HomeMy WebLinkAboutStaff Report 115-10TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER
DATE: JANUARY 11, 2010
REPORT TYPE: CONSENT
DEPARTMENT: ADMINISTRATIVE
SERVICES DEPARTMENT
CMR: 115:10
SUBJECT: Approval of a Three Year Term Contract with G&K Services in the Total
Amount of $465,000 for Uniform Rental and Laundry Services
RECOMMENDATION
Staff recommends that Council:
1. Authorize the City Manager or designee to execute the attached contract with G&K
Services in an amount not -to -exceed $155,000 per year (total $465,000 for three year
term) from January 15, 2010 to January 14, 2013 for Uniform Rental/Laundry Services.
DISCUSSION
Scope of Services Description
The scope of work to be performed under the contract is for the Rental/ Laundry of Work
Uniforms for various City departments. Rental Services shall include laundering and repairs of
the uniforms. Options for rented uniforms to be cleaned by individual employees as well as
laundering of city -owned uniforms are also included. Rental of items such as mops, shop towels
and mats are also included. The draft scope of services was reviewed and approved during the
Budget process. Please see Attachment A of the Contract for the complete scope of services.
Summary of Solicitation Process
Work Uniform Rental/Laundry Service
Request for Proposal #131565
Proposed Length of Contract
36 months
Number of Proposals Mailed
7
Total Days to Respond to Proposal
21
Pre -proposal Meeting Date
October 8, 2009
Number of Company Attendees at Pre -
proposal Meeting
9
CMR:115:10
Page 1 of 3
Number of Proposals Received:
3
Company Name
Location (City, State)
Selected
interview?
for
oral.
1. Aramark Uniform Services
San Jose, CA
No
2. G&K Services
Pittsburgh,
CA/Hayward, CA
Yes
3, Prudential
Minneapolis, MN.
Yes
Range of Proposal AmountsSubmitted
$133,649 - $186,671
A Request for Proposal (RFP) Solicitation process was used to determine the most responsive
vendor for staff to recommend a contract with. As part of this selection process, evaluated
criteria with respective weights was developed for the RFP that include such factors as,
Qualifications of the firm, Service, Performance, Environmental Purchasing Practices and Cost.
An evaluation committee consisting of staff from Utilities, Public Works and Administrative
Services reviewed the proposals. Based on the initial review of the three proposals received, the
two firms with the most complete and comprehensive proposals were invited to participate in
interviews. The committee 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, sustainability processes and proposed fee relative to services provided.
G&K Services was selected because they best demonstrated the ability to meet the City's needs
in supplying all the various garments requested. Their written response to the RFP was clear with
detailed explanations of their in-house processes with state -of -the art tracking systems. After
evaluating each proposal on quality of service, quality in performance, sustainability processes
and cost, the panel rated G&K highest in all categories.
RESOURCE IMPACT
Funding for this agreement is provided in the individual department budgets for Fiscal Year,
POLICY IMPLICATIONS
The recommendation is consistent with current City policies.
ENVIRONMENTAL REVIEW
This is not a project under the California Environmental Quality Act (CEQA)
ATTACHMENTS
Attachment A: Contract
CMR:115:10 Page 2 of 3
DIVISION HEAD:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
Greg Pu
Manager, ' . r.. asing . nd Contract
Administration
Lain Perez
Director of Administrative Services
Ja •s 'eene
Ci M : nager
CMR:115:10 Page 3 of 3
FOR: OTHER NON-PROFESSIONAL SERVICES
cm PA1,0 ALTO CONTRACT N( 810 156.5
GENERAL SERVICES AGRE MENT
TIl li$, AGittll,WVINIT made grid uritcsredl. iite on. the 6th clay of January, 2010, by asrid between the C TT -Y
OF PALO AUTO., Cailfsrrnia Clitt' ei'ed Municipal 'C"orporaiion.(" CTI"Y"X end C & 'IC :Services, a
Corporation, located at .12.29 t .trl3 raaia Alm, Pittsburg, C.A. l'eleph ne Number (25)-20341344
(" C"ONTRAC'''O1 "); lit cs, aax lriratic n=ot their nannal cov rants, the Paties hereto tit;,rc0:as fOilowB:.
1. SERVJCrif , CVIV''R, C,1'0R:shalt provide or furnish the services (``Services;") cietcrihcd bi the
Suede of Services, attitched as Exhibit A.
Z. le,XMOTT.S. The Thttowin exhibits are attached to and n*adc a part ofthis Agreement;
x ^`t1.°' -Scope (yt Services
X `13" . SC`+Jttrdid e 0l' erforniairce
"C..'".- C`om ntation
"i7" 1ruaai aeltesl tirentents
0r1 1 IS NOTC'D,t P ITV`lINtXS.':ri:Idf EXIMIT$4l 4 'x lC,II D.
3t 'I' Tii'vl,
'ltv tt;nn of`i1ri Ai rccir3mit is.freni:Januury 15, 2010 to Ja'iiw ry 14, 201:1 inclusive, subject to the
-.provisions of.sobs-Ceti.= ,(b)-rtiicl Section:Q and'V ofihe C_lenernl'l'eims and .Vkidit ans;
4. SCHJ11+)t.IJf,E :()F PlOtrORMAN L. CONTRACTOR shall. c n ktc this+ z$tirvioes within.€he
tatrri:u ' tliia: Agreement., ent, ire a aet sonablyiroropt-#ii 1 timely manner based upon the eirciinistanc s
►ind cl rectum ecrintaalitileatcd tai C`,(NT1 AC iR, ',and if applicable, in accordance' with the
seliednie acqorilt ifi ile'.0.licduiz< ufl ei.toitnancc, cftaelted as K'hibit 13; 'Tithe is ai'ttic essence 10
this A;gteernoiit..
5. COMi'!c SA ':1ON.I'C1R ORIGINAL NAL TE1t1VI.:('LT? shalt pay and CON:TRACTOR agrees to
ar ept as not to exceed crniipera4il.iop. rnr rho to pexfort'ittiitco ri1 th,o ,Services and t+oittthi,rsnblta;
expenses; if any: -
total rltnxirriitlki Jump p. &11111 c.aai} t;.risationiil'Four liutitlrctl and Sixty Five Thousand
doll r ($4CrS,000)
C ON'1:1tAC i'0R it -c es tfiat it cart pertorin'tfite Services kbr or' amount not to exceed Lhc. total
intaxii wui oompcwtioli act !birth above, Any !touts worked 01 eiervices iirfortned by
CON')`R-ACt.'.01it ter. ivliiv}I Ttilyinow wonld.reslilt in a total exceeding. the niixirt'uln amount of
ccnrprlr .ii;tteticika sot forth: above for performance of the .Services shall be at no cost to CITY,
provided agreedto in advance by City and Contractor,
The City has: set ,aside the slim of 7,01.6 dollars (10) for Additional S.eivices,
CONTitACal0R s1io11 pxavide Additional Services only by advanced, written
a ut1iorirntton. from-.ttii; City Manager or designee_ CONTRACTOR, fORt, at the CJ.;l°Y's
reclttest, shalt :gain/tit :a detailed written proposal i'x1u big tt description 1)f:the. atiOpe-of
iotees, ae edule, level of cliort and CONTRACTOR'S proposed Maximum
cetnpensatiort, including reimbursable expense, for such services. es. ConvensatiCiii shalt do
titkasti on Ole hourly Mte, tJet firth above or in lixhilrit C (whielicv r is .applicable), or if
such ,tettos are not applicable, a negotiated lump start. CTIV shall iiot authorize and
1 WV, t oartrioee 1 ,.2009
1J:lthc,L tnaltnvl�'i K$u. ic.49Coitrfrct r?issi}t.doc.
