HomeMy WebLinkAboutStaff Report 2401-2545CITY OF PALO ALTO
CITY COUNCIL
Special Meeting
Monday, February 12, 2024
Council Chambers & Hybrid
5:30 PM
Agenda Item
6.Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for a
Maximum Compensation Amount Not-to-Exceed $720,000 ($144,000/yr) for the
Purchase of Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status -
not a project.
City Council
Staff Report
From: City Manager
Report Type: CONSENT CALENDAR
Lead Department: Police
Meeting Date: February 12, 2024
Report #:2401-2545
TITLE
Approval of Contract Number C24188120 with Summit Uniforms, LLC for Five Years for a
Maximum Compensation Amount Not-to-Exceed $720,000 ($144,000/yr) for the Purchase of
Police, Fire, and Park Ranger Uniforms and Related Equipment; CEQA status - not a project.
RECOMMENDATION
Staff recommends the City Council approve and authorize the City Manager or their designee to
approve Contract Number C24188120 with Summit Uniforms, LLC for five years for a maximum
compensation amount not-to-exceed $720,000 ($144,000/yr) for the purchase of police, fire, and
park ranger uniforms and related equipment.
BACKGROUND
This contract and subsequent blanket purchase order is for collectively supplying police, fire, and
park ranger personnel with uniforms and equipment. These supplies include uniforms and, for
police staff and park rangers, some equipment worn on the body. For police, this includes ballistic
vests, boots, and duty belts along with most of the equipment on the duty belt (except for a
firearm and body worn camera). Uniforms require tailoring in some cases. Uniforms and related
equipment are essential to maintaining a professional appearance for the community,
performing critical duties, and keeping employees and the public safe. Supplying uniforms to
employees is also part of the labor agreements.
The Police Department, Fire Department, and Community Services Department purchase
uniforms and equipment for their uniformed personnel on a regular ongoing basis. Police staff
include uniform police officers, records staff, animal control officers, and community service
officers. These departments must buy uniforms for all new employees and replace existing
uniforms routinely due to wear. For the police staff, uniforms and ballistic vests are custom-fitted
to each officer, which, in most cases, prevents them from being reused or recycled. Ballistic vests,
worn by some police and fire staff, have a shelf life requiring them to be replaced every five years.
Uniforms are part of the personal protective equipment (PPE) staff uses to mitigate risk of
exposure to common hazards.
ANALYSIS
Table #1: Summary of Request for Proposal
Proposal Description
Proposed Length of Project
Number of Vendors Notified
Number of Proposal Packages Downloaded
Total Days to Respond to Proposal
Pre-Proposal Meeting
Pre-Proposal Meeting Date
Number of Proposals Received
Proposal Price Range
Public Link to Solicitation
manufacturer specifications as currently worn by City staff. The other products inventoried would
effectively have current staff in a different looking uniform from future staff.
It should be noted management staff has been adding less expensive options to the specifications
when practical. For example, for day-to-day use, staff is encouraged to use the polyester uniform,
which is less expensive to the traditional wool uniform, which provide better personal protection.
Some city uniform specifications include field uniforms (sometimes referred to as tactical dress
uniforms or battle dress uniforms) for specific traffic or tactical assignments, paramedic services,
or animal control because rips and tears are more common, and those uniforms are less
expensive to replace or patch.
The previous City supply contract was with Summit Uniforms (contract #C19172451 from 2018-
20231). Costs, in most cases, have risen since the previous contract. The average increase since
2018 is 17%, which represents 2.83% per year. Bullet proof vests increased 25% from six years
ago. Staff recommends the City contract with Summit Uniforms for another five years and staff
will continue to evaluate the specifications for less expensive options that provide the required
protection and professional image.
FISCAL/RESOURCE IMPACT
This contract was created using existing resources. The ”not-to-exceed" cost of this contract is
$144,000 per year across three departments. The Department operating budgets will fund this
contract. Should the budget not be available to service this contract, the individual departments
will seek a budget change within the normal course of the budgeting cycle, which will include
Council authorization. For reference, the cost to outfit a new police officer with uniforms and
equipment is approximately $5,300. Each department expects to have an annual expense of:
STAKEHOLDER ENGAGEMENT
This contract is for purchasing public safety uniforms and equipment and does not involve or
impact any stakeholders.
1 City Council, June 25, 2018, Agenda Item #16, Report # 9267
https://recordsportal.paloalto.gov/Weblink/DocView.aspx?id=2163&dbid=0&repo=PaloAlto
ENVIRONMENTAL REVIEW
ATTACHMENTS
APPROVED BY:
City of Palo Alto General Services Agreement 1 Rev. March 29, 2018
CITY OF PALO ALTO CONTRACT NO. C24188120
GENERAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into on the 12th day of February, 2024, by and
between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”),
and SUMMIT UNIFORMS, LLC, a Limited Liability Company, located at 545 Meridian Ave.,
Suite A, San Jose, CA 95126, Telephone Number: 408-708-0698 (“CONTRACTOR”). In
consideration of their mutual covenants, the parties hereto agree as follows:
1.SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”)
described in the Scope of Services, attached at Exhibit A.
2.EXHIBITS. The following exhibits are attached to and made a part of this
Agreement:
“A” - Scope of Services
“B” - Schedule of Performance
“C” – Schedule of Fees
“D” - Insurance Requirements
CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED.
3. TERM.
The term of this Agreement is from February 12, 2024 to February 11, 2029
inclusive, subject to the provisions of Sections R and W of the General Terms and
Conditions.
4.SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within
the term of this Agreement in a reasonably prompt and timely manner based upon
the circumstances and direction communicated to CONTRACTOR, and if
applicable, in accordance with the schedule set forth in the Schedule of
Performance, attached at Exhibit B. Time is of the essence in this Agreement.
5.COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees
to accept as not-to-exceed compensation for the full performance of the Services
and reimbursable expenses, if any:
The total maximum lump sum compensation of dollars ($ );
OR
The sum of dollars ($ ) per hour, not to exceed a total
maximum compensation amount of dollars ($ ); OR
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 2 Rev. March 29, 2018
A sum calculated in accordance with the fee schedule set forth at Exhibit
C, not to exceed a total maximum compensation amount of One Hundred
Forty-Four Thousand dollars per year ($144,000/year) for a not to exceed
maximum compensation amount of Seven Hundred Twenty Thousand
dollars ($720,000) for all five years.
CONTRACTOR agrees that it can perform the Services for an amount not to exceed
the total maximum compensation set forth above. Any hours worked or services
performed by CONTRACTOR for which payment would result in a total exceeding
the maximum amount of compensation set forth above for performance of the
Services shall be at no cost to CITY.
CITY has set aside the sum of dollars ($ ) for Additional
Services. CONTRACTOR shall provide Additional Services only by
advanced, written authorization from the City Manager or designee.
