Loading...
HomeMy WebLinkAboutStaff Report 333-06TO: FROM: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES 3 DATE:SEPTEMBER 25, 2006 CMR: 333:06 SUBJECT:APPROVAL OF CONTRACT WITH PRUDENTIAL OVERALL SUPPLY IN THE AMOUNT OF $140,000 FOR UNIFORM RENTAL SERVICES RECOMMENDATION Staff recommends that Council: Approve and authorize the City Manager or designee to execute the attached contract with Prudential Overall Supply in an amount not to exceed $140,000, from September 1, 2006 to June 30, 2007, for uniform rental services. Authorize the City Manager or designee to exercise the option to renew the contract for the (second and/or third year) provided the contractor is responsive to the City’s needs and the quality of the contractor’s work is acceptable during the first year of the contract. DISCUSSION Scope of Services Description The scope of work to be performed under the contract is for the rental of work uniforms for various City departments. Services include laundering and repair of uniforms and rental of items such as mops, shop towels, and mats. Please see the Agreement for the complete scope of services. Summary of Solicitation Process Uniform Rental Services Proposal Number FAC001DM Proposed Length of Agreement 36 months Number of Proposals Mailed 6 Total Days to Respond to Proposal 21 days Number of Proposals Received:3 Company Name Location (City, State)Selected for oral interview? 1. Prudential Milpitas, CA Yes 2. Cintas South San Francisco, CA Yes 3. Aramark South San Francisco, CA Yes CMR:333:06 PAGE 1 OF 3 An evaluation committee consisting of staff from Utilities, Public Works, Administrative Services and Community Services reviewed the proposals. Three firms were invited to participate in oral interviews. The committee carefully reviewed each firm’s qualifications and submittal in response to the criteria identified in the RFP, as follows: experience of the firm and its account representatives, qualifications and availability of staff to be assigned to the City’s account, proposal quality and completeness, and proposed fee relative to services provided. Prudential Overall Supply was selected because of its streamlined and efficient operations, close proximity to the City, inventory availability, process for resolving problems, and the experience of its staff in working with the City of Palo Alto. RESOURCE IMPACT Funding for this agreement is provided in the 2006-07 Budget. Individual blanket orders will be established with the following departments utilizing the terms in this agreement: Utilities Water- Gas-Wastewater $30,000; Public Works Water Quality Control Plant $22,000; Public Works Operations $20,000; Public Works Equipment Management $15,000; Community Services Parks $7,890; Community Services Cubberley $4,000; Community Services Golf $3,300; Administrative Services Print Shop $1,500; Community Services Lucie Stem Community Center $600; Administrative Services Stores $500. The individual blanket orders tO be established total $104,790, and may be increased up to a total amount of $140,000 as the year progresses. POLICY IMPLICATIONS This recommendation is consistent with current City policies. ENVIRONMENTAL REVIEW This is not a project under the California Environmental Quality Act (CEQA). ATTACHMENTS Attachment A: Agreement. PREPARED BY: ~~~ETR~IA MARROW Buyer CMR:333:06 PAGE 2 OF 3 DEPARTMENT HEAD: CARL Director ot ~dministrative Services CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager CMR:333:06 PAGE 3 OF 3 ATTACHMENT A City of Palo Alto Contract No. GENERAL SERVICES AGREEMENT for Provision of Uniform Rental Services THIS AGREEMENT made and entered into on the __ day of__, 2006, by and between .the CITY OF PALO ALTO (" CITY"), and: Prudential Overall Supply, 1429 N. Milpitas Blvd., Milpitas, CA 95035 (Phone) 408-263-3464 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: o ° SERVICES. CONTRACTOR shall provide or furnish the services ("Services") described in the Scope of Services, attached as Exhibit A. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: ~ "A" - Scope of Services ~ "B" - Schedule of Performance ~ "C" - Compensation ~ "D" - Insurance Requirements l~ "E" - Discrimination Compliance Form CONTRACT IS NOT COMPLETE UNLESS ALL EXttlBiTS ARE ATTACHED. TERM. (a) The term of this Agreement is from September 1~ 2006 to June 30, 2007~ inclusive, subject to the provisions of subsection 3.(b) and Section Q of the General Terms and Conditions. (b)~ Option to extend. CITY has the right to extend the term of this Agreement for _2_additional one year periods (the "Additional Terms"), based upon the same conditions, of the initial term, subject to adjustments for compensation as set forth in Section E of the General Terms and Conditions. CITY shall notify CONTRACTOR in writing of its exercise of its option for an Additional Term not less than thirty (30) days prior to the end of the then current term. CITY’ s exercise of its right to extend the term of this Agreement is not a waiver of the "time is of the essence" provision in Section 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement. 050809 sm 0100394 COMPENSATION. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump sum compensation of dollars ($ .); OR The ($ sum of .) per hour, not to ($); OR dollars exceed a total maximum compensation amount of dollars A sum calculated in accordance with the fee schedule set forth in Exhibit C,; not to exceed a total maximum compensation amount of One hundred Fort’¢ Thousand Dollars ($140,000.00 per ,!ear). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. The City has set aside the sum of dollars ($. ) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth .above for Additional Services. Payment for Additional Services is subj ect to all requirements and restrictions in this Agreement. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is: Demetria Marrow, Dept.: ASD-Purchasing Division, Telephone: 650-329-2500. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. CONTRACT CLOSE-OUT. Six months prior to end of contract or upon termination of contract, all accounts will be reconciled for final count of leased garments, mats, towels, mops and brooms to close-out each account in preparation for final billing. Reconciliation and final billing shall be completed within thirty (30) days after notification of termination of contract or notification of renewal six months prior to expiration. 050809 sm0100394 2 GENERAL TERMS AND CONDITIONS No Co Do Eo Fo Go ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 6 above, these general terms and conditions and the attached exhibits. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled "SERVICES," and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. INDEPENDENT CONTRACTOR. k is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and ’for any compensation due to subcontractors. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’s compensation rates may be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5_ above, may be increased by an amount not to exceed the percentage increase in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-Oakland- San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement of the applicable Additional Term, which shall be compared with the CPI published most !mmediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR’s business. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR’s performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR’s request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. 050809 sm0100394 WARRANTIES. CONTRACTOR expressly warrants that all services provided under this. Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period of__ from completion of the Services and shall survive the completion of the Services or termination of this Agreement. I.MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. L.NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described in Exhibit D. Insurance must be provided by companies with a Best’s Key rating of A-:VII or higher and which are Otherwise acceptable to the Ctiy’s Risk Manager. The City’s Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the City’s Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to CITY’s Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the CITY’s Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements, for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. N.HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section F. relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, emp!oyees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, 050809 sm 0100394 4 Oo Qo No So To fines and judgments, associated investigation and administrative expenses and defense costs,, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative disput~ resolution), , arising out of, or resulting in any way from or in connection with the performance of this Agreement. The CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that the CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willfuI misconduct of the CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Contract. NON-DISCRIMINATION. In the performance of this Contract, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR agrees to meet all requirements of Palo Alto Municipal Code, Chapter 2,30 pertaining to nondiscrimination in employment, including completing the Non-Discrimination Compliance Form, attached hereto as Exhibit E and incorporated herein by this reference. WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days’ prior written notice..thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY, CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to Contractor’s failure to perform its material obiigations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assig~ns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no City Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the state of California. 050809 sm0100394 mo go ENTIRE AGREEMENT. This A~eement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Ageement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Ako and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRITTEN ABOVE. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney APPROVED: Director of Administrative Services Assistant City Manager [CONSULTANT] Title: ~,~d~ (If corp~r~on: Secretary Taxpayer Identification No. (Compliance with Corp. Code § 3 ]3 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) 050809 sm0100394 6 Exhibit A SCOPE OF SERVICES FOR PROVISION OF UNIFORM RENTAL SERVICES I.Introduction Contractor shall provide uniform rental services for various City departments. Services shall include laundering and repair of rented uniforms and laundering of city-owned uniforms. Renta! of items such as mops, shop towels, and mats are also included. II.Required Services A. Launder Contractor shall launder rented garments, garments that are owned by the employee(s) and garments that have been purchased from another vendor. On occasion, individuals may launder rented garments themselves. Rental The following City ofPalo Ako Divisions require uniform rental services: Public Works Streets: 3201 E. Bayshore Rd., Palo Alto, CA 94303, Bldg. C. Public Works Refuse Disposal: 2380 Embarcadero Rd., Palo Alto, CA 94303 Facilities Maintenance: 3201 E. Bayshore Rd., Bldg. B. Facilities Custodial: 3201 E. Bayshore Rd., Bldg. B. Equipment Maintenance: 3201 E. Bayshore Rd., Bldg. B. Golf Services: 1875 Embarcadero Rd., Palo Alto, 94303 Parks Division: 3201 E. Bayshore Rd., Palo Alto, CA Water Quality Control: 2501 Embarcadero Way, Palo Alto, CA 94303 Print Services: 250 Hamilton Avenue, Palo Alto, CA 94301. Level A. Utilities Customer Service, 250 Hamilton Ave., 2n~ Floor Recreation Dept.: 1305 Middlefield Rd., Palo Alto, 94301 C. Initial Issue, Inventory, Changes Contractor shall issue new uniforms to employees at the beginning of the contract period. Thereafter, the Contractor shall maintain sufficient stock to provide complete uniforms within one to two weeks to newly hired employees. The inventory per person per week will be based upon the previous year’s usage and are only estimated for future requirements. The number of changes per employee per week Shall be at the discretion of the department and is subject to change to meet changing requirements of the City operations. D. Measurements of Individuals Contractor shall be responsible for individual measurements and resultant fit of the uniforms. Contractor shall take employee measurements at various City facilities. Contractor shall work with Individual divisions/departments to coordinate dates and times for measurements. 