HomeMy WebLinkAboutContract 1616 •
AAtti b.
4111101 0
DESERTW
CONDITIONING, INC
590 WILLIAMS ROAD • PALM SPRINGS, CA 92264
(760) 323-3383 • FAX (760) 323-8983
www.desertairconditioning.com
LICENSE NO. 276586
JUNE 15,2009
JOB: HVAC MAINTENANCE SERVICES
68-700 AVENIDA LALO GUERRERO
CATHEDRAL CITY, CA 92234
PROPOSER: DESERT AIR CONDITIONING, INC.
C/0 TODD SHAW
590 WILLIAMS ROAD
PALM SPRINGS, CA 92264 •_
760-323-3383 PHONE
760-323-8983 FAX
tshawwa,desertairconditioning.com
C
Cooling Sheet Metal Heating
\VW,
DESERTaW
CONDITIONING, INC
590 WILLIAMS ROAD • PALM SPRINGS, CA 92264
(760)323-3383 • FAX(760) 323-8983
www.desertairconditioning.com
LICENSE NO. 276586
TABLE OF CONTENTS
1. TRANSMITTAL LETTER/PAGE 1
2. FIRM QUALIFICATIONS /PAGE 2
3. PROJECT APPROACH/PAGE 3
4. COMPENSATION/ATTACHMENT C
5. ACKNOLEDGMENT OF ADDENDA/ATTACHMENT A
6. REFRENCES/ATTACHMENT B
7. WALK THROUGH INSPECTION FORM/ATTACHMENT D
8. AGREEMENT FOR SERVICES/ATTACHEMENT E
C
Cooling Sheet Metal Heating
ilk
DESERTW
CONDITIONING, INC
590 WILLIAMS ROAD • PALM SPRINGS, CA 92264
(760) 323-3383 • FAX (760)323-8983
www.desertairconditioning.com
LICENSE NO. 276586
PAGE 1
TRANSMITTAL LETTER
Desert Air Conditioning, Inc. has a great understanding of the project and services to be
performed as we have filled in as a temporary provider to the city and have maintained
the buildings over the last 10 months for you as you were putting together your RFP. We
have also completed the job walk to reinforce our knowledge of you building.
We understand that filters will be changed in the City Hall on a quarterly basis, in the
Police department every other month with a recommendation if needed for areas that
require more frequent filter changes, semi annual check on the two cooling towers,
annual inspection of the boiler, lubrication of the pumps and bearings as per
manufacturers recommendations using manufacturers recommended lubricant,monthly
inspections of the water source heat pumps so that all 75 units are checked inspected
during the year, inspection of the UVC lights and keeping records on replacement of the
lights, and making written recommendation for problems found or improvements.
We are committed to perform the services within the time period specified. Again,we are
familiar with this project having filled in over the last 10 months. We have the resources
necessary not only to perform the routine maintenance to you buildings,but also to
respond to emergency break down calls within you time lines you have laid out on the
proposal.
Below is a list of the authorized representatives from our company:
Jeff Shaw President 760-323-3383
Todd Shaw Service Manager 760-323-3383 or cell phone 760-272-1188
Bruce Coletti Field Supervisor 760-323-338 or cell phone 760-272-1176
C
Cooling Sheet Metal Heating
o
- 114,Allk 4,44 15ESERTaI
CONDITIONING, INC
590 WILLIAMS ROAD • PALM SPRINGS, CA 92264
(760) 323-3383 • FAX(760) 323-8983
www.desertairconditioning.com
LICENSE NO. 276586
PAGE 2
FIRM QUALIFICATIONS
Desert Air Conditioning, Inc.was established in 1954. We are a family owned and
operated business which is three generations strong.We are a union shop which means
all of our technicians have been through formal training of five years or the equivalent.
We have 15 journeymen service technicians which all take their service vehicles home.
We currently have three service apprentices and three installation crews for replacement
of equipment. We also have approximately 15 sheet metal journeymen and four sheet
metal apprentices. Our office staff has six people as well as Jeff Shaw(president), Todd
Shaw(service manager), and Bruce Coletti (field supervisor).
