Loading...
THREE YEAR CONTRACT 10/01/00 TO 09/30/2003 I I CONTRACT ~ This CONTRACT made and entered into this ~$ day of , 2000, by and between the City of Clearwater, Florida, a municipal corporation, reinafter designated as the "City", and Central Parking System of Florida, Inc. hereinafter designated as the "Contractor" . WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sum of $ 1,161,633.00 for the term of the contract to be paid as provided herein by the City to the Contractor, shall and will at its own cost and expense perform all labor, furnish all materials, tools and equipment for the following: A three (3) year contract beginning October 1,2000, and ending September 30, 2003, to provide parking attendant services under the specifications described in exhibit A (RFP #52-00). In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said services to be performed by the contractor and its successors and assigns shall be fully completed to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, prOVISIOns or stipulations as contained herein within the time specified for completion of the services to be performed by the Contractor, then the City, may at its option, cancel the contract and proceed to complete such services as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FUTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGEMENTS OR DECREES RESUL TING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. .~ oC -2p:r:i /" /T ,~.,;'..- ,.../ I I In addition to the foregoing, the Contractor agrees to conform to the following requirements: In connection with the performance of services under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex religion, color, or national origin. The aforesaid provision shall include, but not limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provlSlons in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the services to be performed by the Contractor are not completed in the time and manner stipulated herein, the City may cancel this contract and may deduct from such sums or compensation as may be due to the Contractor. This amount will be calculated based on the number of parking spaces in the lot(s), times the hourly rate, or daily rate if applicable, times the number of hours the lot(s) are not staffed, and a reduction, based on the per hour charge per the response to RFP #52-00 #6.0.A.2 dated June 26, 2000. This amount must be reflected in the monthly invoice, which sum shall only and solely represent damage which the City has sustained by reason of the failure of the Contractor to provide the contract services. It is further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to perform all services as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of the contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. The all-inclusive hourly rates listed below will be used to calculate any additional expenses associated with annual cost adjustments and/or increased hours of operation, requested by the City, due to special events and/or seasonal fluctuation needs. There may be a need to extend or reduce the hours of operation. If an extension in hours is required, the City will be charged this additional amount and likewise, if there is a reduction in hours, the monthly invoice will reflect this decrease in cost. 10/1/00 - 9/30/01 $9.65/hour 10/1/01 - 9/30/02 $10.01/hour 10/1/02 - 9/30/03 $10.38/hour ftJ fA , I In the event the parking lot( s) are closed due to the threat of an impending storm, storms, hurricanes, tornadoes, or any type of natural disaster, there will be a per day cost reduction in the monthly invoice based on the following: Year 1 $373,062.00 + 365 days = $1,022.00/day Year 2 $387,025.00 + 365 days = $1,060.00/day Year 3 $401,546.00 + 365 days = $1,100.00/day These amounts may be adjusted to reflect any increase in annual cost adjustment per exhibit A, Section 6.0.A.2. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first written. Approved as to form: ~C~ , e c. Hayman Assistant City Attorney A~ /:/I~~ C!!h-- Linda Elam Legal Counsel CIT~DA By: 71t': William B. Horne, II Interim City Manager Attes~t: :: . 2:.: ~ Cyn 'a E. GOiKieau City erk a, Inc. I I .. . SPECIFICATIONS PARKING FACIUTlES MANAGEMENT CONTRACT 1.0 PURPOSE AND INTRODUCTION It is the intent of the City of Clearwater to enter into a three (3) year contract (beginning 10/01/00) with a finn to provide the necessary management and supervision of parking attendants / cashiers at the City owned beach cashier- operated parking facilities. The City reserves the right to terminate said contract in the event the firm fails to maintain the required standards. Termination of the contract can be accomplished ninety (90) days in advance by either party in writing. 2.0 TIME AND DATE DUE The City of Clearwater will receive proposals until 4:00 p.m. June 26, 2000. 