Loading...
AG 21-017 - REGENCY CLEANERS ENTERPRISES LLCRETURN TO: EXT: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT./DIV: POLICE DEPARTMENT 2. ORIGINATING STAFF PERSON:—DIANE SHINES EXT: _6854 3. DATE REQ. BY:_ASAP 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT 0 GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER 5. PROJECT NAME: POLICE LINIFORM AND PLAINCLOTHES DRY CLEANING SERVICES 6. NAME OF CONTRACTOR:_ REGENCY CLEANERS ENTERPRISES LLC ADDRESS: DES MOINES MEMORIALDR. S, BURIEN, WA98168 TELEPHONE_206-575-3800 _12865 E-MAIL:_ SHALLNAS(a;AOL.COM FAX:�206-768-2654 SIGNATURE NAME: SHALLINA LAKHANI. TITLE OWNER 7. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS 8. TERM: COMMENCEMENT DATE: JANUARY 1, 2021 COMPLETION DATE:. DECEMBER 31, 2024 9. TOTAL COMPENSATION $70,000 FOR 2021-2024 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE -ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: OYES ONO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED ❑ YES ❑ NO IF YES; $ PAID BY. ❑ CONTRACTOR El CITY R1 TA INAGE: RETAINAGE AMOUNT: ❑ RETAIN AGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL I DATE APPROVED ❑ PROJECT MANAGER ❑ DIRECTOR ❑ RISKMANAGEMENT (IFAPPLICABLE) 1-9 LAW DK 10-28-2020 11. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ❑ SENTTO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (Include dept support stab il' necessary and feel free to set notification more than a month in advance if council approval is needed.) IN ITLAL / DAT - SIGNED ❑ LAW DEPARTMENT ❑ SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK _ ❑ ASSIGNED AG# AG# COMMENTS: 1/2020 '%�CITY OF Federal Way CITY HALL 33325 8th AvenL[e SOLIth Federal Way, %AJA 98003-6325 (2�53) 335-7000 mn rw. ciiyof,e?demhvay. corn GOODS AND SERVICES AGREEMENT FOR POLICE UNIFORM AND PLAIN CLOTHES DRY CLEANING This Goods and Services Agreement ("Agreement") is made between the City of Federal Way, a Washington municipal corporation ("City"), and Regency Cleaners Enterprises, LLC, a Washington limited liability company ("Contractor"). The City and Contractor (together "Parties") are located and do business at the below addresses which shall be valid for any notice required under this Agreement: REGENCY CLEANERS ENTERPRISES LLC: Shallina Lakhani 12865 Des Moines Memorial Dr S, Burien, WA 98168 206-575-3800 (telephone) 206-768-9200 (facsimile) Shallinas ,aol.com The Parties agree as follows: CITY OF FEDERAL WAY: Diane Shines, Civilian Operations Manager 33325 8th Ave. S. Federal Way, WA 98003-6325 (253) 835-6854 (telephone) (253) 835-6739 (facsimile) Diane. Shines(a,cityoffederalway.com 1. TERM. The term of this Agreement shall commence upon the effective date of this Agreement, which shall be the date of mutual execution, and shall continue until the completion of the Work, but in any event no later than December 31, 2024. ("Term"). This Agreement may be extended for additional periods of time upon the mutual written agreement of the City and the Contractor. 2.1 Work. The Contractor shall provide goods, materials or services and otherwise perform the work more specifically described in Exhibit "A," attached hereto and incorporated by this reference ("Work"), performed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2.2 Warranties. The Contractor warrants that it has the requisite training, skill, and experience necessary to provide the Work and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to obtaining a City of Federal Way business registration. The Contractor warrants it will provide services in a manner consistent with the accepted practices for other similar services within the Puget Sound region in effect at the time those services are performed. The Contractor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Contractor's representations to City. The Contractor shall, at its sole cost and expense, correct all Work performed which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A RCW. In the event any part of the goods are repaired, only original. replacement parts shall be used; rebuilt or used parts are not acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the GOODS AND SERVICES AGREEMENT - 1 - 9/2017 CITY OF � Federal Way CITY HALL 33325 8th Avenue SOUth Federal Way, V.NA 98003-6325 (253)835-7000 vn,i v ci t yo ffe derail-vay. com City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. 2.3 Time Documentation, and Inspection. Work shall begin immediately upon the effective date of this Agreement. Work shall be subject, at all times, to observation and inspection by and with approval of the City, but the making (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Work in accordance with this Agreement, notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or the ease of its discovery. 2.4 Clean Up. At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor, fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. 3. TERNIINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (3 0) days' written notice at its address set forth on the signature block of this Agreement. The City may terminate this Agreement immediately if the Contractor fails to maintain required insurance policies, breaches confidentiality, or materially violates Section 12 and such may result in ineligibility for further City agreements. . 4. COMPENSATION. 4.1 Amount. In return for the Work, the City shall pay the Contractor an amount not to exceed a maximum amount and according to a rate or method as delineated in Exhibit `B," attached hereto and incorporated by this reference. The Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for the Term. Except as otherwise provided in Exhibit "B," the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Agreement. 4.2 Method of Payment. On a monthly basis, the Contractor shall submit a voucher or invoice in the form specified by the City, including a description of what Work have been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Contractor shall also submit a final bill upon completion of all Work. Payment shall be made on a monthly basis by the City only after the Work has been performed and within thirty (30) days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Work does not meet the requirements of this Agreement, the Contractor will correct or modify the work to comply with the Agreement. The City may withhold payment for such work until the work meets. the requirements of the Agreement. 4.3 Defective or Unauthorized Work. If any goods, materials, or services provided under this Agreement are either defective, unauthorized, or otherwise do not meet the requirements of this Agreement, the Contractor will correct or modify the work to comply with the Agreement and the City reserves the right to withhold payment from the Contractor until the goods, materials, or services are acceptable to the City. If Contractor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to GOODS AND SERVICES AGREEMENT - 2 - 9/2017 ANCITY OF �. Federal Way CITY [-TALL 33325 8th Avenue SOuth Federal Way, k1VA 98003-6325 (.253) 635-7000 i:::•zY dtycffeek3rQh-vcly.corn complete this Agreement with other sources, from any and all amounts due or to become due the Contractor. 4.4 Non -A ro riation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City will not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 4.5 Final Pa ment: Waiver of C laims. Contractor's acceptance of final payment shall constitute a waiver of any and all claims, except those previously and properly made and identified by Contractor as unsettled at the time request for final payment is made. 5. INDEMNIFICATION. 5.1 Contractor Indemnification. The Contractor agrees to release indemnify, defend, and hold the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or in connection with this Agreement or the performance of this Agreement, except for that portion of the claims caused by the City's sole negligence. 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 hereunder shall be only to the extent of the Contractor's negligence. Contractor shall ensure that each sub -contractor shall agree to defend and indemnify the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers to the extent and on the same terms and conditions as the Contractor pursuant to this paragraph. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 5.2 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. The Parties further acknowledge that they have mutually negotiated this waiver. 5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its officers, directors, shareholders, partners, employees, agents, representatives, and sub- contractors harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including without limitation, their respective agents, licensees, or representatives, arising from, resulting from or connected with this Agreement to the extent solely caused by the negligent acts, errors, or omissions of the City. 5.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement with respect to any event occurring prior to such expiration or termination. GOODS AND SERVICES AGREEMENT - 3 - 9/2017 CITY OF Al�, Federal Way CITY HALL 33325 8th Aven[e SOLlth Federal Way, "A 98003-6325 (253) 835-7000 �+nvLv.citvofleciereha .ay_com 6. INSURANCE. The Contractor agrees to carry insurance for liability which may arise from or in connection with the performance of the services or work by the Contractor, their agents, representatives, employees or subcontractors for the duration of the Agreement and thereafter with respect to any event occurring prior to such expiration or termination as follows: 6.1. Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating that is satisfactory to the City: a. Commercial general liability insurance covering liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury, bodily injury, death, property damage, products liability, advertising injury, and liability assumed under an insured contract with limits no less than $1,000,000 for each occurrence and $2,000,000 general aggregate. b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; c. Automobile liability insurance covering all owned, non -owned, hired and leased vehicles with a minimum combined single limits in the minimum amounts required to drive under Washington State law per accident for bodily injury, including personal injury or death, and property damage. 