Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-028• • Temp. Reso #9259 January 29, 2001 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-z:2 9^ 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 interest 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: 0 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. • E. 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, CIVIC City Clerk I HEREBY CERTIFY that I have wDro-Q this RESOLUTION a9 L-WITCHELL S. KRA City Attorney OE SCHREIBER Mayor RECORD OF COMMISSION VOTE MAYOR SCHREIBER — DIST 1: COMM. PORTNER_ DIST 2: COMM. MISHKIN — form. DIST 3: COMM. SULTANOF DIST 4: VIM ROBERTS H C) c 0 Temp Reso #9259 Exhibit (A) RESOLUTION NO/""— A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED BLANKET PURCHASE ORDER BETWEEN G & K SERVICES AND THE CITY OF HOLLYWOOD FOR UNIFORM RENTAL SERVICES FOR A TWO (2) YEAR PERIOD FOR AN ESTIMATED ANNUAL EXPENDITURE OF $56,519.00. 1 -0 �' 1 'mac WHEREAS, in accordance with Article 23, Section 3 of the Employee Organization Agreement, a Uniform Rental Service Agreement is required for approximately two hundred six (206) General Employees in the Public Utilities Department, Public Works Department, Fire/Rescue, and Police Department; and WHEREAS, the City, acting as lead agency for nine (9) participating members of the Broward Governmental Cooperative Purchasing Group, entered into a two (2) year agreement with G & K Services with option to renew for two (2) additional two (2) year periods embodying the terms and conditions of Bid Number F-3568-TF on December 15, 1998; and WHEREAS, G & K Services has provided satisfactory service during the term of the agreement and has offered to renew for a second two (2) year term under the existing terms, conditions, and firm unit pncirig; and WHEREAS, the using departments have indicated a desire to renew the existing agreement for an additional two (2) year period; and WHEREAS, funding has been provided in the fiscal year 2001 budget and will be appropriated for the fiscal year 2002 budget in various account numbers City-wide; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA: i n 1: That it hereby approves and authorizes the execution, by the appropriate City Officials, of the attached Blanket Purchase Order between G & K Services and the City of Hollywood, together with such non -material changes, if any, as may be acceptable to the City Manager and approved as to form and legality by the City Attorney. 1 C-- 1 RESOLUTION - AUTHORIZING AN AGREEMENT FOR UNIFORM RENTAL SERVICES i,on-Z That this resolution shalt be in full force and affect immediately upon its passage and adoption. PASSED AND ADOPTED this 2 day of 2000. MARA GIULIANTI, MAYOR ATTEST ; PATAICIA A. CE NY, CMC/AAE, Cf+N CLERK APPROVED AS TO FORM AND LEGALITY for the use and reliance of the City of Hollywood, Florida, only. C� 19 �- DANIEL L. ABBOTT, CITY ATTORNEY' /WL hVo-wnMd&UV&*r3b 4w 2 ** TOTAL PAGE.03 ** City of Holl 2500 HOLLYWOOD BLVD ood, Florida P.O. BOX 229045 • ZIP 33022-9045 DATE: December 14, 2000 RE: BLANKET ORDER # B000704 PRODUCT/SERVICE: Uniform Rental Service Dan Cooke G & K Services 3050 SW 42 Street Fort Lauderdale, FI 33312 Dear Vendor: This is to inform you that the City of Hollywood, Company based on one of the following: Florida is entering into a Blanket Order with your ❑ FORMAL BID # ❑ INFORMAL BID # ® RENEWAL OF FORMAL BID # F-3568-TF DATED: DATED: 11 /20/9$ ❑ EXTENSION OF FORMAL BID/RFP# ❑ WRITTEN QUOTATION # DATED: ❑ VERBAL QUOTATION PER DATED: ❑ STATE OF FLORIDA CONTRACT # DATED: ❑ BROWARD COUNTY 81D # DATED: ❑ OTHER: The term of this order is 3/1/2001 through 2/28/2003. The estimated dollar value is $556,519.00. 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 form. 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 Plant Building Police/Storekeeper blanket (rev. 5/19M) "An Equal OPPortunity and Service Provider Agency" 3 CITY OF HOLLYWOOD, FLORIDA PURCHASING & MATERIALS MANAGEMENT DIVISION INTEROFFICE MEMORANDUM DATE: November 28, 2000 TO: Samuel A. Finz City Manager VIA: Carlow . Garcia Director, Financial Services �l FROM: ohn L. Weyrauch Director, Purchasi & Materials Management FILE: PR-01-63 SUBJECT: Recommendation to Renew the Agreement for Uniform Rental Service ISSUE: A Uniform Rental Service Agreement is required for approximately two hundred six (206) General Employees in the Public Utilities, Public Works, Fire/Rescue, and Police Departments in accordance with Article 23, Section 3 of the Employee Organization Agreement. EXPLANATION: On December 15, 1998, the City, acting as lead agency for nine (9) participating members of the Broward Governmental Cooperative Purchasing Group, entered into a two (2) year agreement with G & K Services with an option to renew for two (2) additional two (2) year periods embodying the terms and conditions of Bid Number F-3568-TF. G & K Services has provided satisfactory service during the term of the agreement and has offered to renew the agreement for a second two (2) year period under the same terms, conditions and pricing. The using departments have indicated a desire to renew for a second two (2) year period. Funding has been provided in the fiscal year 2001 budget and will be appropriated for the fiscal year 2002 budget in various account numbers City-wide. 4 Page No. 2 November 28. 2000 File No. PR-01-63 RECOMMENDATION: It is the recommendation of the Director of Purchasing and Matehais Management that the City Commission approve the renewal of Blanket Purchase Order #B000704 between G Rental Service for a two (2) year period in an estimated total annual & K Services of Fort Lauderdale, Florida, and the City of Hollywood to provide Uniform $56,519.00 based on firm unit prices. amount of JLW :TF:dw Attachments: Department Recommendation h:%danvm@ W8V,,,j'SBHdw 5 City of Hollywood Interoffice Memorandum Public Utilities Department DATE: October 31, 2000 FILE: TO: Tom Fenton, BuyerT� FROM: William A. Benko, Jr., Deputy Public Utili SUBJECT: Agreement for Uniform Rental Service ISSUE: Rebid/Renewal EXPLANATIO : The Agreement with G & K Services for Uniform Rental Service is due to expire on February 28, 2001. The Operating Divisions of the Public Utilities Department would like to renew for an additional two (2) year period at the current bid pricing as allowable by the terms of the Agreement. RECOMMENDATION: Please proceed with renewal of current Agreement with G & K Services for Uniform Rental Service for an additional two (2) year period at the current pricing. Greg Benigno, Underground Utilities Manager Robert Boyce, Water Plant Manager Donavin Hultgren, Water Quality Services Manager Tom Weston, Wastewater Plant Manager Bert Vergara, Controls & Instrumentation Engineer 6 CITY OF HOLLYWOOD, FLORIDA PUBLIC WORKS DEPARTMENT INTER -OFFICE MEMORANDUM "PROUD TO CARE" DATE: November 28, 2000 FILE; PW_p 1-049 TO: Tom Fenton, Buyer Purchasing & Materials Management Division FROM: Wade L. Sanders, Assistant Director Public Works Department I/// SUBJECT: Agreement for Uniform Rental Service Rebid/Renewal. Renewal of Agreement with G & K Services for Uniform Rental Service per your memo #PR-01-18. Renew above bid for an additional two years according to the terms of the agreement. N CITY OF HOLLYWOOD INTEROFFICE MEMORANDUM TO: Mayor and Commissioners DATE: November 29.2000 FROM: Daniel L. Abbott City Attorney SUBJECT: Proposed Purchase Order with G& K Services for uniform rentals 1 have reviewed the above captioned