3.0 DELIVERY REQUIREMENT The delivery of submissions to the City of Clearwater Purchasing Office prior to the specified date and time is solely and strictly the responsibility of the proposer. Proposals received after the above date will not be considered. Ten (10) copies of submissions of all the information requested in this RFP shall be submitted, clearly marked on the outside "RFP # 52-00" to the attention of the City's Purchasing Manager, Mr. George McKibben, City of Clearwater, PO Box 4748, Clearwater, FL 33758-4748 or delivered to 100 South Myrtle Avenue, Clearwater, FL 33756 prior to 4:00 p.m. on Thursday, June 26, 2000. 4.0 CALENDAR OF EVENTS A) Release Date of RFP B) RFP Return date & time C) Selection of top candidates & optional site inspection (by appointment only) D) Possible Vendor Presentations E) Staff recommendation due (agenda item) F) City Commission Action June 1, 2000 June 26,2000 June 26, - 30, 2000 July 17 - 18, 2000 July 24, 2000 August 17, 2000 City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 1 ,p I I 5.0 SCOPE OF PROJECT A. The City expects the operation of the beach parking lots to operate in a professional manner. All personnel should understand they are representing the City of Clearwater while they are on duty. The City has the right to refuse any personnel supplied by the Firm. The City reserves the right to require an employee be terminated due to incompetence, unfit to perform the work, inappropriate actions or behavior in any respect, and such person shall not again be placed with the City. B. Provide uniformed, well-groomed, well-trained, competent and courteous personnel to collect. secure and deposit monies from the beach cashier parking facilities as instructed by the City of Clearwater's Parking System staff. Additionally, securing the parking lots, when necessary, as instructed by Clearwater Police Department personnel. C. All parking cashiers, attendants, supervisors and managers must be bonded to protect the interests of both the successful Firm and the City as their interests may appear. Such bonds shall be in an amount of not less than $25,000, shall be underwritten by a company licensed to engage in the bonding business in the State of Florida, and shall name both the City and the successful Firm as loss payees should a loss occur. Proof of bonding must be provided upon request. D. Every aspect relating to the operation of the parking lots are to be handled by the Firm. This includes personnel recruitment, background checks, mandatory drug testing (both pre-employment and reasonable suspicion testing), scheduling, internal cash control, customer relations training, job specific training, cleaning booth area and equipment, minor repairs of booths and parking equipment, securing deposits and other such aspects that may arise in the course of the operation. E. The parking lots are operated as "pay-upon-exif', equipped with computerized revenue control equipment (Federal APD). Additionally, all cashier booths are equipped with a telephone and directly able to contact the City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 2 I I Clearwater Police Department Communications Center for emergencies. The City also provides 2-way radios for the attendant / cashier in the booth to communicate with the Supervisor / other attendants at the entrance or throughout the lot to establish proper vehicle counts or reopen the lot. F. The Firm must develop a "Standard Operating Procedures" manual in conjunction with City staff approval to ensure clear understanding of the parking attendant services to be provided and to serve as an operations manual for the on-site management within 90 days after commencement of the contract The manual should include the following, but not limited to: 1. Accident and security violation procedures 2. Transaction procedures 3. Paperwork procedures 4. Validation procedures 5. Customer Service Standards 6. Uniform requirements 7. Cash Control procedures 8. Maintenance schedule (equipment and structure) 9. Employee parking 10. Employment procedures and qualifications 11. Chain of command procedures 12. General maintenance 13. Operational schedules 14. Special parking programs 15. Special event parking requirements 16. Police / Fire information G. Customer service training is required for all staff at the expense of the Firm. The importance of quality customer relations / customer service must be stressed to all staff members. This training will be accomplished on an annual basis for all staff, or more often if deemed necessary by either the City City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 3 I 1 or the Firm. The Firm will provide written notification explaining when the training is to take place, staff attending and a description of the course. H. All cleaning supplies / materials, office supplies, entrance tickets, cashier/supervisor forms, ribbons/register paper for revenue control equipment will be supplied by the Firm. For security purposes, from time to time, the Firm may feel the cashier booths will need rekeyed and the safes recombinated; this is also the responsibility of the Firm. I. The Firm is responsible for providing the necessary funds to make change for the customers. The current