Our company is one of the only companies which is trained in the repair and service of
water cooled equipment in the Coachella Valley. Our technicians are very familiar with
the operation and service requirement of water source heat pumps, cooling towers,
boilers,and circulating pumps. We currently take care of many buildings which use the
same type of equipment as yours. Some of these companies with similar equipment
which we are currently maintaining are: El Mirador Medical building; Bighorn Country
Club; Civic Medical Plaza,Plaza Sunrise, Plaza de Las Flores.
We are available 365 days a year and can respond to your emergency needs within in
your requested time frame. We can do this because we have service technicians on call
seven days a week and are a local company. Our technicians do not have the drive time
that a non local company would have which means we can respond to your emergency
needs quicker than our out of town competitors.
C
Cooling Sheet Metal Heating
•
- 0
DESERTW
CONDITIONING, INC
590 WILLIAMS ROAD • PALM SPRINGS, CA 92264
(760)323-3383 • FAX(760) 323-8983
www.desertairconditioning.com
LICENSE NO. 276586
PAGE 3
PROJECT APPROACH
1. The semi-annual check of the two cooling towers, lube bearings, check header
bars, clean nozzles,check fan motors and belts will be schedule six months
apart, one call in the spring and one in the fall when the weather permits the
towers to be shut down. This work will take approximately four hours per
cooling tower for a journeymen and an apprentice. If weather does not permit
shutting the cooling towers down,we can schedule each tower on separate
days so the tower will only be shut down in the A.M.
2. Annual inspection of the boilers will be scheduled in the fall prior to turning
the boilers on for the season. This will take approximately four to six hours.
This will be performed by a Journeymen technician.
3. Lubrication of pumps and bearings will take minimal time, will only be
performed as per manufacturer's recommendations and will be performed
while we are on site doing other work.
4. Monthly inspection of the water source heat pumps,checking coils,
amperages,refrigerant levels and clearing the drains will be performed by a
journeymen technician, on Fridays(which we are aware are lighter days) and
we will spend approximately 8 hours a month doing so.
5. Replacement of the 1"pleaded filters in the city hall will be done quarterly, on
Fridays and will be done by 1 journeymen and 1 apprentice and will take
approximately 8 hours.
6. replacement of the 1"pleaded filters in the police department will occur bi-
monthly, will be scheduled on Fridays, and will be performed by 1
journeymen and 1 apprentice and will take approximately 8 hours.
7. Inspection of the UVC lights and replacement of outdoor filters will occur
during the same time we are changing the filters and will be performed by the
same people.
8. Service tickets will be written on site by the technicians detailing the work
performed. Recommendations will be typed by the office staff and faxed or
emailed to you as per your request.
C
Cooling Sheet Metal Heating
E. RESERVATION IN EVALUATION
(IW The Selection Committee reserves the right to either: (a) request "Best and Final Offers" from the two
finalist firms and award to the lowest priced or (b) to reassess the proposals and award to the vendor
determined to best meet the overall needs of the City.
F. INTENT OF AWARD
Upon review of the proposals submitted, the City may negotiate a scope of work and a general services
agreement with one firm, or may select one or more firms for further consideration.
G. PROPOSAL REJECTION
The City reserves the right to:
1. Reject any or all proposals not in compliance with all public procedures and requirements.
2. Reject any proposal not meeting the specifications set forth herein.
3. Waive any or all irregularities in proposals submitted.
4. Reject all proposals.
5. Award any or all parts of any proposal.
6. Request references and other data to determine responsiveness.
SECTION 7
PROPOSAL CERTIFICATIONS
******************************************
Non-discrimination Clause
The Contractor agrees not to discriminate against any client, employee or applicant for employment or for
services, because of race, color, religion, sex, national origin, handicap or age with regard to, but not limited to,
the following: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or
termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is
further understood that any contractor who is in violation of this clause shall be barred from receiving awards of
any purchase order from the City, unless a satisfactory showing is made that discriminatory practices have
terminated and that a recurrence of such • unlikely
Agreed by: 1 U
Firm Name: b(a I1 Col\a‘ r\
Address: GeID (,3 1 ( i S
m N ei,() rn CYO 411,226
*****************************************
Page 14 of 28
*****************************************
co.
Resident Certificate
Please Check One:
Resident Vendor: Vendor has paid unemployment taxes and income taxes in this state during the last
twelve calendar months immediately preceding the submission of this proposal.
Or
❑ Non-resident Vendor: Vendor does not qualify under requirement stated above.
