Loading...
HomeMy WebLinkAboutPacific Storage Company Of Fresno Service Contract Bid 9668 - 3-27-24GSD-B Service Contract – Contractor (01-2024) - 1 - SERVICE CONTRACT THIS CONTRACT (Contract) is made and entered into by and between the CITY OF FRESNO, a California municipal corporation (City), and , Pacific Storage Company of Fresno (Contractor), as follows: 1. CONTRACT DOCUMENTS. The "Notice Inviting Bids," "Instructions to Bidders," "Bid Proposal," and the "Specifications" including "General Conditions", "Special Conditions" and "Technical Specifications" for the following: Requirements Contract Request for Proposals for Citywide Document Storage and Shredding Services (Bid File No. 9668) copies of which are annexed hereto, together with all the drawings, plans, and documents specifically referred to in said annexed documents, and are hereby incorporated into and made a part of this Contract, and shall be known as the Contract Documents. 2. PRICE. For the monetary consideration of $125,000.00, as set forth in the Bid Proposal, Contractor promises and agrees to furnish or cause to be furnished, in a new and working condition, and to the satisfaction of City, and in strict accordance with the Specifications, all of the items as set forth in the Contract Documents. 3. PAYMENT. City accepts Contractor's Bid Proposal as stated and agrees to pay the consideration stated, at the times, in the amounts, and under the conditions specified in the Contract Documents. 4. INDEMNIFICATION: To the furthest extent allowed by law, including California Civil Code section 2782, Contractor shall indemnify, hold harmless and defend City and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in contract, tort or strict liability, including, but not limited to personal injury, death at any time and property damage) incurred by City, Contractor or any other person, and from any and all claims, demands and actions in law or equity (including reasonable attorney's fees, litigation expenses, and costs to enforce this Contract), arising or alleged to have arisen directly or indirectly out of performance of this Contract. Contractor's obligations under the preceding sentence shall apply regardless of whether City or any of its officers, officials, employees, agents or volunteers are passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused by the active or sole negligence, or by the willful misconduct, of City or any of its officers, officials, employees, agents or volunteers. If Contractor should subcontract all or any portion of the work to be performed under this Contract, Contractor shall require each subcontractor to indemnify, hold harmless and defend City and each of its officers, officials, employees, agents, and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Contract. 5. The City Manager, or designee, is hereby authorized and directed to execute and implement this Agreement. The previous sentence is not intended to delegate any authority to the City Manager to administer the Agreement, any delegation of authority must be expressly included in the Agreement. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 GSD-B Service Contract – Contractor (01-2024) - 2 - [Signatures follow on the next page.] DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 GSD-B Service Contract – Contractor (01-2024) - 3 - IN WITNESS WHEREOF, the parties have executed this Contract on the day and year here below written, of which the date of execution by City shall be subsequent to that of Contractor’s, and this Contract shall be binding and effective upon execution by both parties. CITY OF FRESNO, A California municipal corporation By: Melissa Perales Purchasing Manager General Services Department APPROVED AS TO FORM: ANDREW JANZ City Attorney By: Date Sup./Senior Deputy City Attorney ATTEST: TODD STERMER, CMC City Clerk By: Date Deputy PACIFIC STORAGE COMPANY, of Fresno By: Name: Title: (If corporation or LLC., Board Chair, Pres. or Vice Pres.) By: Name: Title: (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) REVIEWED BY: Addresses: CITY: City of Fresno Attention: Melissa Perales, Purchasing Manager 2101 G Street, Bldg A Fresno, CA 93706 Phone: (559) 621-1157 E-mail: melissa.perales@fresno.gov CONTRACTOR: Pacific Storage Company Attention: Dallin Woodruff, Manager 4315 W Santa Ana Ave Fresno, Ca 93722 Phone: 559-473-2049 E-mail: dwoodruff@pacific-records.com DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 3/27/2024 President Greg Tudor Rudy Croce 3/27/2024 Secretary 3/27/2024 3/27/2024 3/27/2024 3/27/2024 RFP 07-2020 PAGE 1 REQUEST FOR PROPOSALS FOR REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES PROPOSAL NUMBER: 9668 PROPOSAL SUBMISSION DEADLINE: 3:00 p.m., November 14, 2023 PROPOSAL CONTACT: TAMRA TORRENCE PURCHASING DIVISION Phone: (559) 621-1153 Fax: (559) 457-1244 DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 2 CITY OF FRESNO PROPOSAL SPECIFICATIONS REQUEST FOR PROPOSALS REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 Table of Contents I - INTRODUCTION ............................................................................................................. 3 NOTICE INVITING PROPOSALS .................................................................................... 4 INSTRUCTIONS TO PROPOSERS ................................................................................. 5 Submittal of Proposal ................................................................................................... 5 ACH Payment Initiative -Electronic Payment ............................................................... 6 ADA .............................................................................................................................. 6 Public Records ............................................................................................................. 6 Selection Process and Evaluation Criteria ................................................................... 6 Time to Award .............................................................................................................. 7 Contract Documents..................................................................................................... 7 Questions, Clarifications, and Concerns ...................................................................... 7 Contacts with City Staff ................................................................................................ 8 REGULATED COMMUNICATIONS IN CITY PROCUREMENT PROCESS ORDINANCE ................................................................................................................ 8 Notification of Staff Determination ................................................................................ 8 Debarment ................................................................................................................... 8 OUTREACH TO SMALL BUSINESS ENTERPRISES IN SUBCONTRACTING .......... 9 II - PROPOSAL AND CONTRACT DOCUMENTS ........................................................... 10 CHECK LIST .................................................................................................................. 11 COST PROPOSAL ......................................................... ERROR! BOOKMARK NOT DEFINED. PROPOSER QUALIFICATION QUESTIONNAIRE ........................................................ 13 REFERENCES .............................................................................................................. 15 STATEMENT OF ACCEPTANCE OF THE INDEMNIFICATION .................................... 16 NON-COLLUSION AFFIDAVIT ...................................................................................... 17 ADDENDA ..................................................................................................................... 18 PROPOSAL DEPOSIT ................................................................................................... 19 SIGNATURE PAGE ....................................................................................................... 21 SAMPLE CERTIFICATION ............................................................................................ 23 SAMPLE SERVICE CONTRACT ................................................................................... 24 III - GENERAL CONDITIONS ........................................................................................... 27 IV. SPECIAL CONDITIONS .............................................................................................. 38 V - SCOPE OF WORK ...................................................................................................... 41 DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 3 I - INTRODUCTION - Notice Inviting Proposals - Instructions to Proposers DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 4 NOTICE INVITING PROPOSALS Electronic proposals will be received at the office of the Purchasing Manager of the City of Fresno, all in accordance with the Specifications for: REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 The City of Fresno is soliciting proposals to provide citywide document storage and shredding services. This request is for a TWO (2) year Contract with THREE (3) possible ONE (1) year extensions. The RFP forms and specifications may be obtained from the Office of the Purchasing Manager (phone 559 621-1332) via the City’s web site: http://www.fresno.gov, Doing Business (at the top of the screen), Bid Opportunities. Proposals may be submitted electronically via Planet Bids only. Proposals are to be submitted electronically using Planet Bids prior to the opening at 3 p.m. on Tuesday, November 14, 2023, at which time they will be publicly opened and recorded. Join the bid opening meeting at https://zoom.us/j/92047244398 or call (669) 900-9128, meeting ID 920 4724 4398. All proposals must be made on the proposal forms provided by the Purchasing Manager and must be accompanied by a deposit in the amount of Five hundred dollars ($500.00) in the form of a Cashier's or Certified Check, an irrevocable letter of credit, or a certificate of deposit, or a bidder's bond of a corporate surety, authorized by the California Insurance Commissioner to do business in the State of California, payable and acceptable to the City of Fresno. All deposits will be held until a Contract has been executed with the successful Proposer or all proposals have been rejected. Copies of Proposal Deposits may be submitted electronically, with the exception of a cashier’s check, which must be brought to the Purchasing Manager’s office prior to the bid opening and labeled accordingly with bid number. The City of Fresno hereby notifies all Proposers that no person shall be excluded from participation in, denied any benefits of, or otherwise discriminated against in connection with the award and performance of any contract on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation or on any other basis prohibited by law. Services of an interpreter and additional accommodations can be made available. Requests for accommodations should be made at least five working days but no later than 48 hours prior to the scheduled meeting/event. Please contact the Procurement Specialist listed on the cover at 559-621-1153 or Tamra.Torrence@fresno.gov. The City of Fresno reserves the right to reject any and all proposals. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 5 INSTRUCTIONS TO PROPOSERS REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 1. No proposal will be considered for award unless it is submitted on the proposal forms furnished by the Purchasing Manager, completely filled out, properly signed by the Proposer and filed electronically via Planet Bids on or before the date and time specified in the Notice Inviting Proposals. The time clock in the Purchasing Division will be the official clock for documenting the time of filing. 