C [ 1~T`-1"lt,r:Cro$, ,f►rlii not iie `forth any Adilitianni nyvierd..ror kehieli payment would
exceed the amount het .1'tu°tla above for Additional ,Scrvie;es, .Payinrrrat t'br Additional
Services is subjceit lo all rcjuirc ncnts and restrrie:iionsin this Agreement.
Ci. (3OMPl'fNSATION A7)TDIT.1ONAI, `f` ItTAS.
:CON sc 1.oR`S canal eazsatiuu Atka for gae)r.rulditiontti 0/ 01 sIxall he the same aas the
original Niro; 0)R..
Ct)N'I RACTOR's ctimpeii ation rates, Shall be:a djustcd effective on .the commence/nem
Of each. Ail ixional Tern], The Finn, stuft coinpon. ation Antonin, hourly rates,- or ids,
whiclievcr. ,appliciihle as.sei orilt..h section 5. above, shall lie adjtaged by a per erittige
curial to the..oltiange fn; the ..Coristtmer Price, Index f'rar Urban w.40 Earners'and
5tarkit's for:tit .Sant `ran eiscoi•Oairaattd- Brat lice area, published by thc' 1.htitecl States
Depar1rrre:tai of Labor tatistaca (111).witiel is published most imMediale1yprreee ing the
e(n6Fttutl etner+t of tlte.ltlatrllcctiije Addltiottnl nnn, which sl,ital:l be cotrtp ied whit the Cri
inabllslrecl iitos1 inri xedi ttely preredit cite commencement -date Of the then expiring tent,
Notvithstttrtclii p the t'cire olitk4_ in iiv event shall CONTRAMOR's, can)pensritlen ale
be inc ased by an a.wiotwi exceeding. live -pe cent of the, rates effective during the
immediately preceding term. Aar -adjustment to CC)NTitAC'fOR's compensation rates
sball be ref ceted in,a written amendment to tit is Agreement
7. INVl)rcipw. sow raf),=itl'V0 t os tKr the -GUY, Attetttieri;-1'rtiiiera 1,4anA'ger fbr+:aaaeia Deprtrtrnetatas
Provided by ffie:V.ity, inv icce. titan ha. quintilted in arrears for. Serviee.s performed, Invokes shall
not bc'submitted more,: frequently. than monthly. Invoices shall provide a detailed statement of
Set vices performed dtiriiig the °iirkfeti ' peri(d end arc enbj .ct to verification by (: i i Y, CITY shall
pay !lie nodispTitod amount ofiiivcaie 0s" within 30 days of teeeipt.
G NR,A;'MRW ANTJ CONDITIONS
A, A(C Itl"I`AN'C , CQNTT'ftAC'KOR 14.P.01$9.: antl agrees to ,aft term and ecr:ttiitions of this
Agrt:teiitent `('Ilia Agmerne nt inelodeS atid'fs .limited. to the teems and ..onntfitinns set forth b
seetions 1 ihaoo ,li r la`Iio* tftcsis goner 1 #er►ni attitoonAitions and the'attcclted o:tlriIAa.
T3. QUAbIliftAtiONK E' ON`D`:t(A : l'Olt represents and Warrants that it has the exporti; a and
clttalli ca#loraq.:te complete the services described in Senior) 1 of this Agreement, entitled
' Si <RVIC.ta ;;, auctLthil.evory individual ehargcd. with iho performance of the services under this
Agree i rn hn stif eient: Skifl_.rindx xperienee and is duly licensed or,certilsed, to the extent such
lteerasi» r i eF3.01. aataor iti required :by law, to perfistm the Srcrviees. CITY exprosly /tries. on
C:ON RAC''1 tiff $ representations regardling Its ;kilts, knowledge, and certification&
N M TO,lt siiatlf liat•forcrl t►il t3tl :ill acc001.tac.t with jjenttralfy aeoepted-Ints1rtest prtte;tices
arttf perfotrttttrten a#atr►clarcls trl. the induality, ineluding all federal, state, arid .Ideal trperation and
saafuty ? egultttioi S,
t . 1ri»a:' I N»1 N` C" .1 #.1 ACT R. It iS under;stood and agreed that in OW per '(qtmiras is of tliia
Agtrce inept, (Y)NTRA TC)It. and any person employed by EXJNTR:AC TO1 shall et all times he
considered ao independent tOli'1.RACxI'C31t and not an agora or employe of CITY.
Co f'ritA,C"'-i'otZ shall be responsible for employing or engaging all persons tteeossaiy to complete
the work t'cctnir c;d-under. this Agri:mienl..
D. '3i)f3#'€ N 'lt, (TOl S. C*TRAC•TO:1t, nary Mart use subeontrxaetots to perform any Services
Oder tith AgreOateni unless CC1NT A ,TOR obtains prior written consent Of cri'Y,
Q 11 it/C1'Oli shall;lye ,sgfefy resl►extsib1e for dimeiing tltc wokOf approved sube entraclors and
'fiketlYerop01160Jon.dno trr enbonutraetnr a: •
) . TES AND GUAR E5 CONTRACTOR RAC TOR Shall be responsible for payment of all %ices, fees,
cnntt`ibaitlous-orcharges upplieable to the e nduct.of CO.NTitAC IOR's lirtsincss.
2
1:3C,rrr ilvtair(av .& (LServi4 . C:malxge*Fin;tt.doo
t#cv., f?cccnhce 1,1009
F. COMPLIANCE WITH LAWS. CONTRAC`T'OR shall iti the performance Of the Services
comply With all applie,ablc federal, state and local laws, ordinances, regulations, and orders.
DAMAGIA To mime OR PRIVATE 'ATE PROPERTY. CONTRACTOR shall, at its scalar
am,'.pense,. repair in land, OT :;14 :the City Manager or designee. shall :direct, zany damage to public or
private.properrty that omits, in connection wiila COhl'I'.liAC 1'OR's perfort;ifa€wo of the Services,
CITY rtmtty d4Gline to app v0 ani4 xrmay withheld paiynwnt in Whole or in part to such oxtotrt a5
ntay; be nocoSsary I4. protein CITY :!.roam :ions beeausc of .defective wuik, Ilot remedied' air,:other
(Waage to.tlie CI1'Y vc.e! rrh ; ion r.xiitnectioti.witli CONTRAC'FOR`s.pert'brtuanec.ofthe Services,
Ct'I`Y s1 al siabrtiit written docninciitation tai support of such withwithhoidirigupon CON RACTOIC's
ro4noSt. When thci,p tinds'described above are reimiovccl, payment shrill be made for amounts
W'itlibeld b aw oftticnt.
N. WAIIRANTIFs. CON'I'.RAC."TOR cx tirt e,ly wftrriitits $btit €ill aerv'it'•cs provided vided under this
A ceneut'shall be petfoti.>led in a professional bird wei'ktnaimlike mmta:titter in ttcccrdanuv with
pin icrrlly l€eaeptua3 With -368s Irac#ices and ; rCon fflnee Sttaiidards of the industry and the
regal rernnnI :of this•;Agrcement, CON'l'RAC":'('Oit.expressly warrants that all matorialai, goods and
f altiipmraa nt. provided lay L'C)N 11t�1i."I"(mE raider this Agreement ;s:h€all. bo 'tit for t'3io particular
pttrposo totcaicloti], :shall b free from defects, ts, and shall conform tc► the requirements of this
A.groe#itietit. CONTRACTOR. Notes to.pr'ot ip►l.y replace or correct any material or service not in
conipilanOe With thetie warrntitieS. including incomplete;, irramt;cs*ratc, Or defcetire out -aerial .or
st;rvic:u, of mte tlrt #I1er.:cv t to CITY'. w£ixritatiics set kith in this section shalt bs; in efti ct for a
perind of One-, year teem Completion of the Ser!vic s and shall survive the completion of #he
ervit,c Ktr I:i6itniiiationm of#1iCs A .rt:0 merit.
i i Nrr o1.uNG C) SJ RYIC ES. CITY may monitor the Services performed under this
Agreerncru'to cletni= trine• 'wlict1tot C ON' 'RAC I OR's work is currrpleti<t b a'satisfactory matmur
and`eonipliea with the provisivats of.ihis Aprctin nt,
.I. C.ItC'Y.'S rft()P T t. Any report's,.iuforrnatiomai data or other material (including copyright
irmtc:scsts developed, collected., assembled, propared, or caused- to. be prcpartxl under this.
