Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-020Temp. Reso #10013 December 18, 2002 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003-- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE SECOND RENEWAL OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE BID #F-3568-TF FOR THE RENTAL OF UNIFORMS FROM G & K SERVICES EFFECTIVE MARCH 1, 2003 THROUGH FEBRUARY 28, 2005 FOR A TOTAL NOT TO EXCEED $40,000.00 ANNUALLY, APPROVING FUNDING FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, The City of Tamarac must provide all designated personnel with uniforms as stipulated in the Federation of Public Employees Contract, Article 30.1; and WHEREAS, The City participated in the Southeast Florida Governmental Purchasing Cooperative Bid #F-3568-TF, with the City of Hollywood as the lead agency, which was awarded to G & K Services for an initial two (2) year period through February 28, 2001 with an option to renew for two (2) additional two (2) year periods, a copy of said bid is attached hereto as Exhibit A; and WHEREAS, the City approved the initial award of said bid by Resolution R99-48, a copy of said resolution is attached hereto as Exhibit B; and WHEREAS, The City approved the first renewal of the subject bid through February 28, 2003 by Resolution R2001-28, a copy of said resolution is attached hereto as Exhibit C; and WHEREAS, This is the second renewal of the subject bid for the term March 1, 2003 through February 28, 2005, a copy of said renewal is attached hereto as Exhibit D; and Temp. Reso #10013 December 18, 2002 Page 2 WHEREAS, City Code §6-154 allows the Purchasing & Contracts Manager the authority to join with other units of government in cooperative purchasing when the best interest of the City would be served; and WHEREAS, it is the recommendation of the Director of Parks & Recreation, Director of Public Works, Director of Utilities and Purchasing & Contracts Manager that the City approve the second renewal of the Southeast Florida Governmental Purchasing Cooperative Bid #F-3568-TF for the rental of uniforms from G & K Services; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept the second renewal of the bid for the rental of uniforms from G & K Services effective through February 28, 2005 for a total not to exceed $40,000.00 annually. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to accept the second renewal of the Southeast Florida Governmental Purchasing Cooperative Bid #F- 3568-TF for the rental of uniforms from G & K Services effective through February 28, 2005 for a total not to exceed $40,000.00 annually. SECTION 3: Funding is approved for the rental of uniforms from the appropriate accounts at a total cost not to exceed $40,000.00 annually. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp. Reso #10013 December 18, 2002 Page 3 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 215t day of January, 2003. ATTEST: MARION SW NSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. YTCHELL S. K CITY ATTORP J SCHREIBER Mayor RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: V/M. PORTNER DIST 2: COMM. MISHKIN _ DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS i EXHIBIT A CITY OF HOLLYWOOD T.R. 10 013 "AN EQUAL OPPORTUNITY AND SERVICE PROVIDER AGENCY" - - PURCHASING 8 MATERIALS MANAGEMENT DIVISION ADMINISTRATIVE CENTER HOLLYWOOD, FLORIDA 33020 BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP INVITATION TO BID COOPERATIVE BID NO. F- 5WTF DATE; November 3, is TO: Prospective Vendors FROM: John L. Weyrauch, CPPO; C.P.M. Director, Purchasing & Materials Management This Invitation to Bid represents a Cooperative Bid for the Broward Governmental Coopers' Purcamsing Group for the following commodity. UNIFORM RENTAL SERVICE OPENING: 3:00 P.M., NOVEMBER 20, 1998 The participating agencies for this bid are: 1. City of Hollywood 3. City of Lauderhill 5. Town of Davie 7. City of Deerfield Beach 9. City of Hallandale 1 i . City of Tamarac 2. Lauderdale -by -the -Sea 4. City of Sunrise 6. Broward County Board of Commissicr. 8. City of Pompano Beach 10. City of North Miami The Agency responsible for issuing this bid is the City of Hollywood, Purchasing 5 Materials Manage — Division, 2600 Hollywood Boulevard, Room 303, Hollywood, Florida 33020. All questions concerning this Invitation to Bid should be addressed to the issuing agency, herein referred to as the "lead agency." All responses to the bid are to be returned to: City of Hollywood. Cleric's Office, 2600 Hollywood Boulevard, Room 221, Hollywood, Florida 33020 no later than 3:00 P. FRIDAY, NOVEMBER 20,1998, with the Bid number and due date marked plainly on the envelope. Bid award will be made by the City of Hollywood. Each participating agency will exearte its own cor-:' with ft Contractors) in acaordar►ce with its respective purchasing pokkm and procedureL Each participating governmental entity will be responsible for Issuing its order placement. Each agency will require separate billings, be responsibleown purchase orders, and awarded this contract, and issue its own tax exemption certificates as required by the Pa . vent The Contract/purchase order terms of each entity will prevail for the individual participating en Invoicing instructions, delivery locations, and insurance requirements will be itt respective agency requirements. n accordance with Any reference in the Bid document to a single entity or location will, in No, be understood as referring all participating entities referenced in this Invitation to Bid. The successful Contractors) she be responsible for advising the lead agency, referenced in the awe of those participants who may fail to place orders under this award. Municipalities and other governmental entities which are not %m HOWEVER, OTHER BROWARD CO-OP MEMBEF MAY PARTICIPATE IN THIS CONTRACT FOR NEW USAGE, DURING THE CONTRACT TERMC ON ANY CONTRACT EXTENSION TERM, IF APPROVED BY THE LEAD AGENCY. NEW CC'f{ MEMBERS MAY PARTICIPATE IN ANY CONTRACT, ON ACCEPTANCE AND APPROVAL BY TF LEAD AGENCY. (A listing of current Broward Co-op members is attached,) ANY PROBLEM WITH PARTICIPATING AGENCIES REFERENCED IN THIS AWARD WILL E BROUGHT TO THE ATTENTION OF THE LEAD AGENCY. THIS INVITATION TO BID IS CONSIDERED AN INTEGRAL PART OF THE BID DOCUMENT, AN ANY RESULTANT AWARD, AND SHALL BE INCLUDED BY REFERENCE INTO ANY CONTRACT. ACKNOWLEOGED BY; y Name 4ALrtho�Vdzedf_si /Title Krause,Randall General tanager Enclosed: One (1) copy of Bid, to be Completed, signed and returned Attachment: Broward Co-op Member Listing M/WBE Participation Form (Exhibit "A") Letter of Intent Form (Exhibit "B") Statement of "No Bid" BROWAr",0 GC`/ ; :,'.'�` ;;! PURCHASING C�?