HomeMy Public PortalAboutORD12541 : I
BILL NO. 96-98
-- SPONSORED BY COUNCILMAN Nilges
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH PRIDE
CLEANERS/ROYAL CLEANERS FOR UNIFORM CLEANING SERVICES.
WHEREAS, Pride Cleaners/Royal Cleaners, has become the apparent lowest and best
bidder on uniform cleaning services for the City of Jefferson;
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. The bid of Pride Cleaners/Royal Cleaners is declared to be the lowest
and best bid and is hereby accepted.
Section 2. The Mayor and City Clerk are hereby authorized and directed to execute
�.� an agreement with Pride Cleaners/Royal Cleaners for Uniform Cleaning Services.
Section 3. The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section 4. This Ordinance shall be in full force and effect from and after the date of t
its passage and approval.
Passed: ��_a (- (� _ Approved:
Presiding Officer Mayor
ATTEST: APPROVED AS FOR
j
City O erk City C46rselor
t ' f
tl
s
i •
CITY OF JEFFERSON i
UNIFORM CLEANING CONTRACT
• 4_a I
THIS CONTRACT,made and entered this ,ty of 199 c
of Jefferson, Missouri, a municipal corporation hereinafter 6, by and between the City
d/b/a Royal Cleaners, hereinafter referred to as"Contractor."referred to as City,"and Pride Cleaners
WHEREAS,the City is ill need of obtaining cleaning services for City employees' uniforms; and i
WHEREAS, Contractor is willing to enter into this Contract with respect to his employment and
services upon the terms and conditions herein set forth,
NOW,THEREFORE, be it agreed as follows:
1. Scone of Services
The scope of services for cleaning services for City employees'uniforms shall consist of the following:
a• Police Department
i
401 Monroe Street
(1) Service shall be provided three times per week(Monday, Wednesday, Friday)
with pick up at the Police Station, 901 Monroe Street. To maintain
accountability,Contractor shall supply heavy-duty cloth or plastic garment bags
with appropriate drawstring or twist tie closure, or sacks with accompanying
plastic,or paper-covered wire twist ties,in which individual personnel shall place
their items to be cleaned. Contractor must also provide a clothing hamper of
sufficient size to contain a two(2) day or more supply of bags filled with dirty 1
garments. Contractor is to provide personnel for accomplishing a check-in to
ensure each garment is accounted for as it goes to the Contractor's site where the
cleaning and pressing is actually accomplished,as well as a check-out person to
ensure that each garment is accounted for as it comes back from the cleaning site.
Each of these persons shall have a listing of each Police Department person by
name,and the number and type of each persons items to be cleaned or processed
by the Contractor for that particular delivery. Upon returning the cleaned
clothing to the Police Department, Contractor shall provide,to an appropriate ,
' department representative, a copy of each check-in and check-out list that
Contractor's garment personnel used to account for each garment. In addition
with each delivery of returned garments,the Contractor's delivery person shall,
leave with the appropriate police representative,a counter ticket that indicates
the number and type of clothing article processed,the type of processing done,a
total price for each type,and a sum total price of all items processed located at
the bottom of the ticket. This ticket shall be separate from the invoice or
statement that is to be delivered to the Finance Department,but shall reflect the
same number of items and price as shall be invoiced to Finance for each delivery.
(2) Contractor shall supply clothes racks on which his delivery person shall place
cleaned clothing in industry standard lightweight plastic garment protection
:. bags. Clothing shall be hung on Contractor supplied industry standards garment
hangers. Contractor shall mark each Police Department member name on a
paper or other markable material tag which shall be fixed to the outside of each
member's garment bag or group of bags that contain the cleaned garments. If a
c:\Irad\conlracta\eemce\pride deanera\conlracl 1-1,11
;v•
NOW
i J
,__
department member has several items cleaned at one time,so that several bags
are necessary to contain the returned garments, Contractor shall be responsible
r. for ensuring the items are grouped and twist tied,or otherwise fastened together
into one cluster for each individual.