CONTRACTOR, at the CITY’s request, shall submit a detailed written
proposal including a description of the scope of services, schedule, level of
effort, and CONTRACTOR’s proposed maximum compensation, including
reimbursable expense, for such services. Compensation shall be based on
the hourly rates set forth above or in Exhibit C (whichever is applicable), or
if such rates are not applicable, a negotiated lump sum. CITY shall not
authorize and CONTRACTOR shall not perform any Additional Services for
which payment would exceed the amount set forth above for Additional
Services. Payment for Additional Services is subject to all requirements and
restrictions in this Agreement.
6. COMPENSATION DURING ADDITIONAL TERMS.
CONTRACTOR’S compensation rates for each additional term shall be the
same as the original term; OR
CONTRACTOR’s compensation rates shall be adjusted effective on the
commencement of each Additional Term. The lump sum compensation
amount, hourly rates, or fees, whichever is applicable as set forth in section
5 above, shall be adjusted by a percentage equal to the change in the
Consumer Price Index for Urban Wage Earners and Clerical Workers for the
San Francisco-Oakland- San Jose area, published by the United States
Department of Labor Statistics (CPI) which is published most immediately
preceding the commencement of the applicable Additional Term, which
shall be compared with the CPI published most immediately preceding the
commencement date of the then expiring term. Notwithstanding the
foregoing, in no event shall CONTRACTOR’s compensation rates be
increased by an amount exceeding five percent of the rates effective
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 3 Rev. March 29, 2018
during the immediately preceding term. Any adjustment to
CONTRACTOR’s compensation rates shall be reflected in a written
amendment to this Agreement.
7. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of
this Section 7, a “9204 Public Works Project” means the erection, construction,
alteration, repair, or improvement of any public structure, building, road, or
other public improvement of any kind. Public Contract Code Section 9204
mandates certain claims procedures for Public Works Projects, which are set
forth in “Appendix __ Claims for Public Contract Code Section 9204 Public Works
Projects”.
This project is a 9204 Public Works Project and is required to comply with
the claims procedures set forth in Appendix __, attached hereto and
incorporated herein.
OR
This project is not a 9204 Public Works Project.
8. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project
Manager is Michael Kan, Dept.: Police, Telephone: 650-656-5324. The Project
Manager for Fire: Kevin McNally, Dept.: Fire, Telephone: (650)329-2265. Invoices
shall be submitted in arrears for Services performed. Invoices shall not be
submitted more frequently than monthly. Invoices shall provide a detailed
statement of Services performed during the invoice period and are subject to
verification by CITY. CITY shall pay the undisputed amount of invoices within 30
days of receipt.
GENERAL TERMS AND CONDITIONS
A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of
this Agreement. This Agreement includes and is limited to the terms and
conditions set forth in sections 1 through 8 above, these general terms and
conditions and the attached exhibits.
B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise
and qualifications to complete the services described in Section 1 of this
Agreement, entitled “SERVICES,” and that every individual charged with the
performance of the services under this Agreement has sufficient skill and
experience and is duly licensed or certified, to the extent such licensing or
certification is required by law, to perform the Services. CITY expressly relies on
CONTRACTOR’s representations regarding its skills, knowledge, and certifications.
CONTRACTOR shall perform all work in accordance with generally accepted
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 4 Rev. March 29, 2018
business practices and performance standards of the industry, including all
federal, state, and local operation and safety regulations.
C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the
performance of this Agreement, CONTRACTOR and any person employed by
CONTRACTOR shall at all times be considered an independent CONTRACTOR and
not an agent or employee of CITY. CONTRACTOR shall be responsible for
employing or engaging all persons necessary to complete the work required under
this Agreement.
D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any
Services under this Agreement unless CONTRACTOR obtains prior written consent
of CITY. CONTRACTOR shall be solely responsible for directing the work of
approved subcontractors and for any compensation due to subcontractors.
E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes,
fees, contributions or charges applicable to the conduct of CONTRACTOR’s
business.
F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services
comply with all applicable federal, state and local laws, ordinances, regulations,
and orders.
G. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all
requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum
Wage), as it may be amended from time to time. In particular, for any employee
otherwise entitled to the State minimum wage, who performs at least two (2)
hours of work in a calendar week within the geographic boundaries of the City,
CONTRACTOR shall pay such employees no less than the minimum wage set
forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within
the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR
shall post notices regarding the Palo Alto Minimum Wage Ordinance in
accordance with Palo Alto Municipal Code section 4.62.060.
H. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole
expense, repair in kind, or as the City Manager or designee shall direct, any
damage to public or private property that occurs in connection with
CONTRACTOR’s performance of the Services. CITY may decline to approve and
may withhold payment in whole or in part to such extent as may be necessary to
protect CITY from loss because of defective work not remedied or other damage
to the CITY occurring in connection with CONTRACTOR’s performance of the
Services. CITY shall submit written documentation in support of such withholding
upon CONTRACTOR’s request. When the grounds described above are removed,
payment shall be made for amounts withheld because of them.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 5 Rev. March 29, 2018
I. WARRANTIES. CONTRACTOR expressly warrants that all services provided under
this Agreement shall be performed in a professional and workmanlike manner in
accordance with generally accepted business practices and performance
standards of the industry and the requirements of this Agreement. CONTRACTOR
expressly warrants that all materials, goods and equipment provided by
CONTRACTOR under this Agreement shall be fit for the particular purpose
intended, shall be free from defects, and shall conform to the requirements of this
Agreement. CONTRACTOR agrees to promptly replace or correct any material or
service not in compliance with these warranties, including incomplete, inaccurate,
or defective material or service, at no further cost to CITY. The warranties set
forth in this section shall be in effect for a period of one year from completion of
the Services and shall survive the completion of the Services or termination of this
Agreement.
J. MONITORING OF SERVICES. CITY may monitor the Services performed under this
Agreement to determine whether CONTRACTOR’s work is completed in a
satisfactory manner and complies with the provisions of this Agreement.
K. CITY’S PROPERTY. Any reports, information, data or other material (including
copyright interests) developed, collected, assembled, prepared, or caused to be
prepared under this Agreement will become the property of CITY without
restriction or limitation upon their use and will not be made available to any
individual or organization by CONTRACTOR or its subcontractors, if any, without
the prior written approval of the City Manager.
L. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives
to audit, at any reasonable time during the term of this Agreement and for three
(3) years from the date of final payment, CONTRACTOR’s records pertaining to
matters covered by this Agreement. CONTRACTOR agrees to maintain accurate
books and records in accordance with generally accepted accounting principles for
at least three (3) following the terms of this Agreement.
M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial
acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights
under this Agreement.