/Aftre,rnont -wrll bcoEtrua,fiic:property o1 CITY witltoul.restrictiou;or limitation upon their use and
~vill not, be: nnaald ;avntlnh.la to any antiiv dtnai or orga.uization by .0 t7N`I'R.ACTOR. or its
sialar.,ei.01 tg&s fany vt1hont ilnrPrior written approvel of tltr,:Cr . ity.Mtinager.
a Y.
AI]t)iT CANT Ac TOR agrees to permit CITY,and its:aullrort7,ad reprosniitativcs tt audit, at
any easotsable titre during: the lean' of this Agreement and for three (3) years !'ram the date of
final ri€tyartni t, C!C) i l ItAC T(7R's repoa s portaini.ug to Mattes covered by thin Agrtatiterrt.
CC}NI'RACT.OR a rt cs tv -ii aitttaiu nee:u eic bouts and ienotds in ateniilat ca ivlth gatwtally
seci pted atX0Lm1in x:fsrtrtciplt fnr tit le:4st three. (3) following 00 terms of this Agreement.
i'1C) 114IT'L1 TY WAIVER. No payment, lmat•:tial payincnt, auseptanee, or partial acceptance by
cl`l ralitill operate es a waiiv ,r on the part of CITY of any of it,s:rights under this Agrcctnetit.
M. tNSURANCt, C:ONT .C`i"Cilt, €it Is sok: cost, shall pittbhase: and maintain in full force during.
th torrrr o1°: this A4t'eorni Tit, the± inSiirance eiwcraga described in Exhibit 1), Insurance most be
provided by eon panics with a Best's Kay rating .Of A - N,11 nr biglicr find wld+ It are .artlicrtvisc
a c table to tltc c'3ty's -Irish Isdanajer i`laia city's Risk Manager must approve Uadnrtl'iatos and
60114 sutcd rctcritto." S,, In r ddition, .all policies, endarsoiinents; cctt.if eater audlor binders are
cmtiijcnt to a i'ovnt,is"y tlxv ]visit Mtfiitgor na 16:font and oonfent, CO tRACl:'Olt aluiil obtain A
tlollc-y endlorsermatwt ituOnint the Clty crt i►alti MO as an tiddilioaal.inst]r:ed under .any gprictai
]tali#city aka a.tttomobile poli,E;y, CONTRACTOR shall obtain ati cndorsnrrient stating that the
insurance14 pr'itiaaty enveragr'and Cvill,not.lie canceled or materially reduced in coverage or limits
until after providing 30 ti€tys prior writt n notice of the catttoilat.ion or Modification to the City's
ICiak -Manager. CONTRACTOR t shall provideecraiiic€rtes rx.F srtnh pamlicicst or otter evidence- of
coverage SAtlsfaetorry to C1 T Y's Risk Manager,. togythcr with the requited' ctarioa esinents and
evidence of par,meptt of pr anivan; to -CITY I'TY macturantly with rho execution of this A ;rocrtaeot
and shall, thratiglhoitt the.tainn of this Agreement provide current -certificates evidencing the
recto i i ittsari0taec cavcrta cs•and endorsements to the Cl1'Y'a Risk Mauagor, CONTRACTOR
3
tI7,1011 l);tilriEtSvlti & K 6rViva Ccfcctrdi^.tI Itta1 dcstT
Rev, i7 centhte 1,20Ot
shall include all •snhcontractors' as insured under Its policies or shall obtain and provide to MY
Y
separaw ct iiitie.ates'und endorsements for oath ,subcontractor that met all the regniremeans of this
section . 0o procuring of such requited policies of insurance shall riot operate to limit
CO `T'1t C l R's.linllllilyr or obligation to indemnify CITY tinder this Agreement.
N. 11t)L1) 1A1111rii.F;$$, To the Most extent permitted hy.law and Without limitation by the
provlsiolis of:Scotia' M arilaating to iusuralice, CON'.'1 C r OR shall indemnify, dctfend and hold
litionloss',.aly,:'it$,Coutieli menthes, officers, rs, c mployt ei:t and agents frOrn and against any and. .ill
derxrtji ds, cl tire, rti ti u. , toots, or 11 thjb1tos oi`any .nature, MC -hiding (i, ath rst injury to any
p�{rson; Ilrr€rllorty clluYge r car any ntitu.r ices a»d lrie1uding without limitation all damages, penalties,
bates";and jtrd .rraentS isstlel ted invt st'tgation laid adrnitiistnitive; ;expenses and detusiac- costs,
including, bat not liriaited #ti reaSenable. attorney's fees, courts costs and costs Of alternative
dispute resolution), arising nut r f, or resulting in any way from: in in connection wi11i the
perfOrmancc of -:1Itis Agreement. The CONTRAC TOR's obligations wider this Section .solely
regardless .of VehOrtiof or •not ri liability is 'c:taiscd or contributed to by any negligent (payahe car
active) ;act ;,or ontisiforr of Cl3'Y, cxiropt that the CONTRACTOR. shall not be obligates to
indemnify f r:.Irstllihty arising ion the: sole. negligence .or willful misconduct Alt the CITY: °l
ttceepirar cc .oi' t'h 8civI o by (JTY.sfiatt, not operatc as a wvnli er of the right of incicn itaxfiqtion.
The p visittits taf.#li s ec(ltaft.stit ivs':iltw rtrtialitct lxr cli':tlte . Sezvlces or termination of:tiris
(:nralras 1.
0. NCiN-J)1, Ii `t INATION, As :sot fbrtb in Palo Alto Miinfcipal Code section 2.3t).5 10,
(oN1'RAC`r R ceariit r.�t that in this .performance of this Agatetneot, tt shall not discrinaivatc irl
the er ploytnent of ritzy person because of `the .race, skin color,.gesnder„. ago, religion, disability,
national origin,..aneestrr'y, sexual orientation, hotisinn staitus, Marital ,status, familial status, weight
0 litairltt of kuc,1) verSot C.'i)N l"R/ 1'0lt ackztoWietiges and it has mead told !uncle stands the
prov` s1o» . o.t' ; 0eosin ? !() 5 i1) ant t i Palo Aito I Tztnia spill C,oed4 rolhtrttg to NontliSetifiairi tion
'Requirernentss*te,thospotialties. for violation Ch oi; and a ;ieea to meet all requitement of
Seeti xri 3#1 10liertain-in :itt.nondis riminatien in -em ioyment_
Y. WrillW RS+ COM) EN A iON. CONTRACTOR, by executing this Agreement, certifies that
it is ;eaters of the pi wisiorts vt' tht: tabor Code : of the State of California which require every
turiploycr to e itasirrod against liability for workers' compensation or 10 a1Jt lcrlrI1<. self.iosraraiice
an accordance with, the. provisions of that Cone, and certifies tlttit ii win cortipIS7 with such
plovisiotr. , as; iipp iggpie heforq .Coe thcnci.ug anti during lire performance of -the Services.