2. No proposal will be considered for award unless the Proposer has complied with the following: Proposers must submit a deposit in the amount of Five hundred dollars ($500.00) with their proposal in the form of a Certified or Cashier's Check, an irrevocable letter of credit, or a certificate of deposit, or a bidder's bond of a corporate surety, authorized by the California Insurance Commissioner to do business in the State of California, payable and acceptable to the City of Fresno. Such deposit shall be retained by the City of Fresno as a guarantee that the Proposer, if awarded all or part of the proposal, will, within fifteen (15) calendar days (except in the event federal funding is applicable to this Contract, then 10 working days) from the date the Notice of Award is mailed to the Proposer, execute and return a Contract furnished by the City. All deposits will be returned when the Contract(s) has been executed for all items awarded, or if all proposals are rejected. Copies of Bid Deposits may be submitted electronically, with the exception of a cashier’s check, which must be brought to the Purchasing Manager’s office prior to the bid opening and labeled accordingly with bid number. 3. The City will award a Contract or reject any or all proposals within the time stated in the Specifications, and no proposal may be withdrawn within that period of time. Any award of a Contract exceeding $50,000, shall be subject to the approval of the City Council. 4. The City reserves the right to reject any and all proposals. Submittal of Proposal 5. Each Proposer shall carefully examine each and every term of this Request for Proposal; and each Proposer shall judge all the circumstances and conditions affecting its proposal. Failure on the part of any Proposer to make such examination and to investigate thoroughly shall not be grounds for any declaration that the Proposer did not understand the conditions of this Request for Proposal. 6. The Proposer shall comply with any and all federal, state, or local laws, now in effect or hereafter promulgated, which apply to the services and products herein specified. 7. This solicitation for proposals does not commit the City of Fresno to enter into a Contract or to pay any costs incurred in the preparation of responses to the request. The City of Fresno reserves the right to accept or reject any proposals, and to negotiate with any qualified source, or to cancel in part or in its entirety this Request for Proposals. It may accept the proposal that it considers to be in the interest of the City of Fresno, with or without negotiation. 8. The City reserves the right to waive any informality or minor irregularity when it is in the best interest of the City to do so, to negotiate for the modification of any proposal with mutual consent of the Proposer, to re-advertise for proposals if desired, and to accept the proposal which in the judgment of the City, even though it does not offer the lowest cost, is nevertheless deemed to offer the best value for the public and City. Any proposal which is incomplete, conditional, obscure, or which contains irregularities of any kind, may be cause for rejection. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 6 ACH Payment Initiative -Electronic Payment Proposer shall provide complete and accurate billing invoices in order to receive payment. Billing invoices submitted must contain all information and supporting documentation required by the contract. Payment for invoices submitted by the proposer shall only be rendered electronically unless payment by paper check is expressly authorized by the Controller, in the Controller’s sole discretion, due to extenuating circumstances. Such electronic payment shall be made in accordance with ordinary City procedures and practices. The proposer shall comply with the Controller’s procedures to authorize electronic payments. Proposer acknowledges that it will not receive payment on any invoices submitted under this Contract if it does not comply with the Controller’s electronic payment procedures, except where the Controller has expressly authorized payment by paper check as set forth above. ADA Accessibility Requirements: Supplier warrants that it complies with California and federal disabilities laws and regulations; and the Services will conform to the accessibility requirements of WCAG 2.0AA. Supplier agrees to promptly respond to and resolve any complaint regarding accessibility of its Services. The City may require Proposer to comply with these accessibility requirements if they are awarded a contract. Public Records 9. The proposals received shall become the property of the City of Fresno and are subject to public disclosure. Those parts of a proposal which are defined by the Proposer as business or trade secrets as that term is defined in California Civil Code, Section 3426.1, and are reasonably marked "Trade Secrets", "Confidential", or "Proprietary", and placed in a separate envelope shall only be disclosed to the public if such disclosure is required or permitted under the California Public Records Act or otherwise by law. Proposers who indiscriminately and without justification identify most, or all, of their proposal as exempt from disclosure may be deemed non-responsive. Proposals, excluding confidential information, will be available for review after posting of staff recommendation. Selection Process and Evaluation Criteria 10. Proposal Evaluation The Selection Committee will review and evaluate all proposals after formal receipt. To receive proper consideration, the proposal must meet the requirements of these Specifications. The evaluation process will provide credit only for those capabilities and advantages which are clearly stated in the Proposer's written proposals. In other words, advantages which are not stated will not be considered in the evaluation process. Proposers whose proposals include a failure to comply with or take exception to these Specifications may be considered nonresponsive and dropped from the evaluation process. The Selection Committee will evaluate the proposals on the following criteria: a. Cost as shown on the proposal form. b. Ability to meet the stated service requirements. c. Past Performance and Experience based on References and experience shown on "Statement of Qualifications and Experience." d. Conformance to the terms and conditions of the RFP. e. Financial Stability based on information provided in the Statement of Qualifications. f. Other related information. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 7 The City reserves the right to accept or reject any or all proposals and may select, and negotiate with one or more Proposers concurrently, and enter into a Contract with such Proposer who is determined, by the City, to provide the services which are in the interest of the City. The City may agree to such terms and conditions as it may determine to be in its interest. 11. The Selection Committee reserves the right to request additional information from Proposers, to negotiate terms and conditions of the Contract, to visit sites, to request demonstrations or oral presentations, or ask Proposers to appear before the Selection Committee to clarify points of their proposal. 12. Selection will be based on qualitative analysis and cost. Any award shall be on the basis of the criteria specified and made to the Proposer whose proposal is judged as providing the best value in meeting the interest of the City and the objectives of the project, in the City’s sole discretion. 13. The City reserves the right to make the selection of a Proposer based on any or all factors of value, whether quantitatively identifiable or not, including, but not limited to, the anticipated initiative and ability of the Proposer to perform the services set forth herein. Time to Award 14. The Proposer agrees that the City may have ONE HUNDRED TWENTY (120) DAYS to accept or reject proposals. It is further understood that, if the Proposer to whom any award is made fails to enter into a Contract as provided in the Specifications, award may be made to another Proposer, who shall be bound to perform as if she/he had received the award in the first instance. Contract Documents 15. The proposer shall submit the required contract documents in a form acceptable to the Purchasing Division 2101 G Street, Bldg A – Fresno, CA 93706 within 15 calendar days (except in the event in the event federal funding is applicable to this Contract, then 10 working days) from the Notice of Award of proposal. Failure to provide said documents within the designated period shall be sufficient cause to find the proposal non-responsive and move to award to the next proposer offering the next best value to the City. Questions, Clarifications, and Concerns 16. The Specifications describing this project have been carefully prepared. Any questions or concerns relating to these Specifications shall be directed in writing to the designated Procurement Specialist of the Purchasing Division (see cover page) and may be submitted electronically by utilizing the Question and Answers field on Planet Bids. Questions will be accepted only up to five (5) working days prior to the proposal date to allow the City, if necessary, to issue an addendum to all proposers stating revisions, deletions, or additions to be made to the Specifications as a result of any questions. If questions arise after the deadline, please contact the Designated Procurement Specialist of the Purchasing Division, but the City will not guarantee a response. The City will not be responsible for verbal responses made by parties other than the Purchasing Manager or designee. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 8 Contacts with City Staff 17. Before an award is made, any contact with City staff, other than the Purchasing Manager or designee(s), without prior written authorization is strictly prohibited and may render the Proposer non- responsible. REGULATED COMMUNICATIONS IN CITY PROCUREMENT PROCESS ORDINANCE 18. The Regulated Communications in City Procurement Process Ordinance (Article 6, Chapter 4 of the Fresno Municipal Code) became effective May 7, 2004. With certain specified exceptions, the Ordinance provides that no Respondent, Bidder, Proposer (as the case may be) shall initiate, engage in, or continue any communication to or with any City elected official concerning or touching upon any matter which is the subject of this competitive procurement process. Any Respondent, Bidder, Proposer or elected official (as the case may be) who initiates, engages in, continues in, or receives any regulated communication shall file the written disclosure required by the Regulated Communications in City Procurement Process Ordinance. Any Respondent, Bidder, or Proposer violating the Regulated Communications in City Procurement Process Ordinance may be disqualified from participating in this procurement process and/or determined to be non-responsible. Additionally, the City may set aside the award of a contract, prior to its execution, to a party found to have violated the Ordinance. Note: The full text of Fresno Municipal Code, Chapter 4, Article 6 may be viewed on the City’s website at, http://www.fresno.gov. Under Government, “City Clerk” - Fresno Municipal Code- Or view the Fresno Municipal Code directly at https://library.municode.com/ca/fresno/codes/code_of_ordinances?nodeId=MUCOFR_CH4CIPUCOS A_ART6RECOELOFPRPR Notification of Staff Determination 19. Once the City has reviewed and evaluated the proposals received and has determined for award the responsible proposal that provides the best value to the City, that determination will be posted on a public bulletin board outside the Purchasing Division and the City's website http://www.fresno.gov, reference link “Departments” (at the top of screen), “General Services,” “Purchasing,” “Anticipated Formal Bid Award.” For those Proposers that have concerns or rebuttal of any determination of non-responsiveness or non- responsibility about the Staff Determination, they will be given an opportunity to submit, in writing, within 5 days to the Purchasing Manager any concerns with the RFP process or Staff Determination. Such writing will be taken under consideration by the City Manager and may be acted upon within 5 days. If no action is taken within such 5 days, then there shall be no change in Staff Determination. The exercise of Proposer of its right to submit its written concerns shall be a condition precedent to seeking judicial review of any award of a contract hereunder. Debarment 20. A Proposer may be debarred from bidding or proposing upon or being awarded any contract with the City, or from being a subcontractor or supplier at any tier upon such contract, in accordance with the procedures in Fresno Municipal Code Section 4-104 adopted by Council on May 17, 2018. The initial period of any such debarment shall not be less than one year and may be permanent depending on the violation. A Proposer may request a hearing, in accordance with Fresno Municipal Code Section 4-104, upon receipt of a notice of proposed debarment from the City Manager or DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 9 designee. A copy of the Ordinance may be obtained from the City Clerk’s Office, 2600 Fresno Street, Fresno, California 93721. OUTREACH TO SMALL BUSINESS ENTERPRISES IN SUBCONTRACTING 21. The City of Fresno hereby notifies all Proposers that it is the City's policy to provide all small business enterprises, including minority, women, and disabled veteran business enterprises, equal access and opportunity for participation in the performance of all construction contracts, professional service contracts, procurement of supplies, equipment and other services. Therefore, the City requests that a Proposer who intends to subcontract a portion of the work seek out small business enterprises that are potential subcontractors, suppliers, or consultants, and actively solicit their interest, capability, and prices. