) additional years,for a total of three(3)years. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew or unless the Services have been completed to the City's satisfaction prior to any automatic renewal. 4. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on, behalf of City. 5. Successors and Assigns a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 7. Inspection, Production and Retention of Records a. The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non- 22321 Car Wash Services for Various City Departments Page 12 of 22 complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract. If any litigation,claim or audit is started before the expiration of the six(6)year period, the records shall be retained until all litigation,claims, or audit findings involving the records have been resolved. c. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. 8. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges,fees,and taxes associated with said license. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. 9. Nondiscrimination Provision During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 22321 Car Wash Services for Various City Departments Page 13 of 22 10. Pay Transparency Nondiscrimination Provision The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about,discussed, or disclosed their own pay or the pay of another employee or applicant. However,employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or(c)consistent with the contractor's legal duty to furnish information. 11. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or subcontractor, in performance of this Agreement. b. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. c. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 12. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof of commercial liability insurance with a minimum liability limit of Two Million 22321 Car Wash Services for Various City Departments Page 14 of 22 Dollars($2,000,000.00) per occurrence,combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice. The insurance shall be with an insurance company or companies rated A-VI' or higher in Best's Guide and admitted in the State of Washington.The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Employer's Liability(Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s)to comply with insurance requirements does not limit Contractor's liability or responsibility. Commercial General Liability: Combined Single Limit: $2,000,000 Per Occurrence $2,000,000 Annual Aggregate Garage Liability $1,000,000 Garage Keepers Liability $200,000 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by Contractor's insurance. If at any time during the life of the Contract,or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. All additional insured endorsements required by this Section shall include an explicit waiver of subrogation. 13. Severability If any term or condition of this Contract or the application thereof to any person(s)or circumstances is held invalid, such invalidity shall not affect other terms,conditions or applications which can be given effect without the invalid term,condition or application.To this end, the terms and conditions of this Contract are declared severable. 14. Contract Documents This Contract, the Invitation to Quote 22323 Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 15. Termination Termination for Cause 22321 Car Wash Services for Various City Departments Page 15 of 22 In the event the Contractor breaches this Contract, the City may terminate the Contract at its sole discretion in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within 30 days of this notice. In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event that it provides the City with written notice of City's breach and the City fails to cure its breach of the Contract within 60 days of this notice. The following represents a non-exclusive, illustrative list of instances that shall be considered a breach by the Contractor: a. Defaults on an obligation under the Contract; b. Fails to perform any material obligation required under the Contract; c. Files a petition in bankruptcy, becomes insolvent,or otherwise takes action to dissolve as a legal entity; d. Allows any final judgment not to be satisfied or a lien not to be disputed after a legally-imposed, 30-day notice; e. Makes an assignment for the benefit of creditors; f. Fails to follow the sales and use tax certification requirements of the State of Washington; g. Incurs a delinquent Washington tax liability; h. Becomes a State or Federally debarred Contractor; i. Is excluded from federal procurement and non-procurement Contracts; j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the Contract; k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary, or containing Personally Identifiable Information; I. Contractor performance threatens the health or safety of a City, County or municipal employee;or Termination for Convenience The City may terminate the Contract, without cause, by providing 30 days written notice of termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed services. In this event, compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively, at the sole discretion of the City,the Contractor may be compensated for the actual service hours provided.The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor requesting the refund. Change in Funding In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice to the Contractor. The termination shall be effective on the date specified in the notice of termination. 