agreement for form and legality. The general business terms and other significant provisions are as follows: l) Department/Division involved —Financial Services/Purchasing 2) Type of Agreement —Blanket Purchase Order 3) Method of Procurement (RFP. bid. etc.) —Co-operative bid based upon a solicitation of the Broward Governmental Cooperative Purchasing Group 4) Term of Contract-. This is a renewal running from 3/1/01 to 2/28/03 a) Initial —Was awarded on 12/18/98 for a two-year term b) Renewals (if any) —Two (2) additional two (2) year renewal periods c) Who exercises option to renew —City 5) Contract Amount —Estimated annual expenditure of $ 56,519.00 6) Termination rights -For any or no cause upon thirty days written notice %) Indemnity/Insurance Requirements —Vendor will comply with applicable City requirements 8) Scope of Services —Uniform rentals for City General Employees 9) City's prior experience with Vendor (if any) —Satisfactory 10) Other significant provisions —N/A cc: Samuel A. Finz, City Manager STATEMENT OF FISCAL IMPACT (Policy Number 94-45) Budgetary Review of Proposed Resolution & Ordinances with Financial Implication. Date: 11/30/00 Proposed Legislation: File: FT_S 01-078 A RESOLUTION OF THE CITY COMMISSION FLORIDA, AUTHORIZING THE APPROPRIATE OF THE CITY CITY OFFICIALS TO ~F HOLLYWOOD, ATTACHED BLANKET PURCHASE ORDER BETWEEN G & K SERVICESANDETHE THE OF HOLLYWOOD FOR UNIFORM RENTAL SERVICES FOR A TWO (2) YEAR PECITY RIOD FOR AN ESTIMATED ANNUAL EXPENDITURE OF $56,519.00. OD Statement Of Fiscal Impact: `. ❑ No Fiscal Impact associated with this actwor.; 2• ® Sufficient budgetary resources available; 3. ❑ Budgetary resources not identified/unavailable; 4. ❑ Potential Revenue is Possible with this action. Explanation: This resolution seeks City Commission authorization to execute the attached blanket purchase order between G & K Services and the Cit Of Hollywood for uniform rental services for a two (2) y for an estimated annual expenditure of $56,519.00. year Period On December 15, 1998, the City, acting as lead a ency iOz n participating members of the Broward Governmental Purchasing Group, entered into a two2 Cooperative Services with an option to renew for( (2) year agreement with G & K Year periods embodying the terms and conditions of additional id Nu berwo (2) F-3568-TF. G & K Services has provided satisfactory service during the term of the agreement and has offered to renew the agreemen for a second two (2) year period under the same terms, conditions and pricing. Sufficient funding be appropriated for in the F2002is vabudget in ilable in FVariOous ad will account numbers City-wide, uniform REVIEWED BY: H Gail A. Thrasher APPROVED BY:���� Keller Management/Budget Analyst �� Davzd E. Ke1er Y Dir., Management & Budget DATE: April 27, 1999 TO: Participating Cooperative Group Members Bid F-3568-TF: Uniform Rental Service FROM: Tom Fenton, City of Hollywood ISSUE: Rate Reductions EXPLANATION: Effective not later than May 10, 1999, G & K Services has agreed to reduce pricing for all items shown as alternative items on page 15 to the unit cost shown in their response to the bid exclusive of the standard uniform charge of $4.15 weekly. For example, the weekly charge for 100% cotton shirts would be $3.40 (5 x $.68) and 100% cotton pants would be $3.45 (5 x s.69) for a total of $6.85 as opposed to their current invoice price of $11.00. This method of invoicing will apply to all alternative items listed. No other terms or conditions of the bid are affected, with the exception of the previous change in parameters for oversize garments which will remain at size XXXL or larger for shirts and size 50 or larger for pants. RECOMMENDATION: Implement/continue service under the current price structure with revised pricing effective no later than May 10, 1999. Attachments: G & K Services Acceptance Alternative Item Pricing — Bid F-3568-TF is 00 v 7 %0 c� y v N Ito N � ON Z a MEMORANDUM DATE: April 20,1999 TO: Participating Members, Cooperative Bid for Uniform Rental Services FROM: Tom Fenton, City of Hollywood —;;// ISSUE: Proposed Revised Pricing and Specifications CttaChed is the reply from G & K Service�sta my latest request for price relief concerning cotton and executive uniform as well as shorts. An analysis of this pricing versus that submitted by Warren Uniforms, the second low bidder is as follows; °• Ems Qniform Tyne G & K Price/ Annual Cost Warren Price nual Co gj 797 106 Standard $ 4.15 / $171,992.60 $4.50 / $186,498.00 151 100% Calton Executive $ 6,85 / $ 37,757.20 $ 6.85 / $7.00 / $ 38,584.00 30 Oversize $ 53,786.20 $11.00 / 17,160.0$6.00 $6.00 / $ 47,112.00 / 00 TOTAL $280,696.00 $281,554.00 This adjusted pricing would make G & K the true law bidder, (assuming the estimated. number of employees in each group is accurate) and would be guaranteed for the life of the agreement, up to six years. In consideration, G & K is asking for relief from issuing brand new garments for employees not initially measured and at each two year renewal period. Their claim is that they have sufficient stock of ,B" uniforms (pre -washed, low wear) to provide a continual upgrade program throughout the term of the agreement. In addition, they are requesting that the initial term of the agreement be increased from two to four years. It is my intention to accept this offer contingent upon their acceptance of substituting shorts at no upcharge, the initial contract term remaining at two years, and with each entity's right to reject any uniform not meeting the "B" standard of low wear, Acceptance also offers the advantage of an agreement up to six years versus a "piggyback" of a year or two resulting in a new bid with a more than likely higher cost. Please advise your concurrence with my intentions and/or offer any additional comments. A response by April 23,1999, would be appreciated. Yes, we agree with your proposed acceptance and will participate in the revised agreement. Signed: No, we will not participate in the revised agreement unless the following conditions are met: Comments: ** TOTAL PAGE.03 ** City of Hollywood, Flom OF TAM GEN. JOSEPH W. WATSON L'�ACCkRMk, 33022�9p45 99 APR 2 I AH 11 � Q3 April 19, 1999 Randy Krause G & K Services 3050 SW 42 Street Fort Lauderdale, FL 33312 Dear Mr. Krause, On Friday, April 9, at our monthly Broward Governmental Cooperative Purchasing Group Meeting, several of the Cities participating in our Agreement for Uniform Rental Service expressed strong concern over the pricing assigned' to both the cotton and executive type uniforms. These concerns were so strong as to lead me to believe that they were considering cancellation of their portion of the Agreement, either in whole or in part. Upon further review of the contract pricing in comparison to pricing offered by other bidders and contract pricing currently in place with other entities in Broward County, I am requesting on behalf of all participating entities in this Agreement, that pricing for both cotton and executive uniforms be lowered from the current $.68 per shirt and $.69 per trouser to not more than $.15 per item. This reduction would lower the current weekly charge per person from $11.00 to $5.65 and would allow those entities currently considering cancellation to continue to participate in this Agreement. Additionally, it is requested that there be no surcharge for employees who have chosen shorts as a substitute item for pants. Although this suggested pricing remains somewhat higher than your competitors,, 1 am confident that it will be accepted by each and every one of the participating entities. Please advise your acceptance by April 30, 1999. 