rates are $1.50 per hour charged in 20 minute increments ($.50 for 20 minutes) with a $10.00 daily maximum per entry. All rates include applicable State sales tax. J. Minor repairs/adjusbnents include preventive maintenance and gate arm replacement (to be supplied by the City) when City staff is not available. City staff is responsible for performing all major repairs to the parking equipment / booths, etc. Major repairs include all electronic work as well as anything not covered under minor repairs. K. In addition to providing parking attendants / cashiers to perform the day-to- day operations, a local (within 50 miles) executive level management staff is required to be involved on a daily basis to review the parking operations. This central office must have support staff on-site. The Firm must provide an organizational chart depicting the staffing levels of the central office. Specifically, full-time on-site management will have the responsibility of handling all of the day-to-day matters. 6.0 RESPONSIBILITY OF THE FIRM: It will be the responsibility of the firm to: A.1. HOURS OF OPERATION: Provide well-trained and uniformed parking attendants/cashiers at the following City-owned beach parking facilities. Each parking facility listed below must be open to the public, accessible and adequately staffed during all hours of operation. Typical exit City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 4 " ' I 1 queues should not exceed 5 - 7 minutes. unless under extreme conditions. . Pier 60 parking lot (218 spaces - 2 Exit Lanes) 7am -1am Daily, Holidays Included . North Gulfivew parking lot (285 spaces - 2 Exit Lanes) 7 am -1 am Daily, Holidays Included Closing hours vary depending on need. There is a UBy-Pass" lane available to allow vehicles to exit at South Gulfview parking lot during slow periods. . South Gulfview parking lot (183 spaces - 2 Exit Lanes) 7 am-1 am Weekdays; . 7 am - 2:00 am Weekends, Holidays Included Closing hours may vary depending on need. A.2. HOURLY RATES: All of the hours listed above are the current actual hours of operation for the parking lots, with some variance as noted, and are subiect to change. Any additional hours for opening and closing functions should be considered in the RFP response. Please submit an all-inclusive hourly rate to operate anyone of the above parking lots based on the above requirements. This rate should include all staffing required to operate the lots (i.e., cashier/attendant, supervisor, management, etc.) and associated benefits and all operating & maintenance costs. This hourly rate will also be used to calculate any additional expenses associated with increased hours due to Special Events and/or seasonal fluctuation needs as deemed necessary by the City. There may be a need to extend or reduce the hours of operation. If an extension in hours is required, the City will be charged this additional amount and likewise; if there is a reduction in hours, the monthly invoice will reflect this decrease in cost. The City will allow annual cost adjusbnents based upon the latest 12 months change to the All Goods & Services Consumer Price Index. This increase must be requested in writing. City of ClealWater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 5 I I (Note: The City may elect to include additional parking facilities / garage(s) to the above list at some future time. The City may also elect to exclude 1 or more of the above locations based on a possible site for construction of a multi-level parking garage. At that time, the professional services agreement may require an amendment). B. The parking cashier I attendant shall: 1. Operate a revenue control fee computer for the purpose of collecting hourly parking fees and balances cash drawer at the end of each shift. 2. Maintain a neat, well-groomed appearance. 3. Collect parking fees and validate tickets. 4. Submit monies and associated paperwork from the shift activity to the . satisfaction of the Firm's management as well as City management. 5. Clear ticket dispenser of jammed tickets and fill when necessary. 6. Maintain a clean work area and police the booth area including the access control equipment. 7. Monitor the entrance gate at each facility to ensure "full" signs are properly placed. 8. Assist customers when necessary (either entering or exiting lot). 9. Secure designated parking areas with barricades, gates, cones, lot full sign placement, etc. (provided by the City) as instructed by City staff. The amount of time required to perform this function varies based on demand. 10. Explain parking fees, provide directions and general information to the public including any handouts, maps, etc. which are provided by the City staff only. 11. Maintain a friendly, courteous and service oriented attitude. 12. Consistently demonstrate the ability to communicate effectively with the general public, supervision and City management. 