TFANIINN110.11, Tlirer city ..1%446 aer may torniittata this Agreement Cause by giving ten
(1#?} clay ' pal rwrtttcaa rzot,co.tliefct fro CON`'l"RACI R. If CONTRACTOR fails tel pt,riorin any
of its°saiateti tlo111r1ations under this Akre ament, aza geld l'ioit tti hit outer rornad[io piovidefi by Jaw,
11xs. C ity l lintel etr May: ter:Minatto This Agreement intmodiatvi.,y Upon writt_ can not 0C cif termtnatron,
UJpon'a eceipt: `of iueik notice Of ti rtniitation, CONTRACTOR, Bill inn uudiiatcly di'bCaxttlnttc
perfora)xianoo: :CITY, OTTY shall pity CONTRACTOR OR Air services satisfactorily performed up to
the effective. lisle of termination, If the termination if for oeaso, CITY rn,ty doduct Rom out h
paynciit ilie,y {)grit cif at;tttal .damage, il` any, sustained, by t 1'1 Y due to Contractor's failure to
portbrrn it t neater till-0kiligai hsis=vndt r tlhxs Ag omaent, UP:ltttn termination, COhlT'RAcToR dial
lruntcdiiatel)r Viii lti+er i t the Cky Manager any and all :collies of studies, sketches, drawings,
'cori s(ltattons, and, other material or predirets, or not ccltnliloted) 'moved .by
CONCON'ilvtaoRoor given to CCN 4. C'l;OR, in connection ction wvith this .Agreement, Snell materials
shalbeetlrii ' rltc i rr poly Of CIT '.
lt. AS'SIO ME TS./. CH iV'GES. This Agreement binds the panties and their successors • and
assiigna to all covenarnti of this Agreement. 'Fills Agreement :erncnt shall not be assigned or transferred
without the prior written consent -orate CITY., No ainerrdrnoaits, thanges Of variations of any kind
arc autliorived without tilt) .writtcn consent :of rho CITY,
S. CONFLICT Ole iN' 1S fl T, In accepting this Agreement, CONT tAC'IOR covenants that it
presently .has no interest; and will not acquire any interest, direct or indirect, financial or
otherwise, whit li would conflict iii :any manner or degree with the performance of this Contract.
:()N`1'RACTOlt further Covertaitt that; in the performance tit this contract, it will not employ
4
t!^0ietM;t ieuwVei [G°,kz<iv#s;w;Corttrast`nitutlalac
Rev. 1).clsinbix 1, 2oo
airy person having such an interest, CONTRACTOR certifies that no City (dicer, employee, or
authoriXed rcpre<settcative has: any t'Inarioial intere4tin.ilia busi►oss oin O `1`RAc"fO , and t1) i no
person •associated 3vltii eontractor has any interest, ditto. or indlieut, which could conflict with the
faithfut lrod0r1txatiO0 of this ContrAut. CONTRACTOR agrees to adviseCITY if arty conflict
a iwesi
T cO't RN NG Jl W: TI)is.ytazltracttlrall lya. + vertx i and inttirpt(;tict by:the laws of rite St€t(C of
�'ti�ii�>1711s�:
!. EN1'111It AE Ritl:+11415NT. This A,greenicri(, including all exktibitS, represett(s the: a titire
agreement between the parties with respcot "te 11io. grlvices tlittl ni y he tiro stibloeit of tltis
Agreement. Any variance in the cxlttti:i(s does net affeni -the : validity Of the Agreement and the
Agicornent itself cnzzfcr l+c :over -any-tonliieting.proviSions in the exhibits. This Agreement
aitparsede } all . prier agreements; eeprcyet? tatio:ns,. Statements, negotiations and undertakings
whi,,thet oral; or ,riiteii;
V. NON -APPROPRIATION. W1 fiATIO `'Fats Agreement is subic t to the fiscal provisions of the (Barter of
the City of,Pnl t Alio and the Palo Alta, Municipal Code. This A.grecmc tt will terminate without
a►}y.p salty (a) tit :* 't1e1 of tiny fi seal' )var in ilk tavcnt litat itmd ate iao# $ipprol>t•it►ttitl for the
following fiscal year*; or '(b) at, any thae within a fiscal year 41 •dt4 event. that. funds are only
alrp►opfintcd for a Datfon of ihr li,cal }ear mid funds for this Coith-actaro no longer available,
Thu S otiuri .shall tuks precedence in dm event of {e conflict Milt any other covenant, term,
conditi in, or provision ofthis Conti:act,
tNyruomOtNcrAttiv Pl+ gR1t i) rtm clurAsxmQ. coNTRAcm dron coiuply:with
rho C'.ity', lnivironniuittrlty Prcfeprcd .Purchasing poltoics which ar .available at 'dm : City's
Pura:.grit; .%Parltlient 'OA 1t arc hworportid by reference and may bo: amended from time to
time:
X. AUTHORITY, lhe..individual(s) rnceouttng this Agreement represent And warrant .that thoylnwo
ibti legal isapaciry and ituthOriCylo dO to Oil i?altali`of titair respective. v e. legal entities,
es:
Y. CONTRACT 'TIMM All ottpluClt if<hoxes da.rtot:ct l?ly,tia tl►is:Cot ot,
.1V WFF. ESS. W.ilklltE01.1, the; parties ltcrctci turvo by their duty ,autltiitiv.,d roffeeapntatiics.cxectited this
Agrcement on tir dsite first above written,
CITY OF.PALO fit,, l`o C.& 66`'11' IC ;tip
(it;,14tittago,r U> D4sigOio
(Reirdred tat) contracts 10;000;atitl'ttvcr)
Approved as to faro)!
Senior Assistant City Attorney
Rcv. t)mrntber t, 21000
ft:\firceiwreiiv (i A`c Tk $arricos Caniffict vitu txlou
City of Palo Alto
CONTRACT ACT NO. S10131565
FOR UNIFORM RENTAL/LAUNDRY SERVICE
AR DIol:''.F.!IiM ii ..,ENERAL SERVICES .4.144F EM.E `[
This Addendum is entered into as of January 6„ 20I 0 ("F. ermai ye Date:"), between (1.1K.
Services, Inc., ("Contractor"), and City; of labs Alto, i California Chartered Municipal Corporation
("City").. This Addisiicltun is intended to modify and amend the l Services Agreement, dated
lirintary J. 201 0, between Supplier and Customer (Agreement' ),
' IIIEREAS. Contractor and City have agreed to a mocliiieailioii,to City's terms and conditions.