6.2. No Limit ofLiabiIity. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 6.3. Additional Insured. Verification. The City shall be named as additional insured on all commercial general liability insurance policies. Concurrent with the execution of this Agreement, Contractor shall provide certificates of insurance for all commercial general liability policies attached hereto as Exhibit "C" and incorporated by this reference. At City's request, Contractor shall furnish the City with copies of all insurance policies and with evidence of payment of premiums or fees of such policies. If Contractor's insurance policies are "claims made," Contractor shall be required to maintain tail coverage for a minimum period of three (3) years from the date this Agreement is actually terminated or upon project completion and acceptance by the City. 6.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement. 7. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance of this Agreement shall be considered confidential subject to applicable laws. Breach of confidentiality by the Contractor may be grounds for immediate termination. All records submitted by the City to the Contractor will be safeguarded by the Contractor. The Contractor will fully cooperate with the City in identifying, assembling, and providing records in case of any public records disclosure request. S. BOOKS AND RECORDS. The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of the Work and maintain such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject, at all reasonable times, to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Agreement. 9. INDEPENDENT CONTRACTOR / EMPLOYEE CONDITIONS. 9.1 Independence. The Parties intend that the Contractor shall be an independent contractor and that the GOODS AND SERVICES AGREEMENT - 4 - 9/2017 CITY OF �- Federal Way CITY HALL 33325 8th Aveme South Federal Way, VIVA 98003-6325 (253) 835-7000 m ✓vv a"ffe.derah,vay co!n Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. The City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security, income, or other tax which may arise as an incident of employment, except as specifically provided in Section 4. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. If the Contractor is a sole proprietorship or if this Agreement is with an individual, the Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 9.2 Safety. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors at the work site and in the performance of the contract work and shall utilize all protection necessary for that purpose. Contractor shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). 9.3 Risk of Work. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. Even though Contractor is an independent contractor, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion 10. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional services during the Term for other parties; however, such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts -of interest in favor of the City. Contractor confirms that Contractor does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in the Contractor's selection, negotiation, drafting, signing, administration, or evaluating the Contractor's performance. 11. EQUAL OPPORTUNITY EMPLOYER. In all services, programs, activities, hiring, and employment made possible by or resulting from this Agreement or any subcontract, there shall be no discrimination by Contractor or its subcontractors of any level, or any of those entities' employees, agents, subcontractors, or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, religion, creed, national origin, marital status, or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment. This requirement shall apply to, but not be limited to, the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21, 21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. 12. GENERAL PROVISIONS. 12.1 Interpretation and Modification. This Agreement, together with any attached Exhibits, contains all of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior GOODS AND SERVICES AGREEMENT - 5 - 9/2017 CITY OF CITY HALL Fe d e ra I V Y Feder l AvenE€a 80 [th Federal Way, WA 903-6325 (253) 835-7000 W11AVr:ityoffederal ay-com statements or agreements, whether oral or written, shall be effective for any purpose. Should any language in any Exhibits to this Agreement conflict with any language in this Agreement, the terms of this Agreement shall prevail. The respective captions of the Sections of this Agreement are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect any of the provisions of this Agreement. Any provision of this Agreement that is declared invalid, inoperative, null and void, or illegal shall in no way affect or invalidate any other provision hereof and such other provisions shall remain in full force and effect. Any act done by either Party prior to the effective date of the Agreement that is consistent with the authority of the Agreement and compliant with the terms of the Agreement, is hereby ratified as having been performed under the Agreement. No provision of this Agreement, including this provision, may be amended, waived, or modified except by written agreement signed by duly authorized representatives of the Parties. 