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