(Please specify your state of resid- ce• J
Officer's signature: 'U`�
Type or print officer's name: (t C 1'6
*****************************************
Page 15 of 28
•
SECTION 8
SIGNATURE PAGE
Cie The undersigned proposes to perform all work as listed in the Specification section, for the price(s) stated; and
that all articles supplied under any resultant contract will conform to the specifications herein.
The undersigned agrees to be bound by all applicable laws and regulations, the accompanying specifications
and by City policies and regulations.
The undersigned, by submitting a proposal, represents that:
A) The Proposer has read and understands the specifications.
B) Failure to comply with the specifications or any terms of the Request for Proposal may
disqualify the Proposer as being non-responsive.
The undersigned certifies that the proposal has been arrived at independently and has been submitted without
any collusion designed to limit competition.
The undersigned certifies that all addenda to the specifications has been received and duly considered and that
all costs associated with all addenda have been included in this proposal:
Addenda:No. n D()e through No. n o n e inclusive.
We therefore offer and make this proposal to furnish services at the price(s) indicated herein in fulfillment of
the attached requirements and specifications of the City.
Name of firm: e9-e( COr0 (-; 3 n ( Tn C
Address: 5-9'0 WI ) !o Yn "Roo_ ef-
?4n 5-?(► n p, CA 9 �a
Telephone: 7 60 _ .7,Z 3 Fax : 7 (p() — 2-3` 0
By: G�-�_� Date:
(Signature of Authorized Official. If partnership, signature of one partner.)
Typed Name& Title: IC S V1cr.4. Ce C4 d
11 ;� P�� S��vtl ?CloSio1-0(\c
If corporation, attest: � \ ;
"I'� � �7 �� � n a rk- --
(Corporate officer)
*Corporation n Partnership ❑ Individual
Federal Tax Identification Number(TIN): 9S — 7 0 gg g
Page 16 of 28
ATTACHMENT A
ACKNOWLEDGMENT OF ADDENDA
CITY OF CATHEDRAL CITY, CALIFORNIA
REQUEST FOR PROPOSAL
HVAC MAINTENANCE SERVICES
CLOSE: (DAY OF WEEK), (MONTH -DAY -YEAR), (TIME) (AM/PM)
I/WE HAVE RECEIVED THE FOLLOWING ADDENDA:
If none received, write "None Received"
1. k OnC eei',1-ed 2.
3. 4.
Date
Signature of Proposer
Title
r (on yn J -Tnc
Corporate Name
Page 17 of 28
(111; ATTACHMENT B
STATEMENT OF PROPOSAL
Name of Consultant: TeSe( - �` c Conch "fl(1 t--(N) �r
Mailing Address: 590 I I i G en . % 06- CI
rPK\Or\ t •r 5 C q ,P2 (-/
Contact Person: Tod S� �
Telephone: t!o® 3 - 3C Fax: 7 O - 3,2 3- g9'3
Email: - 5hae L.AJ AeSerri-a ,cc orGY (if? co ton
accepts all the terms and conditions contained in the City of Cathedral City Request for Proposal for HVAC
Maintenance Services and t e ttached agreement for general services (Attachment E):
Z/16( t`^ - 9'
Signature of authorized representative Date
--rba4 5J 6 c 7600-- 3-3 3
Type or print name of authorized representative Telephone Number
TDe S hG LiN) -760-3.23-33(f3
3(f3
Type or print name of person(s) authorized to negotiate contracts Telephone Number
REFERENCES
� 1 ic6k or (YeX; cc, \ - y1 (o- t--)SoC
Reference #1 Telephone Number
1 \q o N . a ra SC( (.7e0-C4 t
Project Title Contact Individual
n CC;L-,,nc C sum \ �(003q) y 3
Reference #2 Telephone Number
?Sto ?c\0.4-1 e-r — (rk; naer\Gnce d SerVice cT2(A(i- Y) Is\
Project Title Contact Individual
1Je55mac) ■ce \o? y r 7te0--3.zSSoso
Reference #3 Telephone Number
1CGZG. C c ; Se _ WG; n f<`anc(2 4 Sere? ;ct ocAeAV
Project Title Contact Individual
Page 18 of 28
m nonnnn r
Z
H
a -, -t .1 FD* cp
-,
n
-fin c co ri7 0 ci) c
� °CD CDCD EA 'a• iUh
d b isfil
a ? y n P, a a n E. O "
o �' � �
7� cD
Pr 1 a ?7 co a �7 0 a . 7d
