CITY OF ALHAMBRA. March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA

Similar documents
2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

GROUNDS MAINTENANCE AGREEMENT

CITY OF ALHAMBRA REQUEST FOR PROPOSALS FOR COMPUTER NETWORK WIRING AND CABLING SERVICES RFP2M16-8

Subject: REQUEST FOR PROPOSAL (RFP 2M18-7) Professional Design and Engineering Services for the 2018 Alley

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

PLEASANTVILLE HOUSING AUTHORITY

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

CONTRACT FOR SERVICES RECITALS

CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS FOR 2018 STORY PARK ALHAMBRA PARK IMPROVEMENTS PROJECT IN THE CITY OF ALHAMBRA

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

REQUIRED BID FORMS SECTION

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

W I T N E S S E T H:

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

City of La Palma Agenda Item No. 5

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017.

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

PURCHASE ORDER ACKNOWLEDGEMENT

REQUIRED BID FORMS SECTION

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

GUTTENBERG HOUSING AUTHORITY

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

RFP GENERAL TERMS AND CONDITIONS

INFORMATION FOR BID. Tee Shirts (School Nutrition)

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

Staff Report. City Council Sitting as the Local Reuse Authority

REQUEST FOR SEALED PROPOSALS

Services Agreement for Public Safety Helicopter Support 1

Staff Report. Scott Conn, Network & Operations Manager (925)

CONSULTING AGREEMENT

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

BENTON COUNTY PERSONAL SERVICES CONTRACT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

MASTER SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

CONSTRUCTION CONTRACT EXAMPLE

Housing Authority of the Borough of Keansburg

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES

*Audio Video Design-Build Group Cypress, CA

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

AGREEMENT FOR SERVICES

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

SOMERSET COUNTY INSURANCE COMMISSION

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

Subject: REQUEST FOR PROPOSAL (RFP 2M18-14) Professional Design and Engineering Services for the Valley Boulevard Pedestrian Improvements Project

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

TOWNSHIP OF PEQUANNOCK. REQUEST FOR PROPOSALS for PROFESSIONAL SERVICES 2018 FEMA FMA HOME ELEVATION GRANT APPLICATION

CLAIMS ADMINISTRATION SERVICES AGREEMENT

Sample Request For Proposals

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

PERSONAL SERVICES CONTRACT

MILWAUKEE BOARD OF SCHOOL DIRECTORS PROFESSIONAL SERVICES CONTRACT

SERVICE AGREEMENT CONTRACT NO.

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

REQUEST FOR PROPOSALS

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Transcription:

CITY OF ALHAMBRA March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA City of Alhambra 111 South First Street Alhambra, California 91801 July 1, 2016 - June 30, 2021

REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA GENERAL INFORMATION: The city of Alhambra is requesting proposals for shopping cart retrieval services for a five year period, in accordance with the provisions, specifications and proposal instructions. A selection committee will review all proposals. Those contractors whose proposals best meet the objectives of the City will be invited to make a presentation. In order to be considered for selection, a project proposal must incorporate all of the information required in this document. The failure to incorporate all of the requested information may result in disqualification of the proposal. Send proposals to: City of Alhambra Administrative Services Department 111 South First Street Alhambra, CA 91801 Attn: Chris Paulson, Administrative Services Director Proposals due: April 28, 2016 before 5pm Contact person: Chris Paulson, Admin. Services Dir (626) 570-5090 Award of contract, if any, will be made in the best interest of the City and shall be based upon various factors, including but not limited to the following: Price, bidder s qualifications, experience, reputation, and proximity of operation in relation the City s location. The City of Alhambra reserves the rights to accept or reject any or all Proposals, to be the sole judge of the merits and qualifications of the services and/or items offered and the ability of bidder to responsibly perform. The City reserves the right to waive any irregularities or informalities in any Proposal or in the bidding procedure and may accept other than the lowest bid offered. Proposal may not be withdrawn for a period of sixty (60) days after the time Proposals are due. The successful bidder shall meet all insurance requirements of the City including but not limited to the provisions of personal and property liability including automobile coverage and Workers Compensation in the limits acceptable to the City. All required insurance shall name the City of Alhambra as Additional Insured. 2