13. Perform any related duties as assigned by the Firm / City. C. The Firm shall provide and require all staff to wear a uniform: sports/polo shirt (no T-shirts), pants/shorts/skirts, in a coordinating color with the uniform City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 6 '. , I I shirt. Shorts must have a minimum of a 5" inseam (no shorter than mid-thigh). Skirts must be no shorter than mid-thigh. All clothing worn must be in good condition (not faded, torn or frayed). All attendants must also wear their name badge while on duty. First names only are acceptable. The name of the Firm shall also be on the name badge. The City reserves the right for final approval of the uniform selected by the Firm. D. The on-site Management (which is required for all hours of operation) staff shall: 1. Ensure all parking lots are properly staffed at all times. A bank of personnel should be established to ensure a uniform operation to provide fill-ins for last minute Uno shows." 2. Ensure all attendants are trained on the standard operating procedures for the position, well-groomed, and informed of all policies and procedures. 3. Ensure all booths and parking equipment are cleaned and maintained for aesthetic / functional purposes. 4. Train all attendants on the fee computer / gate equipment. 5. Responsible for providing fee computer, cashier, entry/exit and daily recap reconciliation reports. These reports must be audited and organized before they are turned over to the City on the following business day. The City reserves the right to instruct the Firm as to the method of organizing the reports. 6. Secure the deposits from each shift of each lot and makes daily and nightly deposits at a local bank as instructed by City staff. 7. Respond to attendants in case of any report of trouble, equipment failures, etc. 8. Serve as liaison for the City's needs in respect to the actual operation of the lots, keep the City updated on the operation and is available 24 hours a day, seven days a week to handle any situation. 9. Perform any related duties as assigned by the Firm / City. City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 7 I I 7.0 CITY'S RESPONSIBILITIES: The City shall make every effort to notify the Firm in writing or any special events and their specific parking requirements at least 10 days prior to the event City staff will be available Monday - Friday 8AM - 5PM to answer any concerns regarding policy / procedure or respond to equipment failures. There are provisions for addressing after hours equipment and procedural issues as they anse. This information will be provided prior to commencement of the contract. 8.0 FISCAL RESPONSIBILITY OF THE FIRM: A. Deposits must match "Cash Reports" and any shortages will be the responsibility of the Firm. B. Ticket reconciliation must be performed on a daily basis and any shortages will be the responsibility of the Firm charged at the daily maximum (currently $10.00 per day). This figure may be adjusted based on the current rate structure. C. In the event the Firm cannot provide adequate coverage to operate the lots in compliance with the specifications above, a penalty will be assessed. The penalty will be assessed based on the number of spaces in the lot, times the hourly rate, or daily rate if applicable, times the number of hours the lot(s) are not staffed. Additionally, a reduction based on the per hour charge, per 6.0A.2 above must be reflected in the monthly invoice. D. The firm is subject to on-site audit conducted by the City of Clearwater Internal Audit Department. 9.0 QUALIFICATIONS OF THE FIRM I REFERENCES: A. The minimum of 3 consecutive years of cashier operated parking lot operations, including the use of computerized revenue control equipment, is City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 8 I I required. Locations, including names and addresses, must be provided for verification purposes. B. Municipal or public parking operations, including the use of computerized revenue control equipment, is preferred. Locations, with names and addresses, and specific type / model of revenue control equipment must be provided for verification purposes. 10.0 REQUIREMENTS OF THE FIRM: A. Must meet the City of Clearwater's General Conditions. B. Must adhere to all standard requirements for "Request for Proposals" on attached Exhibit "Bn. C. Must provide a bond on all personnel within 15 days upon award of bid. D. Must possess an occupational license with the City of Clearwater. E. Must submit the Firm's Annual Financial Statements (audited preferred) on an annual basis. F. Must provide pre-employment and reasonable suspicion drug testing. G. Must be able to contact a supervisor 24 hours a day, seven days a week. 11.0 METHOD OF COMPENSATION FOR SERVICES: A. Payment by the City will be made on a monthly basis. B. Non-compliance for understaffing / cash shortages, per specifications, will be withheld from monthly payments. 