N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full
force during the term of this Agreement, the insurance coverage described at
Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A-
:VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk
Manager must approve deductibles and self-insured retentions. In addition, all
policies, endorsements, certificates and/or binders are subject to approval by the
Risk Manager as to form and content. CONTRACTOR shall obtain a policy
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 6 Rev. March 29, 2018
endorsement naming the City of Palo Alto as an additional insured under any
general liability or automobile policy. CONTRACTOR shall obtain an endorsement
stating that the insurance is primary coverage and will not be canceled or
materially reduced in coverage or limits until after providing 30 days prior written
notice of the cancellation or modification to the Risk Manager. CONTRACTOR shall
provide certificates of such policies or other evidence of coverage satisfactory to
the Risk Manager, together with the required endorsements and evidence of
payment of premiums, to CITY concurrently with the execution of this Agreement
and shall throughout the term of this Agreement provide current certificates
evidencing the required insurance coverages and endorsements to the Risk
Manager. CONTRACTOR shall include all subcontractors as insured under its
policies or shall obtain and provide to CITY separate certificates and endorsements
for each subcontractor that meet all the requirements of this section. The
procuring of such required policies of insurance shall not operate to limit
CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement.
O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation
by the provisions of section N relating to insurance, CONTRACTOR shall indemnify,
defend and hold harmless CITY, its Council members, officers, employees and
agents from and against any and all demands, claims, injuries, losses, or liabilities
of any nature, including death or injury to any person, property damage or any
other loss and including without limitation all damages, penalties, fines and
judgments, associated investigation and administrative expenses and defense
costs, including, but not limited to reasonable attorney’s fees, courts costs and
costs of alternative dispute resolution), arising out of, or resulting in any way from
or in connection with the performance of this Agreement. CONTRACTOR’s
obligations under this Section apply regardless of whether or not a liability is
caused or contributed to by any negligent (passive or active) act or omission of
CITY, except that CONTRACTOR shall not be obligated to indemnify for liability
arising from the sole negligence or willful misconduct of CITY. The acceptance of
the Services by CITY shall not operate as a waiver of the right of indemnification.
The provisions of this Section survive the completion of the Services or
termination of this Agreement.
P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510,
CONTRACTOR certifies that in the performance of this Agreement, it shall not
discriminate in the employment of any person because of the race, skin color,
gender, age, religion, disability, national origin, ancestry, sexual orientation,
housing status, marital status, familial status, weight or height of such person.
CONTRACTOR acknowledges that it has read and understands the provisions of
Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination
Requirements and the penalties for violation thereof, and agrees to meet all
requirements of Section 2.30.510 pertaining to nondiscrimination in employment.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 7 Rev. March 29, 2018
Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement,
certifies that it is aware of the provisions of the Labor Code of the State of Califor-
nia which require every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the provisions of
that Code, and certifies that it will comply with such provisions, as applicable,
before commencing and during the performance of the Services.
R. TERMINATION. The City Manager may terminate this Agreement without cause
by giving ten (10) days’ prior written notice thereof to CONTRACTOR. If
CONTRACTOR fails to perform any of its material obligations under this
Agreement, in addition to all other remedies provided by law, the City Manager
may terminate this Agreement immediately upon written notice of termination.
Upon receipt of such notice of termination, CONTRACTOR shall immediately
discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily
performed up to the effective date of termination. If the termination is for cause,
CITY may deduct from such payment the amount of actual damage, if any,
sustained by CITY due to CONTRACTOR’s failure to perform its material obligations
under this Agreement. Upon termination, CONTRACTOR shall immediately deliver
to the City Manager any and all copies of studies, sketches, drawings,
computations, and other material or products, whether or not completed,
prepared by CONTRACTOR or given to CONTRACTOR, in connection with this
Agreement. Such materials shall become the property of CITY.
S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors
and assigns to all covenants of this Agreement. This Agreement shall not be
assigned or transferred without the prior written consent of CITY. No
amendments, changes or variations of any kind are authorized without the written
consent of CITY.
T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants
that it presently has no interest, and will not acquire any interest, direct or
indirect, financial or otherwise, which would conflict in any manner or degree with
the performance of this Agreement. CONTRACTOR further covenants that, in the
performance of this Agreement, it will not employ any person having such an
interest. CONTRACTOR certifies that no CITY officer, employee, or authorized
representative has any financial interest in the business of CONTRACTOR and that
no person associated with CONTRACTOR has any interest, direct or indirect, which
could conflict with the faithful performance of this Agreement. CONTRACTOR
agrees to advise CITY if any conflict arises.
U. GOVERNING LAW. This Agreement shall be governed and interpreted by the laws
of the State of California.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 8 Rev. March 29, 2018
V. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire
agreement between the parties with respect to the services that may be the
subject of this Agreement. Any variance in the exhibits does not affect the validity
of the Agreement and the Agreement itself controls over any conflicting provisions
in the exhibits. This Agreement supersedes all prior agreements, representations,
statements, negotiations and undertakings whether oral or written.
W. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the
Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement
will terminate without any penalty (a) at the end of any fiscal year in the event
that funds are not appropriated for the following fiscal year, or (b) at any time
within a fiscal year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Agreement are no longer available. This Section
shall take precedence in the event of a conflict with any other covenant, term,
condition, or provision of this Agreement.
X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE
REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally
Preferred Purchasing policies which are available at CITY’s Purchasing Division,
which are incorporated by reference and may be amended from time to time.
CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal
requirements of CITY’s Zero Waste Program. Zero Waste best practices include
first minimizing and reducing waste; second, reusing waste and third, recycling or
composting waste. In particular, CONTRACTOR shall comply with the following
zero waste requirements:
• All printed materials provided by CONTRACTOR to CITY generated from a
personal computer and printer including but not limited to, proposals,
quotes, invoices, reports, and public education materials, shall be double-
sided and printed on a minimum of 30% or greater post-consumer content
paper, unless otherwise approved by CITY’s Project Manager. Any
submitted materials printed by a professional printing company shall be a
minimum of 30% or greater post-consumer material and printed with
vegetable based inks.
• Goods purchased by Contractor on behalf of CITY shall be purchased in
accordance with CITY’s Environmental Purchasing Policy including, but not
limited to, Extended Producer Responsibility requirements for products
and packaging. A copy of this policy is on file at the Purchasing Division’s
office.
• Reusable/returnable pallets shall be taken back by CONTRACTOR, at no
additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide
documentation from the facility accepting the pallets to verify that pallets
are not being disposed.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 9 Rev. March 29, 2018
Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties
represent and warrant that they have the legal capacity and authority to do so on
behalf of their respective legal entities.
Z. PREVAILING WAGES
This Project is not subject to prevailing wages. CONTRACTOR is not required to
pay prevailing wages in the performance and implementation of the Project in
accordance with SB 7, if the Agreement is not a public works contract, if
Agreement does not include a public works construction project of more than
$25,000, or the Agreement does not include a public works alteration, demolition,
repair, or maintenance (collectively, ‘improvement’) project of more than
$15,000.
OR
Contractor is required to pay general prevailing wages as defined in Subchapter
3, Title 8 of the California Code of Regulations and Section 16000 et seq. and
Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section
1773 of the Labor Code of the State of California, the City Council has obtained
the general prevailing rate of per diem wages and the general rate for holiday and
overtime work in this locality for each craft, classification, or type of worker
needed to execute the Agreement for this Project from the Director of the
Department of Industrial Relations (“DIR”). Copies of these rates may be obtained
at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide
a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay
the adopted prevailing wage rates as a minimum. Contractor shall comply with
the provisions of all sections, including, but not limited to, Sections 1775, 1776,
1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages.