(3) All uniform clothing is to have military pleats centered and pressed so that no off-
center, slanting or diagonal creases result. Double crease pleats shall not be
accepted. Uniform shirt pleats shall be centered on the right and left shirt f
pockets from the front tail seam up to the shoulder epaulet. Creases shall also
extend from said epaulet on to the back side of the shirt down through the back
tail seem. Shirt backs shall have one additional crease vertically centered on the
shirt-back middle. Pleats shall also be centered on,and down the middle-length
of each shirt sleeve from the middle of the width of each shoulder's epaulet,down
through the center of the department official shoulder emblem, etc., and on
through the cuffs on long-sleeved shirts,when applicable. Trouser creases shall
be centered consistent with the trouser manufacturer's pressing as when the
garment left the factory,i.e.creases centered on the front and back middle of each
leg,extending from the top of the waistband down through the bottom of each leg
cuff. All uniform items that require "sizing" to attain a proper stiffness of
material after cleaning shall have sufficient sizing used to maintain a military
standard material stiffness,without so much being used as to cause zippers to
stick when operated. Proper level shall be determined by trial and error if
necessary,with the final determination of "proper" being made by the Police
Department. In the absence of City determination,cleaning industry approved
standards shall serve for the determination.
(4) Uniforms shall be returned within two(2)days after pick up.
b. Planning and Code Enforcement(Animal Rescue Division)
919 East Miller Street
(1) Employees shall deliver clothing to Contractor and shall also pick up cleaned
uniforms.
i ,
(2) All clothing shall be ready for pick up within two (2) days from drop off at f
r ,
Contractor site.
C. Department of Public Works(Parking Division)
201 Madison Street
(1) Service shall be two(2) per week with
)times p pick up at 201 Madison Street. r .
(2) Military pleats as described in Police Department item 3 shall be required.
(3) All clothing shall be returned to 201 Madison Street within two(2)days from pick
up• j.
,y
d. Department of Public Works(Transit Division)
820 East Miller Street !
i.
(1) Service shall be provided two(2)times per week with pick up at 820 East Miller t_
Street.
(2) Military pleats as described in Police Department item 3 shall be required.
I' c:\lruciXrnnlrocG4ervica\pride clrnnura4nnlrnct Lwpd
tF t
t
., .'. .. '3733,.i-i.n'1 .x...,?"rW:Y.ia1'iAFA:X'.'G::i:.�
f
� —
t'
• ' t, 1,
Clothes shall be-turned to 920 East Miller Street within ttvo(L)days after pick
up.
\ _✓ e, Fire Administration
320 Fast McCarty Street
(1) Service shall he as needed only, There will be no set weekly schedule,however,
if pick up is required,Department representatives will arrange fo pick up on n
regularly scheduled day for other City services r
i
(2) Service shall be for the cleaning of uniform winter coats,
(3) All coats shall be returned to 320 last McCarty Street within
pick up. two('L)days from
£• The City will provide a representative for each department and shall be responsible for
providing identification on clothing when it is piciccd up at City buildings except as
follows.
(1) Contractor shall be responsible for providing appropriate marking devices to each
ci
department.
(2) If Contractor finds items that are not marked properly,it shall be Contractor's
responsibility to make contact with the appropriate department representative
to ascertain correct name.
(3) In all such cases, Contractor shall notify,in writing, the person who sent the
garment(s) in for cleaning. Written notice shall be securely attached to the
` garment's protective bag on the return delivery. i
g items, shall be responsible
on his for
art n a determined by uniforms,
th e City.l for missing uniform
h• Contractor shall pick up,re-clean and re-press at Contractor's own cost,any item which
appears to have not been cleaned and/or pressed properly. Determination of"proper
cleaning and/or pressing"shall be as outlined elsewhere in this document,or if not further
delineated, shall meet the highest degree of workmanship to be expected in garment
cleaning industry standards.
i• Contractor shall provide minor garment repairs,including the sewing of buttons,rips and
tears, and changing, adding,or deleting departmental or other types of emblems, etc.,
with a turnaround time of two(2)days on buttons,rips and tears,and no more than four
(4)days on emblems,etc.