-Or RA i AYE GFtCU;) Nam; & Address Contact Phone Fax Broward Community College-Purch. Dept. J. Rickenbacker, R. Persian 225 E. Las Olas Blvd, Ft. Lauderdale, FL 33301 Broward County Courthouse Beth Austafson 201 SE 6 St., Rm. 890 Purchasing Fac. Coordin. Ft. Lauderdale, FL 33301 Broward County Housing Authority B.J. Solomon 1773 N State Road 7 Lauderhill, FL 33313 Broward County Paft d Recreation Man1yn Cahill 950 NW 38 Street Oakland Park, FL 33309 Broward County Purchasing Dept. Ed Witkowski -Chief of Ops. 115 S- Andrews Ave., Rm. 212 Ft. Lauderdale, FL 33301 Broward County Sheriff -Purchasing Leslie Dell 2601 W. Broward Blvd. Ft. Lauderdale, FL 33312 Baca Raton, City of Carol Thomas/Lynn Kunkel 201 W. Palmetto Park Rd. Diane Lopresti Boca Raton, FL 33432 Coconut Creek, City of Sheila McGannA inda Jeethan 4800 W. Copans Rd. Coconut Creek, FL 33063 Cooper City, City of Betsy Nicholscn PO Box 290910 Cooper City, FL 33329 Coral Springs, City of -Purchasing Angelo Salorrone/R. Matiasv 9561 W. Sample Road A. Resnick/G. Dixon Coral Springs, FL 33065 Dade County Public Schools Alicia Lafarga 1450 NE 2nd Avenue Linda Cantin Miami, FL 33132 Dania. City of Nanci Denny 100 W. Dania Beach Blvd. Dania, FL 33004 Davie, Town of Herb HymarvCora Sacco 6591 SW 45 St. Davis, FL 33314 Deerfield Beach, City of -Suet. Srvs. Donna Counci[Maul Collette 210 SW Goolsby Blvd. Deerfield Beach, FL 33442 761-7485 831.7730 739-1114 x323 357.6009 83141170 393-7876 9734730 761-733 1 831.557 1 484.565 1 357.863! 1 765.4001 1 393-79& 1 973-679W 1 680-143; 1 3441103/1100/1101, 344.11 ;.P I 1104 995.1364 995-23CZ 921-8700, Ext. 207 921-25C4 797.1016/1015 4804380/4418 797.1. 480 Phc-�e Florida Cepartmenn of Chiidrf n Co49 W)0_ and Fami&es Dist. M10 Purchasing Director 467.4.i76,4225 201 W. Broward Blvd. Dist. 10 Ft. Lauderdale, FL 33301.18" Florida Dept. of Health 2421A SW 6 AVE Jack Scali- 467.4706 Ft. Lauderdale, FL 33315 Purchasing Super Fort Lauderdale, CRY of -Purchasing 1350 W. Srcward Blvd. Richard Ewell 761-5138 Ft. Lauderdale, FL 33312 Fort Lauderdale Housing Authority Kathy Marsengill 467.7977 100 S.W. 18th Avenue Fort Lauderdale, FL 33312 Hallandale, City of -Purchasing 400 S. Federal Highway Dent McGougNArt Andrews 457-1333 Hallandale, FL 33009 Hdlywood, City of -Purchasing 2600 Hollywood Blvd., Rm. 303 John Weyrauch/'8. Deputy/ T. FeatorvR. Dierks 921.3210/-3345/ Hdly%w , FL 33020 -3290/-3223 Homestead, City of -Purchasing 790 N. Homestead Blvd. Michael A Rath/Debra Burch 247.1801 ext.188 Horrvead. FL 33030-6299 Lauderdale -By -The -Sea 4501 Ocean Drive Bill Mason 776-0576 Lauderdale by the Sea, FL 33308 Lauderdale Lakes, City of Fire Department Patti Mantesta 731.1212 3451 NW 43 Avenue Lauderdale Lakes, FL 333t9 Lauderhill, City of -Purchasing Ruby Levy 730.3044 2000 City Hall Drive Lauderhill. FL 33313 Lighthouse Point. City of 2200 NE 381h Street Gerald Rerwart- City Administrator 943•6W0 Lghthouse Point, FL 33064 Lighthouse Point. City of Terry Scala Police Department 3760 NE 22 Avenue Lighthouse Point, FL 30064 Margate, City of -Purchasing 5790 Margate Blvd. Pat GreensteirvC. Guzzi 972-6454 Mar *. FL 33089 Meuo-Dade Water J Sewer Alrna Santiago 669-7753 42p0 Satzedo Street :oral Gables. FL 33146 488-27 1 467-47 1 467-80 1 457.13, 1 921.30E 1 246.324 1 776.18s 1 714-903 1 730-302 784- ► 669-76&- Name 3 Addrea3 Ccntact Phone Fax Miami -Dade Community College Edward J. Vasquez 237.2231 11011 SW 104 Street Miami. FL 33176-3303 Miami Shores Village John Rumble 795.2210 696 10050 NE Second Ave Miami Shores, FL 33132 Miramar, City of -Purchasing Margaret Palomino 967-1550 967. 6700 Miramar Parkway Miramar. FL 33023 North Lauderdale, City of William Peck -Sept. Public Wks. 724.7070 720. 701 SW 71 Avenue N. Lauderdale, FL 33068 North Miami, City of Pam Thompson 823-"l 1 891, 776 NE 125 Street N. Miami, FL 33181 North Miami Beach, City of Lynn Grbble 948-2976 948- 17011 NE 19 Avenue North Miami Beach, FL 33162 Oakland Park, City of -Purchasing Larry Fagan 561-6105 561. 3650 NE 12 Avenue Oakdand Park, FL 33334 Opa-Locica, City of Rona M. Sandler 953.2825 953- 124 Perna Avenue Opa-L:odca, FL 33054 Parkland, City of Rita Grimes 753-5040 341- 6500 Parkside Drive Parkland, FL 33067 Pernbrcke Pines, City of -Purchasing D. Fitzgerald 4$0.8918 435- 10100 Pines Blvd. Pembroke Pines, FL 33026 Plantation, City of Paul DeBemardo/Judy McGill 452.25" 452_; 400 NW 73 Avenue Plantation. FL 33317 Pompano Beach, City of E. Siegristleeta Hardin 7S"098 786- 1190 NE 3rd Ave., Bldg, C Pompano Beach, FL 33060 Port Everglades Authority-Purch. Div. Larry Strain 4458-3517 761- 1850 Eller Or., 6th Floor Ft. Lauderdale, FL 33316 South Flcrida State Hospital -Purchasing Jill SmbsoNAobert Brown 967.7103 985. 1000 SW 84th Avenue Perri wake Pines. FL 33025 &Nvue. City of -Purchasing Marsha Peter+JwA%#ian O'Neal 572.2274 572-5 IOT70 W. Oafdand Park Blvd. Sunrise. FL 33351 r%dm0 A ACC-1333 Tamarac, City of -purchasing 7525 NW 88 Avenue Tamarac. FL 33321 Wilton Manors, City of -Purchasing 524 NE 21 Ct. Wilton Manors, FL 33305 FteviSed 12/10/97 Phone Fax Lynda Flurry 724-2450 724-2408 Ernie Sanainda Meklas 390-2100/2141 390.2189 m I K W w tci W IL W Z W z LA LD z W 2 O Y H O Z IN EXHie T TO: LETTER QF INTENT TO PERFORM AS q„ SUBCONTRACTOR (Name of Prime or General Bidder) Contract No.: The undersigned intends to perform subcontracting work in connection with the above Contract a (check below) . an individual a partnership a corporation a joint venture The status of the undersigned is confirmed on the attached M/WBE CONTRACTOR Identifica!;c Affidavit or such current affidavit on file with the City of Hollywood. The undersigned is prepared to perform the following work in connection with the above Contract, hereafter described in detail at the following price: (Date) M (Name of M WBE Contractor) ,- 6a co. Submit Bids To: City of Hollywood 2600 Hollywood Boulevard Hollywood, Florida 33020 Office of City Cleric, Room 221 Bid Title: UNIFORM RENTAL SERVICE Bid No.: F-3$611-TF Comm odityf5ervice Required: work uniform supply and service CITY OF HOLLYWOOo, FLORIDA INVITATION FOR BID BIDDER ACKNOWLEDGMENT Bid must be received prior to 3:00 P.M. Friday, November 20, 1994. and may not bo withdrawn vuithin 90 calendar days after such date and time. Side received by the date and time specified will be opened In Room 401. All Bids received after the specified date and time will be raWmed unopened. Purchasing Contact Tom Fenton Telephone No.: (9S4) 921• 3290 BIDDER ACKNOWLEDGMENT MUST BE SIGNED AND RETURNED WITH YOUR BID. THIS FORM MUST BE EXECUTED AND THE ORIGIMAL AND ONE COPY SUBMITTED WITH ALL BID SHEETS IN A SEALED ENVELOPE. (DQ NQT It&LUDE MORE THAN ONE R_i PER ER EhNjjQp�.) THE FACE OF THE ENVELOPE SMALL CONTAIN THE ABOVE ADDRESS, THE DATE AND THE 71ME OF BID OPENING, AND BID NUMBER. THE BID SUMMARY SHEET PAGES ON WHICH THE BIDDER ACTUALLY SUBMrTS A BID AND ANY PAGES UPON WHICH INFORMATION 13 REQUIRED TO BE INSERTED MUST BE COMPLETED AMC) SVSUn-tW WITH THE BID. Bidder's Name: G b K Services Fed. ID No. or SS Number 41-1670526 Mailing Address: 3050 S.W. 42nd St. Teleprtone No.: (954) 327-9400 Ft. Lauderdale FL 33312 Fax NO'` ( 954) 327--9154 Indicata tY]e of oc;anixation below. Corporation I2 Partnership ❑ Individual 0 Omer 0 Is the bidder a Cartf Minority? Yes CJ No Ci Corl*ing Agency: Bid Guarantee is attached in the amount of % 3 4 7 , 17 5 1 8eIrvrry:A5. Calendar days afar receipt of order Reason for No Bid. N/A Psrymerttjay; Net 10 The u^Cersigned bidder Ca nrfmn that tho bid es made woxx t prior understanding, agreement or connection with arty G ",cra:ior. Frr, Cr person submRting a bid for the same materials sWtsp*s or equ9xrert. and p in all .9b0e4d fair and