n a = oo MI C 00 :=0 oo ~ rd ':7 - �. Z CD °. ty =rD O ,s z o LA o b ( Z O C y o ? S '0 5' 2 p C
-,
n C�i7 py .0 PoC 1
0 0 t21 5 = C 2 ril a
O P � 5 E r o Z .4 y
. .4D. N c � 7d kl ∎I •yno — cc) = Zn cD I to n oo co l co 1 „y,3 1 "0 n �] < cD Ro C7 „' h:�y
CI x x 0-. x
O O 00 b CD = W
a.G C ' C O � O � Z O � (') '5' p Cil d til
O O w O h 0 a J P h �]
nr `" = nr n
'� n CD tml
to 1-1
EA cfl sF, EA c ;f; �1 C CD `� CT1 =
p OOpp o 0 imi
� �
o • •,Ctrif r ) (A LA LAL� sA CZ
' -0 d 0 d O > b �6 04 V\,k) d
rii
NO f b
" ,r d
S
zr O03
y cD to
11 0
cD
cD
' o rei
CD r'
Co,' ,:,.....,
VI
N
00
ATTACHMENT D
CITY OF CATHEDRAL CITY
RFP-HVAC MAINTENANCE SERVICES
WALK-THROUGH INSPECTION FORM
I have personally completed the scheduled Pre-Bid Conference and Walkthrough of each of the
buildings listed below and am acting a representative of:
beec TnL
Company Name
The Conference and Walkthrough took place on:
Date
JJ Shock,)
Printed Name
Signature
FACILITIES INCLUDED IN THE CONFERENCE/WALKTHROUGH
Cathedral City Civic Center/Police Dept. 68-700 Avenida Lalo Guerrero, Cathedral City, CA 92234
, ,o4\ 1
61' (V
\,1 o
C
Page 20 of 28
ATTACHMENT E
CITY OF CATHEDRAL CITY,CALIFORNIA
AGREEMENT FOR SERVICES RELATED TO
HVAC SERVICE AND MAINTENANCE
THIS AGREEMENT made and entered into this 1St day of August, 2009 by and between the City of Cathedral
City, a municipal corporation of the State of California, hereinafter called City, and Desert Air Conditioning,
INC,hereinafter called Contractor.
RECITALS
WHEREAS, Contractor has submitted a bid or proposal to City to provide specific services; and
WHEREAS, Contractor is in the business of providing specific services and is aware of the purposes for which
City requires the services; and
WHEREAS, City and Contractor wish to enter into a contract under which City shall purchase the services
described in Contractor's bid or proposal;
THEREFORE,the parties agree as follows:
1. SERVICES TO BE PROVIDED
Contractor agrees to provide services related to HVAC repair and maintenance as detailed in Exhibit A—
Scope of Services and by this reference made a part hereof.
'2. EFFECTIVE DATE AND DURATION
Contractor shall initiate services upon receipt of City's notice to proceed, together with an executed
copy of this Agreement. This Agreement shall become effective upon the date of execution and shall
expire, unless otherwise terminated or extended, on August 1, 2010. All services shall be completed
prior to the expiration of this Agreement. The City and Contractor may agree upon executing up to four
(4)one(1)year contract extensions. The total length of this contract may not exceed five(5)years.
3. COMPENSATION
City agrees to pay Contractor the amounts not exceeding those stated in
Attachment C of the bid document, for performance of those services described therein,which payment
shall be based upon the following applicable terms:
A. Payment will be made in installments based on Contractor's invoice, subject to the approval by
the City. Payment shall be made only for work actually completed as of the date of invoice.
B. Payment by City shall release City from any further obligation for payment to Contractor, for
services performed or expenses incurred as of the date of the invoice. Payment shall not be
considered acceptance or approval of any work or waiver of any defects therein.
C. Contractor shall make payments promptly, as due, to all persons supplying labor or materials for
the prosecution of this work.
D. Contractor shall not permit any lien or claim to be filed or prosecuted against the City on any
account of any labor or material furnished.
E. Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant
to all federal and state laws.