2• contract Period i
This contract shall be in effect from November 15,1996 through November 14, 1997. With the consent
of both parties,the contract shall be extended for two(2)additional one 1
Oyear periods.
3• Renewal
If Contractor desires to renew the contract for any additional period,Contractor shall give City ninety
(90)days written notice and City shall respond not later than thirty(30)days prior to current expiration.
+ e:\trail\contracta\alrvice\priilecleanera\contract I.NI1li
-3-
Ogg
t
O
i ,
4. Pri ..•Seli (li1j�,
The charges fm•services un(Ior 1114,cont.r'n(!t 14 111111 Ire 1114 follows: t.
t.
YEAR ONE (November 1(i, 1000 throutth Novrnlb('r 1.1, 101)7)
Vendor pickup nn(i ciolivory ;,
' Shirts(loaf;and short sleevo) 1.25 Trousers each
Jackets $ 1.25 ench
Tics $2.26 ench
Caps 110 charge
Sewing buttons no dIIII•tte
j Sewing tenl•H&rips no chnrgo
Cleaning unilin'm conlr+(h'iro) $ .251inch
$;1.00 ench•flat rate
OR
City personnel pickup and(I4,Nvory
Shirts(long and Hhurt Hlevve)
Trousers $ I,16 e(ICIi
Jackets $ 1.15 ench
I Ties $2.15 ench
Caps no e1111rge
Sewing buttons n4,charge
Sewing tears&rips no charge
Cleaning uniform contH(Fire) $
$;1.00 each-flat rate
YEAR TWO (November 15, 1007 through November 14, 1008
([f renewed)
t ,
Vendor pickup and delivery
y l Shirts(long and short sleeve) $ 1,30 each :r
Trousers
Jackets $ 1.30 each
Ties $2.30 each {
Caps no charge
no charge
r t' Sewing buttons no charge
Sewing tears&rips $ .30/inch
Cleaning uniform coats(Fire)
$3.10 ouch-flat rate
OR I
r
City personnel pickup and delivery
Y�
1 Shirts(long and short sleeve)
1.l0 each
I Trousers $ 1.20 each
Jackets �•.
Ties $2.20 each
Cap no charge
.. n Charge o Cha u
s Sewing buttons f
' ... Sewing tears&ripe
no charge
$ .30/inch
Cleaning uniform coats(Fire)
J rr $ .10 each-flat rate T il.
,
e:\tracAwntractn\eervice\pride cleanere\contract Lxpd
r ��; F t: � j lts1.• i y�..
'.,S. t ! 1,S .L "'FT.7°''{ fG'S`.Sf:CiwTtvSfiGlL'l3d'.Y•� - --- ,.._ .. ..
f � r
c +
j
YEAR THREE (November 15, 1998 through November 14, 1999) (I£renewed)
Vendor pickup and delivery
Shirts(long and short sleeve) $1.35 each
Trousers $ 1.35 each
" Jackets $2.35 each
Ties
no charge
Caps no charge
Sewing buttons no charge
Sewing tears&rips $ .35/inch
Cleaning uniform coats(Fire) $3.20 each•flat rate
OR
t City personnel pickup and delivery
Shirts(long and short sleeve) $1.25 each
Trousers $1.25 each
Jackets $2.25 each
Ties no charge
Caps no charge
Sewing buttons no charge
Sewing tears&rips $ .35/inch
Cleaning uniform coats(Fire) $3.20 each-flat rate
i
5. Payment.
Contract will submit an invoice(original)or statement monthly with all charges listed by department.
Total numbers of shirts,pants,etc.,will be listed on the statement by department. Invoices are to be
submitted to the finance Department,320 Fast McCarty Street,Jefferson City,Missouri 65101. All
charges must be supported by signed counter tickets.
6. Assignment.
The Contractor shall not assign any interest in this contract,and shall not transfer any interest in the r
same(whether by assignment or novation),without prior written consent of the City thereto. Any such
assignment is expressly subject to all rights and remedies of the City under this agreement,including the
right to change or delete activities from the contract or to terminate the same as provided.herein,and no
such assignment shall require the City to give any notice to any such assignee of any actions which the
City may take under this agreement,though City will attempt to so notify any such assignee.