5incer , C� Tom Fenton, CPPB Purchasing & Materials Management TF/dw c: Bid File Broward Governmental Cooperative Purchasing Group Participants "An Equal OP'porum►ry and Service Provider Agency' DATES April 13, 1999 TO: Broward Govemmental Cooperative Purchasing Group FROM- Tom Fenton, City of Hollywood ISSUE: Reduction in Rates for Cotton and Executive Uniform Rental, FS_4 1 . Please review the attached correspondence which I intend to forward to G & K Services and advise your support or any recommended changes. Although I am requesting a reduction to $5.66 per week, upon further analysis of the pricing submitted by G & K versus the ne)d lowest bidder, Warren Uniform, an Agreement of anything less than $7.00 per week would still allow G & K to support a claim as low bid, and, therefore, should be acceptable to all participants. Should anyone wish to serve on a negotiating committee, if necessary, please advise as soon as possible. REL:O#DATIDN: City of Hollywood, Florida GEN. JOSEPH W. WATSON CIRCLE P. 0. BOX 229045 ZIP 33022-9046 March 23, 1999� -v OTC T. Scott SmithA G & K Services 3050 SW 42 Street Fort Lauderdale, FL 33312 .„ ON �n M --I Dear Mr. Smith, The City of Hollywood, as lead agency for the Broward Governmental Cooperative Purchasing Group, hereby accepts your offer in conjunction with Bid # F-3568-TF as outlined in your correspondence dated March 22, 1999, with the following clarification: Uniform pricing for any employee wearing size XXL shirts or smaller and size 49 pants or smaller will be reduced to the standard charge of $4.15 per week unless other alternative charges such as 100% cotton, executive uniforms, etc. apply. This new invoice pricing will be effective two (2) weeks from the date of our meeting as agreed upon or with deliveries beginning April 5, 1999, resulting in an overall cost savings of approximately nine (9) percent. In addition, anyone taking advantage of the opportunity to switch from the 100% cotton uniforms to the standard industrial uniform will be invoiced at the standard price of $4.15 per week effective with the first invoice following issuance of the standard garments. "An Equal Opportunity and Service Provider Agency" The City of Hollywood along with all of the other participating cooperative members appreciate this consideration and, assuming satisfactory service, look forward to a successful business relationship throughout the initial two (2) year term of this agreement as well as the subsequent renewal periods. Sincerely, Tom Fenton, CPPB Purchasing & Materials Management TF/dw C: Participating BGCPG Members (with attach) Wastewater Treatment Plant Water Plant Underground Utilities Streets/Beach Recreation Maintenance Trees/Nursery Facility Maintenance Fleet Maintenance Sanitation Garage Fire Garage Police Regulatory Compliance Bid File "An Equal Opportunity and Service Provider Agency" G&K Services° C3050 S.V. 42nd Street Fort Lauderdale. FL 33312 954/327-9400 Fax 954/327.9154 TO: Tom Fenton City Of Hollywood FROM: T. Scott Smith G & K Services DATE: March 22, 1999 RE: Uniform Bid Dear Tom: In regards to our meeting this past week, G&K agrees to: 1.) Change the parameters of what is considered oversized to 3XL and greater in shirts and 50" and greater in pants. Prices will be changed accordingly. 2.) Offer a 2 week open period, where anyone who needs to change from 100% cotton garments to regular industrial will be allowed to do so. (April 191h-301h) Changes in prices for oversized garments will be reflected on all invoices by 4/16. 99. It is important to note that since we are dealing with brand new garments, any changes from cotton to regular industrial could take 2-4 weeks. I hope this is acceptable to all. We look forward to a long term relationship with The City Of Hollywood and all other members of the Broward County Co -Op. We appreciate your business. Sincerely, T. Scott Smith Sales Manager DEDICATED TO UNIFORM EXCELLENCE i w Z City of Hollywood, .� ' Florida Ir 60• GEN- JOSEPH W. WATSON CIRCLE P. 0. BOX 229M ZIP 33022-9045 March 12, 1999 Randy Krause G & K Services 3050 SW 42 Street Ft. Lauderdale, FL 33312 Dear Mr. Krause, Upon review of our initial invoices for your services commencing March 11, 1999, 1 was quite shocked at the impact of the upcharges that the various alternative items have on our weekly cost. Charges for items such as executive shirts, 100% cotton shirts or pants, and XXL shirts or pants size 44 or larger are three to four times what other vendors offer including what we had experienced with G & K on our previous contract. Additionally it seems difficult to justify, for example, charging $.68 per week more for an executive shirt or 100% cotton shirt which costs only $2.00 more to purchase. On behalf of the City of Hollywood and all Broward Governmental Cooperative Purchasing Group participants in this Agreement, I am requesting relief from these charges in the form of price reductions as follows; Reduce all Alternative Items additional charges listed on page 15 of our Agreement to $.10 per item with the exception of cost per week per additional uniform set, furnish and attach American Flag Emblem, and loss of bath towels or wash cloth which may remain the same. At this reduced level, your firm would recoup its initial additional investment for these items approximately twenty (20) weeks into the two (2) year agreement. "An Equal OPportmity and Service Provider Agency. Your consideration and acceptance of the proposal outlined above is vital to maintaining an on -going, amicable business relationship with the City of Hollywood and other participating members of the Broward Governmental Cooperative Purchasing Group. Please advise your acceptance or offer an alternative solution to this problem for our consideration by March 22, 1999. Sincerely, Tom Fenton, CPPB Purchasing & Materials Management TF/dw c: Bid File Bill Mason, Lauderdale -by -the -Sea Herb Hyman, Town of Davie Ruby Levy, City of Lauderhill Paul Collette, City of Deerfield Beach Art Andrews, City of Hallandale Alicia Shand, City of Sunrise Sue Warner, Broward County Purchasing Leeta Hardin, City of Pompano Beach Anne Lodato, City of Tamarac Pam Thompson, City of North Miami ..1 -A' Equal Opportunitj and Service Provider Agency" ey,. CITY OF HOLLYWOOD, FLORIDA PURCHASING & MATERIALS MANAGEMENT DIVISION INTEROFFICE MEMORANDUM DATE: December 15, 1998 FILE: PR-99-73 TO: Samuel A. Finz City Manager VIA: ZRE . Garcia Director, Financial Services r j FROM: Jahn L. Weyr Director, Purchasing & Materials Management SUBJECT: Recommendation to Award Agreement for Uniform Rental Service ISSUE: In accordance with Article 23, Section 3 of the Employee Organization Agreement, a Work Uniform Rental Service Agreement is required for approximately two hundred and six (206) employees City-wide. EXPLANATION: On November 4, 1998, as lead agency for the Broward Governmental Cooperative Purchasing Group, the City of Hollywood Purchasing and Materials Management Division prepared and mailed fourteen (14) Invitations to Cooperative Bid Number F-3568-TF, including one (1) certified women's business enterprise, and the bid was legally advertised on November 6, 1998, in accordance with the City's Purchasing Ordinance, Section 38.42(A)(1), with an opening date of November 20, 1998, which resulted in responses from four (4) bidders: G & K Services $45,078.80 Hollywood, Florida Aramark Uniform Services $48,880.00 T Opa Locka, Florida Warren Uniform Company $49,140.D0 ' Pompano Beach, Florida 4= -a Page No. 2 December 15, 1998 File No. PR-99-73 Unifirst Corporation $56,561.44 Pompano Beach, Florida The amounts listed above pertain only to the City of Hollywood requirements and not the other ten 0 0) participating agencies. Bids were not submitted by any M/WBE vendors. G & K Services is currently providing the City with uniform rental service from their facility in Opa Locka, Florida, and an improvement in service is anticipated with the transfer of this service to a more local facility. Their bid fully meets all terms, conditions, and specifications of our bid. Funding has been provided in the fiscal year 1999 budget in various account numbers City- wide. RECOMMENDATION: It is therefore the recommendation of the Director of Public Works, the Director of Public Utilities, and the Director of Purchasing and Materials Management that award be made to the lowest responsive, responsible bidder, G & K Services of Hollywood, Florida, for a two (2) year agreement with option to renew for two (2) additional two (2) year periods for an estimated annual amount of $45,078.80 based upon firm unit prices. Authorization: It is recommended that you approve and authorize the issuance of Blanket Purchase Order #6000704 embodying the terms and conditions id Number F-3568-TF between G & K Services and the_ City of Hollywood. dated .1998 A. Finz, City JLW:TF Attachments: Bid Tabulation Department Recommendations Blanket Purchase Order #B000704 2 z S z W cr 0 U, m w p � a ti z �- o c 3 U. fii o� m N 44 m 2 O ° W O G ui gW z? S 8 z 3 2 ° LL �jj a: a 8 0 a m m Ir F- W W ��o U a o o z W O`" z U.N } W W = ¢ 8 w O a w O a N OC V J a o a a a z LLI � o O O W Z Z a o $ 8 $ W 8 8 ul a g W 2 � h QCc U w z O � m a W a 8 O 3 �i a. Ir Si O W -i s U O b Ncc W O W o ? W O! CO) 2 o � y CO U uWi w T qr WLU Cry m T WO im w cr.w o� W p W r O LA. CY W WJQZ LLZ coW v V w w >it m H = to >;j > > � Z2Lu mLL,� to Z O w W N w W W zaz �o z a4w S wW ' aor � LA.>0 xm z�z $WOz o � C7 � h- p N -j 0 LLIIJ?OOUmo 0 a m o c ui o w f OF i/ City of Hollywood, Florida r GEN. JOSEPH W. WATSON CIRCLE P.O. BOX 229045 ZIP 33022-9045 DATE: December 15, 1998 Randall Krause G & K Services 3050 SW 42 Street Fort Lauderdale, FL 33312 Dear Vendor: RE: BLANKET ORDER # B000704 PRODUCT/SERVICE: UNIFORM RENTAL SERVICE 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 # F-3568-TF ❑ INFORMAL BID # DATED: ❑ RENEWAL OF FORMAL BID # DATED: ❑ EXTENSION OF FORMAL BID/RFP# DATED: ❑ WRITTEN QUOTATION # DATED: ❑ VERBAL QUOTATION PER DATED: ❑ STATE OF FLORIDA CONTRACT # DATED: ❑ BROWARD COUNTY BID # ❑ OTHER: The term of this order is 3/1/1999 through 2/28/2001. The estimated dollar value is $45,078.80 per year. 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 form. 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 Plant Building Police / Storekeeper blanket (rev. 2127/97) 'An Equal Opportunity and Service Provider Agency' CITY OF HOLLYWOOD "AN EQUAL OPPORTUNITY AND SERVICE PROVIDER AGENCY' PURCHASING & MATERIALS MANAGEMENT DMSION - ADMINISTRATIVE CENTER HOLLYWOOD, FLORIDA 33020 BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP INVITATION TO BID CO-OPERATIVE BID NO. F%ISWTF DATE: November 3, 1998 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 Cooperat:ve Purchasing 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 11. City of Tamarac 2. Lauderdale -by -the -Sea a. City of Sunrise 6. Broward County Board of Commissicrs 8. City of Pompano Beach 10. City of North Miami The Agency responsible for issuing this bid is the City of Hollywood, Purchasing & Materials Manage—e Division, 2600 Hollywood Boulevard, Room 303, Hollywood, Florida 33020. All questions concerning this Invitation to Bid should be addressed to the issuing agency, hereira`e- referred to as the "lead agency." All responses to the bid are to be returned to: City of Hollywood. � �y Clerk's Office, 2600 Hollywood Boulevard, Room 221, Hollywood, Florida 33020 no later than 3:00 P.M., 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 execute its own ccr,acz with the Contractor(s) in accordance with its respecfive purchasing policies and prooedum& Each participating governmental entity will be responsible for issuing its own purchase orders, and for order placement. Each agency will require separate billings, be responsible for payment to the vendor awarded this contract, and issue its own tax exemption certificates as required by the Contractor. The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations, and insurance requirements will be in accordance with the respective agency requirements. Any reference in the Bid document to a single entity or location will, in fad, be understood as referring to all participating entities referenced in this Invitation to Bid. The successful Contractor(s) shall be responsible for advising the lead agency, referenced in the award, of those participants who may fail to place orders under this award. Municipalities and other govemmentai entities which are Ml- MOMb2rs Of AM-- Broward m Ibb bid awaEd. HOWEVER, OTHER BROWARD CO-OP MEMBERS MAY PARTICIPATE IN THIS CONTRACT FOR NEW USAGE, DURING THE CONTRACT TERM, OR ON ANY CONTRACT EXTENSION TERM, IF APPROVED BY THE LEAD AGENCY. NEW CO-OP MEMBERS MAY PARTICIPATE IN ANY CONTRACT, ON ACCEPTANCE AND APPROVAL BY THE LEAD AGENCY. (A listing of current Broward Co-op members is attached.) ANY PROBLEM WITH PARTICIPATING AGENCIES REFERENCED IN THIS AWARD WILL BE BROUGHT TO THE ATTENTION OF THE LEAD AGENCY. THIS INVITATION TO BID IS CONSIDERED AN INTEGRAL PART OF THE BID DOCUMENT, AND ANY RESULTANT AWARD, AND SHALL BE INCLUDED BY REFERENCE INTO ANY CONTRACT. ACKNOWLEDGED BY: 'y Name Authorized si /True Randall Krause, General manager Enclosed: One (1) copy of Bid, to be completed, signed and retumed Attachment: Broward Co-op Member Listing M/WBE Participation Form (Exhibit "A") Letter of Intent Form (Exhibit "B") Statement of "No Bid" BROWARD Ga`/4 ; :'.' ;L PURCHPISING CO-uF�EAA i YE GRCLI? Name & Address Contact Phone Fax Broward Community College-Purch. Dept. J. Rickenbacker, R. Persian 761-7485 761-7330 225 E. Las Olas Blvd, Ft. Lauderdale, FL 33301 Broward County Courthouse Beth Austafson 831.7730 831.5572 201 SE 6 St., Rm. 890 Purchasing Fac. Coordin. Ft. Lauderdale, FL 33301 Broward County Housing Authority B.J. Solomon 739-1114 x323 484.5650 1773 N State Road 7 Lauderhill, FL 33313 Broward County Parks & Recreation Marilyn Cahill 950 NW 38 Street Oakland Park, FL 33309 Broward County Purchasing Dept. Ed Witkowski -Chief of Ops. 357-M 357-8535 115 S. Andrews Ave., Rm. 212 Ft. Lauderdale, FL 33301 Broward County Sheriff -Purchasing Leslie Dell 831-8170 7654006 2601 W. Broward Blvd. Ft. Lauderdale, FL 33312 Boca Raton, City of Carol Thomas/Lynn Kunkel 393-7876 393-79W 201 W. Palmetto Park Rd. Diane Lopresti Boca Raton, FL 33432 Coconut Creek. City of Sheila McGannA inda Jeethan 973-6730 973-6794 4800 W. Copans Rd. Coconut Creek, FL 33063 Cooper City, City of Betsy Nicholscn 4344300 680-143.3 PO Box 290910 Cooper City, FL 33329 Canal Springs. City of -Purchasing Angelo Salomone/R. Matiav 344-110311100/11011 344-1 Sc 9551 W. Sample Road A. Resnicic/G. Dixon 1104 Coral Springs, FL 33065 Dade County Public Schools Alicia Lafarga 995-1364 995-23CZ 1450 NE 2nd Avenue Linda Cantin Miami, FL 33132 Dania. City of Nanci Denny 921-8700, Ext. 207 921-26C4 100 W. Dania