16. Dispute Resolution In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing,other available means of dispute resolution may be implemented. 17. Re-Award When the contract is terminated by the Contractor upon providing the written notice as herein required, the City, pursuant to City ordinance, may re-award the contract to the next most responsible Proposer within 120 days from original award. 22321 Car Wash Services for Various City Departments Page 16 of 22 When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract, or when the contract is terminated by the City for cause as herein provided, the City reserves the right to re-award the contract to the next most responsible Proposer within 120 days from original award. 18. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays (acts or God, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 19. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 20. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 21. Authority The person executing this Contract, on behalf of Contractor, represents and warrants that they have has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 22. Notice of Change in Financial Condition If, during the Contract Term, the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control,the Contractor shall immediately notify the City in writing. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 23. Change or Notice Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made. In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment. Notice of Business Changes: Contractor shall notify the City in writing within three(3) business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three(3) business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to the parties at their addresses as follows: TO CITY: TO CONTRACTOR: Christina Payer Buyer 2 City of Yakima Purchasing 129 North 2nd Street Yakima,WA 98901 22321 Car Wash Services for Various City Departments Page 17 of 22 24. Survival The foregoing sections of this Contract, 1-24 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA [ENTER CONTRACTOR NAME] By: City Manager Date: Date: Attest: (Print name) City Clerk List of Exhibits attached to this contract Exhibit A—Specifications Exhibit B—Contractor's Quote Form 22321 Car Wash Services for Various City Departments Page 18 of 22 EXHIBIT A - SPECIFICATIONS EXHIBIT B - CONTRACTOR'S QUOTE FORM 22321 Car Wash Services for Various City Departments Page 19 of 22 X. SAMPLE INSURANCE AccoR or CERTIFICATE OF LIABILITY INSURANCE _ 1HS CERTIFICATE t15 IIIRLIED AS A RATTER Of riFLIFOLA TIDY CV&Y AND LOWERS RO IROHTS uPON THE LERTIFIC.ATE HY..iLDER.Tres CERTIFICATE DOES NOT AFFIRMATIVELY OR MEDATIvELY AlliEwD. EA!END OR ALTER THE cCeVERAOE AFFORDED Er I HE POLKAES EsEL OA. THIS CERTIFICATE OF NIMURANCE DOES HOT ,A3P13 nTUTE A LOH TRAL*I TASER THE ISSLIPAI INSuREfuSi, ALITHORLMO REPREff*NTATNE OR PRODUCER,AM THE CERTIFICATE HDLOEft IMPORT AMT. 11 the certetlesei Whirr ie AM TKAIAL rlti .D. polerelies)must haw.ADOTIORAL r4SuRED'Ravi:ikons ex be endereed_ 311.1aROLIAT14:1111 tS WANED,wiled lo lie i irid oznehbons al the gaiicr,cerlele scilcise may Twain.Wweeloramment. A aidenmel • norlikelle doom nee con Ilee eights ID the certleicalle boieles In II.uce sec h meareicee itaituRAAX:E.*DEW INFCRMATKIN 11,1131,4.ANLI Ati:14T ter2IDPRA CERTIFICATE mumeRIAIAppossagocommudbi ilea:e A-VII UN SE IT ER ANA TIM CAMBER 11•111■1110 MAIM . heaned Iemail c =EMIR CI MEM=• DENJIMPI P LVVERAOES CERTIFICATE NUFWEI*R. REYISION ht1 PAO ER. THIS 15 atIFTIFY THAT The mg lot 5 Of 114P.1111Atre C Vt 3L L".1 xc r= r ME YAW C ALICVL•=41 'DIE f•Ck.C 111=C FIDICATT D NOTWITteNTANDeiG ANY Re OURLII4f147 Mehl=41 caNwroN f AN,COMMA:7 CR=,ThER C•DC.Lliet ovni 7 e#t C I. C/PITRICATT RAY Et St.LeC,Del IA% PE/e.TAlt.,714 riSUPIANCt arromccr,ttr !1.Z rOliCe5 CESCAMIRO It re 01`Lro J ELT C' ..DA.. "14 7.11hE, LX=WU°INS MC COW:14'1'0W Of ne_lci•roiLIT.3 LherS 14.01n1N IAA Y riAVE WEN IILCIter.LID ler PAID CLAM. fees OP mummica ma Woo MOM ILIUM fli=r1g. ZNIWP, Liens X commove-wiemen.Lesaiirr 2.013.(03 *POO NI ."-1. IA,.1.• 3 MAX Mrs.• 1 ,IXICI AKILICY NUMBER 1,MOM F •*51.-".. +.1.1 r 1 2,036,030 C., . 1_r-,I 91 WEI...!ALLA 3 2014 MO LUYOMONL.111.1•111-17.1. NV I W.?Li IL. A •-mt.11.1., 1 A r..01 7 rite MU CT NUMS04 AAA ....