AA. DIR REGISTRATION. In regard to any public work construction, alteration,
demolition, repair or maintenance work, CITY will not accept a bid proposal from
or enter into this Agreement with CONTRACTOR without proof that
CONTRACTOR and its listed subcontractors are registered with the California
Department of Industrial Relations (“DIR”) to perform public work, subject to
limited exceptions. City requires CONTRACTOR and its listed subcontractors to
comply with the requirements of SB 854.
CITY provides notice to CONTRACTOR of the requirements of California Labor
Code section 1771.1(a), which reads:
“A contractor or subcontractor shall not be qualified to bid on, be listed in a bid
proposal, subject to the requirements of Section 4104 of the Public Contract
Code, or engage in the performance of any contract for public work, as defined
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 10 Rev. March 29, 2018
in this chapter, unless currently registered and qualified to perform public work
pursuant to Section 1725.5. It is not a violation of this section for an
unregistered contractor to submit a bid that is authorized by Section 7029.1 of
the Business and Professions Code or Section 10164 or 20103.5 of the Public
Contract Code, provided the contractor is registered to perform public work
pursuant to Section 1725.5 at the time the Agreement is awarded.”
CITY gives notice to CONTRACTOR and its listed subcontractors that
CONTRACTOR is required to post all job site notices prescribed by law or
regulation and CONTRACTOR is subject to SB 854-compliance monitoring and
enforcement by DIR.
CITY requires CONTRACTOR and its listed subcontractors to comply with the
requirements of Labor Code section 1776, including:
Keep accurate payroll records, showing the name, address, social security
number, work classification, straight time and overtime hours worked each day
and week, and the actual per diem wages paid to each journeyman, apprentice,
worker, or other employee employed by, respectively, CONTRACTOR and its
listed subcontractors, in connection with the Project.
The payroll records shall be verified as true and correct and shall be certified and
made available for inspection at all reasonable hours at the principal office of
CONTRACTOR and its listed subcontractors, respectively.
At the request of CITY, acting by its project manager, CONTRACTOR and its listed
subcontractors shall make the certified payroll records available for inspection or
furnished upon request to the project manager within ten (10) days of receipt of
CITY’s request.
[For state- and federally-funded projects] CITY requests CONTRACTOR
and its listed subcontractors to submit the certified payroll records to the
project manager at the end of each week during the Project.
If the certified payroll records are not produced to the project manager within
the 10-day period, then CONTRACTOR and its listed subcontractors shall be
subject to a penalty of one hundred dollars ($100.00) per calendar day, or
portion thereof, for each worker, and CITY shall withhold the sum total of
penalties from the progress payment(s) then due and payable to CONTRACTOR.
Inform the project manager of the location of CONTRACTOR’s and its listed
subcontractors’ payroll records (street address, city and county) at the
commencement of the Project, and also provide notice to the project manager
within five (5) business days of any change of location of those payroll records.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
City of Palo Alto General Services Agreement 11 Rev. March 29, 2018
BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the
case of any conflict between the terms of this Agreement and the exhibits hereto
or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of
any conflict between the exhibits hereto and CONTRACTOR’s proposal, the
exhibits shall control.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
CONTRACT NO. C24188120 SIGNATURE PAGE
IN WITNESS WHEREOF, the parties hereto have by their duly authorized
representatives executed this Agreement as of the date first above written.
CITY OF PALO ALTO
____________________________
City Manager
APPROVED AS TO FORM:
__________________________
City Attorney or designee
SUMMIT UNIFORMS, LLC
By:_____________________________
Name:__________________________
Title:___________________________
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
General Manager
Paul Comaroto
(rev. Feb 16, 2023)
EXHIBIT A
SCOPE OF SERVICES
CONTRACTOR shall provide new uniforms, accessories and alterations for the City of
Palo Alto’s Public Safety Personnel.
The City is responsible for outfitting Police, Fire, and Park Ranger personnel with
uniforms and related apparel and equipment. The price lists for each personnel group
are attached and staff anticipates minimal changes in these lists for the duration of the
agreement.
CONTRACTOR shall provide uniform needs including tailoring and equipment to
meet all requirements for police, fire, park rangers, community service officers,
animal services, and support services staff.
There are approximately 270 Public Safety employees who will be replacing
uniforms on an as-needed basis. These include but not limited to the following:
• Police: Sworn Officers, Community Service Officers, Animal Control Officers,
support staff
• Fire: Firefighters, Captains, Chiefs, EMTs, Paramedics, support staff
• City: Park Rangers
• Newly hired personnel will require a complete set of the uniform.
Authorization Form
Employees will come to the store to select products and/or to be fitted. Each
employee must bring an authorization form signed by an authorized person.
Vendor must not accept orders without this authorization form. No phone orders
are allowed unless they are placed by the authorized person. The City will supply
the selected vendor with list of authorized persons.
General Specifications
The CONTRACTOR shall:
1. Operate a full-time retail store within 25 miles of Palo Alto with the
following minimum requirements:
a. The store must be open a minimum of 5 days a week from 1000-1700
hours
b. Two or more full-time tailors on location
c. Two or more persons working at the store in a customer service capacity
d. A primary single point of contact knowledgeable and familiar with police
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
equipment and uniforms who is available during store hours for
questions and has the authority to make updates to the uniform
specifications on an as needed basis
e. One or more employees with a minimum of one-year experience fitting
police officers for ballistic vests
2. Provide a maximum alteration turn-around time on all orders of 5 business days
3. Have the ability to loan new products on a “demo” basis
4. Provide emergency (same day or next business day) alterations / outfitting for
unanticipated, exceptional, occasions (such as funerals) within reason
5. Maintain a regular inventory of all items outlined within the SCHEDULE OF FEES
and to have them available in a full range of standard, common sizes
6. Be able to supply appropriate uniforms for Law Enforcement and Fire
Academies held within Santa Clara County
7. Provide services and goods on an as needed basis
CONTRACTOR shall be able to provide one or more current service representative
names and contact details from each of the below listed company (for the purpose of
reference checks – limited to customer service questions only):
Purchase Authorization
CONTRACTOR shall provide uniform needs including tailoring and equipment to meet all
requirements for the above listed staff pursuant to a purchase authorization granted by
the department chief and/or designated staff member(s) for each department
(“authorized purchasing staff”). The City is responsible for maintaining an updated list of
authorized purchasing staff members and communicating that list to CONTRACTOR in a
timely manner at the beginning of the contract period and whenever changes are made
to the staff assignments.
CONTRACTOR may accept orders properly authorized by paper purchase order form,
email, phone, or face-to-face contact with the authorized purchasing staff.