wthout =ilt.s. _ ha-tc I Certify accepunce of this bd's :emu. condnADAs. sxc�CLora attacnrwnts and addenda: Further. by Ws n� form, pages i through 3 are adkncwtedged and aaveCted as well as any special instr,,ction sheets) d app6cable I ity ' 1 am authoihed to 4icn this bid for the bidder 11/11/98 Randall Krause, General Manager onzed S.Srat a Date Aythorized Name (typed) TiRAIS AND t : bd must con4in an o" sVwMxe Of an r,drAIi.W Whomed a brxI to budder Old must be typed a PM%d In ark Al oorreebom made by to bidder Io the by muel bp irj i bar to parson" tw be NI ilp ble soil e, peril bps a cOfFW ord rot n Wled will rot be VJxA ed. Tt* primal bid oondioone and 5 Wm Carrot be *ay Altered bw& will not be oor►s+daed. d'a"Ved a aftrrred n 2. No 81d: tt not t+ubntitbnq a bid.'"Pond by rti°'nwq INS b t torm Idoad bid opw,r�q doss arid hour, a►+d e4)lain ft mmson n the �0�°"�Faiu nw�x�p M S 9ci A slaw ttWn he bs Cause for rwnavel of to bidder's name from the bid Mwifinq bt piovderd. Fafaxe b respond wtr+o� wfflcisr►t jusBAAUeWM ffmv 3 DI tsrd o dMivered at Shall be Putlic, an date. location surd tune SPOd ed On to bed form. It m to t+dWs M5pc d;bk'.y b &stye riot e tw brcieer& P+ lb aaswe sit nl r � Bids which for m y masm ary .at so WNV@d, wilt rot be OW04♦rrd. h pro► to subrrtreti Ali bids ors of M bid. ail aRarlvr+aRs tWft and all aOdw'd& rabmad are cowed Issued t+areb. r'4 subject b h etr'rdMCM specihW hoer an to afs &dd bid dorarmer:ts and an amp adcwat a TTw C+ty of Hdfyvrtxd mservee to Aph( b amend the bid pulp b M bd 136111a wi be bind' Tire QWnp dale ndcamdof* WON . fkafiarts the Cis � bra bound buy any oral �Presenptian&, darffkalans, a mute h is ffr►iban by nY &T+pbyw. uniaes such danamoons a draryee am pravlded b bdders n wrlCarf addrndunl k o S Desalt trade ftcounts and t�uoft firm rust pn�rss. tie m. both unit and tfstorded IOW. Pnaes must be stalled in f rnrb b gt,rantty spedfied n the t>id&V spSCi bar In case of dia ropancy in aornpaar>q the amount of IM bid. tft♦ urd pice tjuotied w* qo+w" and the btal wo be acjuebd aooardirt�r. Aq VIM quOW OW be F.O.8, deetlnalion. lrsight preQ�d. (�Idder Cash dbaovus for r ��' �ddw owbe fti n r+en 0 and Mm amp ctainn). unkee WWwW4 slatted n SpecW CadUm. Pro^+Pt PayT+nr+t �! be oorLsidared n d-Wmfurg tt* bwesf net oast for bid evakabon purposee. 6 I Adders mop rOqueat wtTitdraww of bid 8tabrrtittal prow b to sdrduled lord mr u"I for w*drawal 6submItsd b tie Llredor of PLrtlrzsi and Maanils openN ttrme provided to for a panod of rr wry (9D) days anew � lots of bid Opel 0 r0 ^ wrttinq. No bids rosy to wAtflra.n 7. Icy WI bddrs re expecsed to air to spa ltcatior►s, d*owy sdwdvW. bd pnm and eairnidv, and al P01" b supplies arrd servlas. Faium b do so wi be at bidder! nek 8. 'i !3; Th+ aA, of Mooywood a vwrnpr hen Fadrai E.sr+se and Ste Sala Tax" an duct puretasee of b gkAe apes W PraFp*'A' Thu axerrp/dn does M aP* b Purdwae Of tengbie persarW prttFr" mode by aonaa�on who use to 6X*nVOd fromP n to `Wa cwreaM br tr+e Ctry a Flafpward Ganracsa,� dmv business with he Gty y�ll� be �riry0 s tar malltrua to LOU ow*acnuaf obbiabe t& wM he C+h not steal amp oortts�r tw ^Ahcm@d b ues ft Ctt$es tax extfwnptian rxurrnber n searinq such moral. q +IbLIM Unless WWW date of delivery is speafed (Of M 3PS01W d6troy can ra be met) VQ* number of y area rompt of purdnase order h space p*w+4ed. Delivery dune male bKO"s a bas4 fa Fred b f,' tp wrd•rn tie nOmW wow" hairs of the usw, Mxxtay t Vh Fnday. a ^�" 9 & &+word. Detivery &fraA be M Xntratt documw:< C'"Orl shah be b rra taaebpn � h*Zabor wfeas otrerws5s spocifipd and pPy spe[xffvd un tw 9d apec+icatiors to. hvm and h Unkss O& woe sain th lad e spedar ftrucaord b bddws a the bd %hope, a spryly accepted PnCe isL deiivririert must aarmt only of rM Wd urnssed qmd& and steal be t+e arrant sarndad prOducwn mc<* avalabfe Y Hnw of tw b4. The goods nAl be uAzoly p a�etj tor ffliprtlent by oarrrrran Carlo. Each rvr+ufaca,rer PPftq► purdnssear swap beer a lobe+. r*�p+u+t &tend a Orm "kie mWWW yapv Nm of 'a" aM^9 YB1 and pu►ONM order rumba of V 'eqr red by sPaCiAcaborts, a other aCr eptabie fllererr of t t I Ion A n 1 InspovW and accoPrav,4ae we bo at deerlation ;rpm otherwise awidad. Title d a wait at r%54i.fb from ' sit vby stall be rift resg4re&ibdiry rl 1v wccaesM a&7oer u^d ar W tam G by tie t yw �rlsss pes or at "1e9+ q the t7rryer It he mmeraks ar servt m supp+ieo la ?w C.ty arts land 0 bs drtecM or not oordrxrrnrq speafe=bom. rd Cory readr fm tow rot b C'a/K.w to order upon wrttirn rocs b tw &seer and realm proav= at bode I alpmm. I p 1 .Star►dar : Al manufaCaured roam and taer� aftwrbiec spool ao-Vy •+T aFpYcabie eQuurrnerts of SWOVY ar+d wealth Act and ary SQrdards t.Wa►ruter t3. �Il �r9Il1I : fro puaran%w a ftrxlxossed or rnpliad as b the tW :ZLWWty Oftw nn h b pwfiact bOmated gLwna *4 be used br bid x rpir�cn pvpos,b 0* � C,Vy of �� rtie�r+ra tv 9hl10 es Pwvh 4 order& a$ " wtW, rrgrrad, a axo a blar�iot pud�se order for rrctws:aJ agerndes sure t kW, conaact. Such ads corrthn to qLa 7y, a be f jWK y %d op a «ream ads by ir+e testy. Urb"S odnrrwise "Adsd n Ne q�aw»lry. time Of �y and od'+r par7r,ere dew firer on " � Wvy M*AW, ft ease► may be grren perrptpne rratirre, b be c:onMnnad by an ardor n wrbr+q. 14 Can P r I n rut ra • T hs +ry5efl soma act perxxd snap scar! tw Or craft of award, wfnid wvw ra to llk and sfrl Wffwv a one 1 moving Salad of ire put s ca se: The ��' 'a'e �'tf� dr8rrry. and ffle ())1e°r I°r" t+et daft, urflens otfl♦rrriss snt&w wntt+n tt+r may. ate f mosim dehwy of ar7 orders rttiid b ti Oorrtacau prior o ffw d ee CO EOM. The Pvmft V Ofrecbr nW renew ter ocl.11 t"t VAPO b vtr des awspow". sabftcoy and dlftrm abo n aw row wit br in the bent nfrrw of to CMS. Wo t6mec r of b 0 9 b PArOm M be marled SWI (bp) tteim dw fts brdL-v t ;al13r94i 2 in a& arse of ax;tow e-% 31 tts contact Am (;rcv. 4 —s r-: wr =m Val Aran hm. kr .4 rA= p4rcd Cd :.o atn:,ct and for "renew; '+rm fer.bfw le piv a aqu rnwht W-cw as a 7f harsh' her efo In to eves awvkaa an scheduled to erd taecsuee of he rratpram of tes oortaet. to Contracsor steal OWWU a he nrrk+rs UW he raquam of to Puchesrq Dereceor. The awmnsipn pwtod ties rot firtre tot frntel twh ninny (90) dirt+ bf+yo►d to uprafivh dam of to e: bWV contact The Contarbr shah be aornpo W W far ter wits a1 to ram n affect wtlarn Veit Wfermm douse is hvokW by to City. is. o Pwdhaae ordsr(s) for fief tx►a taw will be awed b suamsful b4dw(s) agar no"Ceffon of award and rtc*pt of all required doaarrenn. FlXWd contael qutretftee up b iwq (M) p+rml of thus crrgnyb specye,d *.Ober may be ordered prior b the ogwaton of we (1) year albs rw dam of award. pro+oed trw cwraaar agrees to karw h suds gw4fts at ter same prices, heaths and owx9liorrt. 