NOW, "11111 tl'31'ORJ , Contractor w d `City hereby a =re. as foilcfws
1. Paragrtdpilt t°t,WARRANTIES, of the General " f t r°ms find Conditions of'the
Agreement is herebymodified.as fellows; (a) Deletion of the specific 1ta:ri. utt c; `... �liaill he fit for
flat, particular Citttpo: e: intended.," (h) Deletion of the language: "'The warranties set forth in this
;su,tiof shall be' in effect :for a period or one year from ootnplction of the : em -1 es.tand shall siirViVc
thew rota pi...tion of the Services, or tcrriinta:tion.ol`this .Agreement." (c) The rol I °Mpg lan ,cirtge, is
licr'elay itnclncic(1 at t}rt 'oij.tl of the € a agraph: "Any ;ipplierabie ilatatrfattttu rs' warrantica,shail be.
avarlrahlc.direetl to City froin inanuthettwers. Any Misrepresentation or misstateai c nt rc ut;ding
irtait:rt tl t i lave];, of pritectioni made ley= marlulireuucr(s), or other issue, requires tiny elairn(s)-or causes
of aetie relat d thOet > to eadtlreSsed Witli stUG1a rttanlif c.lurc E and Contractor +ill l rl\ itl0°.rtssislariee
lea ( ity. In such situation; Cuntrtit lor'wVill provide necessary repl ac emenf l,arriieuts in keeping_ with
`C>`olitractor 7s sery tom; ttrtarair tee City: a,r:l<axcrwle ci geS that any garments rented under this agreement are
for zcneral purposes, unless spa,cilrcally Identified as for usefor a specrfie pwposc, such as "flame
resistant". contractor has advised City of the availability arf specialized garments, and City
=acknowtedgos that it ii; solt,l. is responsible. cible l'or s :looting 'appropriategaitknts and Other rental
merchandise 'tor. its employees l yees and -working conditionand has relied on its on nvcstigai: on and not
lipora any rOptcs 11-ation (express cat iitiplied) or statentent by>.(?onllitotor in rn,hkih8 those scicc:ticrtt .
1siY.c.(p as specifically cics,aib d Herein, C,.r ntraeloi' has not made:and does not make any
representation, wa r rnt) cat c:oVoirani, expxo s cis implied, with respect to the merchandise handiise and
services provided under this A ;reeti ent, including their safety or fitness for a laatrti ular'. purpose.'
2. Pa rapli'N :H )LD ti A Km l Ess, ofthc General l'ettns and t tanditioiiw or the:
Agietai'i`rtar7t i l ore li) (1ciou4 in Its.entirety and r plated s, vith the iii11owin ; "To the littlest extent
permitted by and withotil .liii itaa ion by th0 pros i i.ons of se'etiOn.ls,4 relatingto insurance,
(yotnracl0i' shal€mdcrnoify, defend and hold harmless City, its Council members, Akers, employees
and agents front and a airtst:any and all demands, claims, injuries, losses or liabilities of any nature,
includingdeath or rrri ttyj to any person, property damae or any other .loss.and including, without
limitation an daotdgc;'; } tt,attio, 1110; a:td:juelgiia ;rrts, .tistsoeiatc 1 investigation and administrative
exlec.rlseg-,anti dtrlt rise, t OM, ji rvlcidu ;, but etch limited to reitson;cble altorney's lees, eourl. oasts and
Costs Of alternati e disptute ie olui.ien,, arising rant of, of resulting in atisi W<r from the: negligent act or
orniSsion, broach of the Agreement, or willful misconduct of Contractor iii -the fmlbrniance of this
Agreement. ent. Contractor shall not he ohligatecl to indemnify for liability arising from the sole
ne ligenCe of willful iiliScea lust the.City. 'Fite accclatiinu of.the Services by City i;hal1 not
operate as a waiver at he right.0I'indemnification, The provisions ofthis Section survive the
Completion of the Ser 'ices or tcriniaaation„o1 Ibis Contract."
]
3. Paragraph Q, fi?,l M1NATJO14. of he C,lenet'.ail Terms and Conditions of the
Agreement .is hereby deloie•d in its entirety and replaced with. the following: "The City Manager may
terminate this:./ g'eelament without cause by ivink thirty (30) days' prior written notice therm rto
t'oiatrt etor,.and paying to Contlaet r either an early termination payaiiu t (c aleulaated as 59% ttf'the
rverage weekly invoices for the preceding 8 weeks multipliers by the number of weeks. remaining in
ibc c.urraaln tam) or tln arnot tit ecjrtaxl to the replttecratca1t value (less straight-line in monthly depreciation
Over the tlan.ty-Six rnonth'ierm) o the niet7claandise in sQTvr'e.and i:rl itwetittarY for City, whichever is
less. If Contractor fails to perform any of its material obligations under ihi.s Agreement, the Cyity
rnaiiager may t rniiit€atc ihi: Agreement, if following %'i ilt 31 diode,, to Contractor, CoPitrac.tor feeds 10
cure such material tieTttdts Within thirty ( .fie) clay::, and City prcrvides:ar Imo] notice Of failure to eure
and termination date, Upon receipt asuch erotic; pitermination, On the dart, specified C'ontrauor
shall (VS0 i uto pertornnirtc city shaid'retitria all IOW tl merehandise to C0f'tr.aLt(i in good anal
usable condition of pay t'onir'aotol.ys rel lac emeni: value 1.or any trrerehaiglise lost or damaged; City
urill prait l tr e aall etrrlarordcted, l ertnaiac,ntlY tall e llished, or Special. oidcr nicrchanclisc, and will pay
to Contractor ail•:tamounts owcd up to the date cif termination fbr services provided. If117ci terrninrition
is for catuSo, City Way deduet 1`lFom -soh pa3ymen;t the amount o1'actual damage, if any, sustained b
City due to Contractor's ftiillirr,e to perf trrra i[s material obligations' under thi:t Agreement. Upon
termination, Contractor shall immediately deliver to the City Manager any and all copies of studies,
sketches, cdr ar' ngr, cC)i ipnt,Ei"1J.1n; , and other rout `meal or prodrtct5. whether or not completed, prepared
by Contractor -or given to Co.ntraicitor, in connection with this Agreement Such materials shall
beeome he property 'oI'City,"
t, Exhibit., ` eopc of Services, Section 11, g; ba.rrata ed/Re iaair Items, is hereby
deleted in its entirr,,ty"tind replaced with flit' wile City and .Contractor shall detcrrtaine the
conditions under which a damaged garment is repaired or replaced and charges associated with
replacement. Fear :' `fear l "criod and upgrading=shall be determined by tlser and Contractor o.n al
items:"
.5. Exhibit A, Senile + rSon ices, Srce1ion alt, h. Lest Items, is hereby deleted in its
entirety and repiacedwith they following: "Contractor shall specify rePlacement costs for each item
aixl the east will be fixed at adiscounted rite."
ti. Except as specifically modified by this Addendum; tlae "termsof the .1 gt'eenient shall
remain in full -force and
1N W11 i SS Wlµil:1i]EOia, the parties have exeunt , this Addendum as atilt date written. above.
G &: SERVICES, INC.
(0-
Signed
CI'T'Y OF PALO ALTO
Signed:
lNai"ne .W.,. ,.
Title:
EXHIBIT A
SCOPE OF SERVICES
FOR PROVISION OF
UNIFORM RENTAL/LAUNDRY 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. Rental 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.
Contractor must supply bins to store soiled garments for pickup.
