Loading...
HomeMy WebLinkAbout19-Finance , .' CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Dept: Finance ORIGINAL Subject: Resolution authorizing the execution of an Annual Purchase Order and a Service Agreement with Prudential Overall Supply for City-wide non-safety Uniform and Janitorial item rental service. From: Barbara Pachon, Finance Director Date: 12/6/99 Synopsis of Previous Council Action: Recommended motion: Adopt Resolution. ~~~/gL / Signature Contact person: Barbara Pachon, Director of Finance Phone: 5242 Supporting data attached: staff report & service agreement Ward: FUNDING REQUIREMENTS: Amount: $60,000 Source: Various Department Accounts Finance~4;g/,-- Council Notes: Agenda Item No. J9 tL/lR Iqq STAFF REPORT SUBJECT: Resolution authorizing the execution of an Annual Purchase Order and Service Agreement to Prudential Overall Supply for City-wide non-safety uniform and janitorial item rental services. BACKGROUND: The City supplies uniforms for approximately 344 non-safety employees pursuant to the current MOU. Upon determining the needs of all departments for uniforms and janitorial items, Request for Quotations (RFQ) F-OO-30 was sent to six (6) vendors, 2 of which are located in the City of San Bernardino, and to the San Bernardino Area Chamber of Commerce. The RFQ was also advertised in the local newspaper and on the City's Web site. Three (3) sealed bids were received, and the results of those bids are as follows: Bidders Location Bid (based on 6 months use. 344 emplovees) Prudential Overall Supply Unifrrst Cintas Riverside Ontario Ontario $ 36,316.40 (uniforms only) $ 45,408.00 (uniforms only) $147,121.92 (uniforms only) For bid comparison purposes, prices of uniforms only were compared at the anticipated volume necessary for six (6) months' use, since uniforms constitute the majority of the estimated costs. All bidders were required to submit sample uniforms and janitorial items. Managers and representatives from the using City departments inspected the samples, and the majority judged the samples submitted by Prudential Overall Supply to be of superior quality and durability. Upon comparing and analyzing the bids, it was also determined that Prudential Overall Supply is the only vendor that meets all technical specifications. Cintas and Unifirst cannot supply orange uniform shirts, which are essential to the safety of employees working in traffic areas. Implementing a new uniform and janitorial item contract requires a large initial investment of time by using City departments and their staff due to fitting of uniforms and orientation to service procedures. Additionally, a considerable investment offunds is required of the successful vendor to supply uniforms for approximately 344 City employees. As such, it is most beneficial to the City to incorporate three (3) option year renewals in addition to the first year contract. The Purchasing Manager shall negotiate any proposed price increases prior to the award of option year renewals. FINANCIAL IMPACT: The estimated cost of this contract is $60,000 for the balance ofFY 99/00. All departments that use uniforms and janitorial items have included funds for these items in their FY99/00 budgets. There will be no additional financial impact to the budget beyond the projected $60,000 from the execution of this Annual Purchase Order and Service Agreement. . . RECOMMENDED MOTIONS: Adopt Resolution authorizing the execution of an Annual Purchase Order and Service Agreement to Prudential Overall Supply for City-wide non-safety Uniform and Janitorial item rental services. .' o Q 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Q . ,. ~(Q)~V 1 2 Resolution No. RESOLUTION OF THE CI'lY OF SAN BERNARDINO AUTHORIZING THE 3 PURCHASING MANAGER TO AWARD AN ANNUAL PURCHASE ORDER AND I SERVICE AGREEMENT, WITH THREE SINGLE YEAR RENEWAL OPTIONS, TO 4 PRUDENTIAL OVERALL SUPPLY FOR CI'lY-WIDE NON-SAFETY UNIFORM AND JANITORIAL ITEM RENTAL SERVICE. 5 6 7 8 9 10 11 12 13 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF I SAN BERNARDINO AS FOLLOWS: SECTION 1. That Prudential Overall Supply is the lowest and best bidder for City-wide non- safety Uniform and Ianitorial item rental services. Pursuant to this determination, the Purchasing Manager is hereby authorized to issue an Annual Purchase Order and Service Agreement (a copy of which is attached hereto as Exhibit "A" and incorporated in full herein), with three single year renewal options, to Prudential Overall Supply in an amount not to exceed $60,000 for the balance of Fiscal Year 1999/2000 for City-wide non-safety Uniform and Janitorial item rental services. SECTION 2. The authorization to execute the above referenced is rescinded if it is not issued within sixty (60) days of the passage of this resolution. III III III III III III III III III 1(0. 