CONTRACTOR is required to specify the cost for alterations as outlined within this the
SCHEDULE OF FEES and to specify whether the charges are included in the original item
price or if the charges are additional. Any pricing that is not submitted shall be assumed
to be included in the purchase price.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
Authorized purchasing staff may periodically discuss and accept changes to individual
items within the SCHEDULE OF FEES and any corresponding incremental pricing
updates under any of the following conditions:
• A manufacturer discontinues a product line, but offers an updated item OR the
affected department agrees to substitute a comparable item with similar
functionality from a different manufacturer
• A department updates its uniform specifications due to operational changes
(i.e. a department- wide switch in duty weapon necessitates new holsters and
magazine pouches)
• A department updates its uniform specifications in response to updates in
technology, government standards, or best practices (i.e. a switch to the most
current ballistic vests from a prior model under an older standard)
Contract pricing bid shall be applied to ANY City department, regardless of where it
falls within the schedule of fees (Exhibit C). The schedule of fees is simplified to avoid
some of the redundancy in cases where multiple departments utilize the same uniform
equipment, clothing, or accessories.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
EXHIBIT B
SCHEDULE OF PERFORMANCE
CONTRACTOR shall perform the Services on an as needed basis.
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
EXHIBIT C
SCHEDULE OF FEES
CITY shall pay CONTRACTOR according to the following fee schedule. The maximum
amount of compensation to be paid to Contractor, including both payment for
services and reimbursable expenses, shall not exceed One Hundred Forty-Four
Thousand dollars per year ($144,000/year) and Seven Hundred Twenty Thousand
dollars ($720,000) for all five years. 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.
YEAR 1 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES
Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO
and support, green/ tan for animal control
1 Wool Pants Fechheimer 32289 $119.00
2 Poly-Lycra pants Fechheimer 39489 $89.00
3 BDU pants Blauer 8831 $69.00
4 Training cargo pants (various
colors)
5.11 Stryke $89.00
5 SWAT TDU pants (SWAT
color)
5.11 $69.00
6 Bike shorts Blauer 8841-1 $99.00
7 CSO shorts 5.11 73285 $-
8 Rain Pants (navy blue or black) 5.11 48057 $119.00
9 Pants Belt (black) Boston Leather $39.00
10 LS wool shirt/ silver P's on
epaulette
Elbeco 437 $99.00
11 SS wool shirt/ silver P's on
epaulette
Elbeco 4237 $89.00
12 LS heavy wool shirt/ silver P's
on epaulette
on epaulette
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
27 SS BDU shirt Blauer 8741 $69.00
28 LS ArmorSkin polo for external
vest wear
vest wear
SWAT TDU shirt (SWAT color)
(Animal Control)
$32.00
43 Traffic safety vest w/star patch Blauer 339P $59.00
44 Black Tie S. Broome $10.00
45 PAPD Star Tie Bar Hookfast $14.00
46 PAPD Star Tie Tac Hookfast $12.00
47 PD shoulder patches paid for
by department, but held at store
YEAR 1 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control).
SCHEDULE OF FEES
Line Item Description Manufacture Model/St... Unit Cost
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
16 OC spray pouch Bianchi 7907 $36.00
17 Universal radio holder Bianchi 7914S $59.00
18 Silent key holder Bianchi 7916 $29.00
19 Compact light holder (Strion-
size)
Bianchi 7926 $22.00
20 Flat glove pouch Bianchi 7928 $29.00
21 Glove pouch Bianchi 7915 $29.00
22 Baton holder Bianchi 7904 $69.00
YEAR 1 POLICE MOTOR OFFICERS SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 Boots All American $549.00
2 Breeches 5.11 $199.00
3 Helmet Shoei $549.00
YEAR 1 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 16 oz. wool pants Flying Cross SFFDTRS01 $119.00
2 EMS pants Propper $69.00
3 TDU pants (navy blue) 5.11 74003-724 $69.00
4 Pants belt Boston Leather (see above) $36.00
5 SS wool shirt Elbeco 4237 $89.00
6 LS wool shirt Elbeco 437 $99.00
7 SS white shirt Elbeco 867 $44.00
8 LS white shirt Elbeco 877 $54.00
9 SS light blue shirt Elbeco 868 $44.00
10 EMS Jacket 5.11 $-
11 Duty Jacket (navy blue) Blauer 6120 $179.00
12 Double-breasted jacket Fechheimer X917B90- $369.00
13 Blue Bell Cap - plain bill None $109.00
14 Blue Bell Cap - plain bill None $109.00
15 Tie Samuel Boome $10.00
16 Tie Bar Vanguard $8.00
17 Maltese cross Blackinton $14.00
18 Collar insignia - button Blackinton $24.00
19 Collar insignia - cut out silver Blackinton $34.00
20 Collar insignia - cut out gold Blackinton $34.00
21 Badge holder Strong $26.00
22 Shoulder patches Schweitez $14.00
23 Sleeve stripe None $50.00
24 Boots Danner 18102 $349.00
25 Boots Danner 18051 $299.00
26 Boots Thorogood 804-6037 $169.00
27 Additional boots may be
specified as new styles arrive
- Authority outlined in Exhibit
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
YEAR 1 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 Class A pants (wool/ poly)
forest green
2 Class B pants (cotton/ poly)
forest green
Ben Davis
3 Class B pants OD green Blauer 8810
4 Pants Belt Boston Leather
5 SS RANGER shirt (tropical
weave silver/ tan) $79.00
6 LS RANGER shirt (tropical
weave silver/ tan) $89.00
7 SS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $36.00
8 LS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $39.00
9 Duty Jacket OD green Blauer 9820-60 $369.00
10 Straw campaign hat (tan w/
grommets)
Stratton $129.00
11 Coveralls Dickies $59.00
12 Leather glove holder Dickies $16.00
13 Leather key silencer Dickies $25.00
14 Leather flashlight holder Dickies $22.00
15 Leather multi-tool holder Dickies $-
16 Leather M K3 size OC holder Dickies $34.00
YEAR 1 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES
Line Item Description Manufacturer Model /S ... Unit Cost
1 Cloth nametag None $12.00
2 Metal nametag for formal shirt None $15.00
3 Metal nametag for IKE/ formal
jacket
None $15.00
4 Zippers for shirts None $20.00
5 Chevrons None $9.00
6 Hash marks None $2.00
7 Take in shirt sides None $25.00
8 Shorten shirt sleeves None $25.00
9 OVERSIZE CHARGES for
larger than 2XL
None $-
Year 2
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
YEAR 2 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES
Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO
1 Wool Pants Fechheimer 32289 $120.19
2 Poly-Lycra pants Fechheimer 39489 $89.89
3 BDU pants Blauer 8831 $69.69
4 Training cargo pants (various
colors)
5.11 Stryke $89.89
5 SWAT TDU pants (SWAT
color)
5.11 $69.69
6 Bike shorts Blauer 8841-1 $99.99
7 CSO shorts 5.11 73285 $-
8 Rain Pants (navy blue or black) 5.11 48057 $120.19
9 Pants Belt (black) Boston Leather $39.39
10 LS wool shirt/ silver P's on
epaulette
Elbeco 437 $99.99
11 SS wool shirt/ silver P's on
epaulette
Elbeco 4237 $89.89
12 LS heavy wool shirt/ silver P's
on epaulette
on epaulette
vest wear
vest wear
SWAT TDU shirt (SWAT color)
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
37 Fleece jacket w/ nametag
(Animal Control)
$32.32
43 Traffic safety vest w/star patch Blauer 339P $59.59
44 Black Tie S. Broome $10.10
45 PAPD Star Tie Bar Hookfast $14.14
46 PAPD Star Tie Tac Hookfast $12.12
47 PD shoulder patches paid for
by department, but held at store
YEAR 2 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control).