16. Eavmeal Parr ,, we be made by to city altar corrurcd4mortim hm been recetwd, acwpirad and property rrrpipad am indicated in contact w4or order. Invoioss must tsar ter purd%am order r&wbw. 17. Menutadurer's Name and A>soroygd [gy v •Ms: LUro%mrors ram-ft, wade runes. tarand ha sus, Oftera*, wxmx =Lb9 nurnbw farad in a specrf mflion are for infortnetim and astabbV writ of guy mvef dewed and are rot nprtied a knot wrnprason. The Wet may of}er any brand which move or exends ter speofcAb era for any ftrn(s). I'll We are bftasd m equfvafent pmdum, r6cam on the bid form tM rtLYwJimcoxars rams and csnlop number. B4dw shah SWM with 1ws bid m m i Os debCYlpM kwatve ardor spoolkamm, The bddw should also aigiw h daW to reasorr(s) " and sutamit proof tw hl proposed equvalent will most to spec asb" and not be oamfdued an axaWwn tiwreb. The City of Moa)rwood raswvas the right to be to sole 1Ar of west a egad and aoeepULbls. Bids which do rot ow" with theca r KWwnene are subpet ID Mpab If Bldder hatds b name a sutxMu it will be assuned Nat he is Bidding an goods identical lo bed standard. and the suss be mqurad fo Annah such goods. is. Variations t9 31aecmutions: aim , must nxaata any variance b ou specAmbore, terms wdoor con4lkxe, no made hfaar sight It variafiora are not staled in to Bid. it will be assumed that ter product or sarnm AM oompfas wm our spomfm wo. farms WxPor wndMora, The Gty will rot irr►pst varlanoas besa+i an any accrued ulm or nw%AvWxses leasers urwss eftsrwtae Weaned loom by to City. 19. jntenproUtloriL Any quesscm ooncerrihg mvrifarw. and WoMicalieons shall be dvww in w,•" b to Pwctmng Dtvitsian. No nrerpretallon(s) shall be cortsidored twdrhg unmu provided b a1 shddas n wetting by tw Derecu of ev Puro mrq Dfvwm 20. A rdj It a opmefk basis of awed Im not oeU* W'lwW 1n to Invtwftn for till, the owed shall be to the nspensbls bWdw with tee W~ responsive bid tnestfnp this wrKlen %WMcsfl", As the best hsaretst of t+e City msy mgqu(fa, to fight is reserved b mesa awards) by it &nL ual .group of . all or rates or any oombnal m ttwecif. When a gip a speallsd, ON Am, wRt,n the group tneAt be bid. A b40w dasirirp b bid No Charge' an an Jam in a group must so Yhvdlmm, otewwiss to teed for the gf tx+D wi be aanstued as rcxnplam and may be refecmd. Miowevw. i b idars cb trot bid ail metre wig - a grmw, tw Clty nraa►vae to fight to award m an bm by Men basis. Whom a group bid is trhdkatsd br vw%abie quents" arrd to bid for to group maws misrce of wbalanoed bid prices, wch 04 may be rejected. The Pwc hmsng Direcabr, or 21a Cry rcrrffa3Kn, wtwlwvvr a applicaebls, me rvte to right a wows movou es and rregerMrltim ins to meet any or all bids, or any pan of ry Did. 21. �r fily; The bidder would spwrly any w•rranty appkmbis b he its" tad, and atbeh any appikable warranty form. 22. y�s�L Samples of rta-a. ~ mired. must be VresthW by bdder to of d,.v2e b the city Each i&viou4 sarnpie must be labeled err, bracers rare. rrwrufactuWs nand nerve and to oeivwred by hm vrd•.n On (10) cWw-4ar days of to teed apering uniess tw 3dwduly rcumas a deftererA br* or unless submascn a reageaed before the bed operrog it samples arc required u tayagt"t to he bid opavV. twy should be delivered ~ lam (10) cabrrdar drys of the request The Cety Will rot be reepdhsDm Mar reciury" samplse 23. Palents and Ro ahlea: The bKlc*. wlxxA exeepam. seal noorrity a-d see harrrdess ter Crty and fts wrocyns from liabrwry of cry reatis or lard. nclvSN oaal and ojpwwm for a an a1Ll kjm or try aopyTVWd, patermd or u,paterted rrwe Om , prop s. or xxaa rr-vxAK;a,rad or used in ter perbrmarca of tea Corwam ndudinq its use by the Cry It to ladder uses any Omign. dev%ov. or mmwrars w wrvd by liars, pamm or copyngM. A a M AAety Nreeo and urdwsr;od arr*kA WOOF ]n teat ter bid pnom shall r+dim al myalDea or cost artsrhq Irven to use of lode oesgn, dwhaa, or mammals n any Wray a'wahed in tie work 24 Aaelgnfnont: Corraud snail not rar:sder or assx n To toy 7.d bee *Vv-1 Ta trot «refer OU14Wt Df the Puctpnrnq CW*= r " avrua ftWW yusuant D O+e bid rverrs n arxi ti 7hgr"raa *1160h rray ber;orea der hweundw ate not astegr62be except wo rye pnrx wnWear, am"Nal of to Purd^awq Drom 23 Indemnitleatlon: Tv :ontrsaDt sraa rdernnrfy. haid harrnwyi, a-d W&V tv Cm, of Hdtywooe m officers. agorae and empayom 4em arc armors: ary and all deers darages 'mviiy -uO9&- l3 :r =•ass of wicr. rcuarg Dos& ex, trace RV mzw- ys teat raa--ec as a re un of a,y error, amm= or na;bpmm act q rw Ccrnc=t m orators, arpb"r apenv. Sub ntracaors or aasrgrws &,ring out of Via bed 25 9 uC al Emn)gyjrrt QRg2rtunlri: No Corracav► anal *savw m agwW cry ampryse or avbirant for ampk-yt w-t because of race. ^a'ii w, cinior, sax a kwmw al otigr. or y+ysiral cr ma,tal Nvx% ap d quasfied Canna = small We aflkm wt s aeon to erawe rat apo�ranb are WnOWsd, and hat wthpfWM are taamd "rq TW wnplor- el *Ttot reowd 0 hair race. rgligtan. coior, sax of Natural OOGM. Or prysrral or mental harOm Sup+ &:*we WAII nduos bt.1 not Ds lwrhrred b he lohm empcyment upgra*j. *Wnoften. or trarsltar. recnAlMent of reavr-WI 404wW9. tayon or asr..nasar. enls of pay or other Icrttrs of conVoraawn. and selecaon for rail". rcfuding appna .6mal . The Cararacsar mWese ro poet rh aonsparaus places a IbM l�o wttplMm and apple arm tar empbynwK n11- m seerq brh to priwira» of this deaaua. The Gbr*af:br Mrrwr adrom hit h&V* will ensu►a that SubCwwackn. IF cry, ed be mob ovem of and *4 Corroy weft stir mcirdeaftimillan Dr wvvn W13mi 3 27 j��QCIbCJ Y�Sim�r 4ualrw� gL�f, rHaa Partic nation rnr C+ry of N-nyw t a srongy axrmwre To ,q't* PW*Vewn of oW"W ty Www &"no w EnOTrees O W SE) as core and subwnarselom for to prowwrant of goods and ""im. 6 as should uUM WW9E's W%W by M SUM of Fla ._ sowrd County. The &award County S&4d Board and of* wth "TAW eertwc+far+ antwro •+hen %*cOntu" oPP&Uvb a am p=3i *. Bidders are arrcouraped b pwwpab in t» City of HOtywvads bWWBE Program by hdudirq of pert of frir bid ps,&40, ha WWSE Parwcipatfon Forth (E~ W). w4 Ive Latter of Inters Farm (Ead*d -r. 2e. AM gamctlana: 'Pwwo won &Abrhwaa wto rearte mweorabb tocome dawon b W**aa In cosy Program &%vor warriicaw may caa to Equal OPMU* Mv6Ver O" of ► rrun Retaton at (064) 921.3073 (voice). M an irldlvizkW it has N or sPweeh impaired, pi"w Cal (954) 921.3239 (V•TOD) ` 29. PvbUc,I ntb Cftec •A person Or adiliar wto has been ptaoad an to cwlvkMd vw4w list bflo" a oxwk*m for a PAAe entty wirro may not %kmA a bid an a oyead to prwde try VWds or warom b a pubic entry, may not wbmit a bid an a contract with a public sntity for the oantrucson or repair of a pvbfio bu" or pubic work may not wbmd bids on bases of rW prvpwV to a public anpy, may not be awarded or pwrlwm woo* as a oontractoo, wjpier, wbcnntacaor. at oond~j order a contract wnh any ptblia antlty, and may not t wow tKamas wit+ r+y public entity in exaass Off* tvwJ' ld amount provided in S"'O' 287.017fix CATEGORY TWO for a pWiod of 36 mama from the data of bang ptacad on to cw xbd vendor 4t.' 30. P"j"t; Nona of inapt b award a contrast wo be posted for ►wiww by irxamad panm in M Purchasing Office br a period of M (S) b usirou days. Any a" or prospertve bidder who is ag7evMd in oorrwction wM he pending award moat fife a MCM PvWt Mhin fee (5) hnrasw days afar to posing date, in acro++darros weh to CRy of f•latyvAWS Purctlaainp Ordirrurrce Sectcrl 38.51. or any rigM to protest is b le-od. 31, The contractor warrant teat each hardware, wftwre, and hmwve pmdva a vM1 M any cow aervicas, products, w40ss, materials, apwwv wystwm rd assaoard e*+iw wit oornwwd b I* d*4wy and Supply b to Chy under flier ConO•acl and fr W below eW be obis b