Loading...
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