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 07-2020 PAGE 10 II - PROPOSAL AND CONTRACT DOCUMENTS DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 11 (Submit with Proposal) Proposer's Name _____________________________ CHECK LIST Proposers are requested to submit this Checklist and the following information, providing the content in the sequence shown below. If documentation provided is incomplete, the Proposer may be considered non-responsive and ineligible for award of a Contract. 1. COVER LETTER, including company name, address, contact name, phone number and fax number. 2. PROPOSAL DEPOSIT in the form of: Certified Check Proposer's Bond Cashier's Check Irrevocable Letter of Credit Certificate of Deposit Annual Bidder's Bond 3. COST PROPOSAL (p.12)(complete attached form) 4. STATEMENT OF QUALIFICATIONS AND EXPERIENCE 5. CITY FORMS (pp. 16-19) (complete/return attached forms) STATEMENT INDICATING ACCEPTANCE OF INDEMNIFICATION AND INSURANCE REQUIREMENTS NON-COLLUSION AFFIDAVIT ADDENDA AND PROPOSAL DEPOSIT 6. Signature page of all ADDENDA issued, Addendum No. (Enter numbers, if applicable). 7. REFERENCES (p. 15) 8 PROPOSER QUESTIONNAIRE (pp. 13-14) (complete attached form) 9 SIGNATURE PAGES (pp. 21-22), including (for corporations) Notary Acknowledgment in corporate form, certification by secretary and board resolution or other document to authorize individual who signs proposal. 10. ACH AUTHORIZATION AGREEMENT FORM- Signature page of ACH payment. (p. 20) DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 12 (Submit with Proposal) Proposer's Name COST PROPOSAL REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 TERM OF CONTRACT The Contract shall be in effect for Two (2) years from the date of the Notice to Proceed. The Contract may be extended in accordance with the provisions set forth in the Special Conditions of these Specifications. TO THE PURCHASING MANAGER, CITY OF FRESNO Having carefully examined the Request for Proposal, attachments and related documents, the undersigned proposes and agrees to provide to the City of Fresno, in accordance with the Specifications annexed hereto and made a part thereof, the following services at the following rates: SHREDDING SERVICES Vendor to provide a unit cost per pick-up per each size of container (65 gal & 95 gal). All associated costs (i.e., delivery, travel, mileage, container cost, etc.) must be included in the unit price. DESCRIPTION PRICE 1. Onsite Shredding Services 65 Gal. Tote $ 2. Onsite Shredding Services 95 Gal. Tote $ 3. Offsite Shredding Services 65 Gal. Tote $ 4. Offsite Shredding Services 95 Gal. Tote $ Miscellaneous Shredding events (every 3 months) $_________ STORAGE SERVICES Vendor to provide cost per pick-up and storage fees. DESCRIPTION PRICE Document Storage Service $ Other related storage service fees $ (Please provide a description) The above amount shall include any and all applicable taxes. The quantities listed on the proposal page(s) are estimates for the initial term. The actual requirement of the City may be more or less than the quantities specified. The City will pay for only those items which it actually delivered or received during the term of the Contract. The City reserves the right to reject any and all proposals. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 13 (Submit with Proposal.) Proposer’s Name: _________________________ PROPOSER QUALIFICATION QUESTIONNAIRE FOR REQUEST FOR PROPOSALS FOR: REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 TO: THE PURCHASING MANAGER OF THE CITY OF FRESNO The undersigned Proposer submits the following information in accordance with the proposal Specifications: (Use additional sheets as needed.) 1. a. Business Name (If using more than one business name, please list all names.): b. Address: Is your firm operating as a franchisee? Yes or No If yes, list the franchiser, and number of years your business has been franchised: 2. Provide the names, titles, qualifications, years of experience, and years with your firm, for all key personnel in authority in your business, including the key personnel that will be involved in this project, and the extent to which they will be involved in the performance of this Contract. 3. How many years has your business been established? How many years has your business been under your present name? How many years under former names? (List name and number of years) 4. How many years has your business been providing services? 5. What other types of services does your business provide? 6. Do you have any affiliated companies? (If parent company, list subsidiaries and divisions. If subsidiary or division, name parent company, its principals, and their addresses): 7. Have there been any contract terminations for the services your firm performs before the fulfillment of the contract within the past three years? Yes or No If so, list the date, client, and reason for termination below: DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 14 (Submit with Proposal.) Proposer's Name __________________________ PROPOSER QUALIFICATION QUESTIONNAIRE (Continued) FOR REQUEST FOR PROPOSALS FOR: REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 8. Provide an organization chart, indicating full-time personnel, job titles, locations, and whether each individual works out of an office or is in the field. Organization chart attached? Yes or No 9. Does the proposer currently possess sufficient resources to meet the initial requirements, pgs.39-40 for this contract? Yes or No If “Yes”, describe the inventory and if “No”, describe how you will meet the initial requirements: 10. Describe how you will meet the requirement to be CLETS certified. 11. Outline your support services including establishing direct lines of communication between City technical staff and the manufacturers(s). DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 15 (Submit with Proposal) Proposer's Name ______________________________ REFERENCES REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 Please list at least three references of similar size and type of services, including governmental agencies, if available. 1. AGENCY/COMPANY NAME: ADDRESS: CONTACT PERSON: E-MAIL: PHONE NUMBER: FAX NUMBER: LENGTH OF CONTRACT: NUMBER OF YEARS: TYPE OF SERVICE PROVIDED: 2. AGENCY/COMPANY NAME: CONTACT PERSON: E-MAIL: PHONE NUMBER: FAX NUMBER: LENGTH OF CONTRACT: NUMBER OF YEARS: TYPE OF SERVICE PROVIDED: 3. AGENCY/COMPANY NAME: ADDRESS: CONTACT PERSON: E-MAIL: PHONE NUMBER: FAX NUMBER: LENGTH OF CONTRACT: NUMBER OF YEARS: TYPE OF SERVICE PROVIDED: DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 16 (Submit with Proposal) Proposer's Name STATEMENT OF ACCEPTANCE OF THE INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR REQUEST FOR PROPOSALS FOR: REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 The Proposer shall sign below that the Proposer accepts in whole the Indemnification and Insurance Requirements set forth in these Specifications. If the Proposer takes exception to some portions, those portions shall be listed here below and the Proposer shall sign that the Proposer accepts all portions of the requirements not listed. Note: Any exceptions may render the proposal non-responsive. ACCEPT DO NOT ACCEPT If "DO NOT ACCEPT" is checked, please list exceptions: INSERT IF APPLICABLE Signature of Authorized Person Type or Print Name of Authorized Person DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 17 (Submit with Proposal) Proposer's Name NONCOLLUSION DECLARATION Public Contract Code section 7106 The undersigned declares: I am the __________________________ of _________________________________________, Title of Authorized Person Bidding Firm, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on _________, at ________________, ______. Date City State Signature of Authorized Person Print Name of Authorized Person The above Noncollusion Declaration is part of the Bid Proposal. Bidders are cautioned that making a false declaration may subject the certifier to criminal prosecution. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 18 (Submit with Proposal) Proposer's Name ADDENDA The City makes a concentrated effort to ensure any addenda issued relating to these Specifications are distributed to all interested parties. It shall be the Proposer's responsibility to inquire as to whether any addenda to the Specifications have been issued. Upon issuance by the City, all addenda are part of the proposal. Signing the proposal on the signature page thereof shall also constitute signature on all addenda. TIME PERIOD TO AWARD/REJECT The undersigned Proposer agrees that the City may have ONE HUNDRED TWENTY (120) DAYS from the date proposals are opened to accept or reject proposals. It is further understood that, if the Proposer to whom any award is made fails to enter into a Contract as provided in the Specifications, award may be made to another Proposer, who shall be bound to perform as if she/he had received the award in the first instance. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 19 (Submit with Proposal) Proposer's Name PROPOSAL DEPOSIT FOR REQUEST FOR PROPOSALS FOR: REQUIREMENTS CONTRACT FOR CITYWIDE DOCUMENT STORAGE AND SHREDDING SERVICES REQUEST FOR PROPOSALS NO. 9668 Accompanying this proposal is a Proposal Deposit in the amount of Five hundred dollars ($500.00) in the form of: Certified Check Bidder's Bond Cashier's Check Irrevocable Letter of Credit Certificate of Deposit Annual Bidder's Bond Proposal Deposit is deposited by the undersigned Proposer with the City of Fresno as a guarantee that the Proposer, if awarded all or part of the Contract, will, within fifteen (15) calendar days (except in the event federal funding is applicable to this Contract, then 10 working days) from the date the Notice of Award is mailed to the Proposer, execute and return a Contract furnished by the City. Copies of Proposal Deposits may be submitted electronically, with the exception of a cashier’s check, which must be brought to the Purchasing Manager’s office prior to the bid opening and labeled accordingly with bid number. Such Deposit is made with the understanding that failure to execute such Contract will result in damage to the City, that the amount of such damage would be difficult to determine and that in the event of such default said Deposit shall become the property of the City; or, if a Bidder's Bond is deposited, the amount of the obligation thereof, but not more than the above stated amount, shall thereupon be due and payable to the City of Fresno as liquidated damages for such default, payment of said amount to be the joint and several obligation of the Proposer and the corporate surety. BUSINESS LOCATION The undersigned Proposer does not maintain a place of business in the City of Fresno. The undersigned Proposer maintains a place of business in the City of Fresno at: , Fresno, CA BUSINESS LICENSE The undersigned Proposer has a current City of Fresno Business License and the number is . If the successful Proposer does not have a City of Fresno Business License, he/she shall obtain such a license prior to the issuance of a Notice to Proceed for the Work and maintain in effect throughout the term of this Contract. CONTRACTOR’S LICENSE The undersigned Proposer holds a valid Class State of California Contractor’s License. The License Number is and was issued on . Expiration Date: , if applicable. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 20 (Submit with Proposal) Initial:____________________ CITY OF FRESNO FINANCE DEPARTMENT ACCOUNTS PAYABLE SECTION AUTHORIZATION AGREEMENT FOR DIRECT PAYMENTS (ACH PAYMENTS) Company Contact Email Name ______________________________ Address _____________________________________ (Required) Contact Name Telephone Number The City of Fresno, Finance Department, (FINANCE DEPARTMENT), is authorized to initiate credit entries to the company above, (COMPANY), in the account below at the depository financial institution named below, (DEPOSITORY), and to credit the same to such account. Company acknowledges that the origination of ACH transactions to its account must comply with the provisions of U.S. law. Depository Name Branch City State Zip Code Routing Account Number Number ______________________________ o ACH Authorization Agreement Form already on file with City. This authorization is to remain in full force and effect until FINANCE DEPARTMENT has received written notification of its termination. The FINANCE DEPARTMENT and DEPOSITORY have a reasonable time to process the termination. Name(s) (Please print) Signature Date Title DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 21 (Submit with Proposal) SIGNATURE PAGE By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the statements contained in this proposal are true and correct. PROPOSAL SUBMITTED BY: (Please follow the instructions for each line, as explained below.) (1) ( ) ( ) Firm Phone Fax (2) (Corp.) (Individual) (Partner) (Other) (3) Business Address City State Zip Code (4) By: Signature of Authorized Person Type or Print Name of Authorized Person and Title Federal Tax I.D. No.: Date: DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 22 INSTRUCTIONS FOR SIGNATURE PAGE LINE 1: The name of the Proposer must be the same as that under which a license is issued, if a license is required. If the Proposer is a corporation, enter the exact name of the corporation under which it is incorporated; if Proposer is an individual, enter name; if Proposer is an individual operating under a trade name, enter name and dba (trade name in full); if a partnership, enter the correct trade style of the partnership; if a joint venture, enter exact names of entities joining in the venture. LINE 2: Identify here the character of the name shown under (1), i.e., corporation (including state of incorporation), individual, partnership, or joint venture. LINE 3: Enter the address to which all communications and notices regarding the Proposal and any Contract awarded thereunder are to be addressed. LINE 4: (a) If the Proposer is a corporation, the Proposal must be signed by an officer or employee authorized to sign Contracts on behalf of the corporation evidenced by inclusion of one of the following certified by the secretary of the corporation, authorizing the officer or employee to sign contracts (sample certification attached): a copy of the Articles of Incorporation, a copy of the Bylaws, a copy of the Board Resolution or Minutes authorizing the officer or employee to sign Contracts. (b) If Proposer is an individual, he/she must sign the Proposal, or if the Proposal is signed by an employee or agent on behalf of the Proposer, a copy of a power of attorney must be on file with the City of Fresno prior to the time set for the opening of the proposals or must be submitted with the Proposal. (c) If the Proposer is a partnership, the Proposal must be signed by all general partners; or by a general partner(s) authorized to sign Contracts on behalf of the partnership evidenced by inclusion of either a copy of the Partnership Agreement or a recorded Statement of Partnership. (d) If the Proposer is a joint venture, the Proposal must be signed by all joint venturers; or by a joint venturer(s) authorized to sign Contracts on behalf of the joint venture evidenced by inclusion of either a copy of the Joint Venture Agreement or a recorded Statement of Joint Venture; and if the joint venturer(s) is a corporation or a partnership signing on behalf of the Joint Venture, then Paragraphs (a) and c) above apply respectively. Where Proposer is a partnership or a corporation, the names of all other general partners, or the names of the president and secretary of the corporation, and their business addresses must be typewritten below: NAME ADDRESS NOTE: All addresses must be complete with street number, City, State, and Zip Code. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 23 SAMPLE CERTIFICATION I, , certify that I am the secretary Name of the corporation named herein; that who signed this Name Bid Proposal on behalf of the corporation, was then of Title said corporation; that said Bid Proposal is within the scope of its corporate powers and was duly signed for and on behalf of said corporation by authority of its governing body, as evidenced by the attached true and correct copy of the Name of Corporate Document By: Name: Title: Secretary Date: DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 24 SAMPLE SERVICE CONTRACT THIS CONTRACT (Contract) is made and entered into by and between the CITY OF FRESNO, a California municipal corporation (City), and [Contractor Name], [Legal Identity] (Contractor) as follows: 1. CONTRACT DOCUMENTS. The "Notice Inviting Proposals," "Instructions to Proposers," "Proposal" and the "Specifications" including "General Conditions," "Special Conditions", “Federal Conditions”, “Functional Specifications” and “Technical Requirements” for the following: [Title] (Request for Proposals No. [Number]) copies of which are annexed hereto, together with all the documents specifically referred to in said annexed documents, including the Performance Bond, if required, are hereby incorporated into and made a part of this Contract, and shall be known as the Contract Documents. 2. PRICE. For the monetary consideration of [WRITTEN $ AMOUNT] DOLLARS AND [WRITTEN CENTS AMOUNT] CENTS ($[DOLLAR AMOUNT]), as set forth in the Proposal, Contractor promises and agrees to perform or cause to be performed, in a good and workmanlike manner, and to the satisfaction of City, and in strict accordance with the Specifications, all of the work as set forth in the Contract Documents. 3. PAYMENT. City accepts Contractor's Proposal as stated and agrees to pay the consideration stated, at the times, in the amounts, and under the conditions specified in the Contract Documents. 4. INDEMNIFICATION. To the furthest extent allowed by law, including California Civil Code section 2782, Contractor shall indemnify, defend and hold harmless City and each of its officers, officials, employees, agents, and volunteers from any and all claims, demands, actions in law or equity, loss, liability, fines, penalties, forfeitures, interest, costs including legal fees, and damages (whether in contract, tort, or strict liability, including but not limited to personal injury, death at any time, property damage, or loss of any type) arising or alleged to have arisen directly or indirectly out of (1) any voluntary or involuntary act or omission, (2) error, omission or negligence, or (3) the performance or non-performance of this Contract. Contractor's obligations as set forth in this section shall apply regardless of whether City or any of its officers, officials, employees, agents, or volunteers are passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused by the active or sole negligence, or the willful misconduct, of City or any of its officers, officials, employees, agents, or volunteers. To the fullest extent allowed by law, and in addition to the express duty to indemnify, Contractor, whenever there is any causal connection between the Contractor’s performance or non-performance of the work or services required under this Contract and any claim or loss, injury or damage of any type, Contractor expressly agrees to undertake a duty to defend the City and any of its officers, officials, employees, agents, or volunteers, as a separate duty, independent of and broader that the duty to indemnify. The duty to defend as herein agreed to by Contractor expressly includes all costs of litigation, attorney’s fees, settlement costs and expenses in connection with claims or litigation, whether or not the claims are valid, false or groundless, as long as the claims could be in any manner be causally connected to Contractor as reasonably determined by City. Upon the tender by City to Contractor, Contractor shall be bound and obligated to assume the defense of City and any of its officers, officials, employees, agents, or volunteers, including the a duty to settle and otherwise pursue settlement negotiations, and shall pay, liquidate, discharge and satisfy any and all settlements, judgments, awards, or expenses DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 25 resulting from or arising out of the claims without reimbursement from City or any of its officers, officials, employees, agents, or volunteers. It is further understood and agreed by Contractor that if City tenders a defense of a claim on behalf of City or any of its officers, officials, employees, agents, or volunteers and Contractor fails, refuses or neglects to assume the defense thereof, City and its officers, officials, employees, agents, or volunteers may agree to compromise and settle or defend any such claim or action and Contractor shall be bound and obligated to reimburse City and its officers, officials, employees, agents, or volunteers for the amounts expended by each in defending or settling such claim, or in the amount required to pay any judgment rendered therein. The defense and indemnity obligations set forth above shall be direct obligations and shall be separate from and shall not be limited in any manner by any insurance procured in accordance with the insurance requirements set forth in this Contract. In addition, such obligations remain in force regardless of whether City provided approval for, or did not review or object to, any insurance Contractor may have procured in accordance with the insurance requirements set forth in this Contract. The defense and indemnity obligations shall arise at such time that any claim is made, or loss, injury or damage of any type has been incurred by City, and the entry of judgment, arbitration, or litigation of any claim shall not be a condition precedent to these obligations. The defense and indemnity obligations set forth in this section shall survive termination or expiration of this Contract. If Contractor should subcontract all or any portion of the work to be performed under this Contract, Contractor shall require each subcontractor to Indemnify, hold harmless and defend City and each of its officers, officials, employees, agents, and volunteers in accordance with the terms as set forth above. [Signatures follow on the next page.] DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 26 IN WITNESS WHEREOF, the parties have executed this Contract on the day and year here below written, of which the date of execution by City shall be subsequent to that of Contractor's, and this Contract shall be binding and effective upon