Beach Blvd. Dania, FL 33004 Davie, Town of Herb Hymar C*ra Sacco 797.1016/1015 797-1:-= 6591 SW 45 St. Davie, FL 33314 Deerfield Beach, City of -Sept. Srvs. Donna Courx /Paul Collette 480-43W4418 480.4388 210 SW Goolsby Blvd. Deerfield Beach, FL 33442 "Or: s ;.C;a:. -.a Florida Department of Chi;drEn Coug W)ita- 467-4476r422S 4b3-2747 and Famihes Dist. #10 Purchasing Director 201 W. Broward Blvd. Dist. 10 Ft. Lauderdale, FL 33301.1885 Florida Dept. of Health 2421A SW 6 AVE Jack Scali- Purchasing Super 467-4706 467-4704 Ft. Lauderdale, FL 33315 Fort Lauderdale. City of -Purchasing Richard Ewell 761-5138 751 1350 W. Broward Blvd. Ft. Lauderdale, FL 33312 Fort Lauderdale Housing Authority Kathy Marsengill 467.7977 467-8012 100 S.W. lath Avenue Fort Lauderdale, FL 33312 Hallandale, City of -Purchasing Dent McGougWArt Andrews 457-1333 457.1342 400 S. Federal Highway Hallandale, FL 33009 Hollywood. City of -Purchasing 2600 Hollywood Blvd., Rm. 303 John Weyrauch/B. Deputy/ T. FernorvR. Dierks 921.3210/-3345/ 921-3086 Hollywood, FL 33020 -3290/-3223 Homestead, City of -Purchasing Michael A Rath/Debra Burch 247-1801 ext.188 246-3244 790 N. Homestead Blvd. Homestead, FL 33030-6299 Lauderdale -By -The -Sea Bill Mason 776-0576 776-1857 4501 Cbean Drive Lauderdale by the Sea, FL 33308 Lauderdale Lakes. City of Fire Department Patti Mantesta 731-1212 714-9035 3461 NW 43 Avenue Lauderdale Lakes, FL 333t9 Lauderhill, City of -Purchasing Ruby Levy 730-3044 730-3025 2000 City Hall Drive Lauderhill. FL 33313 Lighthouse Point. City of Gerald Renuart- 943-Wo 784- . ,1 2200 NE 381h Street City Administrator Lghthouse Point, FL 33064 Lighthouse Point. City of Terry Scala Police Departmern 3760 NE 22 Avenue Lighthouse Point, FL 33064 Margate, City of -Purchasing Pat Greenstein/C. Guzzi 972-6454 96a-646; 57W Margate Blvd. Margoe, FL 33063 Mebo-Dade Water t Sauer Alma Santiago 669-7753 669-756 4200 Satzedo Street ✓oral Gables. FL 33146 Name 3 Addresa C-Crltaet Fax Miami -Dade Community College Edward J. Vasquez 11011 SW 104 Street !Miami. FL 33176-3393 Miami Shores Village John Rumble 10050 NE Second Ave Miami Shores, FL 33132 Miramar. City of -Purchasing Margaret Palomino 6700 Miramar Parkway Miramar, FL 33023 North Lauderdale, City of William Peck -Suet. Public Wks 701 SW 71 Avenue N. Lauderdale, FL 33068 North Miami, City of Pam Thompson 776 NE 125 Street N. Miami, FL 33161 North Miami Beach, City of Lynn Grbble 17011 NE 19 Avenue North Miami Beach, FL 33162 Oakland Park, City of -Purchasing Larry Fagan 3650 NE 12 Avenue Oaldand Park, FL 33334 Opa-Locka. City of Rona M. Sandler 124 Perviz Avenue Opa-Locka, FL 33054 Parkland, City of Rita Grimes 6500 Parkside Drive Parkland, FL 33067 Pernbrcke Pines, City of -Purchasing D. Fitzgerald 10100 Pines Blvd. Pembroke Pines, FL 33026 Plantation. City of Paul DeBemarddJudy McGill 400 NW 73 Avenue Plantation. FL 33317 Pompano Beach. City of E. Siegrist/Leeta Hardin 1190 NE 3rd Ave., Bldg. C Pompano Beach, FL 33060 Port Everglades Authority-Purch. Div. Larry Strain 1850 Eller Dr., 6th Floor Ft. Lauderdale. FL 33316 South Florida State Hospital -Purchasing Jill SmithsorVRobert Brown 1000 SW 84th Avenue Pembroke Pines, FL 33025 Sunrise, City of -Purchasing Marsha PetersorvVivian O'Neal 10770 W. Oafdand Park Blvd. Sunrise. FL 33351 Phone 237.2231 795.2210 967-1550 724.7070 893-6511 948-2976 561-6105 953-2825 753-5040 450-6918 452-2545 786.4098 46&3517 967-7103 572-2274 696-6402 1 967-1699 720-2064 891-2617 948-2996 561-6299 953-2837 341-5161 435-6624 452-25AA. 786-4' Sc 761-156' 985-4436 572-2278 mama 0g AGc: -133 Lrosltzc: Phone Fix Tamarac. City of -Purchasing 7525 NW 88 Avenue Tamarac, FL 33321 Lynda Fiurry 724-2450 724-2408 Wilton Manors, City of -Purchasing 524 NE 21 Ct. Wilton Manors, FL 33305 Revised 12110/97 Emie Sanz/Linda McWas 390-2100/2141 390.2189 r. W C an o -- a� CL U.t-0 0 w Z LL 0WZ U) 0 O W F Za J N C� = LG LL Z Q oILU aa �O v� z i *, 0 O C w s Z. z f • I 2 F � $ W } 10 $ W _� c r a:. EXHIBIT B TO: LETTER OF INTENT TO PERFORM, AS A SUBCONTRACTOR (Name of Prime or General Bidder) Contract No.: The undersigned intends to perform subcontracting work in connection with the above Contract as: (check below) an individual a partnership a corporation a joint venture The status of the undersigned is confirmed on the attached M/WBE CONTRACTOR Identificat;on 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, as hereafter described in detail at the following price: (Date) M (Name of MWBE Contractor) .- Submit Bids To: City of Hollywood 2600 Hollywood Boulevard Hollywood, Florida 33020 CITY OF HOLLYWOOD, FLORIDA INVITATION FOR BID Office of City Clerk, Room 221 I BIDDER ACKNOWLEDGMENT Bid Title: UNIFORM RENTAL SERVICE Bid must be received prior to 3:00 P.M. Friday, November Bid No.: F-3568-TF 20, 199$, and may not be withdrawn within 90 calendar days after such date and time. Bids received by the date Commodity/Service Required: wort uniform and time speciMd will be opened in Room 401. All Bids supply and service received after the spectreed dab and time will be returned unopened. Purchasins Contact: Tom Fenton Telephone No.: Mill 921. 3M BIDDER ACKNOWLEDGMENT MUST BE SIGNED AND RETURNED WITH YOUR BID. THIS FORM MUST BE EXECUTED AND THE ORIGINAL AND ONE COPY SUBMITTED WITH ALL BID SHEETS IN A SEALED ENVELOPE. (DO NOT INCLUDE MORE THAN ONE,FIID PER Eamon.) THE FACE OF THE ENVELOPE SHALL 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 SUBMITS A BID AND ANY PAGES UPON WHICH INFORMATION is REQUIRED TO BE INSERTED MUST BE COMPLETED AND SUBMITTED WITH THE BID. Bidders Name: G 4 K Services Fed. ID No. or SS Number 41-1670526 Mailing Address: 3050 S.W. 42nd St. Teleph0f1e No.: (954) 327--9400 Ft. Lauderdale FL 33312 Fax N"• (954) 327-9154 Indicate typo or organization below. Is the bkIder a Ceet fied Minority? Yes No Corporation CR Partnership ❑ Individual O Other 0 Cartifying Agency: Bid Guarantee is attached in the amount of S 3 4 7 , 1 75. QeiPvrry:-jj cahridar days after reCaipt of order Reason for No Bid. N/A Pay„ „„t Terms: Net 10 The ur*Cersigned bidder Certifies that this bad es made wghout prior understarWinq, agreement. or connection wdh any G:rpera:ior. firr-i or ;ersan submitting a bad for the same materiats supQiits or equgxrort, and is in all .,-esoeC'LS fair and w09M =i4.5. _ fra..e I certify acceptance of this bd's terra. wndK)ons, spmf"t4r4 aracnments and addenda. Further. by s has form, pages I/ through 3 are adcnowtedc� and aceected as *enas any special instruction sheet(s) if appiCabis I ify t 1 am authorized t¢/�iiqn this bid for the bidder Of if 11/11/98 Randall Krause, General Manager S gnat a Date Authorued Name (typed) TERMS AND C.ON01 7,1Ct.,j 1 : Bid must contain an onpnd 59%= re Of an rdivdooal aurhorQed o bnd fw brddw Bid must be typtad or pnntted in ink Alf oonecaons made by the bidder 10 fw bid must be 'rrtrale4 by to person sgwtg tog bed NI i nkAs entm, pWCA bw?3 a Correction& not n'atialed wilt not be labuttrd. The original bid ox4ftna and s0euhcao" carrot be &a -VW or altered in any way Afwred b,ds will not be eonsfdered. 2. stated 81d: If W subm tong a bid. rwPond bye nnp ertur" Bidder Advsawledpmwnt loan. rrwtw�p 4 'NO BID.