••1111 5ATE T F. JAI,• •to apt — Itai Oar *UAW, 1.1111111.1.L11 LI.71111 Lan CL.P.M111541 • • IMMURE CIMBPIIIIIIAMPI E,,,_ arsamptoriwr Lima:ft • hipn36.7..1.L I ...P.,.P. a-gh I 1,MOAT AJr/1141•Bralriret 01-112 .1' POUCI RIMER ;berme e L1A tT f . NA 1W L.I. I* I1,0X) : I V-OF C.I.A.P3 EL. Y=.14:11Z+/PPf7.1.144&PO • 1211.6.11. - ± 3 1,01:10.1110 anew POUCYNLMER LIMON ammo Kampen UM". 21Y., amscrerrEse comsa mai LOCATCIONI •MICL•111 WOMB WI Mi.:.11•PIL6 lar,le WOW r P...•Pap Ti. M TIMM Is'Walk Menind,POLIriMara.OgEladiliamlIPMINd Mame inclaracl r\trynk/on-urrtxtx..dcry maclionsi mourd. Sin Mleducl Addicroil EnstainevErd. cERIFICATE HOLDER 1."ANC*LLA KW SNOWS AMY OF The A11042 1:421,CRI PX,l C CAAFXLLET&croft TIC CIPPLATION cT TML1111201, NOM WILL Or MAT= IN AOCORCW*C11 WTI 71i RZUCY 1,1110 VI 20141 Olv of V Mt=• hurchming Ouportmort Kumamoto PIIIPNIIINI•t•TN• 12S IC 2111 LIRE I VOIR&Ifee 1110111 411.11101-20 15 ALORD CORFORAT tOR. All r we r vec1 ACORD 25 r2414140Si TI..ACORO nom and logo regloldreel marks ul A C LiRO 22321 Car Wash Services for Various City Departments Page 20 of 22 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Organlzationts): Location(*)Of Covered Operations The City of Yakima,its agents,employees,authorized volunteers,elected and appointed officiate are Included as Primary/Non-Contributory additional Insured. Information required to complete this Scheduffftuotshown above,will be shown In the Declarations. A. Section II —Who Is An Insured is • to B. W4h respect to the insurance afforded to these include as an additional Insured the •- -• (s) or additional insureds, the folowing additional exctu- organization(s) shown in the ch 6put only sions apply: with respect to liability for "txx tr"yu�x-property This insurance does not apply to"bod4y injury"or damage- or "personal and advertatrng injury' "property damage"occurring after: caused,in whole or in part,by: 1. Your acts or omissions;or 1. Al work, including materials, parts or equip- ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other then service,maintenance behalf: or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(a) at the location of the the additional insured(s) at the locations) desig- covered operations has been completed;or noted above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or mute-sintrartnr en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 ISO Properties,Inc.,2004 Page 1 of 1 0 22321 Car Wash Services for Various City Departments Page 21 of 22 POLICY NUMBER:CGD300084907 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): Where required by written contract or agreement executed prior to loss(except where not permitted by law). Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part.Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the persons) or organ¢ation(s)shown in the Schedule above. CG 24 04 12 19 @ Insurance Services Office,Inc_.2018 Page 1 of I 22321 Car Wash Services for Various City Departments Page 22 of 22 EXHIBIT B - CONTRACTOR'S QUOTE FORM 22321 Car Wash Services for Various City Departments Page 8 of 8 VII. QUOTE FORM Bidder Name: INVITATION TO QUOTE NO.22321 Car Wash Services TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE.BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL QUOTES AND TO ACCEPT ANY OR ALL ITEMS AT THE PRICE QUOTED. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN 90 CALENDAR DAYS. Quote your lowest price for the following: SCHEDULE 1 ITEM QTY UNIT DESCRIPTION UNIT PRICE NO. 1. 1 Each Exterior Automatic Wash —Basic ( Do u e) $ / `°° 2. 1 Each Self Service Wash $ 0O ?- v 3. 1 Each Additional Wash Options Available: i a ler-L,,_ — p4-gamma. $ /y 4' i �4-1)tv tAj � 0 l f, MIL t /-(2— $ ik. 61 v Include price sheets with description of services provided. SCHEDULE 2—24 Hour Access ITEM QTY UNIT DESCRIPTION UNIT PRICE NO. Sttyvi-e' a S 1. 1 Each Exterior Automatic Wash - Basic $ 2. 1 Each Self Service Wash $ 3. 1 Each Additional Wash Options Available: $ Include price sheets with description of services provided. V 1 t2/ W- a tliti 7- - 63 C l 4 7j / ri A- Lt1 fro P Si), '? et el..) Ot Atit -- .._ ,Z.ir d,ti' -/ S= '/ 3 22321 Car Wash Services for Various City Departments ( ` Page 9 of 22 Automated Car Wash Service Requirements: The Service performed shall be a professional, complete and thorough cleansing with one trip of the vehicle through the car wash. If the vehicle is not clean after one trip, describe what driver 1should do: 1- j P 6-0 Li%I I I ✓ 14 u GI -Pt6A G' -N^- I,Gc L 41.44✓ j y G,UGS A.... ,J What does the"Automatic External Wash - Basic" include? t , i ,5 h pre fstire v`,5e Prz..e- ,'Kim ,. .. 5191-14:710,30..frp 4r oteeitv_iiiviVivi 0 i_e.......s ,:}dtp <;ezt_i________7404„Lc::01 .4,,,,,,..14,_ 1 sv,L,2e__÷._ What locations will be covered under this con ct? Ait osio„.. ,<j(CX_1.7 a-i s ytAkivti- - 3 310 y Tie -b,-' '<.- - 70,,,0( Li( ( S. 7ar,4i, -,, -t., -- -1--1-k �)/ el—ic)o i 0 - Lion, /l, ,_ 1.), -� 1.. O / Comments:n 67 — (A)LLer- -, 3 it S. LA 'o46,- S -: ,M15 5,i `7 v( AJ- ..�-14-5.5 i . 22321 Car Wash Services for Various City Departments Page 10 of 22