accvmamly process don data ('rckjdwq. but rot WrAmd in, as)cut WV. compering. and sequrnwV) tom, 'rm and brYreer+ to yew 1999 and 2WO. rckx k p tamp year aMa datarr. wr an L&W in aeoordarrr - wfh to product doc►s w-ft*w provided by to contra=. pravideri he at Ihmad or u-&w prwyutb (e.g. hrdwam, softwars, fhrwrare) uward in combination wdh wind+ Lard product p W+ V@ dals der will it It ha =*ad requires hat spedfk laced proO.Ob rrxat Worm aS a $O awn in actor wm wrh ht twagoinp warranty, ton tw warranty steal apply b troaa rated produeb as a system. NOr#Wmtiutdinq err/ pmvom b to porgy Wy in any oarrr wcW wa►raety or wartanwaa. tw n roSm lvaR bb b to city wow he warranty shoo rsAide raw or mplacw ram of any bad product wt=@ narpumptiarc* is doeuvwW and made W~ b tw contractor in writing with wwy (90) days after accepvwtios. No" in to warrar ty steal be oorot usd to unit arty rights or remedies to Gty may otrSrve" have order to oor-vad wih ►mpeca ti defect: otw► han Yew 2000 parbrff n . tlidlrlvK (4/13M) 4 910 VF- 43 Z,.)rT. 810 FORM CITY OF HOLLYWOOD, FLORIDA "AN EQUAL OPPORTUNITY AND SERVICE PROVIDER AGENCY" The City of Hollywood, acting as lead agency on behalf of the Broward Governmental Cooperative Purchasing Group, is seeking bids for the Rental of Work Uniforms for various City employees as described herein. Agreement shall commence on March 1, 1999 or upon expiration of current agreement, whichever is later, and terminate two (2) years from that date. The City reserves the right to renew this agreement for two (2) additional two (2) year periods subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. All prices, terms, and conditions shall remain firm for the initial period of the contract and for any renewal period. The City of Hollywood also reserves the right to terminate this Agreement for any reason or no reason. 1. UNIFORM SPECIFICATIONS Vendors must satisfy the following minimum requirements to be considered responsive. Vendor must submit samples of all clothing items proposed to the PurchasJng & Materials Management Division, Room 303, City Hall, 26M Hollywood Boulevard, Hollywood, Florida prior to the Bid opening, so that samples may be inspected both as to material, color and construction. Samples to be Identified by vendors name on each garment. A. TROUSERS Material - Washable permanent press, consisting of 50% polymer and 50% cotton twill, or 65% polyester and 35% cotton twill of permapress quality with soil release. Fabric weight to range between 7 1/4 oz. and 7 112 oz. per square yard. Full cut with shrinkage less than 2% overall. Belt Loops - Ail loops, with the exception of the center back, may be inserted into and sewn with the waistband seam which shall also be of 1 3/4" minimum width. The center back loop shalt be affixed in such a manner as to permit alterations. Trousers to be equipped with a minimum of seven (7) belt loops measuring not less than 314" X 1 3/4' and bartacdked. <' 8:0 *F-:Z-;r- F Pockets - Two (2) side pockets, two (2) back pockets. All pockets, waistband and fly lining to be made of permapress quality or equal. Side pockets to be a minimum 13" and back Pockets a minimum of 10' measured from the top waistband. Back pockets shall have a width of not less than 51/2". Left back pocket shall be a button -through pocket. Pockets to be pre -stitched and sewn into the waistband seam. Fly - Front fly must be equipped with No. 5 Talon, Conmar, Prentice or approved equal, zipper. Zippers to be heavy duty brass with double locking tab and securely sewn into trousers. Labeling - Each garment to be identified with a permanent label that shall show size, fabric content and employee 1.0, Number. Finishing - Each garment to be trimmed, inspected, pressed and neatly folded. Mlsc. - Trousers shall be fastened at waist with button. Metal fastener at waist not acceptable. waistband to be two (2) pieces, (split curtain) to allow for alterations. Points of strain and pocket entries to be bartack reinforced. All pockets, waistband and fly lining to be of permapress quality. Colors - Vat dyed, fade resistant, tan, navy, dark brown, black, green, and charcoal. Sizes - To be furnished in stock waist sizes, even numbers from 26 through Sd, odd numbers from 27 through 35. Length shall be as required. Any alterations required will be made by the vendor at no additional cost to the City. City reserves the right to request exchange of sizes at no additional cost to the City. Trousers shall t~e finished with hemmed bottorns (no cuffs). Trousers shall be bartacked at all points of strain. Actual sizes with trouser inseams will be determined at time of original fitting of personnel and stored in permanent vendor data file. Measurements must run true to size, as ticketed. Successful bidder shall be responsible for measurement of all employees. 0 BID *F-:Wc a-TF 1A. SUBSTITUTE ITEM SPECIFICATIONS Each entity participating In this bid may Consider the following alternatives on an employee by employee basis as substitution for the trousers as specified herein: • RIEFR • r- Combination 65% dacron polyester and 35% cotton Permanent press Two (2) side -front pockets and two (2) back pockets Heavy duty belt loops Zipper fly Cut: mid -thigh, no additional cost for cut and hem Troy§grs, Lt ns drjo pant;I.MUt in Combination 65% dacron polyester and 35% cotton Permanent press Fix extended waist band Front and back darts Zipper fly No pockets A -line skirt with plain front waist hand and elastic waist band on back Combination 65% dacron polyester and 35% cotton Permanent press Zipper on back Length: over the knee No pockets B. SHIRTS Materials - 65% Polyester, 35% combed cotton poplin, processed so that it shall be of permapress quality. Fabric weight to range between 4 1/2 oz. to 5 1/4 oz. per square yard. Full cut with shrinkage less than 2%. Color - White, tan, light blue, dark blue, orange, light gray, and light green. 7 BID Construction - Work shirt type so that it can be worn with collar open or dosed. Short or long sleeves, with a minimum of 2" full facing on each side of shirt opening. Shirt to have two (2) pockets with button and matching button hole on each pocket securely bartacked at points of strain. Shirt to contain a minimum of six (6) buttons for front closure and long tail for tucking into trousers. Collar stays to be sewn in for neat appearance. Shoulder yolk to be double. All raw edges to be serged or turned and sewn. Collar to be top -stitched 1/4 inch from edge. Slzes - Shirts to be supplied in standard sizes, small through XXX large in colors, as required. Labels - Labels with the employee's name shall be sewn over the right pocket and the City logo shall be sewn over the left, with 1/20 between bottom of Iogo and top of pocket. The same shall apply for the employee's name and right pocket. Labels must be furnished by the contractor and sewn over the respective pockets. A sample City Logo will be provided upon request. Shirts to be furnished with label permanently affixed on the inside which will include fabric content and employee identification number. 