TIMETABLE OF ACTIVITIES April 28, 2016 June 13, 2016 June 21, 2016 July 1, 2016 Bids due no later than 5:00 P.M. Contract awarded by City Council Pre-job meeting with successful Bidder Start day for services The City of Alhambra reserves the right to adjust this schedule as necessary. All responses must be on the forms provided by the City in this Proposal Package unless otherwise stipulated. The entire proposal package must be returned with all requested information completed. Except for additional information specifically requested within this document or by written addenda, no additional material will be accepted. All responses must be completed as required, signed by an official of the firm who is authorized to enter into a binding agreement with the City on behalf of the company, and must be received in the place and by the time designated in this document. One signed original and three (2) copies shall be supplied to the City. GENERAL REQUIREMENTS Purpose The purpose of the Request for Proposals (RFP) is to solicit proposals from qualified firms interested in contracting with the City of Alhambra (hereinafter referred to as City ) to provide shopping cart retrieval services in the City of Alhambra, 7 days a week, every day of the year. Award of this contract will be made by the City Council. City Option to reject all proposals The City may, at its sole discretion, reject any and all proposals submitted in response to this RFP. The City will not be liable for any costs incurred in connection with the preparation and submittal of any proposal. The City reserves the right to waive any irregularities in a submitted proposal. Contract Sum All proposals will include specific proposals for any annual contract fee, based upon the description of services to be preformed in the Term & Conditions and Schedule Sections of this RFP. The contract will be for five years from July 1, 2016 to June 30, 2021. Contract Payment Payment to contractor will be made in arrears on a monthly basis for services performed, provided that the contractor is not in default under any provisions of this agreement. Term of Contract The term of contract will commence on July 1, 2016, and will remain and continue in effect until June 30, 2021, unless terminated earlier pursuant to the contract. 3

Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Contractors shall ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex or religion will also be required. The City of Alhambra hereby ensures that minority business enterprises will be afforded full opportunity to submit proposals in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. Discrepancies and Misunderstandings Contractors must satisfy themselves by personal examination of the work site, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the work must be performed. No contractor will at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or discrepancies called to the attention of the City of Alhambra will be clarified by the City in writing to all proposer s prior to the submission of proposals. Legal Responsibilities All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to proposals for contracts of this nature whether the same or expressly referred to herein or not. Any proposers submitting a proposal will by such action thereby agree to each and all of the terms, conditions, provision, and requirements set forth, contemplated, and referred to in the Specifications, and other contract documents, and to full compliance therewith. Examination of Site and Contract Documents Each proposer will visit the site of the proposed work and fully acquaint himself/herself with the conditions relating to the City and labor so that he/she may fully understand the requirements, difficulties, and restrictions attending the execution of the work under the contract. Proposer will thoroughly examine and be familiar with the specifications. The submission of a proposal will be taken as prima facie evidence of compliance with this section. Interpretation of Documents A person in doubt as to the meaning of any part of the contract documents, or finds discrepancies, in, or omissions from the specifications, may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by addendum duly issued and a copy of such addenda will be mailed or delivered to each person receiving a set of the contract documents. No oral interpretation of any provision in the contract will be made to any proposer. Proposer Interested in More than One Proposal No person, firm, or corporation will be allowed to make or file, or be interested in more than one proposal for the same work unless alternate bids are specifically called for. This restriction does not apply to formal proposals as a prime contractor. No proposal will be accepted from a contractor who has 4

not been licensed in accordance with the provisions of the State Business and Professional Code. Listing Contractors Each proposer will submit a list of the proposed subcontractors of this project as required by the Subletting and Subcontracting Fair Practice Act (Govt. Code Sec 4100 et seq.) Forms for this purpose are furnished with the contract documents. 5