12.0 LENGTH OF CONTRACT: The contract shall run for a period of three (3) years. Cancellation of the contract by either party, or by the City if performance is not satisfactory, shall occur at any time by giving written notice of such cancellation to the other party at least ninety (90) days prior to the date of cancellation specified in such notice. City of Clearwater RFP - Pkg. System Facilities Management Contract 05/31/00 Page 9 " I I 13.0 ASSIGNMENT: The successful Firm shall not assign, transfer, convey, sublet or otherwise dispose of this contract, or any of or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City. 14.0 OTHER CONSIDERATIONS: The successful Firm shall, at its expense, secure insurance coverage as required by these bid specifications. Certificates of Insurance as may be necessary to comply with the requirements of Exhibit A (Insurance Requirements) attached hereto, and made a part hereof, must be provided to the City prior to beginning performance of any work provided for in the bid specifications. 15.0 INQUIRIES AND ADDENDA Each respondent shall examine all RFP documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquiries, suggestions, or requests for interpretation, clarification, or additional information pertaining to the RFP shall be made through the City of Clearwater's Purchasing Manager, Mr. George McKibben, PO Box 4748, Clearwater, FL 337584748; or 100 S. Myrtle Ave., Clearwater FL 33756; or FAX (727) 562-4635. The City shall not be responsible for oral interpretations given by any City employee, representative, or others. The issuance of a written addendum is the only official method whereby interpretation, clarification, or additional information can be given. If any addenda are issued to this RFP, the City will attempt to notify all prospective vendors who have secured same. However, it shall be the responsibility of each vendor, prior to submitting the qualifications package, to contact the City of Clearwater's Purchasing Manager (727-562-4634) to City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 10 . , I I determine if addenda were issued and to make such addenda a part of the RFP. 16.0 REQUIRED INFORMATION TO BE SUBMITTED: The Firm shall submit the following information with the proposal: A. Description of approach to the project, include staffing strategies (i.e., historical turnover ratios), implementation of the contract, training plan both initially and throughout the year. Detailed description of the hiring plan, the number of hours in a shift and how this task will be accomplished. B. A brief history of the firm, name(s) of owner and principal(s) and number of years in business, including the location(s) of the offices and copies of the last three (3) years Annual Financial Statements (audited preferred), is required. C. The number of employees that are employed on a full-time and part-time basis (organization-wide). D. Number of applicable personnel on file for each type of work. Example: Clerical = 58; Manual Labor = 37, etc. (organization-wide). E. Provide an organizational chart depicting the staffing levels of the local, executive level central office. Describe in detail how this office will provide support to the City of Clearwater. F. List of contracts presently held in the Southeastern United States (preferably in the State of Florida), and contracts previously held during the past three (3) years. Identification of the firm / organization, type of labor furnished, contact person, address, phone number, length of time contract held and total dollar amount of the contracts listed. G. Provide an all-inclusive hourly rate to operate any of the parking lots listed above (see section 6.0. A.2). All-inclusive is defined as including hourly rates plus all benefits and expenses (i.e. cashier / attendant, shift supervisor and on-site manager(s)), anticipated wage / salary adjustments, etc. H. A sample contract is to be provided. City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 11 J I FAILURE TO SUBMIT THE ABOVE REQUESTED INFORMATION WILL BE CAUSE FOR REJECTION OF BID PROPOSAL. EACH PROPOSER IS REQUIRED, BEFORE SUBMITTING A PROPOSAL, TO CAREFUL Y EXAMINE THE REQUIREMENTS SET FORTH IN THIS DOCUMENT AND BE FAMILIAR WITH ALL THE TERMS AND CONDITIONS THAT ARE CONTAINED WITHIN THE RFP. 17.0 SELECTION CRITERIA: Selection shall be based on the following considerations with each item weighted according to the percentage: 1. Firm's approach to the project and their staffing strategies (25%) 2. Professional experience related to this project and past performance of the firm including past experience with municipal or public agencies. (15%) 3. Financial stability and capability of the firm (15%) 4. Hourly rates and anticipated adjustments for staff listed in Section 16.0. above (15%) 5. Location and level of organizational support of local executive level office (5%) 6. References (15%) (10%) 7. Cost The final selection will be made by a committee composed of one representative from the Finance Department, two representatives from the Parking System, one representative from the Budget Office and one representative from Public Works Administration. City of Clearwater RFP - Pkg. System Facilities Management Contract 05/30/00 Page 12 I I EXHIBIT A to RFP # CITY OF CLEARWATER 