SCHEDULE OF FEES
Line Item Description Manufacture Model/St... Unit Cost
YEAR 2 POLICE MOTOR OFFICERS SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
2 Breeches 5.11 $200.99
3 Helmet Shoei $554.49
YEAR 2 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 16 oz. wool pants Flying Cross SFFDTRS01 $120.19
2 EMS pants Propper $69.69
3 TDU pants (navy blue) 5.11 74003-724 $69.69
4 Pants belt Boston Leather (see above) $39.39
5 SS wool shirt Elbeco 4237 $89.89
6 LS wool shirt Elbeco 437 $99.99
7 SS white shirt Elbeco 867 $44.44
8 LS white shirt Elbeco 877 $54.54
9 SS light blue shirt Elbeco 868 $44.44
10 EMS Jacket 5.11 $-
11 Duty Jacket (navy blue) Blauer 6120 $180.79
12 Double-breasted jacket Fechheimer X917B90-01 $372.69
13 Blue Bell Cap - plain bill None $110.09
14 Blue Bell Cap - plain bill None $110.09
15 Tie Samuel Boome $10.10
16 Tie Bar Vanguard $8.08
17 Maltese cross Blackinton $14.14
18 Collar insignia - button Blackinton $24.24
19 Collar insignia - cut out silver Blackinton $34.34
20 Collar insignia - cut out gold Blackinton $34.34
21 Badge holder Strong $26.26
22 Shoulder patches Schweitez $14.14
23 Sleeve stripe None $50.50
24 Boots Danner 18102 $352.49
25 Boots Danner 18051 $301.99
26 Boots Thorogood 804-6037 $170.69
27 Additional boots may be
specified as new styles arrive
- Authority outlined in Exhibit
YEAR 2 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
forest green
2 Class B pants (cotton/ poly)
forest green
3 Class B pants OD green Blauer 8810
4 Pants Belt Boston Leather
5 SS RANGER shirt (tropical
weave silver/ tan) $79.79
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
6 LS RANGER shirt (tropical
weave silver/ tan) $89.89
7 SS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $36.36
8 LS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $39.39
9 Duty Jacket OD green Blauer 9820-60 $372.69
10 Straw campaign hat (tan w/
grommets)
Stratton $130.29
11 Coveralls Dickies $59.59
12 Leather glove holder Dickies $16.16
13 Leather key silencer Dickies $25.25
14 Leather flashlight holder Dickies $22.22
15 Leather multi-tool holder Dickies $-
16 Leather M K3 size OC holder Dickies $34.34
YEAR 2 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES
Line Item Description Manufacturer Model /S ... Unit Cost
1 Cloth nametag None $12.12
2 Metal nametag for formal shirt None $15.15
3 Metal nametag for IKE/ formal
jacket
None $15.15
4 Zippers for shirts None $20.20
5 Chevrons None $9.09
6 Hash marks None $2.02
7 Take in shirt sides None $25.25
8 Shorten shirt sleeves None $25.25
9 OVERSIZE CHARGES for
larger than 2XL
None $-
Year 3
YEAR 3 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES
Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO
and support, green/ tan for animal control
Line Item Description Manufacturer Model/St... Unit Cost
1 Wool Pants Fechheimer 32289 $121.39
2 Poly-Lycra pants Fechheimer 39489 $90.79
3 BDU pants Blauer 8831 $70.39
4 Training cargo pants (various
colors)
5.11 Stryke $90.79
5 SWAT TDU pants (SWAT
color)
5.11 $70.39
6 Bike shorts Blauer 8841-1 $100.99
7 CSO shorts 5.11 73285 $-
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
8 Rain Pants (navy blue or black) 5.11 48057 $121.39
9 Pants Belt (black) Boston Leather $39.78
10 LS wool shirt/ silver P's on
epaulette
Elbeco 437 $100.99
11 SS wool shirt/ silver P's on
epaulette
Elbeco 4237 $90.79
12 LS heavy wool shirt/ silver P's
on epaulette
on epaulette
vest wear
vest wear
SWAT TDU shirt (SWAT color)
w/embroidery
(Animal Control)
$32.64
43 Traffic safety vest w/star patch Blauer 339P $60.19
44 Black Tie S. Broome $10.20
45 PAPD Star Tie Bar Hookfast $14.28
46 PAPD Star Tie Tac Hookfast $12.24
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
47 PD shoulder patches paid for
by department, but held at store
YEAR 3 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control).