18. SUBSTITUTE ITEM SPECIFICATIONS Each entity participating In this bid may consider the following alternatives on an employee by employee basis as substitution for the shirts as specified herein: G. C� shirts, fQ m nand women nNst in W Short sleeve and long sleeve (tapered fit) Combination 65% dacron polyester and 35% cotton Permanent press/Soil release finish Button through epaulets Banded collar with stays Two (2) boxed pleated breast pockets with button through flaps Approved style for law and order jobs IndividuaJ's name sewn over right pocket and City emblem sewn over left pocket Tail length, long enough to be tucked into trousers 8 310,:W-:438-ir G0 - Short sleeve, regular fit Combination 50% dacron polyester and 50% cotton One (1) open pocket on left chest Hard collar or soft collar Individual's name sewn over right chest and City emblem sewn over left pocket Shirt length, long enough to be tucked into trousers Three (3) button placket Color: white, light blue, hunter green, tan, navy, burgundy C. LABORATORY COATS Material - 65% polyester, 35% cotton washable permanent press Construction - 3/4 length, four (4) button front, long sleeve, lapel collar, three (3) patch pockets. Color - white or post blue D. COVERALLS Materials - Combination 65% Polyester and 35% cotton twill (7-1/2 oz.), crease resistant finish. Construction - Concealed fly front with heavy duty two-way zipper, two patch chest pockets, two insert lower front pockets, two patch hip pockets with half -lined reinforcement hemmed barrel sleeve cuff, four needle reinforced waistband, bpi -swing back, tool pocket on right leg, side pocket pass-throughs, and constructed to be wom over other clothing. Color - Navy or other as required. 11. SERVICE SPECIFICATIONS Service Option I, Bidder shall furnish a minimum of six (6) sets of uniform to each employee upon receipt of orders. Thereafter, each person will have five (5) changes each week with service twice weeldy. Service Option II, Bidder shall furnish a minimum of eleven (11) sets of uniforms to each employee with weekly service to include five (5) changes. E BID #F-2ZU-TF Successful bidder will be responsible for correct measurements of employees at their work site. Selection of Service Option shall be made by each participating agency prior to initial measurements of employee. Each employee shall be furnished complete sets of new uniforms at start of contract and at each renewal. All uniforms to be kept in constant repair such as the replacement of buttons and sewing of small rips. All badly damaged uniforms to be replaced with a good up- graded garment within seven (7) days following written notification by the City. Successful bidder will be required to maintain an accurate and up-to-date permanent record for each individual of all soiled uniform picked up and laundered uniforms delivered. Each employee's delivery of laundered and pressed uniforms must be delivered on hangers and identified by name and number. Stained, yellowed or otherwise unacceptable uniforms will not be accepted or paid for. Deliveries to be made twice (2 times) per week under Option I, or once (1 time) per week under Option II. No charge for service to be made while an employee is absent from duty for one (1) week or longer. Driver to be notified in advance. Payment shall be withheld for Items picked up and not delivered on next scheduled delivery day. In the event an employee transfer results in change of color in shirt, trousers or both, the successful supplier will furnish good comparable garments in the appropriate color. A new employee will get new garments during the first 180 days of each new uniform issuance period. After that he will receive a comparable garment to those in service. The City reserves the right to add or to reduce the quantity of like uniform if occasioned by hiring, termination or additional employees being tumished rental uniforms as specified herein. Vendor shall furnish new uniforms to each employee within thirty (30) days of each two (2) year agreement renewal at no additional charge. III. ADOMNAL SERVICES Item; shall be serviced on a weekly basis on scheduled uniform service days or as otherwise agreed upon by City Representative. Cost of necessary inventory required to provide sufficient quantities as indicated shall be included in price. Quantities indicated are weekly service of soiled iterms only. 10 BID An adequate number and type of collection equipment as may be required by the City will be furnished by bidder awarded any resulting agreement and at no additional cost to the City. (Hampers, Carts, Bags, etc.) New contractor shall make all arrangements for installation of his cabinets where necessary and/or make all arrangements with current contractor to take over existing cabinets. All necessary cabinets will be provided at no cost to the City and shall include installation and removal when and if required. Linens will be delivered folded and bundled by the dozen for easy count by City Employee. Supplier shall be responsible for normal wear and tear of linen items and collection equipment; however, lost or abused linens shall be paid for by the City at firm rate specified in your bid.. Pickup and delivery date for each location will be established at the convenience of personnel at applicable locations and may be adjusted during the contract period. E. SHOP WIPERS Material - Minimum of 80% cotton. Construction - Minimum size 18'xl6" Minimum weight -seven (7) pounds per 100 pieces Prewashed and prehemmed F. FENDER COVERS Material - Minimum of 50% cotton Construction - Minimum size 36446" Minimum weight -eleven (11) ounces Prehemmed G. CONTINUOUS ROLL TOWELS Standard Cloth Roll Towels capable of three hundred uses per roll. H. BATH TOWELS Material - 100% cotton terry cloth. white Construction - 22" z 44" Minimum weight: 6 pounds per dozen Prewashed and hemrned 11 810=-w:17Tr" 1. WASHCLOTHS Material -100% cotton terry cloth, white Construction - 120 x 120 Minimum weight: 10 ounces per dozen Prewashed and hemmed PAATiCIPATINQ,,AGENCIES AGENCY/01DREFM- • Lf w•,•,,• 205 400 Entrada Drive, 1621 N 14 Avenue, 3441 Hollywood Blvd., 1715 N 21 Avenue, 3150 Taft Street, 3250 Hollywood Blvd 3401 Hollywood Blvd., 1600 S. Pant Road & 1112 N. Ocean Drive Lau�grdaJg:gy-jh2:5g.j8 4501 Ocean Drive TQwn of Davig 65 3790 SW 64 Avenue, 3500 NW 76 Avenue, 6911 S 45 Street, 14601 SW 14 Street, & 7550 SW 34 Street QONTACT Tom Fenton 921-3290 Bill Mason 736-0576 Herb Hyman 797-1016 CCi y of Lauderhill 90 Ruby levy 730-3044 1900 NW 55 Ave, 1919 NW 55 Ave 2101 NW 49 Avenue, 1176 NW 42 Way City of De rfi Id Beach 212 Paul Collette 480-4418 210 Goolsby Blvd., 290 Goolsby Blvd., 200 Goolsby Bvd., 150 NE 2 Avenue, 425 NE 3 Street, & 227 NW 2 Street 12 810 ef-3568-TF City oHallandale 130 Art Andrews 458-3251 630 & 644 NW 2 Street i f 5unUe 358 Alicia Shand 572-2276 10770 W. Oakland Park Blvd., 6466 NW 20 St., 4350 Springtree Drive, 8700 SW 19 Street, 14150 NW 8 Street, 4747 Nob Hill Road, 3801 N. University Dr„ 9525 W. Oakland Park Blvd. & 8350 Spring Tree Drive Brgward Qg,unjy Qggra of Commissions 100 Sue Warner - 357-6081 Various Cily of PgMgn171 Leeta Hardin 786-4098 Golf Course, 14M N Federal Hwy Public Works Garage, 1190 NE 3 Ave, Bldg. A Grounds Maintenance, 1190 NE 3 Ave, Bldg B (front) Street Maintenance, 1190 NE 3 Ave, Bldg B (front) Building Maintenance, 1190 NE 3 Ave, Bldg 8 (rear) Park Maintenance, Stadium, 1701 NE 8 St Civic Center, 1601 NE 6 Street Mhchell/Moore Center, 901 NW 10 St Mcnair Center, 950 NW 27 Ave Water b Sewer, 1201 NE 3 Ave Customer Service, 100 W Atlantic Blvd Cb f Tamarac 75 Anne Lodato 724-2450 6011 Nob Hill Rd, 6001 Nob Hill Rd 7501 N University Drive Q1 Noah Miami_ 130 Pam Thompsor 893-6511 1855 NE 143 St, 1815 NE 150 St 12098 NW 11 Avenue BIDDER'S NOTE: Award of any bid wilt require that the successful bidder ensure that a prooerly coWeted VgaorReaistrabon F©is on file with ttlre City. 13 elo #f45 a-TF RID FIRM UNIT COST, INCLUDING PICKUP AND DELIVERY SERVICE OPTION I: Twice Weekly Service, inventory of Six (6) Uniform Sets per Employee No. 9 Em l0 a ' De cH ti FAt'd WMk1v CO$t Per Emo. Es 'd An i mi A 1176 Weekly Uniform Service $ 4.15 $ 253, 565. 