- no War ran tosidled bed Opening dale and hour, and explain ttn reason in ttta space provided. Faarre b respond rrTt*A Sufficient pAdflicom MW be CBUSe for VWWVal of fte bidders name fMM the bid Mng Ilet 3 %9-92Cr In • Shall be Public, On data. bmilon artd time speaMd on the bid form. It is to bWAes rs&p n&bky to aasve riot hd b.d b defivaad at the proper time and ptaae of opwwV. Bids which for a'Y reason are Mot so delivered, mil not be Oon►sk**d. It d ttw Deciders responsrbmy to assure all narnbered pages of ow bid, ad sUchnerds thereto and ail addenda rebased are fwWved error to subm Mng a bid Ail bids are subject b fte oondfb" spepMd herein on to attached bid dorumer es and on shy addenda reed twreto. 4• A9Atfl&—WAi5LThe Ctty Of HdlywV[d naservw Tw right to amend to bid WW to to bid oWrg dale ire lsd. Only w 1u addenda will a bah rg. The City is not bound by any " repm witatiorn. darificafons. or charges made in to ma n sPacilkabons by the C4yrs w*oyeas, unless such darAksatlons or dwtgw are Provided b bddars in wri W addendum IlCrm. 9 • Deduct trade ftcounts and quot firm not pence&. t3F,* both unit and ettl9raied Will. Prices rrxalt be swaa0 in unto b quan" spvolied in to biddirp specif moon In case Of d Y in cOmPuWv tree amount of fw bid. ft unit pride q-cmd will govern and the owl will be a**W aDeanbVy. All Wxft quoaid shal be F.O.B. deatlnation, WqM; l; gd. (9lriderr pays and been height dharges. Bidder owrn goods in Vw sit and files my daims). UnW= ofterwiss stated in Special Condeorr. Cash decounts for prompt payment ytt74M be oort de►eci in delerffwwV ris lowest not CM br bid evaluation purpatsae. 6 Mhdrewpi of Blg§: Bidders rnsy request wtftidrawral of laid Submittal prior to to sd*duled bed Opanrhg Innis provitlad ri. re quw.st for *W&awral b sublutted b the Doe W Of Krctulwrg and Ltaw als %%rtapwwtt n writing. No biQs rrmyr 6e vid drawo for a period of ninety (9D) days after ttw date of bid opeov- . 7. to Bidders an expected b exariw tw speceffcadons, do&wy sdwdulas, bd prras and sxta vkxw, and am 'rxaavcdOres po+tainiN b supplies and services. Failure to do so we be at bidders raft f!. 1axw: The City Of HOOywood is erampt from Federal E.uao and Stem Sales Tiom On dreg pUr iQM Of %rgblo pwq rml propwty The axorp6om does a S apply b purchasers a ten'gbk pw*ZW Property mode by Oontram n who use rir temp Personal Property in to performance of eonvaCb for to Ctty of Holywocd. Contractors dung Wuron with the City shelf ag be elernplad from paying sagas tax b than suppliers br rnawneb to UM contractual abigaaorr wtri fto Crty nor shelf ary owmw w a aul"Ortted to use Ote Clyrs tax exwv4on rwrnbe in ssar*V such mat mb, 9 QL IM. Un&M acaal date of delNery is SPepfiod (or 4 specifed calvary Can not be malt) shore number of days required b rtaMw dQK'wy after rece,pt of purcham order n sPacs Prw+dad. Delivery time may bwxvw a base for making an award. Dafivery shelf be wrdyn the nomW wOrtcxtg hours of the user, htefday ?+rough Fnday, eszkxWg holidays. unless aterwese specified and Epp bd rw JDnract document C-sivert stall be 10 TA IOGaWn SPwGfied In to bod speclfGaaons it). gondttl red n : Unless 0&wrwise staled in fte &pedal rstruceonS to bidders or fte bd stleeb, or specdcavy Orderee from an accepted price kst defiveriens must consist Dry of raw and unused Pxb and shall be to current swxbvl producI m model avalabie at the tithe of ter bid. The gccds must be suit" Peldragsd for afWment by mwo, carrier. Eadt 00rt3aurwr Or muabple tuts Or Mama 011'16 use prdcaged shah beer a wbei, mprrtt stem or Other bilible martci v ytaertg rwm of r uv'u 3 w Or suPPbw. Purchase Order rxarber and any other manors& roqLxed by ofSpreciAcatloru, a otrar 'dtable nhearra er Wing vendor and Pvd'arse order number a P 1 1 Ins Ion Ac2Wsncw46 TitleIrtapvc7on and aracwptartce wi be at desarveon tenses o04srwrt a pros Tms b or rink of �Qn 3r da�ege b all vwn3 &tail be Ire rsspormb" rr tree successftA ]rider Urd Orty the Or.yar urlsss an Or dwTWs rsx.ro from rhegbgerKw ply ttte buyer It fte msserah or swvre6 ltrPpied b TO C.ty are turd to to defecmve or not OOrdr nwq SperlR=bOrs. fur Coy M50-e r, trw right b carrcal tte ordw upon rrI a& novae 10 ate MAW and ream product at Dodders experms. 12. Sit Starldar : All manufvUed sterns and t shall =nply appkmbe "equ,rernent& of O0=pa6ony Satery and wealth Act and cry standards t w%rder 13. • No gLawwe is expronw Or copied a& b to Col �LWsty of b to purdUnd Ixrder ar y open and contract Esamatd quantities wd be used for bed wmparscxh pub Oyy The Cny of Hdy*ow fesrvee� T* nght b Issu6 puvti s Ofders a$ and wt,or'I required. or MW a Market parrltasse waer for Irtdivdual agendas and rasritep ParU quarttlaeo No delivery VAN becz row due or be a,O:ept2bfe ant"t a wr=n Order by fts Cory, late&& Dtherwtm provided in to ewilln to acSuch order wccetao quantity. bra Of deivevy and Outer paj-er cape Ho or w rt r wgerdyr re maybe rie may be green feieQ vcs notice, b be mnffmhed by an Order n wrong. 14 Contra P rl nd Cgr"rsCtjw The rues contract pwcd &hap start *,m the wpatlon caw of the �7.iotra �: or craw of award, whichever a labsk and OW trtnnaae NO (1) yew tram to dam. trusses 01111 ee sand w Om to sprAMlord. The dontracbr we earryoleae chivy- and the CAY will MK*ivg defvery rut cry Orders maid brie oonrtt,csdr prior O ttw drat d faWation. The Pudhawq D"clor may rwww Fur contract Mbea b mdo accePWM. satatackry and dwtrtmnllon that renewal wd be in fur bast mussel d to City. "k goa Of rhos 1110 Flerww wti a mu ded &fray (" aaiatldw dWs brdWW ,;at 3M) 2 in ad-ancr Of er:rNW '+Y cf r,; contract Al Frc9s. `O -s ar :' =r is rs sal mnran firm kr .14 rA= pwvd of : a xr : --ct and for anlr mrrowal pr '-AM s64W b Price mild: tease apsc`�ed as a 9pacr: sues' her etc In the event tawvtcw an sohhrdtlad to find because co the apralnon of the axe -tract to Confracw steal oWW" the saor0 upon the regwet of the Pwv%nrq Ovector. The atrtinecn period steal mX exfrd for more tom erwy (90) fye bgwld the saMtrlgrt dats of the e4sting OCnrsa The Contr7cbr end be mrplirato srvico at he ran in effect wm ga„rae hen Ihm WWa is trnrt11u1d he the � ls. Flxqj 52ntroct ggenthles. Purchase order(s) for Ail gAMM 0 will be sa+wd b successful bdder(s) afar no"caton of award and receipt of all required documents. Ff d pontrad gw rim uP b fir'" (20) percent 0f the crgrwPy $psa d quaromm may be ordered poor to the expiration of one (1) year afar ter date 0(award. provided the contractor agrees to hxNsh such quantltais at the Sams prices, terms and ow4itlorr. 16. Fiavmeftt: Payrrwnt we be made by ter Ctry afar htrw bsan received, accepted and popery irnoiDed m ind=led in contract m4of order. Invoices must bear the purdm se order number. 