execution by both parties. CITY OF FRESNO, A California municipal corporation By: [Name], [Title/Dept.] APPROVED AS TO FORM: ANDREW JANZ City Attorney By: [Name] Date Sup./Senior Deputy City Attorney ATTEST: TODD STERMER, CMC City Clerk By: Date Deputy [CONTRACTOR], [Legal Identity] By: Name: Title: (If corporation or LLC., Board Chair, Pres. or Vice Pres.) By: Name: Title: (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) REVIEWED BY: Addresses: CITY: City of Fresno Attention: [Name] [Title] [Street Address] Fresno, CA [Zip] Telephone: (559) [#] E-Mail: [E-Mail address] CONTRACTOR: [Contractor Name] Attention: [Name] [Title] [Street Address] [City, State Zip] Telephone: [area code and #] E-Mail: [E-Mail address] DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 27 III - GENERAL CONDITIONS DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 28 III. GENERAL CONDITIONS 1. DEFINITIONS: Wherever used in the Specifications, including the Instructions to Proposers, the proposal, or any of the Contract Documents, the following words shall have the meaning herein given, unless the context requires a different meaning. (a) "City" and "City of Fresno" shall each mean the City of Fresno, CA, unless otherwise indicated. (b) "City Manager" shall mean the City Manager of the City of Fresno. (c) "Contract" and "Contract Documents" shall each mean and refer to these Specifications, including the Instructions to Proposers, the proposal and any addenda thereto, the Contract and all City of Fresno specifications, and other papers and documents incorporated by reference into or otherwise referred to in any of the foregoing documents, whether or not attached thereto. (d) "Contractor" shall mean each person or entity awarded a Contract hereunder and named or to be named in the Contract with the City of Fresno to furnish the goods or services, or both, to be furnished under the Contract. (e) "Council" and "City Council" shall each mean the Council of the City of Fresno. (f) "Proposer" shall mean each person or entity submitting a proposal, whether or not such person or entity shall become a Contractor by virtue of award of a Contract by the City. (g) "Purchasing Manager" shall mean the Purchasing Manager of the City of Fresno. (h) "Specifications" shall mean the Contract Documents. 2. DELIVERY OF SERVICES: If Contractor is delayed providing services by (i) any acts or omissions of City or its employees, or others acting under authority of City by contract or otherwise, (ii) acts of God which Contractor could not reasonably have foreseen and provided for, (iii) illegal strikes, boycotts or like illegal obstructive action by employee or labor organizations, or (iv) any illegal general lockouts or other defensive action by employers, whether general or by organizations of employers; Contractor shall have no claim for damages against City for any such cause of delay, but shall be entitled to an extension of time as will reasonably compensate Contractor for actual loss of time occasioned thereby. Contractor may apply to the City Manager for such extension. However, no such extension of time shall be granted unless Contractor shall have notified the Purchasing Manager, in writing, within one week after the commencement or occurrence of the condition or event which is expected to cause a delay in delivery, of such condition or event and the actual or estimated number of days of delay anticipated on account thereof. The decision of the City Manager as to the number of additional days, if any, to be allowed for completion of delivery on account of such condition or event, will be given in writing to Contractor. 3. TERMINATION FOR CONVENIENCE: The City reserves the right to terminate this Contract for any reason, upon sixty (60) days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory service performed to the date of termination. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 29 4. TERMINATION FOR CAUSE: a. If the Contractor shall fail to complete delivery, within the time or times specified herein, of all or any part of the materials, equipment, supplies or services to be provided under the Contract, the City Manager of the City of Fresno or designee, acting for and on behalf of the City, may at any time after the expiration of the time for cure, terminate the Contract as to the whole thereof, or in the event partial delivery has been made and accepted, as to such of the items or service to be furnished which have not been delivered or accepted prior to such termination. b. The City may terminate this Contract if the Contractor materially breaches any of its obligations under this Contract and fails to commence and diligently pursue reasonable efforts to cure such breach within fifteen (15) days after written notice by the City specifically describing the breach. c. Such termination shall be effective upon receipt by Contractor of written notice of termination from said City Manager or designee, which notice shall be deemed to have been received by Contractor, if mailed by certified mail, within forty-eight hours to Contractor's address as contained in the proposal to the City or, if personally delivered, upon the delivery thereof to Contractor, the authorized representative of Contractor, or to the Contractor's said address. 5. CONTRACT DOCUMENTS: Upon award of the Contract, the Contractor shall execute and submit all required documents to the Purchasing Manager, 2101 G. Street, Building A, Fresno, California 93706, in a form acceptable to the City of Fresno within fifteen (15) calendar days (except in the event federal funding is applicable to this Contract, then 10 working days) from the date of Notice of Award. Failure to provide said documents within the designated period shall be sufficient cause to forfeit the proposal deposit and initiate a City departmental recommendation for City to award the Contract to another Proposer. 6. PERFORMANCE BOND: Throughout the life of this Contract, the Contractor shall pay for and maintain in full force and effect a "Faithful Performance Bond" from a corporate surety, admitted by the California Insurance Commissioner to do business in the State of California, in the amount of $N/A. If applicable, this bond is to be renewed annually. 7. INSURANCE REQUIREMENTS. (a) Throughout the life of this Agreement, Contractor shall pay for and maintain in full force and effect all insurance as required herein with an insurance company(ies) either (i) admitted by the California Insurance Commissioner to do business in the State of California and rated no less than “A-VII” in the Best’s Insurance Rating Guide, or (ii) as may be authorized in writing by City's Risk Manager or designee at any time and in its sole discretion. The required policies of insurance as stated herein shall maintain limits of liability of not less than those amounts stated therein. However, the insurance limits available to City, its officers, officials, employees, agents, and volunteers as additional insureds, shall be the greater of the minimum limits specified therein or the full limit of any insurance proceeds to the named insured. (b) If at any time during the life of the Agreement or any extension, Contractor or any of its subcontractors fail to maintain any required insurance in full force and effect, all services and work under this Agreement shall be discontinued immediately, and all payments due or that become due to Contractor shall be withheld until notice is received by City that the required insurance has been restored to full force and effect and that the premiums therefore have been DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 30 paid for a period satisfactory to City. Any failure to maintain the required insurance shall be sufficient cause for City to terminate this Agreement. No action taken by City pursuant to this section shall in any way relieve Contractor of its responsibilities under this Agreement. The phrase “fail to maintain any required insurance” shall include, without limitation, notification received by City that an insurer has commenced proceedings, or has had proceedings commenced against it, indicating that the insurer is insolvent. (c) The fact that insurance is obtained by Contractor shall not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. The duty to indemnify City shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of Contractor, vendors, suppliers, invitees, contractors, sub-contractors, subcontractors, or anyone employed directly or indirectly by any of them. Coverage shall be at least as broad as: 1. The most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01, providing liability coverage arising out of your business operations. The Commercial General Liability policy shall be written on an occurrence form and shall provide coverage for “bodily injury,” “property damage” and “personal and advertising injury” with coverage for premises and operations (including the use of owned and non-owned equipment), products and completed operations, and contractual liability (including, without limitation, indemnity obligations under the Agreement) with limits of liability not less than those set forth under “Minimum Limits of Insurance.” 2. The most current version of ISO *Commercial Auto Coverage Form CA 00 01, providing liability coverage arising out of the ownership, maintenance or use of automobiles in the course of your business operations. The Automobile Policy shall be written on an occurrence form and shall provide coverage for all owned, hired, and non-owned automobiles or other licensed vehicles (Code 1- Any Auto). If personal automobile coverage is used, the City, its officers, officials, employees, agents, and volunteers are to be listed as additional insureds. 3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. MINIMUM LIMITS OF INSURANCE Contractor shall procure and maintain for the duration of the contract, and for 5 years thereafter, insurance with limits of liability not less than those set forth below. However, insurance limits available to City, its officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of the minimum limits specified herein or the full limit of any insurance proceeds available to the named insured: 1. COMMERCIAL GENERAL LIABILITY (i) $2,000,000 per occurrence for bodily injury and property damage; (ii) $2,000,000 per occurrence for personal and advertising injury; (iii) $4,000,000 aggregate for products and completed operations; and, (iv) $4,000,000 general aggregate applying separately to the work performed under the Agreement. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 31 2. COMMERCIAL AUTOMOBILE LIABILITY $1,000,000 per accident for bodily injury and property damage. 3. Workers’ Compensation Insurance as required by the State of California with statutory limits and EMPLOYER’S LIABILITY with limits of liability not less than: (i) $1,000,000 each accident for bodily injury; (ii) $1,000,000 disease each employee; and, (iii) $1,000,000 disease policy limit. UMBRELLA OR EXCESS INSURANCE In the event Contractor purchases an Umbrella or Excess insurance policy(ies) to meet the “Minimum Limits of Insurance,” this insurance policy(ies) shall “follow form” and afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella or Excess insurance policy(ies) shall also apply on a primary and non-contributory basis for the benefit of the City, its officers, officials, employees, agents and volunteers. DEDUCTIBLES AND SELF-INSURED RETENTIONS Contractor shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and Contractor shall also be responsible for payment of any self- insured retentions. Any self-insured retentions must be declared on the Certificate of Insurance, and approved by, the City’s Risk Manager or designee. At the option of the City’s Risk Manager or designee, either: (i) The insurer shall reduce or eliminate such self-insured retentions as respects City, its officers, officials, employees, agents and volunteers; or (ii) Contractor shall provide a financial guarantee, satisfactory to City’s Risk Manager or designee, guaranteeing payment of losses and related investigations, claim administration and defense expenses. At no time shall City be responsible for the payment of any deductibles or self-insured retentions. OTHER INSURANCE PROVISIONS/ENDORSEMENTS (i) All policies of insurance required herein shall be endorsed to provide that the coverage shall not be cancelled, non-renewed, reduced in coverage or in limits except after thirty (30) calendar days written notice has been given to City, except ten (10) days for nonpayment of premium. Contractor is also responsible for providing written notice to the City under the same terms and conditions. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non-renewal, or reduction in coverage or in limits, Contractor shall furnish City with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for City, Contractor shall provide a new certificate, and applicable endorsements, evidencing renewal of such policy not less than fifteen (15) calendar days prior to the expiration date of the expiring policy. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 32 (ii) The Commercial General and Automobile Liability insurance policies shall be written on an occurrence form. (iii) The Commercial General and Automobile Liability insurance policies shall be endorsed to name City, its officers, officials, agents, employees and volunteers as an additional insured. Contractor shall establish additional insured status for the City and for all ongoing and completed operations under the Commercial General Liability policy by use of ISO Forms or an executed manuscript insurance company endorsement providing additional insured status. The Commercial General endorsements must be as broad as that contained in ISO Forms: GC 20 10 11 85 or both CG 20 10 & CG 20 37. (iv) The Commercial General and Automobile Liability insurance shall contain, or be endorsed to contain, that the Contractors’ insurance shall be primary to and require no contribution from the City. The Commercial General insurance policy is required to include primary and noncontributory coverage in favor of the City for both the ongoing and completed operations coverage. These coverages shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees, agents and volunteers. If Contractor maintains higher limits of liability than the minimums shown above, City requires and shall be entitled to coverage for the higher limits of liability maintained by Contractor. (v) Should any of these policies provide that the defense costs are paid within the Limits of Liability, thereby reducing the available limits by defense costs, then the requirement for the Limits of Liability of these polices will be twice the above stated limits. (vi) For any claims related to this Agreement, Contractor’s insurance coverage shall be primary insurance with respect to the City, its officers, officials, agents, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, agents, employees and volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. (vii) The Workers’ Compensation insurance policy shall contain, or be endorsed to contain, a waiver of subrogation as to City, its officers, officials, agents, employees and volunteers. (viii) The Builder’s Risk Insurance shall have the policy endorsed to provide the City of Fresno to be named as a Loss Payee. (ix) The Commercial General and Automobile Liability insurance policies shall contain, or be endorsed to contain, a waiver of subrogation as to City, its officers, officials, agents, employees and volunteers. PROVIDING OF DOCUMENTS - Contractor shall furnish City with all certificate(s) and applicable endorsements effecting coverage required herein All certificates and applicable endorsements are to be received and approved by the City’s Risk Manager or designee prior to City’s execution of the Agreement and before work commences. All non-ISO endorsements amending policy coverage shall be executed by a licensed and authorized agent or broker. Upon request of City, Contractor shall immediately furnish City with a complete copy of any insurance policy required under this Agreement, including all endorsements, with said copy certified by the underwriter to be a true and correct copy of the original policy. This requirement shall survive expiration or termination of this Agreement. All subcontractors working under the direction of Contractor shall also be required to provide all documents noted herein. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 33 CLAIMS-MADE POLICIES - If any coverage required is written on a claims-made coverage form: (i) The retroactive date must be shown and must be before the effective date of the Agreement or the commencement of work by Contractor. (ii) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or termination of the Agreement, whichever first occurs. (iii) If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the effective date of the Agreement, or work commencement date, Contractor must purchase “extended reporting” period coverage for a minimum of five (5) years after completion of the work or termination of the Agreement, whichever first occurs. (iv) A copy of the claims reporting requirements must be submitted to City for review. (v) These requirements shall survive expiration or termination of the Agreement. SUBCONTRACTORS - If Contractor subcontracts any or all of the services to be performed under this Agreement, Contractor shall require, at the discretion of the City Risk Manager or designee, subcontractor(s) to enter into a separate Side Agreement with the City to provide required indemnification and insurance protection. Any required Side Agreement(s) and associated insurance documents for the subcontractor must be reviewed and preapproved by City Risk Manager or designee. If no Side Agreement is required, Contractor will be solely responsible for ensuring that its subcontractors maintain insurance coverage at levels no less than those required by applicable law and is customary in the relevant industry. 8. INDEMNIFICATION: To the furthest extent allowed by law, including California Civil Code section 2782, Contractor shall indemnify, defend and hold harmless City and each of its officers, officials, employees, agents, and volunteers from any and all claims, demands, actions in law or equity, loss, liability, fines, penalties, forfeitures, interest, costs including legal fees, and damages (whether in contract, tort, or strict liability, including but not limited to personal injury, death at any time, property damage, or loss of any type) arising or alleged to have arisen directly or indirectly out of (1) any voluntary or involuntary act or omission, (2) error, omission or negligence, or (3) the performance or non-performance of this Contract . Contractor's obligations as set forth in this section shall apply regardless of whether City or any of its officers, officials, employees, agents, or volunteers are passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused by the active or sole negligence, or the willful misconduct, of City or any of its officers, officials, employees, agents or volunteers. To the fullest extent allowed by law, and in addition to the express duty to indemnify, Contractor, whenever there is any causal connection between the Contractor’s performance or non- performance of the work or services required under this Contract and any claim or loss, injury or damage of any type, Contractor expressly agrees to undertake a duty to defend the City and any of its officers, officials, employees, agents, or volunteers, as a separate duty, independent of and broader that the duty to indemnify. The duty to defend as herein agreed to by Contractor expressly includes all costs of litigation, attorney’s fees, settlement costs and expenses in connection with claims or litigation, whether or not the claims are valid, false or groundless, as long as the claims could be in any manner be causally connected to Contractor as reasonably determined by City. Upon the tender by City to Contractor, Contractor shall be bound and obligated to assume the DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 34 defense of City and any of its officers, officials, employees, agents, or volunteers, including the a duty to settle and otherwise pursue settlement negotiations, and shall pay, liquidate, discharge and satisfy any and all settlements, judgments, awards, or expenses resulting from or arising out of the claims without reimbursement from City or any of its officers, officials, employees, agents, or volunteers. It is further understood and agreed by Contractor that if City tenders a defense of a claim on behalf of City or any of its officers, officials, employees, agents, or volunteers and Contractor fails, refuses or neglects to assume the defense thereof, City and its officers, officials, employees, agents, or volunteers may agree to compromise and settle or defend any such claim or action and Contractor shall be bound and obligated to reimburse City and its officers, officials, employees, agents, or volunteers for the amounts expended by each in defending or settling such claim, or in the amount required to pay any judgment rendered therein. The defense and indemnity obligations set forth above shall be direct obligations and shall be separate from and shall not be limited in any manner by any insurance procured in accordance with the insurance requirements set forth in this Contract. In addition, such obligations remain in force regardless of whether City provided approval for, or did not review or object to, any insurance Contractor may have procured in accordance with the insurance requirements set forth in this Contract. The defense and indemnity obligations shall arise at such time that any claim is made, or loss, injury or damage of any type has been incurred by City, and the entry of judgment, arbitration, or litigation of any claim shall not be a condition precedent to these obligations. The defense and indemnity obligations set forth in this section shall survive termination or expiration of this Contract. If Contractor should subcontract all or any portion of the work to be performed under this Contract, Contractor shall require each subcontractor to Indemnify, hold harmless and defend City and each of its officers, officials, employees, agents and volunteers in accordance with the terms as set forth above. 9. PRECEDENCE OF CONTRACT DOCUMENTS: The order of precedence of documents shall be: (1) Rules and Regulations of Federal Agencies relating to the source of funds for this project; (2) Supplemental Agreements, Change Orders, or Contract the one dated later having precedence over another dated earlier; (3) Special Conditions; (4) General Conditions; (5) Scope of Work. Whenever any conflict appears in any portion of the Contract, it shall be resolved by application of the order precedence. 10. FEDERAL IMMIGRATION REFORM AND CONTROL ACT OF 1986: As a material part of any contract for a City of Fresno project, every Contractor who has employees who will work on a City of Fresno project, is required to comply with all of the provisions of the Federal Immigration Reform and Control Act of 1986 (P.L. 99-603, 100 Stat. 3359). This requirement includes compliance with all of the employee documentation provisions. Furthermore, the Contractor will make any employee documentation required to comply with the Act immediately available to the City upon its request for each individual employee working on a City of Fresno project. 11. WORKMANSHIP GUARANTY: The workmanship of the services to be performed for the City by the Contractor will be in accord with the Specifications, and where not specified, in accord with generally accepted standards. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 35 12. ALTERATION OF TERMS: No alterations or variations of the terms of this Contract shall be valid unless made in writing and signed by both parties. 13. CONTRACT CHANGES: No changes or modifications to the Contract shall be made unless agreed to and signed by both parties. No prior, current or post award verbal agreement or agreements with any officer, agent or employee of the City shall affect or modify any terms or obligations of these Specifications or any Contract resulting from this procurement. 