52-00 INSURANCE REQUIREMENTS 1. Liability Insurance. The vendor shall furnish, pay for, and maintain during the life of the contract with the city the following liability coverages: a. Comprehensive General Liability insurance on an "occurrence" basis in an amount not less than $500,000 combined single limit Bodily Injury Liability and Property Damage Liability. b. Business Automobile Liability insurance in the amount cf at least $500,000, providing Bodily Injury Liability and Property Damage Liability. c. Worker's Compensation Insurance applicable to its employees, if any, for statutory coverage limits in compliance with Florida laws, including Employers' Liability which meets all state and federal laws. 2. Additional Insured. The city is to be specifically included as an additional insured on all liability coverage described above, except the insurance coverage identified in paragraphs l(d) and l(e). 3. Notice of Cancellation or Restriction. All policies of insurance must be endorsed to provide the city with thirty (30) day's notice of cancellation or restriction. 4. Certificates of Insurance/Certified Copies of Policies. The vendor shall provide the city with a certificate or certificates of insurance showing the existence of the coverages required by this RFP. The vendor will maintain these coverages with a current certificate or certificates of insurance throughout the term of the contract with the city. When specifically requested by city in writing, the vendor will provide city with certified copies of all policies of insurance as required above. New certificates and new certified copies of policies, if certified copies ~f policies have been requested, shall be provided city whenever any policy is renewed, revised, or obtained from other insurers. 1 t I 5. The address where such certificates and certified polices shall be sent or delivered is as follows: City of Clearwater Attention: City Clerk P.o. Box 4748 Clearwater, FL 33758-4748 6. The vendor shall defend, indemnify, save and hold the city harmless from any and all claims, suits, judgments and liability for death, personal injury, bodily injury, or property damage arising directly or indirectly from any performance under this RFP, or a subsequent purchase order or contract entered into by city and vendor, its employees, subcontractors, or assigns, including legal fees, court costs, or other legal expenses. Vendor acknowledges that it is solely responsible for complying with the terms of this RFP or a purchase order or contract arising out of this RFP. In addition, the vendor shall, at its expense, secure and provide to City, prior to beginning performance under this RFP, or a subsequent purchase order, or contract, all insurance coverages as required in this RFP. 7. Any party providing services or products to the city will be expected to enter into a written agreement, contract, or purchase order with the city that incorporates, either in writing or by reference, all of the pertinent provisions relating to insurance and insurance requirements as contained herein. A failure to do so may, at the sole option of the city, disqualify any vendor, bidder or proposer of services and/or products to the city. 2 ~ EXHIBIT B I Stlndlrd Reaulremeats for -ReGan for ProDOtlb" I. Rlllat to Protest AIY utall or prospective bidder ,,110 II larieved II CODDectlo. "lela tile solldCaCloa or IWlrd of I coDtnet 11I1)' seek raolutloa of IIls1ber co.plalDU b)' coDCactUlI the Purcbaslll Manalcr. 2. No Corrections Oa" I competlUve proposal Is submitted, tile CItJ IlIaU .ot Iccept la)' request b)' lay proposer CO corred .non or omlsslou la la)' calculaCJou or competitive prke submitted. 3. ODeDness of Procaremeat Process Writtea compeUUve proposlls, other submlsslou. corrapoadeace, lad III records mlde thereof, IS weD as DqotlaCfons cODduded punuaat Co ~iI RIP, shan be baDdled .. compllaace wftJa CIIapten lit aad 116 Florida sCatutes. ne CItJ pes 10 lSSunDce as to die coandeDtJalJty or a.)' portloa o( aD)' proposal ODce submitted. 4. No CoRoslo. By ofTeriDI a submlssloa to the RFP, the proposer eertilles the proposer has aot dlvuleed to, discussed or compared lIislher competitive proposal "Itl other proposen aDd has Dot colluded with aa)' oCher proposen or parties to this competitive proposal whatsoever. 5. I.formality WalverlRelectioa of Bids De CItJ reserves tlte rtcllt to reject IIY or an respoues ud to waive lay IrrepJarlt)', varlaace or Iaro....aIiCy whether Cecltakal or sabstaDtIaI" ....n, .. teepIq wltII the best "teratl or die CIIJ. '" ADDroDrilCIoas CIa.... ne Olf, as II eaUty of loverame.c, lI.abJect to Ch IpproprlaClo. or ra.. b)' ltI""latlve body .. .. Imoaat .allldeat to CaBo. eoltlautIH 01 Its performlace .. leeordalce witla tile tenDS aad coadltloas or dall coDtnd (or aell lad ~ery fiscal year roDowllll tlte ftseaJ yar .. nJcla Ibis coaCrad sban reml" II efl'ect. U"pol 10eice cut S1lIDdeat raa. are HI available II tile lubseqaeat fiscal )'ean, tlae City shaD thereafter be released or aD terms lad oCIaer coadltlo..... Revised 71051N