PROPOSAL CONTENT: INSTRUCTIONS TO FIRMS SUBMITTING PROPOSALS Proposal Document The proposal document included in this set of specifications shall be completed and submitted with the following information: Cover Letter A one-page cover letter will be provided which includes the firm name, address and telephone number of the person or persons to be used for contact and who will be authorized to make presentations for the firm. The cover letter must bear the signature of the person authorized to sign on behalf of the bidder and to bind the applicant in the contract. Table of Contents A comprehensive table of contents of the material should be included in the proposal. Work statement and Quality Control Plan The proposal will provide a statement of the proposer s understanding of the work to be done a description of the methods and techniques to be used by the proposer to achieve the objective of the contract, and a positive statement of commitment to perform. Contractor Costs This section of the proposal will outline all costs for services specified in the technical provisions of this document for the duration of the contract. Staff Qualifications This section should show that the organization is adequately staffed and trained to perform the required service or should demonstrate the capability for recruiting such staff. Corporate Capability This section must provide a summary of relevant background information to ensure that the prospective contractor has the capacity to perform the required services. The firm submitting the proposal must have sufficient experience as a corporation or other entity. References This section should provide a list of all current large accounts by name, address, telephone number, and length of service. Acceptance of Conditions This section will be a statement offering the proposer s acceptance of all conditions listed the Request for Proposals document. Any exception on the contractor s behalf must be stated in the proposal including any provisions in Contract. Additional Data This section may contain material not specifically requested for the evaluation, but which the proposer wishes to submit. This may include sales brochures, pictures, a general narrative, and a statement of additional services the contractor may wish to provide. 6

PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES In accordance with the City of Alhambra s Request for Proposals, the undersigned proposer hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for contract documents therefore, and to perform all work in the manner and time prescribed therein. Proposer declares this proposal is based upon careful examination of the work site, specifications, instructions to firms submitting proposals, and all other contract documents. If this proposal is accepted for award, proposer agrees to enter into a contract with the City of Alhambra at the unit and/or lump sum prices set forth in the following Proposal Schedule. PROPOSER S NAME: BUSINESS ADDRESS: TELEPHONE: CONTACT PERSON: EMAIL: 7

PROPOSAL FORM To the Alhambra City Council, herein called the Council ; Pursuant to and in compliance with your Request for Proposals and the other documents relating thereto, the undersigned proposer, having familiarized himself/herself with the work as per the paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO FIRMS SUBMITTING PROPOSALS section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work is done, and specifications and other contract documents, hereby proposed and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the contract and complete in a workmanlike manner all of the work required in connection with the shopping cart retrieval services in the City of Alhambra, all in strict conformity with the specifications and other Contract Documents on file at the office of the City Clerk of the City, for the following lump sum bid: RESPONSIBILITIES OF PROPOSER Proposals should include work plans that may include the following: Retrieval and Return of shopping carts to the correct store for (8) hours a day, (7) days a week, every day of the year. Use of ramps for loading and unloading of carts to prevent damage Maintain and submit to the CITY accurate and correct logs on a monthly basis Ability to respond within 24 hours of a cart location called into the company Maintenance of an 800 phone number for CITY and residents to call in cart locations Make available a website and/or mobile app to report cart locations Drivers with valid California Drivers License and all necessary insurance. 8

BID SHOPPING CART RETRIEVAL SERVICES CITY OF ALHAMBRA The furnishing of all labor, supplies and materials, methods, processes, tools, implements, machinery, transportation, insurance, bonds and superintendence for or incident to provide for shopping cart retrieval services for the City of Alhambra as described in the specifications and contract document for five years. Monthly Total Time Period Price Amount July 1, 2016 thru June 30, 2017 $ $ July 1, 2017 thru June 30, 2018 $ $ July 1, 2018 thru June 30, 2019 $ $ July 1, 2019 thru June 30, 2020 $ $ July 1, 2020 thru June 30, 2021 $ $ Total Amount of Bid $ Total Amount of Bid in words 9

DESIGNATION OF SUBCONTRACTORS Proposer proposes to subcontract certain portions of the work which are in excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and vendors as follows: NAME, ADDRESS AND PHONE NUMBER OF SUBCONTRACTORS, SUPPLIES AND VENDORS PORTION OF WORK MATERIALS, OR EQUIPMENT 10

REFERENCES The following are the names, addresses, and telephone number for three organizations for which proposer has performed similar maintenance work for within the past two years. 1. Name and address of owner Name and telephone number of person familiar with project Contract amount Type of work Date completed 2. Name and address of owner Name and telephone number of person familiar with project Contract amount Type of work Date completed 3. Name and address of owner Name and telephone number of person familiar with project Contract amount Type of work Date completed The following are the names, addresses, and telephone numbers for all brokers and sureties from whom bidder intends to procure insurance bonds: 13

EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Proposer certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any agency, Site, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. Proposer certifies that it has sought out and considers local and minority business enterprises for those portions of the work to be subcontracted, and has fully documented such actions, that said documentation is open to inspection, and that said action will remain in effect for the life of any contract awarded hereunder. Furthermore, proposer certifies that all steps will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT Proposer declares that the only persons or parties interested in this proposal as principals are those named herein: that no officer, agent, or employee of the City of Alhambra is personally interested, directly or indirectly, in this proposal; that his proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. 14

PROPOSER INFORMATION Proposer certifies that the following information it true and correct: Proposer s Name: Form of Legal Entity (i.e., individual, partnership, corporation, etc.) If a Corporation, State of Incorporation (i.e., Calif.) Business Address: Telephone: State Contractor s License No. and Class: Original Date Issued: Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: The date of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal are as follows: All current and prior D.B.A. s, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, PROPOSER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this day of, 20. 15

Proposer: Subscribed and sworn to this day of, 20. Notary Public: 16

MAINTENANCE SERVICES CONTRACT Contract No. THIS AGREEMENT is made and entered into effective as of the day of, 2016, by and between the CITY OF ALHAMBRA, a charter law city, located in the County of Los Angeles, State of California, hereinafter referred to as CITY and, a [California corporation, LLC, sole proprietor] with principal offices at, hereinafter referred to as CONTRACTOR. W I T N E S S E T H : For and in consideration of the promises and of the mutual covenants and agreements herein contained, said parties hereby agree as follows: 1. RECITALS. This AGREEMENT is made and entered into with respect to the following facts: (a) (b) (c) That CITY issued a Request for Proposals to obtain Shopping Cart Retrieval maintenance services for the CITY; and That CITY received proposals, and after evaluating these proposals based upon qualifications, staff determined that CONTRACTOR was the most qualified to provide those certain Shopping Cart Retrieval maintenance services to the CITY; and That based upon Staff s recommendation, the Alhambra City Council has determined that CONTRACTOR is qualified to provide those certain Shopping Cart Retrieval maintenance services, and therefore the Alhambra City Council has elected to engage the services of CONTRACTOR upon the terms and conditions hereinafter set forth. 2. SERVICES. CONTRACTOR shall perform those services described in CONTRACTOR s Proposal dated, (hereinafter referred to as Proposal attached as Exhibits A and hereby incorporated by reference. Performance of the work specified herein is made an obligation of CONTRACTOR under this AGREEMENT, subject to any changes made subsequently upon the mutual written agreement of the parties. 3 SCOPE. The services to be performed by CONTRACTOR under this AGREEMENT shall include, but not be limited to, those services specified in Paragraph 2 hereof. 4. FEE. Compensation to CONTRACTOR for the total services to be rendered pursuant to this AGREEMENT shall be in an amount not to exceed ($ ). Said compensation shall be paid in monthly installments as services are rendered, and shall be totally due and payable upon the completion thereof. 17