17. nutacturer's Name and Apgroved Egulvelents: Lianufarturws nrrhaa, trade rearms, brand narrwa, i fOmution and/or catabg nurrbor rated in a spert+Malion are far r0onnabon and smbisrrrtent of quality *eel desired and are not Intended in knit mrrpeotorl. The Wow may offer arty brand which meets or exceeds to speofl= ions for arty aam(s). If bids are based on equivalent produce, r6catr on IV bid form the ffwm1 ia"s name and csnlog number. Bidder shall subniA with hs bid omvists descsipwa herature ardror sperafications. The bidder shored also explain in decal the mason(s) wiry and submit praelf that the proposed equivalent will meet t» speolirabons and not be considered an exception Memb. The City of Hollywood nsvrvea ft ftpht to be the sole judge of whet a egad and acimptatle. Bids which do rot oampfy with these mqumnents an subject b ft pcbmt if Bidder f h b name a subsMU it will be alsurnad that he a bidding an goods ide ntrpl to bid standard. and her YA be required to furnish such goods. is. Varlartlons tq locincytionsa Bidder must ,ndhcale any vanarhcv b our spoodIcalons, lambs andror condlona, no roarer how S5^ If varialons are not stated in the Bid. a will be assumed that the product or service Ably compies wreh our speailea%x*. tames WXLAW aanditionsi. The Cory will not inarprat variances brand on any attached salas or n w% ctxws lowabxs unease orhawiar spedfvd hewn by t» Coy. 19. r I Any gvestlarhs concerning aonetvns. and spvciAcabons shah be dhrvcsed n rrritrhq b the Purclhasing DMWon. No interprelatbn(s) steal be axhsdered WxWg unless provided to al EkkWs n writing by ter pvector of the Purchasing Dtvimm 20. Awe dsr M a speditc beeb of award is not eetebtfahed In to InAm on for Yid, the award efutt be to the reeparmMe bidder wtth ?ter Iohvest reeponstve bid tneettng the written spectlkadons. As to bast interest of the Cary may rtpuirts. to fight Is reeaved b inane awwors) by es*idual cormodiasslawm. group at ow%modleslervicas. al or none or any oornbneelon riereof. When a group s speeded. as Mints within the group mot be bid. A bddw dam-irp to bid No Charge* an an rm in a group must so irdcals. otl rwiss to bed for to group will be construed as ncompble and may be repcad. I•iowever, t bidders do not bid all Asms within a group, the ttty nsarves the Aght to award on in esm by Item bass. When a group bid 's it I - , for vainabis quart ties and to bid for to group shows evidence of urb anosd bid priors. such bid may be mpctad. The Ptrfohaakhg Diracaar. or 7» City Commrssicrt, whKtwver a applicable, reserves the right b waive molrou*W and rregubvTbas and to reset arty a all bids. or arty pert of any bid. 21. WIMEjjr&; The bidder should speay any warranty applicable b to sterns bd. and attach arty appikable warranty form. 22- Sameles: Samplers of mains. when mglkW. must be furrehW by bidder bra of darga to tho City Each individual sampis must be hbeted with boilers rare, ma rufachrers brand rams and to deivoed tty Nm w!tivn ten (10) calemlar days of t+e bid Oper�rp unless the schedule rhd 2las a dd*9M tmr or unlem subnasron a mqm d baltrs to ford ope wig It sarripim are m lived subsequent 10 he bid openrq. they shout l be delivered wfrin an (10) caandar days of the requast. The City wit rot be resporstim tar roWmmg sampke 23. Patents and Ryahlw The bidder. wl'0A excep6m. stall Ydar-vvty rid saw hamtlm to C:ty and ft Wr4hoyeoe hm tiabiity of ary nears or lord. ndudrng cost and egmrees for or an account of any copyrighted, patrartrd or uhpabnred i we dom , process. or arxie rrAmtxb,ded or used in the penbmhance of ft cortram ndudvq its use tar tie ;try If ter bidder uses any *m9n. dome, or maeram covered q *Qvs, paint or cupfr9lit it a mAL,.* agreed and 61Wrs%= wrtxm excvpeon that to bid prices shalt rtiivse at myalars or art ansrq from the use d such doegt, dvAm, or matanats in any *ray nvdved n the work 24 Asssignmant: Cortactor snail not raider for a"n the perbrrranoe regvgd by 7.95 bid Ta row «ra>ran arrant,f the PWC-?-M" Drecmr Any &4M *WW p.rsuant hid the bid r y treon a-d t'e mares whrrh ray bsaoi a der heraxhckrr are not awigraNe except *vi Ire poor wr uw approval of ire Pwcha rq Director 25 Indernnlilcation: TMe rceva= shall r+dsmMy, held harmless, and oeferd r4 Coy of Holt +aoC :ft officers. Byrne am employees 'rem arc aura- ary and all :tares daragea 'feaiay .uogev-wZ ^r saes of acicr rcucrrg xsa. axpertse:s aro atux-eys teas rcurac as a reauli of any error. c newts Or nagb9mrit aF oy to CW"CWr ifs criers, ernpcyer«s. agrrm. subronbactOrs or assrgrem marg out of re bid 25 gaual Emj2loXMj#4 : No Cartrapx srtial discrlrrrrs>b agarrw ary empryee or applicant for Wrogymant becausa of rags. religmmr coior, sax or Nasorsl origin, or physical or rim. Nv4kW d quallivd Contractor sral We allkrnsdve a=m ID erslre tat applicants die arnOW9d, and hat employees are VmUmd during T+W vrvcymert w whorl regard C theft race. reig0n. CObr, sax for Valor-a1 oririn. Or pr fSP::W or mental Nvx%cm Sid+ a"' 4 stall inside bt,1 net ae *Nted In to boom — ernpayrnent upsra*q.-WnoWn. or raider, rt3c""ant or Mrjrnent aeverWq, layoff of ler^,taaor•. rases of pay or otter barks of oompermtlon, and selaoorxn lot raining, ncMudrq apprenomm . The Unradbr agrees to post P ax+spocuo hs PMON aid" 10 elhploymm and appkam t1r anpk ymaM rhotecal where lorft the pr wWwo of brie mW*<hkxvnnm= dates. The M m - Att4her agrees that hnshhr will st muff tit Suboontror fm. t try. of be made swan of and wi ca Ik0V whfh ft a Kjmkn� oftn daKaw- ohdrnvn (N 1 W! 3 27 MInor j,[j WgMr 4uslneaa Elnerortso PaAlc tMIgn: T10 Crty of u -4ywood is srongry co+rimmed to ensuring is par0M46on of csr"ed I ty/Worw Dummm Entsrprom (WW8E) as coo; and subcontractors far the pnocur rt+rnt of goods and serviaee. fldorwa WxxA uUm fvW SE's oarobd Dy to soft of Florida coward sourly. The Browerd Courtly school fiord and other with sailer asrtric+lon arsons We akcanracsrrg oppNiunibs are passible. Bidders are encouraged to pa lkIpate In fM Ctty of Hoiywoods AWWSE Program by Including as W of two bid po&4iigs, to M WIDE Psrt #mIon Form (Exhrltirt 'A j, and the Latta of In*% Farm (ExlAd In. 28, MA Gs ncs: 'Persona *Mh dtahiilef who fsqu.irs masmbe accom wdalon d pallcipat■ In City Programs ardor swvxm may call the Equal Opporw" A4r6Ve► Ofhes of Human Ralaiom at (254) 921.3073 (voice). It an 'individual Is hearing or speech rnpaired. please call (994) 921.3239 (V.MO) ' 29. • •A person or affiliate wro has been paced an to ovnvic lied vwxkx list btlowt V a 00nviation for a pub+k entty ulnae may not sut; t a fled on a aor*act V Prowde any goods or ssrvhcea b a PA*c entry, may not submit a laid an a contract with a Public entity for he overucsion or repair of a public bv" or public work may not submit bids on leases of real property to a pubbe entity, may not be awarded or perform worts as a oonwacwt. supplier. subcontracaon. or oorwultant under a contract wm any Public entry. and may not transW business wrh cry Public entity in excess of tie hreshdd amocent provided in Section 287.017 for CATEGORY TWO for a period of 36 mantis from to data of being placed on he oonvrcted vendor list' 30. EMts4t; Node of intent to award a contrast will be patad for rwiew by irtarested parlhs in to Purchasing Office for a period of tare (5) business days. Any actual or prospowve bidder wino is aggw4ed an axhnection with to pending award must Me a written protst wetter lure (5) hminew days aher the poerig dab, in actrx0vt oe wth to City of Hotywood's Pu"*Aw rg Or Wmve Sectic,-n 38.51. cr any right b protest a blertsd. 31, XIK 2ND Pul2mancem The aontracfr warrants let each hardware. sathvere, and firmware product as well as any oiler services. Prociur's. wpplim. maw, opera" systems and assaciaad egteprrent oonnectied to he delivery and supply d Sw Ctty under to contract and bled balm steal be able to ao ratey process dew data (including. but not limited b, caktilatw+g. aumpamg. and sequencinq) from, ihq and teareen to years 1999 and 2000. i Khxb g W W year dohr<atiarne. when used in a000rdanca with the product dooxilarfaton provided by to contrul r. provided that all lard or wAMW products (e.g. hardware, sohms. lnnwars) Load in combination with such bed product properly w xh gs dab dew with R If to contract requires that speak bud produeb mat parlrxm as a sysa n in accorav0e with to torepwq warranty, than hat warranty shall apply to those toad products as a syst m. Notwtthstarding any per vum to to owroy in cry awwwesai wa7any or wwantes, he renwdiaa avabi* b to City under the warranty shall include repair or replacement of any bled product whose non -compliant a deeovered and rtrsda W1own to ha c ntracter in writing witnrn natty (90) days aflor awoptance- Nothing in h$ warranty shah be aon31irued to intent any right or remedies the Crty may otherwise haw under the oorract wrth rmpea b defer other hen Year 2000 perlormanee. bidir" (All 3V 8) 4 910 kF-:,ZU-TF BID 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 Purchasing & 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% polyester 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 1/2 oz. per square yard. Full cut with shrinkage less than 2% overall. Belt Loops - All 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 shall 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 3/4" X 1 3/4" and bartacked. R 8:0 #F-:Z - T 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 1 Q" measured from the top waistband. Back pockets shall have a width of not less than 5 1/2". 