14. AMENDMENTS: The City of Fresno reserves the right to add, modify, or delete items from the Contract including Special Conditions or Scope of Work. Any changes shall be made only by means of a formal amendment signed by both the City and Contractor. 15. ASSIGNMENT: The Contract is personal to the Contractor and there shall be no assignment, transfer, sale, or subcontracting by the Contractor of its rights or obligations under the Contract without the prior written approval of the City. Any attempted assignment, transfer, sale, or subcontracting by the Contractor, its successors, or assigns, shall be null and void unless approved in writing by the City. 16. TERMINATION BY CITY FOR NON-APPROPRIATION: In the event of non-appropriation relating to the Contract, City shall have the right to terminate the Contract at the end of any fiscal year of City, in the manner and subject to the terms specified in this paragraph. City shall endeavor to give written notice of such termination not less than sixty (60) days prior to the end of such fiscal year and shall notify Contractor of any anticipated termination. For purposes of this paragraph, "fiscal year" shall mean the twelve-month fiscal period of City which commences on July 1 in every year and ends on the following June 30. For purposes of this paragraph, "non-appropriation" shall mean the failure of the City or City's governing body to appropriate money for any fiscal year of City sufficient for the continued performance of the Contract by City. 17. INDEPENDENT CONTRACTOR: In the furnishing of the services provided for herein, the Contractor is acting as an independent contractor. Neither the Contractor, nor any of its officers, associates, agents or employees shall be deemed an employee, joint venturer, partner, or agent of the City for any purpose. However, the City shall retain the right to verify that the Contractor is performing its respective obligations in accordance with the terms of the Contract. Because of its status as an independent contractor, Contractor and its officers, agents and employees shall have absolutely no right to employment rights and benefits available to City employees. Contractor shall be solely liable and responsible for all payroll and tax withholding and for providing to, or on behalf of, its employees all employee benefits including, without limitation, health, welfare and retirement benefits. In addition, together with its other obligations under this Agreement, Contractor shall be solely responsible, indemnify, defend and save City harmless from all matters relating to employment and tax withholding for and payment of Contractor’s employees, including, without limitation, (i) compliance with Social Security and unemployment insurance withholding, payment of workers compensation benefits, and all other laws and regulations governing matters of employee withholding, taxes and payment; and (ii) any claim of right or interest in City employment benefits, entitlements, programs and/or funds offered employees of City whether arising by reason of any common law, de facto, leased, or co- employee rights or other theory. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to City or to this Agreement. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 36 18. GOVERNING LAW AND VENUE: The Contract shall be governed by, and construed and enforced in accordance with, the laws of the State of California, excluding, however, any conflict of laws rule which would apply the law of another jurisdiction. Venue for purposes of the filing of any action regarding the enforcement or interpretation of the Contract and any rights and duties thereunder shall be Fresno County, California. 19. COMPLIANCE WITH LAW: In providing the services required under the Contract, Contractor shall at all times comply with all applicable laws of the United States, the State of California and the City of Fresno, and with all applicable regulations promulgated by Federal, State, regional, or local administrative and regulatory agencies, now in force and as they may be enacted, issued, or amended during the term of the Contract. 20. SEVERABILITY: The provisions of the Contract are severable. The invalidity, or unenforceability of any one provision in the Contract shall not affect the other provisions. 21. INTERPRETATION: The Contractor acknowledges that the Contract in its final form is the result of the combined efforts of the parties and that, should any provision of the Contract be found to be ambiguous in any way, such ambiguity shall not be resolved by construing the Contract in favor or against any party, but rather by construing the terms in accordance with their generally accepted meaning. 22. ATTORNEY'S FEES: If either party is required to commence any proceeding or legal action to enforce or interpret any term, covenant or condition of the Contract, the prevailing party in such proceeding or action shall be entitled to recover from the other party its reasonable attorney's fees and legal expenses. 23. EXHIBITS: Each exhibit and attachment referenced in the Contract is, by this reference, incorporated into and made a part of the Contract. 24. MAINTENANCE OF RECORDS: Records of Contractor pertaining to the services hereunder shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives upon request during regular business hours throughout the life of the Contract and for a period of three years after final payment and for the period of time required by law. In addition, all books, documents, papers, and records of Contractor pertaining to the Contract shall be available for the purpose of making audits, examinations, excerpts, and transcriptions for the same period of time. This section shall survive expiration or termination of the Contract. 25. RECYCLING: In the event Contractor maintains an office or operates a facility(ies), or is required herein to maintain or operate same, within the incorporated limits of the City of Fresno, Contractor at its sole cost and expense shall: (a) After award, immediately establish and maintain a viable and ongoing recycling program, approved by the City's Solid Waste Management Division, for each office and facility. Literature describing City recycling programs is available from City's Solid Waste Management Division and by calling City of Fresno Recycling Hotline at (559) 621-1111. (b) Immediately contact the Solid Waste Management Division at (559) 621-1452 and schedule a free waste audit and cooperate with such Division in their conduct of the audit for each office and facility. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 37 (c) Cooperate with and demonstrate to the satisfaction of City's Solid Waste Management Division the establishment of the recycling program in paragraph (a) above and the ongoing maintenance thereof. 26. NOTICES: Any notice required or intended to be given to either party under the terms of this Contract shall be in writing and shall be deemed to be duly given if delivered personally or sent by United States registered or certified mail, with postage prepaid, return receipt requested, addressed to the party to which notice is to be given at the party's address set forth on the signature page of the Proposal in the case of the Contractor and at the address in the Special Conditions for mailing of invoices in the case of City, or at such other address as the parties may from time to time designate by written notice. Notices served by United States mail in the manner above described shall be deemed sufficiently served or given at the time of the mailing thereof. 27. BINDING: Subject to Section 15 of these General Conditions, once this Contract is signed by all parties, it shall be binding upon, and shall inure to the benefit of, all parties, and each parties' respective heirs, successors, assigns, transferees, agents, servants, employees, and representatives. 28. WAIVER: The waiver by either party of a breach by the other of any provision of this Contract shall not constitute a continuing waiver or a waiver of any subsequent breach of either the same or a different provision of this Contract. No provisions of this Contract may be waived unless in writing and signed by all parties to this Contract. Waiver of any one provision herein shall not be deemed to be a waiver of any other provision herein. 29. CUMULATIVE REMEDIES: No remedy or election hereunder shall be deemed exclusive but shall, wherever possible, be cumulative with all other remedies at law or in equity. 30. NO THIRD-PARTY BENEFICIARIES: The rights, interests, duties and obligations defined within this Contract are intended for the specific parties hereto as identified in the preamble of this Contract. Notwithstanding anything stated to the contrary in this Contract, it is not intended that any rights or interests in this Contract benefit or flow to the interest of any third parties. 31. EXTENT OF AGREEMENT: Each party acknowledges that they have read and fully understand the contents of this Contract. This Contract represents the entire and integrated agreement between the parties with respect to the subject matter hereof and supersedes all prior negotiations, representations or agreements, either written or oral. This Contract may be modified only by written instrument duly authorized and executed by both City and Contractor. 32. HEADINGS: The section headings in this Contract are for convenience and reference only and shall not be construed or held in any way to explain, modify or add to the interpretation or meaning of the provisions of this Contract. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 38 IV - SPECIAL CONDITIONS DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 39 IV. SPECIAL CONDITIONS TERM OF CONTRACT: This Contract shall be in effect for Two (2) years from the date of the Notice to Proceed. The Contract may be extended, with the mutual written consent of both parties, for Three (3) One (1) year increments with price increases/decreases in accordance with the provisions set forth herein, all other terms and conditions specified herein remaining the same. If either the City or Contractor elects not to extend the Contract, or upon expiration of the final one-year extension term, the Contractor shall aid the City in continuing, uninterruptedly, the requirements of the Contract, by continuing to perform on a temporary basis, when specifically requested to do so in writing by the Purchasing Manager, for a specified term not to exceed twelve months. Such continuance shall be subject to price increases/decreases in accordance with the provisions set forth herein, and all other terms and conditions remaining the same as if the contract had been extended for such a temporary period by an amendment hereto. CONTRACT PRICE ADJUSTMENTS For the first 12-month period of the Contract, pricing will be fixed at the Proposal price. Sixty days prior to the 1-year anniversary date of the Contract, the Contractor may submit proposed pricing revisions for the following 12-month period to the Purchasing Manager of the City of Fresno. The Contractor must provide adequate documentation to substantiate any request for price increase. In the event that the index drops, the Contractor shall pass on to the City an equivalent reduction in pricing. The basis of the index shall be established as the last available month at the date of the Notice to Proceed. COMPENSATION ESCALATION DUE TO CHANGE IN MINIMUM WAGE In the event the Contractor is required by a collective bargaining labor agreement or by the Federal Government increases the minimum wage then the contract rates as defined in this proposal shall be subject to negotiation between the Contractor and the City of Fresno. In the event that negotiated changes in contract rates cannot be agreed upon by the City of Fresno and the Contractor, then the Contract may be terminated by either party in accordance with the General Conditions of This Contract. If the Contractor and the City of Fresno agree to a negotiated