7. In m .ity
r
Contractor agrees to indemnify and hold harmless the City for any and all damages,injuries,actions,
costs,attorney's fees and other expenses whatsoever arising out of the performance of said work whether
the property or persons damaged are the servants and employees of the Contractor or third parties in no .
manner connected with said work.
Vi
j } ,
Y, 5-
..I�! ca\trnri\conlrac(s\oervtce\prWe cleanere4anlracl l.wpd
f
"7lti S
it
1 1�ClCSlo�rz*r.wro- ...�..•_�. .. .. 1 ^'^'t.rwgMnlR]1giRt Y#l1F 1 .j.
F:C'�'%flv.Ls'rtS."y"'X'."+.CX4:. ... ... .. ••�f � '� y.. i t
.. i'.
t' i, 3
i .
1
t
.i
8, �nSt1rA11Ce
Contractor agrees to obtain and maintain throughout the term of this contract
A. Workmen's Compensation Insurance for all of its employees to be engaged in work under
this contract.
B. Contractor's-Public Liability Insurance in an amount not less than $1,000,000 for all
claims arising out of a single occurrence and $100,000 for any one person in a single
accident or occurrence,except for those claims governed by the provisions of the Missouri I
" Workmen's Compensation Law,Chapter 287,RSMo,and Contractor's Property Damage
Insurance in an amount not less than $1,000,000 for all claims arising out of a single
accident or occurrence and$100,000 for any one person in a single accident or occurrence.
C. Automobile l iability Insurance in an amount not less than $1,000,000 for all claims
arising out of a single accident or occurrence and$100,000 for any one person in a single
accident or occurrence.
D. Owner's Protective Liability insurance - The Contractor shall also obtain at its own
expense and deliver to the City an Owner's Protective Liability Insurance Policy naming
the City of Jefferson as the insured,in an amount not less than$1,000,000 for all claims
arising out of a single accident or occurrence and$100,000 for any one person in a single
accident or occurrence,except for those claims governed by the provisions of the Missouri
Workmen's Compensation Law,Chapter 287,RSMo. No policy will be accepted which
excludes liability for damage to underground structures or by reason or blasting,
explosion or collapse.
E. Subcontracts-In case any or all of this work is sublet,the Contractor shall require the
] Subcontractor to procure and maintain all insurance required in Subparagraphs(a),(b),
`•,+' and(c)hereof and in like amounts.
F. The Certificates of Insurance furnished to the City showing proof of compliance with
these insurance requirements shall contain a provision that coverage under such policies
shall not be canceled or materially changed until at least fifteen days prior written notice
has been given to the City.
g, Failure to Perform,
Should Contractor fail to provide services as set forth pursuant to this contract,or fail to meet any of the
contract provisions,this contract may be canceled at the sole option of the City upon giving five(5)days
written notice to Contractor.
10, Cancellation.
This contract shall be subject to cancellation by the City at any time following fifteen(15)days notice.
11. Successors and Assigns.
All of the terms,covenants and agreements herein contained shall be binding upon and shall inure to the
benefit of successors and assigns of the respective parties hereto.
. _
c:\troci\contracts\nemice\p ride clennnrn\conlrncl Lxpd G
4
's
i
12. Contract Documents.
The contract documents shall consist of the following:
a. This Contract d. Pdotice to Bidders
I b. Addenda e. Signed Copy of Bid
C. Information for Bidders
� f
This contract and the other documents enumerated in this paragraph,form the Contract between the
parties. These documents are as fully a part of the contract as if attached hereto or repeated herein.
13. Notices,
All notices,consents,authorizations,requests and statements hereunder shall be deemed to have been
properly given if delivered by and or mailed by first class United States mail,postage prepaid,if to the
City at 320 East McCarty,Jefferson City,Missouri 65101,and if to the Contractor to 51 West 1361'Street,
Kansas City,Missouri 64125.