b. Rental
The following City of Palo Alto Divisions (with contact names) requires
uniform rental services:
Public Works Streets: 3201 E. Bayshore Rd., Palo Alto, CA 94303,
Bldg. C. -- Dorothy Dale
Public Works Refuse Disposal: 2380 Embarcadero Rd., Palo Alto,
CA 94303 — Dorothy Dale
PW, Facilities Maintenance: 3201 E. Bayshore Rd., Bldg. B. --- Palo
Alto, CA 94303 — Lydia Wallace -Pounds
PW, Facilities Custodial: 3201 E. Bayshore Rd., Bldg. B., Palo Alto,
CA 94303 — Lydia Wallace -Pounds
PW, Equipment Maintenance: 3201 E. Bayshore Rd., Bldg. B., Palo
Alto, CA 94303 — Dinaa Alcocer
CSD, Golf Services: 1875 Embarcadero Rd., Palo Alto, 94303 -
Catherine Bourquin
CSD, Parks Division: 3201 E. Bayshore Rd., Palo Alto, CA -
Catherine Bourquin
PW, Water Quality Control: 2501 Embarcadero Way, Palo Alto, CA
94303 -- Mary Sekator
ASD, Print Services: 250 Hamilton Avenue, Palo Alto, CA 94301,
Level A. — Ty Campbell
Utilities, WGW, 3201 E. Bayshore Rd., Palo Alto, CA 94303 --- Jan
January
6 Rev. January 2009
H:1GreglMarrow\CMR.docm
EXHIBIT A
Utilities Electric, 3201 E. Bayshore Rd., Palo Alto, CA 94303 —
Sandy Grivas/Althea Carter
Utilities Customer Service: 250 Hamilton Avenue, Second Floor,
Palo Alto, CA 94301-- Leslie Clarkson
CSD, Recreation Dept.: 1305 Middlefield Rd., Palo Alto, 94301 ---
Sally Camozzi
CSD, Cubberley Community Center, HR, 4000 Middlefield Rd.,
Palo Alto, 94301 — Amy Johnson
CSD, Art Center, 1313 Newell Drive, Palo Alto, CA 94303 —
Rebecca Barbee
c. Inventory Tracking (Initial Issue, Inventory, Changes)
Contractor shall issue new standard or FR uniforms to employees at the beginning of
the contract. period as specified by each Division. Thereafter, the Contractor shall
maintain sufficient stock to provide complete new uniform sets within one to two
weeks for 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 Division
and is subject to change to meet changing requirements of the City
operations.
Contractor shall track inventory of City -owned garments submitted for
laundry, repair or replacement basis.
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.
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
length, 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.
Contractor should allow for shrinkage on FR garments and standard issue
100% cotton uniforms of about 3"-5".
e. Marking, City Emblems, Name Patches
7 Rev. January 2009
H:IGreglMarrow\CMR. docm
EXHIBIT A
Contractor shall mark or label each leased or City -owned, standard issue
or FR item of clothing clearly but, inconspicuously, to permit
identification of garments by each employee. All patching and threading
on FR garments must be of same FR material.
The Contractor shall furnish and sew on various department emblems,
individual name patches and/or lettering 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 leased and City -
owned standard issue or FR uniform items. Contractor shall supply
hanger racks, shop towel cans and soiled laundry container(s).
Contractor shall pick up soiled garments once a week from 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 leased or City -owned
standard issue or FR uniform items and quantity being picked up for
laundering. Contractor shall 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.
i. Billing
Contractor shall submit invoices monthly. The invoice shall include
account number, names of employees and the number and type of garment
rented and cleaned or laundered only.
Invoices should identify by name, each Department/Division being billed.
Charges for account set up will be as follows:
8 Rev. January 2009
H:\Grcg\Marrow\CMR.docm
EXHIBIT A
a. 1St Delivery Charge will consist of one full set of garments
minus one set.
b. Removal of employee names from billing upon notification of
separation from City or discontinued employment in capacity
requiring uniforni rental/laundry services.
III. Garment Specifications — Standard Issue
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).
High visibility garments must be Class 3 Level.
a. Work Shirt
• Work shirt with lined collar and cuffs
• Long sleeve and short sleeve
• 65% poly/35% cotton and 100% cotton — two options
• Variety of colors -- see list in Scope of Service
• Six or seven -button plain front, plain facing folded straight and flat,
long tuck in tail. Two piece yoke.
• Two button -through pockets
• Men's and women's sizes as required.
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.
c. Work Shirt — Microcheck, geometric pattern
• 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.
d. Work Shirt — Executive
• Work shirt with lined collar and cuffs
• Long sleeve and short sleeve
9 Rev. January 2009
H:IGreg\Marrow\CM R,docm
EXHIBIT A
• 65% poly/35% cotton and 100% cotton — two options
• Variety of colors — see list in Scope of Service
• Six or seven -button plain front, plain facing folded straight and flat,
long tuck in tail. Two piece yoke.
• Two button -through pockets
• Men's and women's sizes as required.
e. Knit Shirt
• Polo style
• 100% woven (spun) polyester
• One chest pocket
• Light blue color
NOTE: All custom sized 100% cotton shirts must have Extra -Long sleeve
lengths.
f. 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 heavy-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.
g. Work Pants - Jeans
• 100% 14 oz. Cotton denim
• Classic 5 -pocket style
• Double stitched seams.
h. Work Pants — Dickies, Jeans
• 100% 14 oz. Cotton denim
• Cell phone -pocket style
• Double stitched seams.
L Coveralls
• Long sleeve, one piece, zipper front
• 100% cotton
10
H;\Oreg\Marrow\CM R.docm
Rev. January 2009
EXHIBIT A
• Pre-shrunk and generously cut for comfortable laying over work
clothing. Safety stitched seams for long-lasting wear.
• Side vent openings, concealed button front.
• Two breast pockets, two slash style front pockets and two rear hip
pockets.
j. Jackets
• Ike style and slash pocket style
• Variety of colors -- especially orange and blue
• 100% cotton and 54% poly/35% cotton.
k. Shop and Lab Coat
• Permanent Press, 65% poly/35% cotton, long sleeves, button front
closure; Unisex
1. Smocks
Wrap -around
m. Vests
Insulated F.R. Nomex, reflective tape; must meet Cal/OSHA
requirements.
Background Color must be either fluorescent red -orange or lime -
yellow (per Construction Safety orders Sec. 1523 eff. 07/20/04).
IV. Miscellaneous Standard Issue Items
a. Mats
3 x5
3x5 Scraper
3x10
4x6
4x6 Scraper
b. Dust Mops
30"
38"
68"
c. Towels
Orange Shop
Print
11
I I AG reg\M a n o w1CM R. d ocrn
Rev. January 2009
EXHIBIT A
Seat
Glass
White bath
V. Garment Specifications — NFPA 70E Standard, Flame Resistant
Contractor shall supply the NFPA 70E Class 3 Safety Apparel
for daytime and nighttime wear (this is due to regulatory
compliance for Minimum Illumination for Nighttime Road Work
a. Work Shirt — ARC Rating 8.7
• Work shirt with lined collar and cuffs
• Long sleeve
• 12% poly/88 % cotton FR Material
• Color: Khaki
• Six or seven -button plain front, plain facing folded straight and flat,
long tuck in tail. Two piece yoke.
• Two button -through pockets
• Men's and women's sizes as required. NOTE: All custom sized FR
shirts must have Extra -long sleeve lengths.
b. Work Pants -- ARC Rating 13.7
• Slack type, plain front, set-in waistband, no cuffs
• 12% poly/88% cotton, FR Material
• Color: Blue Denim
• Non -corrosive heavy-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.
d. Coveralls .-- ARC. Rating 8.7
• Long sleeve, one piece, zipper front
• 12% Poly and 88% cotton, FR Material
• Pre-shrunk and generously cut for comfortable laying over work
clothing. Safety stitched seams for long-lasting wear.
• Side vent openings, concealed button front.
• Two breast pockets, two slash style front pockets and two rear hip
pockets.
e. Coat — ARC Rating 11.1
12
H:\Greg\Marrow\CMR.docm
Rev. January 2009
EXHIBIT A
• Style: Bomber Jacket or similar
• Color: Brown Duck
• 100% cotton and 54% poly/35% cotton., FR Material
f. Vests — ARC Rating 8.6
Insulated F.R. Material, Reflective tape; must meet Cal/OSHA and NFPA
requirements.
Background color must be fluorescent lime -yellow (per Construction
Safety orders Sec. 1523 ef£ 07/20/04), Class Flame Resistant.