change in contract rates as defined in this proposal, the Contractor shall increase the minimum hourly wages and salaries paid to its employees performing services under this Contract in accordance with new negotiated wages and salaries. *Note: The Minimum wage rate in California is currently $15.50 for all employers, regardless of size, effective January 1, 2023. Proposers should consider wage rates, when completing their proposal. (IF APPLICABLE) PAYMENT: The Proposer shall invoice the City of Fresno in order to initiate the payment process. Invoices shall conspicuously display the City's contract number and shall be submitted to the City department who requests the rental. Contractor hereby agrees not to assign the payment of any monies due Contractor from City under the terms of this Contract to any other individual(s), corporation(s) or entity(ies). City retains the right to pay any and all monies due Contractor directly to Contractor. LABOR ONLY REQUIREMENTS CONTRACT DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 40 The intent of this specification is to acquire proposals from record storage and document shredding service providers in order to provide a means in which the City can securely archive and destroy confidential documents. The City has discretion with regard to when and what circumstance this contract will be used for work to be performed. This contract is not intended to be used for all work that arises within the City for the work specified. This contract is not an exclusive agreement between the vendor and the City. The City may provide an estimated quantity of document storage and shredding services that may be purchased during a fiscal year. This estimate is not an obligation or a guarantee for service from the Proposer. The City may in lieu of using the Requirements Contract and through the Purchasing Divisions purchase order policies contract work of this service to others. Possibilities are: emergency purchase orders, issuance of purchase order(s) pursuant to department discretion limits, competitive bidding, etc. The contractor shall furnish document storage and shredding services. If the City needs an immediate response and the proposer cannot respond within an acceptable time period, then another vendor may be called to perform the work. The contractor shall furnish 65 and 95 Gallon containers upon request.. The project completion will be set by mutual agreement. Working hours will typically be from 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding City recognized holidays. Some working hours may vary by department. The Proposer may be requested to work nights, weekends, or holidays, etc. to best accomplish the work so as to not interrupt City operations. The awarded proposer(s) will provide a Certificate of Insurance meeting the City’s requirements and shall remain valid on file with the City during the term of this agreement. Whenever possible the proposer shall re-use the same personnel for ongoing projects. This is to avoid continual familiarization of project requirements to new workers thus increasing project efficiency. Prevailing wages may apply to this project. DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 41 V - SCOPE OF WORK DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 42 V. SCOPE OF WORK GENERAL It is the purpose and intent of these Specifications to describe the minimum requirements for departments within the City of Fresno. All items not specifically mentioned which are required to complete the service shall be included in the unit bid price. Services performed, and materials used, shall conform in quality of material and workmanship to current industry standards. SHREDDING SERVICES REQUIREMENTS: 1. Contractor provides all labor, materials, containers, equipment, and supervision necessary to collect and shred the materials. Containers shall be furnished, installed, maintained, and replaced at the City’s various locations. In addition, the Contractor will remove containers in a timely manner when requested on a needed basis by the City and when the Contract is terminated. The containers will be uniform in color, be equipped with an attached lid, locking device, clearly identified with Contractor name and contact information, and marked to indicate the container is only for “Confidential Documents for Destruction”. The containers will remain the property of the contractor. 2. The primary material being destroyed consists of paper documents, however, occasionally staff ID cards, credit cards, and media (e.g., hard drives, CD’s, DVD’s, USB drives, Zip disks, microfiche/microfilm, cell phones, etc.) may be included to be destroyed. The contractor’s shredder equipment must be able to handle mixed paper and materials with office binding suppliers (e.g., ACCO fasteners, staples, paper clips, plastic, etc.) which may be deposited in the containers. 3. All materials provided in containers for destruction shall be considered “Confidential” and shall not be examined or be used in any way other than for destruction. Due to the confidential nature of the services the City requires Contractor and Contractor personnel to maintain the appropriate protection to prevent any disclosure of the City’s records unless required by law. The contractor after destroying documents and information media will provide the City with a certification of destruction. 4. Contractors will coordinate scheduled and as an on-needed basis for off-site and on-site destruction services with City departments. Contractor will be flexible, without penalizing the City, when scheduling pick-up as City department needs may change. For audit purposes, Contractor will ensure City departments sign a detailed receipt verifying services received. 5. City personnel may accompany Contractor during any collection, hauling or shredding process. Some departments may require special accommodations due to the nature of the material being destroyed or access to facilities with heightened security. a. Police requires that there is an authorized Police Department employee on-site while the services are performed (Must be CLETS certified). Below are the Department of Justice requirements for contractor employees who will be shredding the City of Fresno’s Police documents: i. PD Livescan fingerprints and background ii. Signed Employee Volunteer Statement DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 43 iii. Private Contractor Management Control Agreement iv. CJIS Security Addendum v. Security Awareness Training via CJIS On-line b. Transportation requires on-site shredding. Other departments may request the same. c. Solid Waste has shredding events four times per year that are open to the public. The contractor will need to provide mobile shredding trucks to these events and shred on-site. d. Departments may request to be provided with a key to the container in case they need to retrieve items deposited in containers. 6. Contractor will provide upon request destruction reports, including department, contact person, location of containers, quantity and size of containers, date of service, and costs. Reports referencing this contract will be delivered to the City of Fresno Purchasing Manager not later than seven (7) days following a request. Please provide a sample of reporting in RFP response. 7. Contractor personnel will be properly trained, wear identifiable uniform, insured, have the ability to fulfill all Contract terms and conditions in good faith, and comply with State, Federal, and local laws, policies and regulations. Contractor would have conducted a criminal background check at its own expense on each of its employees prior to providing services. There will also be one designated contact person to work directly with the City of Fresno. 8. Contractor shall possess all permits, licenses, and professional credentials necessary to perform the required services and must retain such for the term of this Contract. Contractor will submit copies of certifications with their proposal. STORAGE SERVICES: 1. The Contractor will provide boxes for storage and provide adequate storage capacity at one facility in Fresno, CA to meet both the City’s current and future needs. 2. Contractor will make accessible to the City and authorized personnel an accurate (including status update within 24 hours of activity), secure, online inventory tracking system. At a minimum, the tracking system must make available the following information: name of person requesting the original box pick-up, box identification number, box size, location, department, content description, status (checked in/checked out, destroyed) and box history (dates and employee name checking in/checking out/destruction). For audit purposes, Contractor will ensure City departments sign a detailed receipt verifying services received. 3. At the commencement of the contract, City departments may have files that they need Contractor to transfer from the current storage location to Contractor’s facilities. The cost of picking up and storing these existing files will be at the contracted rate. 4. The Contractor is responsible for all contents stored in its facilities. Contractor’s facilities must provide industry standard protection to prevent records from theft, fire, water, damage, or other possible loss. 5. Contractor will coordinate with City departments on pick-up and delivery times and locations. The majority of delivery requests will be on a needed basis. If delivery orders DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 44 are placed before 3:00 p.m., the requested files will be delivered by the next business day. If there is a rush delivery request before 1:00 p.m. Contractor will drop off boxes to City department by end of same business day. Any orders for pickup will be picked up by Contractor within 3 business days. 6. Contractor will provide upon request inventory (detailed information of boxes stored), activity (history/status of box), and financial (billing activity) reports by department. Reports referencing this contract will be delivered to the City of Fresno Purchasing Manager not later than seven (7) days following a request. Please provide a sample of reporting in RFP response. 7. Contractor personnel will be properly trained, wear identifiable uniform, insured, have the ability to fulfill all Contract terms and conditions in good faith, and comply with State, Federal, and local laws, policies and regulations. Contractor would have conducted a criminal background check at its own expense on each of its employees prior to providing services. There will also be one designated contact person to work directly with the City of Fresno. 8. Contractor shall possess all permits, licenses, and professional credentials necessary to perform the required services and must retain such for the term of this Contract. Contractor will submit copies of certifications with their proposal. Departments & Locations Planning & Development- Police Department- Shredding only- 2326 Fresno St. 93721 ( must be CLETS certified in order to be in compliance with the California Department of Justice due to the confidential records we shred) FAX/Department of Transportation- 2223 G Street, 93706 Finance/Accounting- 2600 Fresno St. Room 2156 Solid Waste- 1241 Van Ness Ave 93721 City Clerk’s office- 2600 Fresno St. Room 2133 CAO- 2600 Fresno St. Room 2031 Parking Division- 2600 Fresno St. Room 4019 UB&C- 2600 Fresno St. Rm 1098 Fire Department- 911 H St. 93721 Fleet- 2101 G Street Airports- 4995 E. Clinton Way Code Enforcement- 2600 Fresno St. Room 3076 Purchasing- 2101 G Street Bldg A ISD- 2600 Fresno St. Room 1070, 1059 & 3065 DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25 RFP 09-2023 PROPOSAL SECTION PAGE 45 DPU Liquid Waste- 5607 W. Jensen Ave 93706 Traffic Operations & Planning- 2600 Fresno St. Room 4064 Risk Management- 2600 Fresno St. Room 1070 Parcs- 1515 E. Divisadero St. 93721 City Manager’s Office- 2600 Fresno St. Room 2064 HR Records/Personnel- 2600 Fresno St. Room 1030 Utilities Billing- 2600 Fresno St. Room 1098 DocuSign Envelope ID: 053E490F-CD0F-4840-BFF6-AED5612DBE25