050809 sm0100394 Alterations may be required for certain individuals and Contractor shall supply cost associated with each uniform alteration. The Contractor shall maintain a record of uniform size (pants waist and len~h, shirt size and jacket size) for each employee that has been issued a uniform. Contractor shall add or delete items and quantities used, as required, to meet City’s needs. E.Marking, City Emblems, Name Patches Contractor shall mark or label each item of clothing clearly but, inconspicuously, to permit identification of garments by each employee. The Contractor shall furnish and sew on various department emblems, individual name patches and/or iettering on the back of garments. Name labels and City emblems, provided by contractor, shall be placed on every shirt, jacket and coveralls. Design of the labels and City emblem must receive prior approval by Purchasing before initial issue. F.Pick-up/Delivery Contractor is responsible for pick-up and delivery of all items. Contractor shall pick up soiled garments once a week fi’om various departments/divisions and deliver on hangers to the same location within one week. Contractor shall replace garments not properly washed or ironed within two (2) working days. Contractor shall complete an itemized list of the items and quantity being picked up for laundering. Contractor shalI submit a copy of the itemized list to the unit for reconciliation when the clean garments are returned. Contractor shall remain at the delivery site while the garments are checked in. Contractor shall correct any discrepancy within 24 hours. G.Damaged!Repair Items Contractor shall specify the conditions under which a damaged garment is repaired or replaced and charges associated with each. Wear & Tear period shall be determined by User on all items. H.Lost Items Contractor shall specify replacement costs for each item and the formula used in pro-rating the charges. Contractor shall submit invoices monthly. The invoice shall include account number, names of employees and the number and type of garment rented and cleaned. Garment Specifications Contractor shall supply the ANSI Standard Class 2 Safety Apparel for daytime and Class 3 for nights (this is due to regulatory compliance for Minimum Illumination for Nighttime Road Work). Work Shirt *Work shirt with lined collar and cuffs ,Long sleeve and short sleeve ,65% poly/35% cotton and 100% cotton- two options o Variety of colors - see list in Scope of Service °Six or seven-button plain fi~ont, plain facing folded strai~t and fiat, long tuck in tail. Two piece yoke. 050809 sm 0100394 8 Two button-through pockets Men’s and women’s sizes as required. Refer to sizing chart for Garments for current size requirements. B.Work Shirt- Blue Denim Minimum 7 oz 100% cotton denim Long sleeve Seven-button placket front Shoulder yoke Minimum one pocket Men’s and women’s sizes as required. Refer to sizing chart for Garments for current size requirements. Knit Shirt Polo style 100% woven polyester One chest pocket Light blue color D. Work Pants Slack type, plain front, set-in waistband, no cuffs 65% poly/35% cotton and 100% cotton-two options Variety of colors Non-corrosive heaw-duty brass zipper for the fly Two slack-style front pockets and two set-in hip pockets with a loop and button closing on the left pocket with darts for better fit. Belt loop, center stitched, sewn into waistband Men’s and women’s sizes required. Refer to sizing chart for Garments for current size requirements. E. Jeans 100% 14 oz. Cotton denim Classic 5-pocket style Double stitched seams. Coveralls Long sleeve, one piece, zipper ti~ont 100% cotton Pre-shrunk and generously cut for comfortable laying over work clothing. Safety stitched seams for long-lasting wear. Side vent openings, concealed button ftont. Two breast pockets, two Slash style front pockets and two rear hip pockets. Jackets lke style and slash pocket style Variety of colors - especially orange and blue 050809 sm0100394 100% cotton and 54% poly/35% cotton. H. Shop and Lab Coat ¯Permanent Press, 65% poly/35% cotton, long sleeves, button front closure. I.Vests Background Color must be either fluorescent red-orange or lime-yellow (per Construction Safety orders Sec. 1523 eft. 07/20/04). 