13
H:1Greg\Marrow\CMR.docm
Rev. January 2009
EXHIBIT B
SCHEDULE OF PERFORMANCE
Contractor will adhere to the performance schedule requirements set forth in Exhibit A,
Scope of Services and outlined below:
I. IMPLEMENTATION
A contract will be issued to the Contractor for a period of three years
beginning January 15, 2010 through January 14, 2013.
See Items a - Launder
c— Inventory Tracking
d — Measurement of Individuals and,
e — Marking — City emblems/logos
In Section II -Required services (Exhibit A).
II. Activities
a. Weekly — See Item f-Pickup/Delivery in Section II -Required Services
(Exhibit A).
b. Monthly — See Item i-Billing
Item j— Reporting
in Section II -Required Services (Exhibit A).
14
H:10reg\Marrow\CMR.docm
Rev. January 2009
EXHIBIT C
LEASE RATE SCHEDULE
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, for services, shall not
o us�
exceed dt TbOu ti gDollars ($465,000). 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.
E XHIBIT C
DETAILE D RATE SCHEDULE
SECTION 1 — STAND ARD W ORK UNIFOR MS
Item
Colors
(Desired)
Sizes
Qty
per
week
R ental
U nit Cost
per week
(E ach) .
Rent al
City Leases
Garment,
Employee
Launders
Per
Garment/w eek
Vendor launders
City- owned
garment
Per
Garment/week
Brand &
Pr oduct
Code
(sp ecify
below)
Replacement
Cost to City of
Palo Alto
Normal
Wear &
Tear Period
(specify
your W&T
period e .g.
12-24-36
months)
24 to 36
months
1. Work
Shirt
100%
cotton
Lo ng Sleeve or
Sho rt Slee ve
Custom LS
Various
including
O range , gray,
brown, blue,
gre en, white
Denim blue ,
Khaki
Sm -
6XLT
976
$
$429.44
$.35
$.50
Teamwear
$11.50 S-2XL
$16.50 3XL
& up
2. Work Shirt
65 poly/35
Blend
Long Slee ve or
Short Sleeve
Custom LS
Various
including
Orange, gray,
brown, blue,
green, white
Khaki
Microcheck
Sm -
6XLT
407
$ 28
$113.96.
$.22
$ .50
Teamwear
$ 8 .50 S-2XL
24 to 36
months
$lz .oa 3XL
& up
3. Polo
Shirt,
100% spun
poly
Lt. Blue
M-
XXXLT
47
$50
$23. 50
$.40
$.50
Teamwear
$12.00 S-2XL
24 to 36
months
$17.00 3X L
& up
CITY OF PALO ALTO RFP #131565
16
EXHIBIT C
SECTION 1— STAN DARD WORK UNIFORMS
Item
4. Work
Pants
65 poly/35
cotton
Blend
100%
cotton
Custom/ov ersiz
e
Colors
(Desired)
Various,
including
blue, gray
Sizes
W: 30-
50"
Ins: 32-
36"
W: 52-
60"
Ins: 32-
36"
Qty
per
week
199
22
5. Wo rk
Pants/Jeans
100%
cotto n
M en's sizes
Custo m/ov ersi
ze
Blue denim
W: 30-
50"
Ins: 32-
36"
W: 52-
60"
Ins: 38-
40"
484
22
6. Work
Pa nts Je ans/Dickies
100%
Blue
Denim
W: 30-
50"
Ins: 32-
36"
1060
Rental
Unit
Cost
per
week
(Each)
$sa
$636.00
Rental;
Extended
Price per
Week
City Leases
Garment,
Employee
Launders
Per Garment/week
$.30
$.30
Vendor
l aunders
City- owned
garment
Per G arment
$.50
$.50
Brand &
Product
Code
(specify
below)
Teamwear
Repl acement
Cost to City of
Palo Alto
$10.00
$15.00
Normal
Wear &
T ear
Period
(specify
your W&T
period
e .g. 12-24-
36
months)
24 to 36
months
$.40
$.40
$.50
$.50
TBD
$12 .00
$17.00
24 to 36
months
$.48
$.50
Dickies
$14.00
24 to 36
months
CITY OF PALO A LTO RFP #131565
17
EXHIBIT C
cotton
Men's sizes
Custom/over
size
W: 52-
60 "
Ins: 38-
40"
22
$.60
$13.20
$.48
$.50
$19.00
7. Work
Pants / Jeans
Women's sizes
Blue denim
W:
Ins:
5
$.65
$3.25 . '
$.50
$.50
Dickies
$16.00
24 to 36
months
Item
Colors
(Desired)
Sizes
Qty
per
week
R ental
Unit
Cost
per:.
week
(Each)
Rental
Extended `
Price per .
: � We ek
City Leases
Garment,
Employee
Launders
Per Garment/w eek
Vendor
launders
City- owned
garment
Per Garment
Brand &
Product
Code
(specify
below)
Replacement
Cost to City of
Palo Alto
Norm al
Wear &
Tear
Period
(specify
y our W&T
period
e .g. 12-24-
36
months)
8. Coveralls
100%
cotton
65/35
poly/cotton
Blend
Navy,
orange,
blue
V arious
up to 60"
W
197
173
$80;
$.64
$157.80
$.64
$1.00
Teamwear
$16 .00
24 to 36
months
24 to 36
months
$110 74
$.52
$1 .00
$15.00
9. O veralls,
BIB
100%
cotton
Na vy,
denim blue
Various
1
$1.20
$1.20
$1.00
$1.00
Teamwear
$20.00
24 to 36
months
10. Jacket,
Orange,
Various
44
$.75
$33.00
$60
$1. 00
Teamwear
$20.00
24 to 36
CITY OF PALO ALTO RFP #131565
18
EXHIBIT C
Ike
co tto n
Industrial blue
Style or
panel
front
100%
65 poly/
35 cotton
11. Lab
Coats,
Unisex
White
Various
16
12. Smock,
Wraparound
White
One size
2
months
$.60
$1.00
TBD
$20 .00
24 to 36
months
$.60
CITY OF PALO A LTO RFP #131565 19
$1.00
TBD
$20 .00
24 to 36
months
EXHIBIT C
SECTION 1— STANDARD W ORK UNIF ORMS
Item
13. Mats
Colors
(Desired)
Various
Including gray,
brown
Sizes
3'x5'
3'x5' Scraper
3' x 10'
4'x 6'
4'x6'Scraper
Qty
per
week
78
12
24
13
1
14. Dust
M ops
Green
24"
36"
60"
1
12
12
15. Bath
Towels
White
22"x44"
105
16. Shop
To wels
O range
(Automotive)
Gray, white
(printer's)
18 x 18
18 x 18
CITY OF PALO ALTO RFP #131565
1010
20
Rental
Unit Cost
per week
(Each)
1.08
$ 2.00'
$ 27
$ .2.1;6. ..
$: 2.00
$... 08
. 04
$40 40 .
Rental
Ext ended Price per
Week
$84. 24
$24.00
$64.80
$27.69`.
2.00
$:'t60.
20
Brand & Part #
Replacem ent Cost
$50.00
$75.00
$100.00
$85 .00
$50.00
Norm al Wear
& Tear Period
(specify your
W&T p eriod)
N/A
$14.00
$18.00
$20.00
N/ A
$4.00
N/A
$.30
$.50
N/A
EXHIBIT C
Item
17. Print
Towe ls
Colors
(Desired)
Blue
Sizes
18" x 18"
Qtyp er
week
20
18. Glass
Towels #2
Wht/Red
Stripe
16" x 28"
20
19. Seat
covers
White
One size
8
GRAND
TOTAL
Rental
Unit Cost
per week
(Each)
Rental
Extended Price per
We ek
CITY OF PALO ALTO RFP #131565 21
Brand & Part #
Replacement Cost
$ .50
Normal Wear
& Tear Period
(specify your
W&T period)
$ .75
$10 .00
EX HI BIT C
SECTION II — FL AME RESISTANT UNIF ORMS
Item
C olors
(Desired)
Sizes
Qtyper
we ek
Rental
Unit
Cost per
week
(Each)
;'° Rent al '
Ext ended
Price per.