1'1 rz/c./ ()Q .' o o o 19 20 21 22 23 24 25 26 27 28 " 1 2 3 4 5 6 7 8 9 10 11 12 13 I HEREBY CERTIFY thaf the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a the day of 1999, by the following vote, to wit Council Members: ~ Nan ESTRADA LIEN McGINNIS SCHNETZ SUAREZ ANDERSON 14 MTTTFR 15 16 17 18 The foregoing resolution is hereby approved this .1999. Approved as to form and legal content: James F enman, City Attorney BY: meeting thereof, held on Abstain Absent City Clerk day of Judith Valles, Mayor City of San Bernardino 1 0 2 3 4 5 6 7 8 9 10 11 12 (> 13 14 IS 16 17 18 19 20 21 22 o . " Exhibit . A. SERVICE AGREEMENT THIS AGREEMENT is entered into this day of . 1999, between Prudential Overall Supply ("CONTRACTOR") and the CITY OF SAN BERNARDINO ("CITY)" . WITNESSETH: A. WHEREAS, CITY has need for City-wide non-safety uniform and janitorial item rental and cleaning services (Uniforms) and, B. WHEREAS, CONTRACTOR is competent, experienced and able to perform said services: and, C. WHEREAS, CONTRACTOR has provided the most advantageous and best responsible bid for the providing of such services; NOW THEREFORE, the parties hereto agree as follows: 1. CONTRACTOR shall furnish Uniforms in accordance with Request for Quotations (RFQ) F-OO- 30. 2. Over the term of this Agreement, CONTRACTOR shall be paid for such services an amount in accordance with RFQ F-00-30 and CONTRACTOR's Bid and Statements. 3. CONTRACTOR shall provide proof of delivery with a monthly invoice in arrears and shall be provided payment within thirty (30) days therefrom. CITY retains the right to challenge all or any part of an invoice. 4. The initial term of this Agreement shall be effective from the date first shown above through June 30, 2000 and is subject to termination by either party upon thirty (30) days written notice to the other. There may be three one-year extensions at the discretion of CITY, and prices for 1 0 2 3 4 5 6 7 8 9 10 11 12 ()l3 14 15 16 17 18 19 20 21 22 23 0 , " renewal periods shall be negotiated with the Purchasing Manager up to thirty (30) days prior to the expiration date of the current agreement period. 5. CONTRACTOR shall indemnify, defend and hold CITY, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including, without limitation, reasonable attorney's fees and costs of defense) arising out of or related to CONTRACTOR's performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by CITY's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. 6. While not restricting or limiting the foregoing, during the term of this Agreement, CONTRACTOR shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of $1,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. The policies shall name the CITY as an additional insured and shall provide for ten (10) day notification to the CITY if said policies are terminated of materially altered. 7. CONTRACTOR shall perform work tasks as directed by City staff identified in RFQ F-00-3D, but for all intents and purposes, CONTRACTOR shall be an independent contractor and not an agent or employee of the CITY. 8. In the performance of this Agreement and in the hiring and recruitment of employees, CONTRACTOR shall not discriminate on the basis of race, creed, color, religion, sex, physical handicap, ethnic background or country of origin. " . 1 9. Any notice to be given pursuant to this Agreement shall be deposited with the United States 0 2 Postal Service, postage prepaid and addressed as follows: 3 TO THE CITY: David Batson, Purcha..;ng Manager 4 City of San Bernardino Purchasing Dept. s 300 North 'D' Street 6 San Bernardino CA 92418 7 TO THE CONTRACTOR 8 9 10 Nothing in this paragraph shall be construed to prevent the giving of notice by personal 11 service. 12 II 0 13 /I 14 /I IS /I 16 /I 17 /I 18 /I 19 II 20 II 21 II 22 II 23 II Q " " . 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day 0 2 and date first above shown. 3 Date: by: 4 Business Name s 6 Signature 7 II 8 CITY OF SAN BERNARDINO 9 Date: by: 10 David Batson 11 Purchasing Manager 12 City of San Bernardino 0 13 II 14 ATTEST: 15 16 Rachel Clark, City Clerk 17 II 18 Approved as to form 19 and legal content: 20 James F. Penman 21 22 23 1/ 024 1/