050809 sm0100394 10 Item / Colors i Blue Work Shirts, 100% cotton Long steevel X short sleeve X Work shirts, 65 poly/35 cotton long sleevei X shortsleevel X !xmicro-check shirt Work shirt, Denim, 100% cotton long sleeve, denim blue Polo Shirt, 100% woven polyester Color Chart for Garments Work Pants/Jeans I.65 poly/35 cotton~ 100% cotton, blue denim! Denim, blue! Dickies, cell-phone pants t Coveralls, 100% cotton I Jacket, Ike Style, 65 poly/35 cotton Lab coats Mats Blue Dust Mops Sweep Cloths, 36" x36" Shop Towels, 18 x 18 (automotive) Shop Towels, 18 x 18, printer’s Glass Towels #2, 15x30 Other (Vests) F.R. Nomex (safety material), Reflective tape, Cal/OSHA std - N/A 3x41 4x6 3xl 0 30" 60" 42" Denim IOrange I l~Gray IBrown iNavy iWhite X x x I x X X X Green X X X iYellow 11 Sizing Chart for Garments Item / Brand iBRAND Work Shirts, 100% cotton Long sleevei Redkap short sleeve! Redkap Work shirts, 65 poly/35 cotton long sleeve i short sleeve! micro-check shirt Work shirt, Denim, 100% cotton long sleeve, denim blue Redkap Redkap i Edwards Polo Shirt Work Pants/Jeans 65 poly/35 cotton 100% cotton, blue denim Dickies, cell-phone pants Coveralls, 100% cotton Redkap Redkap Redkap Dickies Redkap Jacket, Ike Style, 65 poly/35 cotton Redkap Lab coats Redkap M ats 3x41Kleentex 4x6Kleentex 3xl01Kleentex Dust Mops 30"Milliken 60"Milliken 42"Milliken Sweep Cloths ADI Shop Towels, (automotive)ADI i Shop Towels, printer’s ADI Glass Towels #2 Other (Vests) F.R, Nomex (safety material), Reflective tape, CaI/OSHA std i ¯ !SIZES i iS-XXXLT I IS-XXXLT I S-X~XXLT i i$-XXXLT ~ ~i$-)GXXXLT ~-XXXLTI V@ries V@ries ,Vanes jVaries. !Vanes i iVaries I¯i I 136"x36" i15x3o i !Sm-XXL PAGE 1 2 EXHIBIT B. Schedule of Performance Contractor will adhere to the performance schedule requirements set forth in Exhibit A, Scope of Services. 050809sm 0100394 13 EXHIBIT C. Compensation based upon fee schedule CITY shall pay CONTRACTOR according to the following rate schedule. The maximum amount of compensation to be paid to Contractor, including both payment for services and reimbursable expenses, shall not exceed One Hundred Forty Thousand Dollars ($140,000.00 per year). Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to City. 050809 srn 0100394 14 Item/Cost Work Shirts, 100% cotton Long sleevei short sleeve ~ Work shirts, 65 poly/35 cotton long sleeve l $0.30! short sleeveI $0.301 micro-check shirt ~$0.411 Work shirt, Denim, 100% cotton long sleeve, denim blue $0 47! Polo Shirt 100%o woven pol¥1 $0.351 !Work Pants/Jeans 65 poly/35 cotton $0.371 100% cotton, blue denim $0.42i Denim, blue!$0.48iDickies, cell-phone pantsi $0.68! Coveralls, 100% cotton i $0.70! Jacket, Ike Style, 65 poly/35 cotton $0.85i Lab coats !$0.50~. Mats 3x41 $1.65i 4x61 $2.64i 3x101 $3.30I Dust Mops 30" orange! 60" Bluel 42" Greeni Sweep Cloths, Yellow, 36" x36" Shop Towels, 18 x 18, Red automotive) Shop Towels, 18 x 18, Gray/white, Drinter’s FEE SCHEDULE City Lease/Vendor City-owned/Vendor i City Lease/Employee Launder cost/week I Launder cost/week [Launders cost/week per per garment I Replacement Cost per garment I garment $0.42 $14.50~,$0.19 $0.42 $14.501 $0.19 $13.50, $o.17 $13.50i $0.17 $14.20, $0.64 $0.99 $0.791 $0.251 $0.04I $0.05! $O.lOi $2.70i $t4.50i $0.42’, $0.42! $0.30i $0.301 $0.42 I~$0.22 $14.50!$0.421 $0.22’I $15.501 $0.37 $0.17 $17.50i $0.42 $0.17 $17.501 S0.48!