5. EXTRA SERVICES. No extra services shall be rendered by CONTRACTOR under this AGREEMENT unless such extra services first shall have been authorized in writing by the CITY. Any such services so authorized shall be paid by the CITY at the rates set forth in Paragraph 4 of this AGREEMENT. 6. PAYMENT BY CITY. The billings for all services rendered pursuant to this AGREEMENT shall be submitted monthly, based upon the services rendered at the time of submission, to CITY by CONTRACTOR, and shall be paid by CITY within thirty (30) days after receipt of same. 7. CITY SUPERVISION. The Director of Administrative Services or his/her designee, shall have the right of general supervision of all work performed by CONTRACTOR and shall be the CITY s agent with respect to obtaining CONTRACTOR s compliance hereunder. No payment for any services rendered under this AGREEMENT shall be made without the prior written approval of the CITY 8. TIME. The term of this AGREEMENT shall be for a period of five years, from after the said date on which the CITY issues CONTRACTOR a Notice to Commence Work. CONTRACTOR shall complete all those services set forth in its PROPOSAL by that certain date set forth in said Notice to Commence Work or until such time as the services have been completed by the CONTRACTOR and accepted by the CITY, whichever occurs first. The CITY may extend said time of completion for delays caused by circumstances beyond the control of either party to this AGREEMENT. Should the contract extend beyond the estimated time for completion of said services, CITY hereby reserves the right to continue CONTRACTOR s services hereunder with any and all fees for such additional services to be compensated by the CITY in accordance with Paragraph 4 of this AGREEMENT. 9. TERMINATION OF AGREEMENT. The CITY shall have the right to terminate this AGREEMENT upon giving a ten (10) day advance written notice of such termination to CONTRACTOR. In the event of such termination, the City Manager, or his designee, based upon work accomplished by CONTRACTOR prior to notice of such termination, shall determine the amount of fees to be paid to CONTRACTOR for such services based upon accepted practices of the CONTRACTOR S field of work, and such finding by the City Manager, or his designee, and approved by the Alhambra City Council shall be final and conclusive as to the amount of such fee. 10. INDEPENDENT CONTRACTOR. CONTRACTOR shall act as an independent contractor in the performance of the services provided for in this AGREEMENT and shall furnish such services in CONTRACTOR s own manner and method and in no respect shall CONTRACTOR be considered an agent or employee of the CITY. 11. NONASSIGNMENT. This AGREEMENT is not assignable either in whole or in part by CONTRACTOR without the written consent of CITY. 12. INDEMNIFICATION. CONTRACTOR hereby agrees to and shall hold CITY, its elective and appointive boards, officers, agents and employees, harmless from any liability for damage or claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR s negligent acts, errors or omissions under this AGREEMENT. CONTRACTOR agrees to, and shall defend CITY and its elective and appointive boards, officers, agents and employees from any suits or actions at law or in 18

equity for damages caused, or alleged to have been caused, by reason of any of the aforesaid negligent acts, errors or omission; provided (a) (b) That CITY does not, and shall not, waive any rights against CONTRACTOR which it may have by reason of the aforesaid hold-harmless AGREEMENT because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this AGREEMENT. That the aforesaid hold-harmless AGREEMENT by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of CONTRACTOR, or any subcontractor of CONTRACTOR, regardless of whether or not such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. 13. NON-DISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, martial status, sex, age, or sexual orientation in the performance of this AGREEMENT and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 14. PREVALING WAGES. CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as 1771, 1773, 1773.1, 1773.6, 1773.7, 1775 and 1776, pertaining to the obligation to pay prevailing wages with respect to the performance of work as described in Paragraph 2 herein. Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the CITY. A copy of the prevailing rate of per diem wages shall be posted at the job site. 15. UNAUTHORIZED ALIENS. CONTRACTOR hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended; and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should CONTRACTOR so employ such unauthorized aliens for the performance of work and/or services covered by this AGREEMENT, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all such sanctions imposed, together with any and all costs, including attorney s fees, incurred by the CITY in connection therewith. 16 WAIVER. Waiver by any party hereto of any term, condition, or covenant of this AGREEMENT shall not constitute the waiver of any other term, condition or covenant hereof. 17. ATTORNEY S FEES. If litigation is reasonably required to enforce or interpret the provisions of this AGREEMENT, the prevailing party in such litigation shall be entitled to an award of reasonable attorney s fees, in addition to any other relief to which it may be entitled. 19