SCHEDULE OF FEES
Line Item Description Manufacture Model/St... Unit Cost
YEAR 3 POLICE MOTOR OFFICERS SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1
YEAR 3 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
7 SS white shirt Elbeco 867 $44.88
8 LS white shirt Elbeco 877 $55.09
9 SS light blue shirt Elbeco 868 $44.88
10 EMS Jacket 5.11 $-
11 Duty Jacket (navy blue) Blauer 6120 $182.60
12 Double-breasted jacket Fechheimer X917B90-01 $376.42
13 Blue Bell Cap - plain bill None $111.19
14 Blue Bell Cap - plain bill None $111.19
15 Tie Samuel Boome $10.20
16 Tie Bar Vanguard $8.16
17 Maltese cross Blackinton $14.28
18 Collar insignia - button Blackinton $24.48
19 Collar insignia - cut out silver Blackinton $34.68
20 Collar insignia - cut out gold Blackinton $34.68
21 Badge holder Strong $26.52
22 Shoulder patches Schweitez $14.28
23 Sleeve stripe None $51.01
24 Boots Danner 18102 $356.01
25 Boots Danner 18051 $305.01
26 Boots Thorogood 804-6037 $172.40
27 Additional boots may be
specified as new styles arrive -
Authority outlined in Exhibit A
YEAR 3 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
2 Class B pants (cotton/ poly)
forest green
3 Class B pants OD green Blauer 8810
4 Pants Belt Boston Leather
5 SS RANGER shirt (tropical
weave silver/ tan) $80.59
6 LS RANGER shirt (tropical
weave silver/ tan) $90.79
7 SS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $36.72
8 LS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $39.78
9 Duty Jacket OD green Blauer 9820-60 $376.42
10 Straw campaign hat (tan w/
grommets)
Stratton $131.59
11 Coveralls Dickies $60.19
12 Leather glove holder Dickies $16.32
13 Leather key silencer Dickies $25.50
14 Leather flashlight holder Dickies $22.44
15 Leather multi-tool holder Dickies $-
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
16 Leather M K3 size OC holder Dickies $34.68
YEAR 3 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF
FEES
Line Item Description Manufacturer Model /S ... Unit Cost
1 Cloth nametag None $12.24
2 Metal nametag for formal shirt None $15.30
3 Metal nametag for IKE/ formal
jacket
None $15.30
4 Zippers for shirts None $20.40
5 Chevrons None $9.18
6 Hash marks None $2.04
7 Take in shirt sides None $25.50
8 Shorten shirt sleeves None $25.50
9 OVERSIZE CHARGES for
larger than 2XL
None $-
Year 4
YEAR 4 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES
Police uniform items are generally "LAPD Navy Blue" in color for sworn, light blue for CSO
and support, green/ tan for animal control
Line Item Description Manufacturer Model/St... Unit Cost
1 Wool Pants Fechheimer 32289 $122.61
2 Poly-Lycra pants Fechheimer 39489 $91.70
3 BDU pants Blauer 8831 $71.09
4 Training cargo pants (various
colors)
5.11 Stryke $91.70
5 SWAT TDU pants (SWAT
color)
5.11 $71.09
6 Bike shorts Blauer 8841-1 $102.00
7 CSO shorts 5.11 73285 $-
8 Rain Pants (navy blue or black) 5.11 48057 $122.61
9 Pants Belt (black) Boston Leather $40.18
10 LS wool shirt/ silver P's on
epaulette
Elbeco 437 $102.00
11 SS wool shirt/ silver P's on
epaulette
Elbeco 4237 $91.70
12 LS heavy wool shirt/ silver P's
on epaulette
on epaulette
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
18 LS light blue WW shirt Flying Cross 45W6625 $91.70
19 SS light blue WW shirt Flying Cross 95R6625 $81.39
20 LS women's light blue WW shirt Flying Cross 102W6625 $91.70
21 SS women's light blue WW shirt Flying Cross 152R6625 $81.39
22 LS light blue poplin shirt Elbeco 878 $55.64
23 SS light blue poplin shirt Elbeco 877 $45.33
24 LS tan WW shirt (Animal
Control)
Flying Cross 19W6604 $91.70
25 2S tan WW shirt (Animal
Control)
Flying Cross 69R6604 $81.39
26 LS BDU shirt Blauer 8731 $76.24
27 SS BDU shirt Blauer 8741 $71.09
28 LS ArmorSkin polo for external
vest wear
vest wear
SWAT TDU shirt (SWAT color)
w/embroidery
(Animal Control)
star/patch $32.97
43 Traffic safety vest w/star patch Blauer 339P $60.79
44 Black Tie S. Broome $10.30
45 PAPD Star Tie Bar Hookfast $14.42
46 PAPD Star Tie Tac Hookfast $12.36
47 PD shoulder patches paid for
by department, but held at store
YEAR 4 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control).
SCHEDULE OF FEES
Line Item Description Manufacture Model/St... Unit Cost
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
5 Rechargeable flashlight Streamlight Strion DS HL
(700
$-
6 Expandable baton (sworn only) ASP 26" $184.42
7 Duty weapon holster (sworn
only)
Safariland 6360 $174.12
8 Side-break baton scabbard ASP 26" $71.09
9 Duty Belt w/ tri-release buckle Bianchi 7980 $71.09
10 Velcro pants belt Bianchi 7205 $29.88
11 Cuff case single Bianchi 7900 $37.09
12 Cuff case double Bianchi 7917 $45.33
13 Open cuff case Bianchi 7934 $50.48
14 Double magazine pouch Bianchi 7902 $50.48
15 Keepers (4-pack) Bianchi 7906 $17.52
16 OC spray pouch Bianchi 7907 $37.09
17 Universal radio holder Bianchi 7914S $60.79
18 Silent key holder Bianchi 7916 $29.88
19 Compact light holder (Strion-
size)
Bianchi 7926 $22.67
20 Flat glove pouch Bianchi 7928 $29.88
21 Glove pouch Bianchi 7915 $29.88
22 Baton holder Bianchi 7904 $71.09
YEAR 4 POLICE MOTOR OFFICERS SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 Boots All American $565.64
2 Breeches 5.11 $205.03
3 Helmet Shoei $565.64
YEAR 4 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 16 oz. wool pants Flying Cross SFFDTRS01 $122.61
2 EMS pants Propper $71.09
3 TDU pants (navy blue) 5.11 74003-724 $71.09
4 Pants belt Boston Leather (see above) $40.18
5 SS wool shirt Elbeco 4237 $91.70
6 LS wool shirt Elbeco 437 $102.00
7 SS white shirt Elbeco 867 $45.33
8 LS white shirt Elbeco 877 $55.64
9 SS light blue shirt Elbeco 868 $45.33
10 EMS Jacket 5.11 $-
11 Duty Jacket (navy blue) Blauer 6120 $182.42
12 Double-breasted jacket Fechheimer X917B90-01 $380.18
13 Blue Bell Cap - plain bill None $112.30
14 Blue Bell Cap - plain bill None $112.30
15 Tie Samuel Boome $10.30
16 Tie Bar Vanguard $8.24
17 Maltese cross Blackinton $14.42
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
18 Collar insignia - button Blackinton $24.73
19 Collar insignia - cut out silver Blackinton $35.03
20 Collar insignia - cut out gold Blackinton $35.03
21 Badge holder Strong $26.79
22 Shoulder patches Schweitez $14.42
23 Sleeve stripe None $51.52
24 Boots Danner 18102 $359.58
25 Boots Danner 18051 $308.06
26 Boots Thorogood 804-6037 $174.12
27 Additional boots may be
specified as new styles arrive -
Authority outlined in Exhibit A
YEAR 4 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
2 Class B pants (cotton/ poly)
forest green
3 Class B pants OD green Blauer 8810
4 Pants Belt Boston Leather
5 SS RANGER shirt (tropical
weave silver/ tan) $81.39
6 LS RANGER shirt (tropical
weave silver/ tan) $91.70
7 SS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $37.09
8 LS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $40.18
9 Duty Jacket OD green Blauer 9820-60 $380.18
10 Straw campaign hat (tan w/
grommets) $132.91
11 Coveralls Dickies $60.79
12 Leather glove holder Dickies $16.48
13 Leather key silencer Dickies $25.76
14 Leather flashlight holder Dickies $22.67
15 Leather multi-tool holder Dickies $-
16 Leather MK3 size OC holder Dickies $35.03
YEAR 4 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF
FEES
Line Item Description Manufacturer Model /S ... Unit Cost
1 Cloth nametag None $12.36
2 Metal nametag for formal shirt None $15.45
3 Metal nametag for IKE/ formal
jacket
None $15.45
4 Zippers for shirts None $20.61
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
5 Chevrons None $9.27
6 Hash marks None $2.06
7 Take in shirt sides None $25.76
8 Shorten shirt sleeves None $25.76
9 OVERSIZE CHARGES for
larger than 2XL
None $-
Year 5
YEAR 5 POLICE DEPARTMENT UNIFORMS SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 Wool Pants Fechheimer 32289 $123.83
2 Poly-Lycra pants Fechheimer 39489 $92.61
3 BDU pants Blauer 8831 $71.80
4 Training cargo pants (various
colors)
5.11 Stryke $92.61
5 SWAT TDU pants (SWAT
color)
5.11 $71.80
6 Bike shorts Blauer 8841-1 $103.02
7 CSO shorts 5.11 73285 $-
8 Rain Pants (navy blue or black) 5.11 48057 $123.83
9 Pants Belt (black) Boston Leather $40.58
10 LS wool shirt/ silver P's on
epaulette
Elbeco 437 $103.02
11 SS wool shirt/ silver P's on
epaulette
Elbeco 4237 $92.61
12 LS heavy wool shirt/ silver P's
on epaulette
on epaulette
vest wear
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
29 SS ArmorSkin polo for external
vest wear
SWAT TDU shirt (SWAT color)
w/embroidery
(Animal Control)
star/patch $33.30
43 Traffic safety vest w/star patch Blauer 339P $61.40
44 Black Tie S. Broome $10.41
45 PAPD Star Tie Bar Hookfast $14.57
46 PAPD Star Tie Tac Hookfast $12.49
47 PD shoulder patches paid for
by department, but held at store
YEAR 5 DUTY GEAR/ EQUIPMENT (Police, CSO, Animal Control).