Page 21 of 28
F. If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services
furnished to Contractor or a subcontractor by any person as such claim becomes due, City may
pay such claim and charge the amount of the payment against funds due or to become due the
Contractor. The payment of the claim in this manner shall not relieve Contractor or their surety
from obligation with respect to any unpaid claims.
G. Contractor shall pay employees at least time and a half pay for all overtime worked in excess of
40 hours in any one work week except for individuals under the contract who are excluded under
Federal and California state law.
H. Contractor shall promptly, as due, make payment to any person, co-partnership, association or
corporation, furnishing medical, surgical, hospital care or other needed care and attention
incident to sickness or injury to the employees of Contractor or all sums which Contractor agrees
to pay for such services and all moneys and sums which Contractor collected or deducted from
the wages of employees pursuant to any law, contract or agreement for the purpose of providing
or paying for such service.
I. The City certifies that sufficient funds are available and authorized for expenditure to finance
costs of this contract.
5. ASSIGNMENT/DELEGATION
Neither party shall assign or transfer any interest in nor shall duty under this Agreement without the
written consent of the other and any attempted assignment or transfer without the written consent of the
other party be invalid.
6. SUBMITTING BILLS AND MAKING PAYMENTS
All notices and bills shall be made in writing and may be submitted by personal delivery, mail or fax.
Payments may be made by personal delivery, mail, or electronic transfer. The following addresses shall
be used to transmit notices,bills,payments, and other information:
Contract Manager for City Contract Manager for Contractor
City of Cathedral City Company: Desert Air Conditioning INC
Attn: Pat Milos Attn: Todd Shaw
68-700 Avenida Lalo Guerrero, Address: 590 Williams Road
Cathedral City, California 92234 Palm Springs, California 92264
Phone: (760) 770-0390 Phone: (760) 323-3383
Fax: (760)328-8622 Fax: (760) 323-8983
Email Address: pmilos @cathedralcity.gov Email Address:tshaw @desertairconditioning
7. TERMINATION
The parties agree that any decision by either party to terminate this Agreement before it's due course
shall be accompanied by thirty (30) days written notice to the other party prior to the date termination
would take effect. There shall be no penalty for early termination. If City terminates the contract
pursuant to this paragraph, it shall pay Contractor for services rendered to the date of termination.
8. ACCESS TO RECORDS
City shall have access to such books, documents, papers and records of Contractor as are directly
pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts.
Page 22 of 28
• 9. FORCE MAJEURE
Neither City nor Contractor shall be considered in default because of any delays in completion and
responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of
the parties so disenabled, including but not restricted to, natural disaster, war, civil unrest, volcano,
earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually
severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so
disenabled shall within ten (10) days from the beginning of such delay, notify the other party in writing
of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for
additional compensation. Each party shall, however, make all reasonable efforts to remove or eliminate
such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of
its obligation under the Agreement.
10. NON-DISCRIMINATION
Contractor agrees to comply with all applicable requirements of federal and state civil rights and
rehabilitation statues, rules, and regulations. Contractor also shall comply with the Americans with
Disabilities Act of 1990, and all regulations and administrative rules established pursuant to those laws.
11. INDEMNITY/HOLD HARMLESS
Contractor shall defend, indemnify and hold harmless the City, City Council and each member thereof,
and every officer, employee and agent of the City, from any claim, demand, damage, liability, loss, cost
or expense (including, without limitation, attorneys fees and costs) arising from any intentional, reckless,
negligent, or otherwise wrongful acts, errors or omissions of the Contractor, or any of the Contractor's
tiv employees, or any of its subcontractors arising out of work under this contract.
The City does not, and shall not, waive any rights that it may have against Contractor, any of the
Contractor's employees, or any of its subcontractors under this Section because of the acceptance by the
City, or the deposit with the City, of any insurance policy or certificate required pursuant to this
Contract. The hold harmless indemnification and duty to defend provisions of this Section shall apply
regardless of whether or not said insurance policies are determined to be applicable to the claim,demand,
damage, liability, loss, cost or expense described herein. The City will not be liable for any accident,
loss,or damage to the work prior to its completion and acceptance
12. INSURANCE REQUIREMENTS
Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this
contract. Such insurance shall cover all risks arising directly or indirectly out of Contractor's activities or
work hereunder.