18. BINDING EFFECT. This AGREEMENT shall be binding upon the heirs, executors, administrators, successors and assigns of the parties hereto. 19. PROVISIONS, CUMULATIVE. The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights or remedies available to CITY. 20. NO PRESUMPTION RE: DRAFTER. The parties acknowledge and agree that the terms and provisions of this AGREEMENT have been negotiated and discussed between the parties and their attorneys, and this AGREEMENT reflects their mutual AGREEMENT regarding the same. Because of the nature of such negotiations and discussions it would be inappropriate to deem any party to be the drafter of this AGREEMENT; and, therefore, no presumption for or against validity or as to any interpretation hereof, based upon the identity of the drafter, shall be applicable in interpreting or enforcing this AGREEMENT. 21. ASSISTANCE OF COUNSEL. Each party to this AGREEMENT warrants to each other party as follows: (a) (b) That each party either had the assistance of counsel or had counsel available to it, in the negotiation for, and execution of, this AGREEMENT, and all related documents; and, That each party has lawfully authorized the execution of this AGREEMENT. 22. MODIFICATION. This AGREEMENT shall not be modified except by written agreement of the parties. 23. GOVERNING LAW. This AGREEMENT shall be interpreted and construed according to the laws of the State of California. 24. NOTICE. Whenever it shall be necessary for either party to serve notice on the other regarding this AGREEMENT, such notice may be furnished in writing by either party to the other and shall be served by personal service as required in judicial proceedings or by certified mail, postage prepaid, return receipt requested, addressed to the parties as follows: CITY: CONTRACTOR: Chris Paulson, Director of Administrative Services City of Alhambra 111 South First Street Alhambra, CA 91801 Tel: 626.570.5090 FAX: 626.576.8568 Tel: FAX: 25. FORCE MAJEURE. Neither party shall be responsible for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include, but not be limited to, acts of God, fire, flood, earthquake, or other natural disaster, 20

nuclear accident, strike, lockout, riot, freight embargo, public regulated utility, or government statutes or regulations superimposed after the fact. 26. INSURANCE. CONTRACTOR shall not commence work under this contract until CONTRACTOR shall have obtained all insurance required by this AGREEMENT and such insurance shall have been approved by CITY as to form, amount and carrier, nor shall CONTRACTOR allow any subcontractor of CONTRACTOR to commence work on any subcontract until all similar insurance required of the subcontractor of CONTRACTOR shall have been so obtained and approved. (a) (b) COMPENSATION INSURANCE. CONTRACTOR shall take out and maintain, during the life of this contract, Worker s Compensation Insurance for all of CONTRACTOR s employees employed to perform the SERVICES as described section 2 of the AGREEMENT; and, if any work is sublet, CONTRACTOR shall require the subcontractor of CONTRACTOR similarly to provide Worker s Compensation Insurance for all of the latter s employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in work under this AGREEMENT is not protected under any Workers Compensation law, CONTRACTOR shall provide and shall cause each subcontractor of CONTRACTOR to provide adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting to it from failure of either CONTRACTOR or any subcontractor of CONTRACTOR to take out or maintain such insurance. COMPREHENSIVE GENERAL LIABILITY, PROFESSIONAL LIABILITY, COMPREHENSIVE AUTOMOBILE LIABILITY AND CONTRACTUAL GENERAL LIABILITY INSURANCE. CONTRACTOR shall take out and maintain during the life of this contract such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance and shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor of CONTRACTOR performing work covered by this contract, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR s or any subcontractor of CONTRACTOR s operations under this contract, whether such operations be by CONTRACTOR or by any subcontractor of CONTRACTOR, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor of CONTRACTOR, and the amounts of such insurance shall be as follows: (1) Commercial General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (2) Professional Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); 21

(3) Comprehensive Automobile Liability Insurance in an amount of not less amount of not less than ONE MILLION DOLLARS ($1,000,000). A combined single limit policy with aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the said required minimum limits set forth hereinabove. (c) PROOF OF INSURANCE. The insurance required by this Agreement shall be with insurers which are Best A+ rated, and California-Admitted, or better. The CITY of Alhambra shall be named as additional insured on all policies required hereunder, except for Professional Liability Insurance, and CONTRACTOR shall furnish the CITY Clerk, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days prior notice of the cancellation of any policy during the effective period of the contract. (d) NOTICE TO COMMENCE WORK. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence work under this AGREEMENT until CONTRACTOR has provided to the CITY Clerk the proof of insurance as required by subparagraph (c) of this article. 22

IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the date first above written by their respective officers duly authorized in that behalf. CITY CITY OF ALHAMBRA ATTEST: Lauren Myles, City Clerk by, Mayor CONTRACTOR By: Signature Print Name Title: Vice Pres President/ By: Signature Print Name Title: /Treasurer Secretary APPROVED AS TO FORM by JOSEPH M. MONTES, City Attorney 23

Exhibit A Proposal 24