14. Jurisdiction.
This Agreement shall be governed,in all respects by the laws of the State of Missouri.
IN WITNESS WHEREOF,the parties hereto have set their hands and seals on the day and year first
above written.
CITY OF JEFFERSON,MISSOURI CONTRACTOR r
PRIDE CLEANERS DB/A
ROYAL CLEANERS Mayor Title: REGIONAL MANAGER
j ATTEST: ATTEST:
l G2z�-Gli/
{ City Clerk Title:
t
APPRO AS FORM:
}'
r �
//AST
'
C ity Counselor
r;
j f t
f {
it Y e:\trod\wnlracts\xervire\pri de dennere\conlract L%jid 7-
t
r '
� t
t
t t .�T�^✓'7�nfi 3$.af'n�zr':r7`, nr.�s"FA.�`.'�"r�.Y'.zt+.a -.._. ... .... .. .... _ ... - _ .n aca.wwwmrr zfatwxxsD!7:6F
t
.m..DAT"• ' , .,.V// D~ 2196 ... •..
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
JOHNSON & HIGGINS ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
it 525 VINE STREET.SUITE 1500 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
CINCINNATI, OH 45202 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
,) 287-1600 A NEW HAMPSHIRE INS CO
INSURED COMPANY
JOHNSON GROUP INC., ETAL � B HARTFORD ACCIDENT& INDEMNITY CO
PRIDE CLEANERS, INC.Y Nl• COMPANY
51 WEST 135TH STREET / ��
KANSAS CITY MO 64145 C FEDERAL INS CO
COMPANY I
D INS CO Of THE STATE OF PA
u COVERAQES ' ,.r,.,., • ..•.;y., �. , .. ,.. '. ..' p ' i. -�+,r.; ,{ :.t. ti ,
r '
..?i...•s.�.:Wu:::L".�..^"J.i..1.:.��i..u:.a:z'''u.k�.aU..—.,....�..J:..1.:..::.�...i...:.n..r_..,'1+- ...�.....ae:Gri.�.:L r131+�i..aiu,.a,:._+.W..r�.».4+.:..ii:1. A.a.y,....:.....a..i'...�..i.,:...Y.�. Y.
..H_.THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY T14E POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY EFFECTIVE POLICY EXPIRATION '
L% TYPE OF INSURANCE POLICY NUMBER DATE(MM/DDMT DATE(MM/DDMT LIMITS
A GENERAL LIABILITY CPP3106106 2101196 2101197 GENERAL AGGREGATE $ 2,000,000
,T+ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO S 1,000.000 I
,i,`•�,: CLAIMS MADE OCCUR PERSONAL&ADV INJURY $ 1,000.000
OWNER'S S CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000.
FIRE DAMAGE(Any one fire) S 250,000
MED EXP(Any one parson) S 5,000
B AUTOMOBILE LIABILITY 33UENFP1297E 2101196 2101197 COMBINED SINGLE LIMIT
$
B X ANY AUTO 33UENFP1299E 2101196 2101197 I,000,000
ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS (Par person)
HIRED AUTOS BODILY INJURY $
NON-OWNED AUTOS (Per accident)
+ PROPERTYDAMAGE $
GARAGE UABILITY AUTO ONLY•EA ACCIDENT S
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT S
AGGREGATE $
C EXCESS LIABILITY 79670993 2101196 2101197 EACH OCCURRENCE $ 2,000,000
,>,+ UMBRELLA FORM AGGREGATE S 2,000,000
OTHER THAN UMBRELLA FORM ST 7U OTH $ '
WC V A ITS
WORKER'S COMPENSATION AND X TOR LIM
D EMPLOYERS'LIABILITY WC4064I94RA 2101196 2101197 EL EACH ACCIDENT $ _ 1.000.000
THE PROPRIETOR/ INCL WC4064193RA 2101196 2101197 EL DISEASE-POLICY LIMIT $ 1,000.000
OFFICE RS ARE: EXCL
i D RSIEXECUTNE EL DISEASE-EA EMPLOYEE $ 1,000.000
OFFICE
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS(LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS).