00 as described herein 8 4 C. 9 Weekly Lab Coat Service Weekly Coverall Service $ 4.15 $ 1, 942. 20 Subtotal Option I Annual Cost $ 2 S 6 131 , 20 OPTION Il: Weekly Service, Inventory of Eleven (11) Uniform Sets per Employee D. 369 Weekly Uniform Service $ 4 $ 7 5 o ; 20 as described herein E. 4 Weekly Lab Coat Service $ 3 $ 624. 00 F. 50 Weekly Coverall Service $ 5 $ 10.790.00 Subtotal Option II Annual Cost GRAND TOTAL $ 347 175.40 Award of Bid will be based upon Lowest Responsive and Responsible Bid for Options I and II. PRICING FOR ADDITIONAL SERVICES: 4� 2c!jRlion G H t, K L 400 Shop Wipers as specified herein 12 Fender Covers as specified herein 4 Continuous Roil Towels as specified herein Z Roll Towel Cabinet Rental 200 Bath Towel Rental 100 Wash Cloth Rental. 14 kit TOTAL P.01 610 0,35WTF M. 2 N. 15 Weekly Walk off Mat Rental3'x5' Weekly Walk off Mat Rental4'x6 4.00 $ 5.00 O. 3 Weekly Walk off Mat Rental3'x10' $ 6, 00 ALTERNAT(V ITEM AQQITIQNAL HAR E Please provide a per S indicated. gm cost to include weekly service for additional or substitute item as Cost per week per additional Uniform Set (Trousers & Shirt) Additional charge for 100% Cotton Shirt Additional charge for 100% Cotton Trousers Additional charge for substitution of Shorts for Trousers Additional charge for substitution of Women's Trousers for Trousers Additional charge for substitution of Skirt for Trousers Addhional charge for substitubon'of Guard Shirt fot Standard Shirt Additional charge for substitution of Golf Shirt for Standard Shirt Additional one time charge per shirt to furnish and attach American Flag Embroidered Emblem Cost per lost Bath Towel Cast per lost Wash Cloth Additional charge for size XXL Shirt or larger Additional charge for size " Trousers or larger Additional charge for Pleated Trousers Additional charge for Button-down, Oxford Cloth Shirt $. _ . 8 3 —EA $ _ .bBL_EA $—,U - EA. $ _ s 4 EA $ • 6EA $_HL& ,._,EA, $— - k ,—EA $ _ 68 _EA. $ 115k__ _EA $—I ,?.5-. ,EA $__,fi .�EA. $__,fi2_EA $_, 69 EA $ .68 �EA Please provide replacement cost price listing for all items listed in bid to include alternative items_ Participating agencies will assume replacement casts only for those items lost or abused by agency personnel. Items which become unserviceable due to normal usage or otherwise shall be replaced at no cost to Buyer. Number of calendar days required prior to start of service following notification of award. 4-� days PLEASE RETURN AN ORIGINAL AND ONE COPY OF ENTIRE BID DOCUMENT. 15 EXHIBIT B T.R. 10013 Temp. Reso #8526 February 1, 1999 Page 1 Rev. #1, 2/16/99 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE RENTAL OF UNIFORMS FROM G & K SERVICES, UTILIZING THE BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP BID #F-3568-TF FOR A TOTAL NOT TO EXCEED $26,000.00 ANNUALLY, APPROVING FUNDING FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, The City of Tamarac must provide all designated personnel with uniforms as stipulated in the Federation of Public Employees Contract, Article 30.1; and WHEREAS, The Broward Governmental Cooperative Purchasing Group has awarded Bid #F-3568-TF to G & K Services for an initial two (2) year period with an option to renew for two (2) additional two (2) year periods; and WHEREAS, City Code §6-154 allows the Purchasing/Contracts Manager the authority to join with other units of government in cooperative purchasing when the best interest of the City would be served; and WHEREAS, it is the recommendation of the Director of Parks & Recreation, Director of Public Works, Director of Utilities and Purchasing/Contracts Manager that Temp. Reso #8526 February 1, 1999 Page 2 Rev. #1, 2/16/99 the rental of uniforms be awarded to G & K Services for an amount not to exceed $26,000 annually for a period to coincide with the Broward Governmental Cooperative Purchasing Group Bid #F-3568-TF; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to rent uniforms from G & K Services; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to rent uniforms from G & K Services for a period to coincide with the Broward Governmental Cooperative Purchasing Group Bid #F-3568-TF, attached hereto as Exhibit A. SECTION 3: Funding is available for the rental of uniforms from the appropriate account at a total cost not to exceed $26,000 annually. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or Temp. Reso #8526 February 1, 1999 Page 3 Rev. #1, 2/16/99 application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this "day of February, 1999. ATTEST: CAROL GO , CMC/AAE City Clerk I HEREBY CERTIFY that I have appro ed this RESOLUTION as to form. / MIT ELL S. RAF fj City Attorney R.8444 Resolaml ,,4E SCHREIBER Mayor RECORD OF COMMISSION 'VOTE MAYOR�- DIST 1: CCIM M. MCKAYE DIST 2: V/M 'MISHKIN =�—"- DIST 3: COMM. SULTANOF ��t - DIST 4: COMM. ROBERTS EXHIBIT C T.R. 10013 Temp. Reso #9259 January 29, 2001 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE RENEWAL OF THE RENTAL OF UNIFORMS FROM G & K SERVICES, UTILIZING THE BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP BID #F-3568-TF FOR A TOTAL NOT TO EXCEED $26,000.00 ANNUALLY; APPROVING FUNDING FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, The City of Tamarac must provide all designated personnel with uniforms as stipulated in the Federation of Public Employees Contract, Article 30.1, and WHEREAS, The Broward Governmental Cooperative Purchasing Group awarded Bid #F-3568-TF to G & K Services on December 15, 1998 for an initial two (2) year period with an option to renew for two (2) additional two (2) year periods. G & K Services has agreed to renew this contract through February 28, 2003, attached hereto as Exhibit (A); and WHEREAS, City Code §6-154 allows the Purchasing & Contracts Manager the authority to join with other units of government in cooperative purchasing when the best inte0 rest of the City would be served; and Temp. Reso #9259 January 29, 2001 Page 2 WHEREAS, it is the recommendation of the Director of Parks & Recreation, Director of Public Works, Director of Utilities and Purchasing & Contracts Manager that the contract for the rental of uniforms be renewed with G & K Services for an amount not to exceed $26,000.00 annually for a period to coincide with the Broward Governmental Cooperative Purchasing Group Bid #F-3568-TF; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to renew the contract for the rental of uniforms from G & K Services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to renew the contract for the rental of uniforms from G & K Services for a period to coincide with the Broward Governmental Cooperative Purchasing Group Bid #F-3568-TF, attached hereto as Exhibit A. SECTION 3: Funding is approved for the rental of uniforms from the appropriate accounts at a total cost not to exceed $26,000.00 annually. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. r� u C� • Temp. Reso #9259 January 29, 2001 Page 3 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 14 day of February, 2001. ATTEST: MARION SW NSON, CMC City Clerk I HEREBY CERTIFY that I have City Attorney OE SCHREIBER Mayor RECORD OF COMMISSION VOTE MAYOR SCHREIBER DIST 1: COMM. PORTNER liff DIST 2: COMM. MISHKIN form. DIST 3: COMM. SU4TANOF DIST 4: VIM ROBERTS EXHIBIT D T.R. 10013 A City of Hollywood, Flo,. -tua ., uinNuru 2600 HOLLYWOOD BLVD. • P.O. Box 229045 - ZIP 33022-9045 ,kr'r1 R At.V DATE: December 11, 2002 RE: BLANKET ORDER # 13000704 PRODUCT/SERVICE: Uniform Rental Service Paul Winton G & K Services 3050 SW 42 Street Fort Lauderdale, FL 33312 Dear Vendor: This is to inform you that the City of Hollywood, Florida is entering into a Blanket Order with your Company based on one of the following: FORMAL BID # {� INFORMAL BID # DATED: RENBVAl_ OF FORMAL BID # F-3568-TF DATED: 11/20/1998 r� EXTENSION OF FORMAL BID/RFP# DATED: ❑ WRITTEN QUOTATION # DATED: ❑ VERBAL QUOTATION PER DATED: a ❑ STATE OF FLORIDA CONTRACT # DATED: rT % L� BROWARD COUNTY BID # Lj OTHER: C� The term of this order is 3/1/2003 through 2128/2005. The estimated dollar value is $73,667.26. The obligations of the City of Hollywood under this order are subject to the availability of funds lawfully appropriated for its purpose by the City Commission and are subject to the terms and conditions contained on the Purchase Order farm. The City of Hollywood Departments will issue hard copy orders against this Blanket Order as your authorization to deliver. All invoices must reference each unique document number. If you have any questions, please contact Tom Fenton at (954) 921-3290 c: Public Utilities Public Works Fleet Management Underground Utilities Water Treatment Plant Fire/Rescue Wastewater Environmental Services Police/Storekeeper blanket (rev. 5/19/99) "An Equal OPPortunity and Service Provider Agency" SORT: HBLANKETPO GENERATED: 18 JUN 02 07:19 RUN: THURSDAY DEC122002 16:19 PAGE 2 1 CITY OF HOLLYWOOD BLANKET PURCHASE ORDERS ---------------------------------------------- 03/01/99 - 02/28/05 ) ---------------------------------------------------------------------------------- # B000704 DATE : 12/10/98 START DATE : 03/01/99 END DATE 02/28/05 CONTRACT # : 3568 JE # VENDOR ADDR # STOCK # REF # TYPE TRANS # UOM MIN QTY MAX QTY UNIT PRICE QTY USED ?ARDOUS ACCOUNT # ACCOUNT NAME TAX CODE 14543 1 UNIFORM N 002900017372 WK 1 60000 4.15000 34531 G & K SERVICES, INC. 983/86 ] DESCRIPTION: STANDARD UNIFORM SERVICE 14543 1 LABCOAT N 002900017373 WK 1 900 3.00000 440 G & K SERVICES, INC. 983/86 DESCRIPTION: LAB COAT SERVICE i 14543 1 XTRA N 002900017374 EA 1 12000 0.00000 6477 G & K SERVICES, INC. 983/86 ] DESCRIPTION: 20% SURCHARGE FOR ADDITIONAL ] DESCRIPTION: ITEMS 14543 1 COTTON N 002900017375 WK 1 580 11.00000 427 G & K SERVICES, INC. 983/86 ) DESCRIPTION: UNIFORM SERVICE:100% COTTON, ) DESCRIPTION: EXECUTIVE UNIFORMS,OR OVERSIZE ) DESCRIPTION: (XXXL SHIRT OR LARGER AND SIZE 50 ) DESCRIPTION: PANTS OR LARGER) 14543 1 SHIRTS N 002900019589 WK 1 400 7.55000 240 G & K SERVICES, INC. 983/86 ] DESCRIPTION: WEEKLY UNIFORM SERVICE:100% ) DESCRIPTION: COTTON SHIRT,XXXL SHIRT,OR ) DESCRIPTION: EXECUTIVE SHIRT 14543 1 PANTS N 002900019624 WK 1 200 7.60000 46 G & K SERVICES, INC. 983/86 ] DESCRIPTION: WEEKLY UNIFORM SERVICE:100% ] DESCRIPTION: COTTON PANTS,EXECUTIVE PANTS, ] DESCRIPTION: SIZE 50 OR LARGER 7 14543 1 5/10ALTERNAT N 002900020076 WK 1 12000 6.85000 6825 G & K SERVICES, INC. 983/86 ) DESCRIPTION: WEEKLY UNIFORM SERVICE:100% DESCRIPTION: COTTON,EXECUTIVE UNIFORMS,OR ) DESCRIPTION: OVERSIZE(XXXL SHIRT/SIZE 50 PANTS ] DESCRIPTION: OR LARGER) EFFECTIVE 5/10/99 3 14543 1 5/10MIX N 002900020079 WK 1 9000 5.50000 4708 G & K SERVICES, INC. 983/86 ) DESCRIPTION: WEEKLY UNIFORM SERVICE:STAN- ] DESCRIPTION: DARD PANTS W/ALTERNATE SHIRT ] DESCRIPTION: OR STANDARD SHIRT W/ALTERNATE PANTS ) DESCRIPTION: EFFECTIVE 5/10/99 aco�a. CERTIFICATE OF LIABILITY INSURANCE OP ID N DATE(MM/DD/YYYY) G&K---1 11 26 02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hays Companies HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 80 South 8th Street #1650 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Minneapolis MN 55402 Phone:612-333-3323 Fax:612-373-•7270 INSURED G&K Services,Inc &Subsidiaries Terry Drake 5995 Opus Parkwayy Suite 500 Minnetonka MN 553b13 v L.r�MV CJ INSURERS AFFORDING COVERAGE INSURER A: Fidelity and Guaranty Ins. INSURER B: Discover Property & Casual INSURER C: USF&G INSURER : USF&G Specialty Insurance INSURER E: Ins. Co. of the State of P NAIC # W o35386 . 101 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR ' DDT NSW ... TYPE OF INSURANCE POLICY NUMBER IV DATE MM/DD/YY ICN. DATE (MM/DDAM ....�.. LIMITS GENERAL LIABILITY EACH OCCURRENCE $ ] , 000 , Q00 B X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FX] OCCUR D002L00042 12/01/02 12/01/03 PREMISES(Ea occurence) $ 1,000,000 MED EXP (Any one person) $ 10 , 000 PERSONAL & ADV INJURY _m $ 1 , 000,000 GENERALAGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY PRO- X LOC PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 C AUTOMOBILE LIABILITY ANY AUTO D002AO0109 (ALL STATES) 12/01/02 12/01/04 COMBINED SINGLE LIMIT (Ea accident) $ 2 OOO i ,000 X BODILYINJURY A (Per person) $ C D ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS D002AO0110 (MA) D002AO0111 (TX) %'BODILY "� (� (� 120 2 1 1/0 12/01/04 12/01/04 INJURY (Per accident) C $ X Physical, Damage `i �i PROPERTY DAMAGE (Per accident) $ ,..� .. "Self Insured" GARAGE LIABILITY , ,.:.••: AUTO ONLY - EA ACCIDEN $ ANY AUTO A(N "'cooI i/� Z OTHER THAN _ EA AC AUTO ONLY: AG FT1 E EXCESS/UMBRELLA LIABILITY X OCCUR CLAIMS MADE 1 DEDUCTIBLE jl .a�Qj ,p\9 �f� 4C,r� Qj V`g `gC���1r `_O De } 12�01� 12/01/03 EACH OCCURRENCE 5, 0 , 000 AGGREGATE s5,000,000 $ _--— $ RETENTION $ 0 ( `a' WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFIGER/MEMBEREXCLUDED? If yes, describe under SPECIAL PROVISIONS below j % D002WO0142 (ALL r�� 0002Wn0143 < �T1�11)'' 12/01/02 12/01/02 12/01/03 12/01/03 MITS XITORY LIER E,L. EACH ACCIDENT $1,000,000 E.LDISEASE -EAEMPLOYEEI — - $ 1,000,000 _ E.L. DISEASE - POLICY LIMIT $ 1 , 000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONk_-,-1f Certificate Holder is included as Additional, Insured as respects G&K Services' negligence. UI=K I It -RA I t ML)LUtK CANCELLATION City of Tamarac Purchasing Division Attention: Albert Cohen 7525 NW 88th Avenue, #108 Tamarac FL 33321 0 69C IT2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. •"""' "' """""'1 IJ AUUMU UUFCYUKAI IUN Ivoo