$0.22 $22.50i $31.00 $0.901 $0.39I $29.001 $0.85~$0.85 S19.001 $0.501 $0.34 $30.00 $45.001 $65.001 $15 00 $21.001 $18.0o $0.651 $O.35 $0.35 $0.75! n/a!n/a n/a!n/a n/a.i n/a n/al n/a nlal n/a n/al n/a n/a n/a n/a!nia n/ai n/a Glass Towels #2, 15x30 n/aI n/a Other (Vests) F.R. Nomex (safety material), Reflective tape, CaI/OSHA std $90.00 $2.70!$2.70 page 1 5 EXHIBIT D INSURANCE REQUIREMENTS 050809 sm0100394 16 PRODUCER Marsh ~isk & Insurance Services 4695 MacArthur Court, Suite 700 (949) 399-5800 License #0437153 Newport Beach, CA 92660 370000--2005 x NSURED Prudential Overall Supply, Inc. P.O. Box 11210 Santa AnN, CA 92711 :..:::..~:::!:::,:. i:: ::::::::::::::!:::i i:i:: ~:~::::~:~ :::.:L::.;: .............:: .: ’ .......- ......:::: : .....::.: .:~ ..... .......::-. " ::’.:.::: LOS-000479567-04 ~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS!NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUClES DESCRIBED HEREIN. I COMPANIES AFFORDING COVERAGE " COMPANY A National Fire Insurance Company of Hartford COMPANY B CONTINENTAL iNSURANCE CO. COMPANY C N/A COMPANY D Safety National Casualty Cor~. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED "NAME[~ ’HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE L!MITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO POLICY EFFECTIVE POLICY EXPIRATIONLTRTYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY)DATE (MM/DD/YY)LIMITS GENERAL LIABILITY C2082694228 03/01/06 03/01/07 ’GENERAL AGGREGATE $2,000,000 COMMERCIAL GENERAL UABILITY CLAIMS MADE xL~ OCCUR OVVNER’S & CONTRACTOR’S PROT ~OMOBILE LIABIUTY ANY AUTO L__.~ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS~$2,000 co_rap/collision GARAGE LIABILITY ~ANY AUTO EXCESS LIABILITY WORKERS COMPENSATION AND EMPLOYERS" LIABILITY PRODUCTS- COMP/OP AGG $2,000,000 PERSONAL & ADV INJURY $1,000,000 EACH OCCURRENCE $1,000,000 FIRE DAMAGE (Any one fire) t $300,000 MEG EXP (Any one person) [ $ 15,000 COMBINED SINGLE LIMIT $1,000,000BUA2082694259 CUP2079523401 WC2083973077 (AOS) 03/01/06 ~03/01/06 07/01/05 03/01/07 03/01/07 07/01/06 THE PROPRIETORJ ~ iNCL PARTNERS/EXECUTIVE OFFICERS ARE:EXCLOTHER Excess WC SP1B77CA Employers Liability BODILY INJURY $(Per person) BODILY INJURY (Per accident)$ PROPERTY DAMAGE $ EACH ACCIDENT AGGREGATE EACH OCCURRENCE $25,000,000 AGGREGATE $ ’ 25,000,000 SiR $10,000 I WC STATU- I OTH-x 1 2/31/05 12/31/06 DESCRiPTiON OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS The City of Pato Alto, its council members, officers, agents and employees are named as additional insured for all insured. EL EACH ACCIDENT EL DISEASE-POLICY LIMIT EL DISEASE*EACH EMPLOYEE Limit Sl R (AZ) S~R (CA) $1,000,000 , $1,9oo,__o_o_.0. $1,000,000 2b,UUU,UUU 1,00o,000 500,000 1,000,oo0 operations performed by the named :CERTIFICATE HOLDER.: : ....::: -, . i : .;: .:: : . ’CANCELLATON ’" i :. if! ii i i : THE ’1 SURER AFFORDING COVERAGE WILL ENDEAVOR TO ~IL ~ DAYS WRI~EN NOTICE TO THECity of Palo Alto Purchasina~ and Contract Administration CERTIFICATE HOLDER NAMED HEREIN. BUT FAILURE TO ~IL SUCH NOTICE SHALL IM~S~ NO OBLIGATION OR P, O. Box 10250 LIABILWY OF ANY KIND UPON THE IN~RER AFFORDING COVERAGE, WS AGENTS OR REPRES£NTATIVES. OR ~E Palo Alto, CA 94303 ~SSUER OFmHm CE~T~mCATE ~,~s~ us, ~c, BY: Che~l Schroeder ~ ~ EXHIBIT E NONDISCRIMINATION COMPLIANCE FORM 050809 sm 0100394 1 8 CERTIFICATION OF NONDISCRIMINATION SECTION 410 Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment.. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Name: ~C~ ~ ~,~..~ Title: Signatur~ (P. RINT OR TYPE NAME) Name: Title: (PRINT OR TYPE NAME) Note:The City of Palo Alto, pursuant to California Corporations Code Section 313, requires two corporate officers to execute contracts. *The signature of First Officer* must be one of the following: Chairman of the Board; President; or Vice President. **The signature of the Second Officer** must be one of the following: Secretary; Assistant Secretary;. Chief Financial Officer," or Assistant Treasurer. (In the alternative, a certified corporate resolution attesting to the signaiory authority of the individuals signing in their respective capacities is acceptable.) CITY OF PALO ALTO PAGE 1 OF 1