12.2 Assignment and Beneficiaries. Neither the Contractor nor the City shall have the right to transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the other Party. If the non -assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. Subject to the foregoing, the rights and obligations of the Parties shall inure to the benefit of and be binding upon their respective successors in interest, heirs and assigns. This Agreement is made and entered into for the sole protection and benefit of the Parties hereto. No other person or entity shall have any right of action or interest in this Agreement based on any provision set forth herein. 12.3 Compliance with Laws. The Contractor shall comply with and perform the Services in accordance with all applicable federal, state, local, and city laws including, without limitation, all City codes, ordinances, resolutions, regulations, rules, standards and policies, as now existing or hereafter amended, adopted, or made effective. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation or performance of this Agreement, this Agreement may be rendered null and void, at the City's option. 12.4 Enforcement. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Services is essential to the Contractor's performance of this Agreement. Any notices required to be given by the Parties shall be delivered at the addresses set forth at the beginning of this Agreement. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth above. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. Any remedies provided for under the terms of this Agreement are not intended to be exclusive, but shall be cumulative with all other remedies available to the City at law, in equity or by statute. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. Failure or delay of the City to declare any breach or default immediately upon occurrence shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. This Agreement shall be made in, governed by, and interpreted in accordance with the laws of the State of Washington. If the Parties are unable to settle any dispute, difference or claim arising from this Agreement, the exclusive means of resolving that dispute, difference, or claim, shall be by filing suit under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative process. If the King County Superior Court does not have jurisdiction over such a suit, then suit maybe filed in any other appropriate court in King County, Washington. Each party consents to the personal jurisdiction of the state and federal courts in King County, Washington and waives any objection that such courts are an inconvenient forum. If either Party brings any claim or lawsuit arising from this Agreement, each Party shall pay all GOODS AND SERVICES AGREEMENT - 6 - 9/2017 CITY OF � Federal Way CITY HALL 33325 8th AvenUe SOflth Federal way, WA 98003-6325 (253) 835-7000 rn nvci�raffederai4veiy corn its legal costs and attorney's fees and expenses incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, however nothing in this paragraph shall be construed to limit the Parties' rights to indemnification under Section 5 of this Agreement. 12.5 Execution. Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individual is duly authorized to execute and deliver this Agreement. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original and with the same effect as if all Parties hereto had signed the same document. All such counterparts shall be construed together and shall constitute one instrument, but in making proof hereof it shall only be necessary to produce one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled together to form a single instrument comprised of all pages of this Agreement and a complete set of all signature and acknowledgment pages. The date upon which the last of all of the Parties have executed a counterpart of this Agreement shall be the "date of mutual execution" hereof. [Signature page follows] GOODS AND SERVICES AGREEMENT - 7 - 9/2017 FeU_ 'ITY HALL :' 32Z Sth Avenue 3o,,.tl) Federal .%'a)-,V.1A Cow 'N %k. II Nil -'SS. the Parties c\,ecute this Agre-enlem below, effective the last date written below. (I I Y 01: 1-1-1 ER.%L WAY: ATIT'ST: 11-1 ER,1 Jim FL:1, h'. c:- APPROVED AS TO FORM: J. Rvan Call, City Attorney REGENCY CLEANERS EN,rr,,RPRJSL,SLLC: C4 12- k 4'.1 ai I; A\[) SFRVWL�, ACIREl'.'MENT . 