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 I.D. Number. Finishing - Each garment to be trimmed, inspected, pressed and neatly folded. Misc. - 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 54, 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 cast to the City. Trousers shall be finished with hemmed bottoms (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. P 810 *F -::ca-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 speciiled herein: 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 Tr rs, (Mmens drew 2inta)in Combination 65% dacron polyester and 35% cotton Permanent press Fix extended waist band Front and back darts Zipper fly No pockets �kiqs. f r women must in A -line skirt with plain front waist band 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 2F-;"$-0-7 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. Sizes - 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 1/2" between bottom of logo 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: Guard shirts !of men and women Mst in 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 Individual's name sewn over right pocket and City emblem sewn over left pocket Tail length, long enough to be tucked into trousers L 31D ;rr-U38- T F 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, bi-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. II. SERVICE SPECIFICATIONS Service Option I, Bidder shall furnish a minimum of six (6) sets of uniforms 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. N BID #F•:468-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 uniforms 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 suooessful 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 uniforms if occasioned by hiring, termination or additional employees being furnished rental uniforms as specified herein. Vendor shall furnish new uniforms to each employee within thirty (30) days of each two t2) year agreement renewal at no additional charge. III. ADUMNAL SERVICES Items 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 items only. 10 BID RF-'0cc3-TF 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"x16" Minimum weight -seven (7) pounds per 100 pieces Prewashed and prehemmed F. FENDER COVERS Material - MinirrAurn of 50% cotton Construction - Minimum size 36"x36" 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" x 44" Minimum weight: 6 pounds per dozen Prewashed and hemrned 11 810Y=•:a-Tr I. WASHCLOTHS Material - 100% cotton terry cloth, white Construction - 12" x 12" Minimum weight: 10 ounces Per dozen Prewashed and hemmed PARTICIPATING AGENCIES NO, OF EMPLOYEES AGENCY/ADDRESS REQ. SV9. Qb f Holinno 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. Park Road & 1112 N. Ocean Drive Lau . r 1 Vie; Sea 8 4501 Ocean Drive Town of Davig 65 3790 SW 64 Avenue, 3500 NW 76 Avenue, 6911 S 45 Street, 14601 SW 14 Street, & 7550 SW 34 Street Cqy of LaW�grhill 90 1900 NW 55 Ave, 1919 NW 55 Ave 2101 NW 49 Avenue, 1176 NW 42 Way City of De rfi Id Beach 212 210 Goolsby Blvd., 290 Goolsby Blvd., 200 Goolsby Blvd., 150 NE 2 Avenue, 425 NE 3 Street, & 227 NW 2 Street 12 QCONTACT Tom Fenton 921-3290 Bill Mason 736-0576 Herb Hyman 797-1016 Ruby Levy 730-3044 Paul Collette 480-4418 BID #F-35WTF Qb of Hallandale 130 Art Andrews 458-3251 630 8 6" NW 2 Street Cily gf Sundae 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 Srgward QouM Bo rd of Commissions 100 Sue Warner - 357-5081 Various Cily of PgMgno Beggh 171 Leeta Hardin 786-4098 Golf Course, 1400 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 B (rear) Park Maintenance, Stadium, 1701 NE 8 St Civic Center,1801 NE 6 Street Mrt&ell/Moore Center, 901 NW 10 St Mcnair Center, 950 NW 27 Ave Water 8 Sewer, 1201 NE 3 Ave Customer Service, 100 W Atlantic Blvd f Tamarac 75 Anne Lodato 724-2450 6011 Nab Hill Rd, 6001 Nob Hill Rd 7501 N University Drive City f North 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 will require that the successful bidder ensure that a p1gody coMaeted Mendor Ragistration Fo is on file with the City. 13 BID *F-3568-TF 8ID FIRM UNIT COST, INCLUDING PICKUP AND DELIVERY SERVICE OPTION I: Twice Weekly Service, inventory of Six (6) Uniform Sets per Employee t' No. Est'd Weekly IEst'd An tial Em 1- "s Descrioti Cost Per EMQ; c A 1175 Weekly Uniform Service $ 4.15 $ 253, 565. 40 as described herein B. C. 4 Weekly Lab Coal Service 9 Weekly Coverall Service $ 4.15 $ 1 942. 20 Subtotal Option I Annual Cost $ 256 131 . Zo OPTION Il: WeeklyService, inventory of Eleven (11) Uniform Sets per Employee D. 369 Weekly Uniform Service $ 4.15 $ 63020 as described herein .E. 4 Weekly Lab Coat Service $ 3. 40 $ 624. 04 F. 50 Weekly Coverall Service $ .15 $ 1 a . 79a . a0 Subtotal Option II Annual Cost GRAND TOTAL $ 347 175.40 Award of Hid will be based upon Lowest Responsive and Responsible Bid for Options I and li. 'PRICING FOR ADDITIONAL SERVICES: I tESV!g IU 20"Nes Qg§criRji Ln Y r G. 400 Shop Wipers as specified herein H• 12 Fender Covers as $ 1 ,00 specified herein 1•. 4 Continuous Roll Towels $ 3. 50 as specified herein 2. Roll Towel Cabinet Rental .K 200 Bath Towel Rental $ L. 100. Wash Cloth Rental $ 14 TOTAL P.01 810 0-3566-TF M. 2 N. 15 O. 3 Weekly Walk off Mat Rental3'4' Weekly Walk off Mat Rental4'x6 $ 4.00 $ 5.00 Weekly Walk off Mat Rental3'x10' $ 6. ALTERNATIVE ITEM A001 ITIQNAL QHAR.ES Please provide a per item cost to include weekly service for additional or substitute items as indicated. Cost per week per additional Uniform Set (Trousers & Shirt) $ Additional charge for 100% Cotton Shirt Additional charge for 100% Cotton Trousers ``$f'—� $`-`O—� Additional charge for substitution of Shorts for Trousers $--Fa EA EA. Additional charge for substitution of Women's Trousers for Trousers Additional! charge for substitution of Skirt for Trouser$' $ . 69 Additional charge for substitution of Guard Shirt fob Standard Shirt $�-� Additional charge for substitution of Golf Shirt for Standard Shirt $ �`EA Additional one time charge per shirt to furnish and attach $ �� American Flag Embroidered Emblem --E'°` Cost per lost Bath Towel Cost per lost Wash Cloth $2,10—EA. Additional charge for size XXL Shirt or larger $_ a5__EA_ $—,AEL Additions! charge for size 44 Trousers or larger Additional charge for Pleated Trousers _EA. $��Ek Additional charge for Button-down, Oxford Cloth Shirt $ . 69 EA $ , g8 EA Please provide replacement cost price listing for all items listed in bid to include alternative items. Participating agencies will assume replacement costs 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 5 days PLEASE RETURN AN ORIGINAL AND ONE COPY OF ENTIRE BID DOCUMENT. 15