SCHEDULE OF FEES
Line Item Description Manufacture Model/St... Unit Cost
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
15 Keepers (4-pack) Bianchi 7906 $17.69
16 OC spray pouch Bianchi 7907 $37.46
17 Universal radio holder Bianchi 7914S $61.40
18 Silent key holder Bianchi 7916 $30.18
19 Compact light holder (Strion-
size)
Bianchi 7926 $22.89
20 Flat glove pouch Bianchi 7928 $30.18
21 Glove pouch Bianchi 7915 $30.18
22 Baton holder Bianchi 7904 $71.80
YEAR 5 POLICE MOTOR OFFICERS SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 Boots All American $571.29
2 Breeches 5.11 $207.08
3 Helmet Shoei $571.29
YEAR 5 FIRE DEPARTMENT UNIFORM SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 16 oz. wool pants Flying Cross SFFDTRS01 $123.83
2 EMS pants Propper $71.80
3 TDU pants (navy blue) 5.11 74003-724 $71.80
4 Pants belt Boston Leather (see above) $40.58
5 SS wool shirt Elbeco 4237 $92.61
6 LS wool shirt Elbeco 437 $103.02
7 SS white shirt Elbeco 867 $45.79
8 LS white shirt Elbeco 877 $56.19
9 SS light blue shirt Elbeco 868 $45.79
10 EMS Jacket 5.11 $-
11 Duty Jacket (navy blue) Blauer 6120 $186.27
12 Double-breasted jacket Fechheimer X917B90-01 $383.98
13 Blue Bell Cap - plain bill None $113.43
14 Blue Bell Cap - plain bill None $113.43
15 Tie Samuel Boome $10.41
16 Tie Bar Vanguard $8.32
17 Maltese cross Blackinton $14.57
18 Collar insignia - button Blackinton $24.97
19 Collar insignia - cut out silver Blackinton $35.38
20 Collar insignia - cut out gold Blackinton $35.38
21 Badge holder Strong $27.06
22 Shoulder patches Schweitez $14.57
23 Sleeve stripe None $52.03
24 Boots Danner 18102 $363.17
25 Boots Danner 18051 $311.14
26 Boots Thorogood 804-6037 $175.86
27 Additional boots may be
specified as new styles arrive -
Authority outlined in Exhibit A
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
YEAR 5 PARK RANGERS UNIFORM/ DUTY GEAR SCHEDULE OF FEES
Line Item Description Manufacturer Model/St... Unit Cost
1 Class A pants (wool/ poly)
forest green
Flying Cross
2 Class B pants (cotton/ poly)
forest green
3 Class B pants OD green Blauer 8810
4 Pants Belt Boston Leather
5 SS RANGER shirt (tropical
weave silver/ tan) $82.21
6 LS RANGER shirt (tropical
weave silver/ tan) $92.61
7 SS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $37.46
8 LS TECHNICIAN shirt
(khaki cotton / poly)
Dickies $40.58
9 Duty Jacket OD green Blauer 9820-60 $383.98
10 Straw campaign hat (tan w/
grommets)
Stratton $134.24
11 Coveralls Dickies $61.40
12 Leather glove holder Dickies $16.65
13 Leather key silencer Dickies $26.02
14 Leather flashlight holder Dickies $22.89
15 Leather multi-tool holder Dickies $-
16 Leather M K3 size OC holder Dickies $35.38
YEAR 5 CLOTHING ACCESSORIES (ALL DEPARTMENTS) SCHEDULE OF FEES
Line Item Description Manufacturer Model /S ... Unit Cost
1 Cloth nametag None $12.49
2 Metal nametag for formal shirt None $15.61
3 Metal nametag for IKE/ formal
jacket
None $15.61
4 Zippers for shirts None $20.81
5 Chevrons None $9.37
6 Hash marks None $2.08
7 Take in shirt sides None $26.02
8 Shorten shirt sleeves None $26.02
9 OVERSIZE CHARGES for
larger than 2XL
None $-
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
EXHIBIT D
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM
OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE
SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR
HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF
CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED,
BELOW:
REQUIRED TYPE OF COVERAGE REQUIREMENT
MINIMUM LIMITS
AGGREGATE
YES
YES EMPLOYER’S LIABILITY STATUTORY
YES GENERAL LIABILITY, INCLUDING
PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE BLANKET
CONTRACTUAL, AND FIRE LEGAL
LIABILITY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED.
$1,000,000
$1,000,000
$1,000,000
$1,000,000
YES AUTOMOBILE LIABILITY,
INCLUDING ALL OWNED, HIRED,
NON-OWNED
- EACH PERSON
- EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND PROPERTY
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
NO
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
YES : CONTRACTOR, AT
ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND
EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND
I
COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS
I. INSURANCE COVERAGE MUST INCLUDE:
A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE
IN COVERAGE OR OF COVERAGE CANCELLATION; AND
B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE
FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY.
C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL.
II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED
COVERAGE.
III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO
“ADDITIONAL INSUREDS”
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF
(rev. Feb 16, 2023)
A. PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED,
INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR
CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE
ADDITIONAL INSUREDS.
B. CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE
POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED
AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS,
SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
C. NOTICE OF CANCELLATION
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY
REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING
COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-
PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT
LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF
CANCELLATION.
NOTICES SHALL BE MAILED TO:
PURCHASING AND
CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303
DocuSign Envelope ID: CA0CB054-75B8-4247-B078-5BF50A9F4CAF