A. Commercial General Liability Insurance
Contractor shall obtain, at contractor's expense, and keep in effect during the term of this
contract, Comprehensive General Liability Insurance covering Bodily Injury and Property
Damage on an "occurrence basis". This coverage shall include Contractual Liability insurance
for the indemnity provided under this contract. The following insurance will be carried:
Page 23 of 28
Coverage Limit
General Aggregate 2,000,000
Products-Completed Operations Aggregate 1,000,000
Personal &Advertising Injury 1,000,000
Each Occurrence 1,000,000
B. Business Automobile Liability Insurance
If Contractor will be delivering any goods or services which require the use of a vehicle,
Contractor shall provide City a certificate indicating that Contractor has business automobile
liability coverage for all owned, hired, and non-owned vehicles. The Combined Single Limit per
occurrence shall not be less than $1,000,000. Said insurance shall name City as an additional
insured and shall require written notice to City thirty (30) days in advance of cancellation. If
Contractor hires a carrier to make delivery, Contractor shall ensure that said carrier complies
with this paragraph.
C. Workers' Compensation Insurance
The Contractor shall take out and maintain during the life of the Contract, Worker's
Compensation and Employers' Liability insurance providing coverage for any and all employees
of Contractor:
a. The required policy shall provide coverage for Workers' Compensation(Coverage A).
b. This policy shall provide coverage for One Million Dollars ($1,000,000) Employer's
Liability(Coverage B).
D. Insurance Carrier Rating
All coverage provided by the Contractor must be underwritten by an insurance company deemed
acceptable by the City. The City reserves the right to reject all or any insurance carrier(s) with an
unacceptable financial rating.
E. Certificates of Insurance
As evidence of the insurance coverage required by the contract, the Contractor shall furnish a
Certificate of Insurance to the City. No contract shall be effected until the required certificates
have been received and approved by the City. The procuring of such required insurance shall not
be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor
shall be obligated for the total amount of any damage, injury, or loss caused by negligence or
neglect connected with this contract.
20. ATTORNEY'S FEES
CO In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the
losing party shall pay such sum as the court may adjudge reasonable attorney fees and court costs,
including witness fees(expert and non-expert), attorney's fees and court costs on appeal.
Page 24 of 28
•
• 21. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES
Contractor shall comply with all applicable federal, state and local laws, rules and regulations, including,
but not limited to, the requirements concerning working hours, overtime, medical care, workers
compensation insurance, health care payments, payments to employees and subcontractors and income
tax withholding contained in Federal and State of California law, the provisions of which are hereby
made a part of this agreement.
22. CONFLICT BETWEEN TERMS
It is further expressly agreed by and between the parties hereto that should there be any conflict between
the terms of this instrument in the proposal of the contract, this instrument shall control and nothing
herein shall be considered as an acceptance of the terms of proposal conflicting herewith.
23. SEVERABILITY
In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any
court of competent jurisdiction, the validity of the remaining terms and provisions shall not be affected to
the extent that it did not materially affect the intent of the parties when they entered into the agreement.
24. COMPLETE AGREEMENT
This Agreement, including the exhibits, is intended both as a final expression of the Agreement between
the parties and as a complete and exclusive statement of the terms. In the event of an inconsistency
between a provision in the main body of the Agreement and a provision in the Exhibit, the provision in
Cy the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and
Exhibit B, Exhibit A shall control. No modification of this Agreement shall be effective unless and until
it is made in writing and signed by both parties. No waiver, consent, modification, or change of terms of
this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent,
modification, or change if made, shall be effective only in specific instances and for the specific purpose
given. There are no understandings, agreements, or representations, oral or written, not specified herein
regarding this Agreement. Contractor, by the signature of its authorized representative, hereby
acknowledges that Contractor has read this Agreement, understands it and agrees to be bound by its
terms and conditions.
Page 25 of 28
IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized
undersigned officer and Contractor has executed this Agreement on the date hereinabove first written.
CITY OF TH RAL CITY
r
8t vg
By: T Scott,Administrative Services Director at
CONTRACTOR
SC� 'I (on 3 � � n n� Todd , ha& �rre c �o r
Print Company, Authorized Representative Name&�fitle
-1)- v5'
Signature of Authorized Representative Date
C:10
Page 26 of 28
EXHIBIT A
SCOPE OF SERVICES
Co
Page 27 of 28
• EXHIBIT B
CONTRACTOR'S PROPOSAL
Ce
Page 28 of 28