Certificate Holder is named Additional Insured as respects Store 11044 at West Village Shopping Center 2401 Missouri Blvd.
Jefferson City,, M.Oy 65101.
GER71 ICA EI�VUJEA'1 cpdp}' s
ON I E�/I IG+tU �r K{k A's e5 4A:'ir/1`I" ,w.9 d'FIII A':fl Cy"+r
.....L. �:,._ .........:citid32cx.� Y�`•'t u �H+� ',y,�r +' +I��)6,� ,CANGQ.1_AT1 :b...W,trSLI+.'�isu:.a.:slS�:� ;isF:..:�a._.i..:i.'.5,:..v�:1..,.�.ur.':...s.t+l•�tuwu�L:i:,:::a
n SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
1 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
West,!!i 11 age Shopping 30 "DAYS WRITTEN NOTICE TO THE CEITRfTCATE HOLDER NAMED TO THE LEFT,
C/' Isenberg &CO BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
li �ut, Suite 800
Ka�AC'1ty NO 64106 TH ANY EPRE UPON THE P ITS AGENTS R REPFTESENTATIVES.
' AUTHORIZED REPRESENTATIVE
5.-t OA �RO'W�,R„PQIiR-O 99
(• 10 DAYS FOR NON-PAYMENT) HOLDER COPY PC12 CERTIFICATE NO. 001005-00456
y
I..
fr
8• Imurance
i
Contractor agrees to obtain and maintain throughout the term of this contract
A. Workmen's Comn nsation Insuranmfor all of its employees to be engaged in work under
this contract. i
i
B. Contractor's PuUi1g Liability 1„sulance in an amount not less than$1,000,000 for all
claims arising out of a single occurrence and$100,000 for any one person in a single
accident or occurrence,except for those claims governed by the provisions of the Missouri
Workmen's Compensation Law,Chapter 287,RSMo,and Contractor's Property Damage
Insurance in an amount not less than$1,000,000 for all claims arising out of a single
accident or occurrence and$100,000 for any one person in a single accident or occurrence. "
C. Automobile I ilibility insurance in an amount not less than $1,000,000 for all claims
arising out of a single accident or occurrence and$100,000 for any one person in a single
accident or occurrence.
D. Owner's Protective Liability Insurance - The Contractor shall also obtain at its own
expense and deliver to the City an Owner's Protective Liability Insurance Policy naming
the City of Jefferson as the insured,in an amount not less than$1,000,000 for all claims
arising out of a single accident or occurrence and$100,000 for any one person in a single
accident or occurrence,except for those claims governed by the provisions of the Missouri
Workmen's Compensation Law,Chapter 287,RSMo. No policy will be accepted which
excludes liability for damage to underground structures or by reason or blasting,
explosion or collapse.
i
E. Subcontracts-In case any or all of this work is sublet,the Contractor shall require the
Subcontractor to procure and maintain all insurance required in Subparagraphs(a),(b),
and(c)hereof and in like amounts.
P. The Certificates of Insurance furnished to the City showing proof of compliance with
these insurance requirements shall contain a provision that coverage under such policies
shall not be canceled or materially changed until at least fifteen days prior written notice 1
has been given to the City.
9. Failure to Perform
Should Contractor fail to provide services as set forth pursuant to this contract,or fail to meet any of the
contract provisions,this contract may be canceled at the sole option of the City upon giving five(5)days
written notice to Contractor.
10. Cancellation
This contract shall be subject to cancellation by the City at any time following fifteen(15)days notice. /
11. Successor and A signs
All of the terms,covenants and agreements herein contained shall be binding upon and shall inure to the
benefit of successors and assigns of the respective parties hereto.
ffm
e:\troci\mntrneL5\aervice\pride dean—\contract l.wpd -6-
J.
t
a .. 1ff� irsrvrr anz„r,.v,,.,,v".....-.,.m„.....__...” .. .. .. .. ..............._, ....,.,.,,.. ..,... ., .rs. .l...r. .�.�rui:.:'t ,....�:eF.r°• r� ,y rs.•rr. ,� '