3 - %2017 CITY OF A:k Federal Way EXHIBIT "A" SERVICES 1. The Contractor shall do or provide the following: CITY HALL 33325 8th Avenue South Federal Way, WA 98003-6325 (253)835-7000 vN✓w. utyoffedeanvay com The work shall commence January 1, 2021, and shall continue through no later than December 31, 2024. A. Dry CleaninLy Services • Pick-up and delivery five (5) days per week with a 24-hour turn around. • Special handling and cleaning of articles contaminated with blood borne pathogens (i.e., Hepatitis, HIV/AIDS virus, etc.) or other medical- /biohazards and non -medical chemicals. • Water repelling for outer garments. s Recycling of applicable materials such as hangers and bags. 1. Uniformed Personnel Uniformed staffing levels are at approximately 107 officers. Per week, each employee is authorized to receive a military press and dry cleaning service for the following articles of clothing: a. Uniform shirt 3 each b. Uniform pants 3 each 2. Plain Clothes Personnel Non -uniformed staffing levels are at approximately 9 command staff and 18 detectives. Per week, each employee assigned to a non -uniformed position is authorized to receive dry cleaning services for the following articles of clothing: a. Suit jacket or sports coat 1 each b. Suit pants or slacks 2 each c. Shirt or blouse 4 each On average the Federal Way Police Department has 300 items cleaned per month. This average is variable based on time of year as well as officers wearing alternative uniforms i.e. wash and wear jumpsuits (cleaned at home by officers) Summer months may have higher than usual numbers. A typical month would include the following items: a. Uniform pants/ shirts- 60 b. Pants or slacks- 92 c. Male shirts- 109 d. Female shirts/blouses- 27 GOODS AND SERVICES AGREEMENT - 9 - 9/2017 CITY OF '%� Federal Way e. "polo" style shirts- B. Dry Cleaning Services 1. Minor Alterations — As needed a. Patches b. Name Tags c. Buttons d. Hemming 10 2. Major Alterations — Requires written authorization a. Uniform shirt (i.e. take in or let out waist) b. Uniform pants (i.e. take in or let out thigh area) C. Record Keeping CITY HALL 33325 Sth Aveme SOLIth Federa[ Way, WA 98003-6325 (253) 335-7O00 wvnv. dtyoflederahuay.corn Please indicate and describe your method of record keeping and invoicing as it pertains to: 1. The name of the vendor's employee who provided the service. 2. The name of the department's employee who received the service. 3. Description of service. 4. Date of service. 5. Cost of service. D. Pick-up and Delivery Service 1. Pick-up and delivery five (5) days per week with a 24-hour turn around. 2. Pick-up and delivery to and from the men and women police locker rooms. 3. The department will supply each pick-up area with laundry slips. 4. The vendor will provide a supply of 30" x 40" nylon drawstring bags for employee's soiled garments. 5. The department employees will fill out a laundry slip that will be placed inside of their bag of solid clothing. Any special requests, such as alterations, or repairs can be noted on the slip. 6. Each pick-up location is supplied with a metal bag stand and a 30" x 40" nylon bag for employees to put their orders inside. 7. Garments will be returned on a wire hanger in standard industry plastic covers with employee's name on the laundry slip that will be attached to the cover. 8. Metal clothes racks will be placed next to the bag stand for department employees to place their used wire hangers and plastic covering for recycling. 9. Biohazard contaminated items must be placed in a RED BIOHAZARD BAG with the laundry slip attached on the outside of the bag describing the type of biohazard contamination (blood, urine, vomit etc.) 10. The vendor will provide an inventory / log sheet of all dry cleaned items returned to the department. A department employee will approve the inventory / log sheet before the vendor's employee will be allowed to return the dry cleaned items to the locker rooms. GOODS AND SERVICES AGREEMENT - 10- 9/2017 CIT A4%� Federal Way CITY HALL 33325 8th Aven€[e So€[th Federal Way, WA 98003-6325 (253) 835-7000 VmwatyOffederahl"< V. com 11. Vendor employees entering the Police Department to deliver or return clothing must first pass a criminal background check including but not limited to: NCIC, WASIS, WACIC, DOL, and fingerprints. Employee must also complete the required security training that will be provided by the Police Department every two years. A list of vendor employees eligible to enter the facility will be maintained by the Police Department. GOODS AND SERVICES AGREEMENT - 11 - 9/2017 CITY OF � Federal flay EXHIBIT "B" COMPENSATION CITY HALL 33325 8th Aveme SOUth Federa[ Way, WA 98003-6325 (263) 835-7000 a-n-,iydWJedvrcrlway corn 1. Total Compensation: In return for the Services, the City shall pay the Contractor an amount not to exceed Seventy Thousand and No/l00 Dollars ($70,000.00). The listed prices do not include applicable sales tax, which will be added to each monthly invoice sent to the City. 2. Method of Compensation: In consideration of the Contractor performing the Services, the City agrees to pay the Contractor an amount calculated on the rate schedule shown below: ITEM: PRICE: Pants Dry Clean* $ 4.25 Shirts Dry Clean* $ 4.25 Overalls $ 5.50 Shirts Laundered $ 2.25 Pants Laundered $ 4.25 Skirts Dry Clean $ 4.25 Jackets Dry Clean $ 4.25 Blouses Dry Clean $ 4.25 Ties $ 2.25 Minor Alterations (patches, name tags, $ 6.00 Minor Alteration $ 10.00 Major Alteration (as Uniform Shirts (waist $ 12.00 Uniform Pants (thigh $ 12.00 Delivery fee $ 5.00 *Price per item for Uniform and Plain Clothes Personnel GOODS AND SERVICES AGREEMENT - 12 - 9/2017 CITY OF CITY HALL 'ok Federal Way 33325 8thAvenueSouth Federal Way, WA 98©Q3003 -6325 {253) 835-7000 t:�.: Y ru[vafladerpi�i ��lccom EXHIBIT "C" SEE ATTACHED CERTIFICATE OF LIABILITY INSURANCE GOODS AND SERVICES AGREEMENT - 13 - 9/2017 CERTIFICATE OF LIABILITY INSURANCE PATE(MMIDDNYYY) 10123/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Jose Herrera United Western Insurance Brokers HONK (626) 397-4700 AX Nn : (626) 683-7682 r-MAIL ADDRE3s jose@uwib.com 525 Cordova St., Suite 100 INSURERS) AFFORDING COVERAGE NAIC # INSURERA: AmGUARD Insurance Company 42390 Pasadena CA 91101 INSURED INSURER B INSURERC: Regal Cleaners LLC INSURER D : 12825 Des Moines Memorial Dr S INSURER E : INSURER F., Seattle WA 98168 COVERAGES CERTIFICATE NUMBER: CL2073009571 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER PO 7 EFF MMIDD/YYYY POLICY EXP MMIDDJYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS -MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrenceI S 300,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 A REBP110023 08/01/2020 08/01/2021 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE s 2.000,000 POLICY LOC PRODUCTS - COMP/OP AGG S 2.000,000 $ OTHER: AUTOMOBILE LIABILITY COMSINED SINGLE 71MIT (Ea acdden s BODILY INJURY (Per person) $ ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY q BODILY INJURY (Per accident) S PROPERTY DAMAGE Peraccidenll S $ - UMBRELLA LIAR X OCCUR EACH OCCURRENCE g 2,000,000 A EXCESS LIAB CLAIMS -MADE REUM192535 08/03/2020 08/01/2021 X AGGREGATE $ 2,000,000 DED I X1 RETENTION S 10,000 S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYR/PARTNERIEXECUTIVE ❑ OFFICERIMEMBCERIMEMBER EXCLUDED? (Mandatory in NH) NIA REBP110023 08/01/2020 08/01/2021 PER K- STATUTE X ER STOP GAP E.L. EACH ACCIDENT 1,000,000A s E.L DISEASE- EA EMPLOYEE S 1,000,000 E.L DISEASE - POLICY LIMIT 1,000,000 $ If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is named as Additional Insured as respects the operations of the named insured if required by written contract. CERTIFICATE HOLDER CANCELLATION _ City of Federal Way 33325 8th Ave S Federal Way WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD COUNCIL MEETING DATE: November 17, 2020 ITEM #: 51 CITY OF FEDERAL WAY CITY COUNCIL AGENDA BILL SUBJECT: REGENCY CLEANERS — `GOODS & SERVICES' AGREEMENT FOR POLICE UNIFORM AND PLAINCLOTHES DRY CLEANING POLICY QUESTION: Should the Federal Way Police Department enter into a `Goods & Services' Agreement with Regency Cleaners Enterprises LLC for police uniform and plainclothes dry cleaning services? COMMITTEE: Parks, Recreations, Human Services and Public Safety MEETING DATE: Nov. 10, 2020 Council Committee — (PRHS&PSC) CATEGORY: ® Consent ❑ Ordinance ❑ Public Hearing ❑ City Council Business ❑ Resolution ❑ Other STAFF REPORT BY: Diane Shines, Civilian Operations Man a er DEPT: Police Attachments: 1. Staff Memo 2. `Goods & Services' Agreement for Police Uniform and Plainclothes Dry Cleaning Options Considered: 1. Approve the proposed `Goods& Services' Agreement. 2. Do not approve the proposed agreement and provide direction to staff. MAYOR'S RECOMMENDATION: Option 1. MAYOR APPROVAL: htitial/Date Initial/Date DIRECTOR APPROVAL: .r. , -- ` Initial/Dalc COMMITTEE RECOMMENDATION: "I move to forward the proposed Agreement to the November 17, 2020 consent agenda for approval. " % Committee Chair Committee Member Committee X4ember PROPOSED COUNCIL MOTION: "I move approval of the proposed Agreement, and authorize the Mayor to execute said agreement. " (BELOW TO BE COMPLETED BY CITYCLERR S OFFTCE) 1 NC[L ACTIO AI'P[3D1'E1L'Rx� I n I� COUNCIL BILL # DENIED First reading ❑ TABLED/DEFERRED/NO ACTION Enactment reading ❑ MOVED TO SECOND READING (ordinances only) ORDINANCE # REVISED — 11 /2019 RESOLUTION # CITY OF FEDERAL WAY CITY COUNCIL COMMITTEE STAFF REPORT DATE: November 17, 2020 TO: City Council VIA: Jim Ferrell, Mayor FROM: Andy J. Hwang, Chief of Police SUBJECT: Goods and Services Agreement for Police Uniform and Dry Cleaning Financial Impacts: The Goods and Service Agreement for Police Uniform and Dry Cleaning will be effective January 1, 2021 through December 31, 2024. Total new compensation in return for services should not exceed $70,000. This will be paid in Account Number 001-2100-094-521-11-415 Background: The Federal Way Police Department (FWPD) is entering into a Goods and Services Agreement with a commercial dry cleaning company that we have used for a number of years, Regency Cleaners Enterprises, for police uniform and plain clothes dry cleaning services. On September 25th, the Federal Way Police Department requested quotes for dry cleaning services and Regency Cleaners was the only contractor to apply. The company provides quality cleaning services, timely delivery, and adheres to strict service standards for handling articles contaminated with medical and/or biohazardous chemicals. Regency Cleaners is a company that meets the Federal Way Police Department's dry cleaning needs and required specifications.