Week
City Leases
Garment,
Employee
L aunders
Per
Garment/week
Vendor
launders
City-
owned
garment
Per
Garment
Brand &
Product
Code
Replacem ent
Cost to City of
Palo Alto
Normal
Wear &
Tear
Period
(specify
your
W&T
period)
24 to 36
months
1. Work Pants
Flame Resistant
ATPV Rating:
11-13.8
Denim Blue
Sm-
XXXXL
583
$ .80
$466 40
$ .60
$ 1 .00
Workrite
$40.00
28 to 42
$60.00
44 & up
2. Shirt - 7 oz.
Fla me Re sistant
A TPV Rating:
5.2 Long Sleeve
Chambray
Blue, Khaki,
Red -
O ra nge or
Lime-
Yellow
Various
583
$ .70
$408.1
$ .56
$ 1.00
Teamwear
$30.00
S to XL
$45 .00 2X L
24 to 36
months
& up
3 Covera lls
Fire Resistant
ATPV Rating:
13.7
Denim,
brown or
Orange
Sm-
5XL
21
$ 1.00
$ 21. 00
$ .80
$ 1.00
Teamwear
$55.00
40 to 54
$80-56&up
24 to 36
months
050809 sm 0100394
-21
EXHIBIT C
SECTION 1I — FLAME RESISTANT UNIFORMS
Item
Colors
Sizes
Qtyper
Rental
Rental
City Le as es
Vendor launders
Brand &
Replacement
Norm al
(Desired)
week
Unit
Cost per
week
Extended
Price per
Garm ent,
Employ ee
Laund ers
City- owned
garment
Product
Code
Cost to City of
Palo Alto
Wear &
Tear
Period
(Each)
Week
Per Garment
Per
Garment/we
ek
(sp ecify
your W&T
period)
4. Coat/Jacket Orange, Various 53 $ 1.2
A RC Rating blue
11.1
88% po ly/12%
cotton
5. Other (Vests) —
F.R . Nomex (safety
material), Reflective
tape, Cal/Ostia std,
ANSI Std High
Visibility, NFPA 70E
Class 3, 8.6 Arc
rating, 100% cotton,
per Construction
Safety Orders Se c.
1523 eff. 07/20/04
Red -
Orange or
Lime -
Yellow
Fluoresce
nt
Sm-
5XL
194
Lease
Only
$ 1.00 $ 1.00 Teamwear $80 - S to XL 24 to 36
m onths
$120 — 2XL &
up
N/A
$1.00
Recomme nd
washing vest at
ho
me. Vest is not
made for
i nd ustrial
washing .
B ulwark
$ 46.00
24 to 36
months
050809 s 0100394-
22
EXHIBIT D
INSURANCE REQUIREMENTS
. T.. n�sp Y ;__ ml
3 +
n - '� f• �'
GFY `milt r,
!w3 L T-4
f�,5 f'I J� f'.05_,4
,i .t �
O, E� J
Hays companies
IDS Center Suite 700 '
80 South Ste Street
Minneapolis, MN 55402 •
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW,
INSURERS AFFORDING COVERAGE
NAIL #
INSURER A:
DleooVSF Property 8 Casualty Ins. CO,
36463
PHONE N. 512-333-3323 FAX No. 612-373-7270
INSURER B:
Fidelity & Guaranty Ins. Co.
35386
INSURED
K Services, Inc. & Its Subsidiaries
5 5999 5 Opus Parkway
Minnetonka, MN 55343
INSUReRc:
United States Fidelity & Guaranty Company
25887
INSURER D:
St. Paul Fire & Marine Insurance Com an
P Y
24787
INSURER E:
INSURER F:
INSURER 0:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME° ABOVE FOR THE POLICY PERIOD INDICATED, N°TwInisTAN°INu
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDEO BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE Ten MS EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY
POLICY
HOP
Adel
EFFECTIVE
EXPIRATION
LTR �
TYPE OP INSURANCE
POLICY NUMBER
DATE
DATE
LIMITS
(MMIDDNY).
(MM105IYY).
GENERAL LIABILITY
EACH OCCURRENCE
1,000,000
A
X
X
COMMERCIAL El ENERAL LIABILITY
0009L00038
12!01!09
DAMACE12/01/08
PR eEI8RENTED
1,000,000
I CLAIMS MADE 0 OCCUR
MPOE (Any one parson).
10,000
PERSONAL & ADV INJURY
1,000,000
GENERAL AGGREGATE
2,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
PRODUCTSCOMPIOP AOG
2,000,000
POLICY n ^ PROJECT I ! LOC
AUTOMOBILELIABILITY .
COMBINED SINGLE LIMIT
A
X
—
ANY AUTO I
0009800089
12!01108
12101/09
(La AccidanN
3,000,000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per Pelson)
X
HIRED AUTOS
BODILY INJURY
X
NONOWNEDAUTOS
'Par Accident)
PROPERTY DAMAGE
(Per Accident)
CANAPE LIABILITY _
AUTO ONLY -EA ACCIDENT
ANY AUTO
OTHER THAN EA ACC
AUTO ONLY: AGG
EXRESSAJMRRELLA LIABILITY
EACH OCCURRPNCE
5,000,000
0
OCCUR 0 CLAIMS MADE
0K05501416
17101106
12/01109
AGGREGATE
5,000,000
R NTION
RETENTION
WORKERS COMPENSATION AND
WC STAR.- OM -
X TORY LIMITS ER
B
EMPLOYERS' LIABILITY
0009W00139 (AOS)
12101/08
12101/09
E.L. EACH ACCIDENT
1,000,000
A
OFFICFRIMEMERfµEMANY P BER EXCLUDED] TOR/PARTNER/EXECUTIVE
00119W00140 (NJ, N
12101/08
12101/09
E.L. DISEASE- EA EMPLOYEE
1,000,000
C
SPECiALPROVISIONBELOW
D009W00141 (AZ, MA, OR, Wi)
12101/08
12/01/09
EL. asEASE-POHCYwar
1,000,000
Note Workers' Compensation coverage Is not provided In Texas.
Contact: Hays Companies for evidence of Workers' Compensation coverage or alternative coverage in the following state: Texas.
Contact: G&K Services, Ina. for evidence of Workers' Compensation coverage in the following states: North Dakota, Ohio, Washington, West Virginia and
Wyoming.
DESCRIP non OF OPERATIONS! LOCATIONS I VEHICLES I EXCLUSIONS ADDEO BY ENDORSEMENT 1 SPECIAL PROVISIONS
It is agreed that the City of Palo'Alto, its Council Members, Officers, Agents and Employees are named as additional insureds on a
primary end non -Contributory basis under the general (lability policy when required by written contract and as respects G&K negligence.
CERTIFICATE HOLDE
CANCELLATION
City of Palo Alto
Attention: Purchasing/Contract Administration
250 Hamilton Avenue
Palo Alto, CA, 94301
5HOUL0 ANY OF THE ABOVE DESCRIBED POLICIES 8E CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 330 DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO
0050 SHALL IMPOSE NO OBLIGATION OR LIABILITY 01 ANY KIND UPON THE INSURER. ITS
AGENTS OR REPRESENTATNES.
AUTHORIZED SIGNATURE.
ACORD 26 (2001108)
® ACORD CORPORATION 1088
050809sm 0100394
23