Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-048Temp. 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 SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict.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 a` `~day of February, 1999. � E SCHREIBER Mayor ATTEST: RECORD OF COMMISSION MAYOR SCHREIBER CAROL GOO, CMC/AAE DIST 1: CORM• McKAYE City Clerk DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF I HEREBY CERTIFY that I have DIST 4: COMM. ROBERTS appr9jed this RESOLUTION as to form. / MITC'HELL S. City Attorney R.8444 Reso/aml Exhibit A I E�up 2E5a 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: rig E. Garcia Director, Financial Services rL FROM: JohWeyr iDirector, 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 Opa Locka, Florida Warren Uniform Company 9140.0 P Y $4 , 0 Pompano Beach, Florida a © a a 3 J F O '„ v U w 0 m x U 0 ti x a $ w 3 � R li 2 e� o ri O m W = aQ 0 U 8 $ LL W 0. Q m maw a �� a o U • • a 0 ~ O W W D le $ uj 3 O O ~ U Q J a 0 53 a O a H �,: W 0 O Z o 8 $ W 0 0 U a o 1 w° ' O LL � x O Cc Z O w Q a ct a a O a O w .Jr U O s a_ $ 8 y z 0 ..+ Q ~ U Q LL N O 2 O S2 Q z n > W o � -r ¢ S _ a Q $ v w x=1 a Y. W 0)m r T- ¢ (7 x rs r W 0 W 45 ¢ m LL v 7 W W:_`�qtZ cr N v v v U .z cc cc w .5 w W Z m 0 Z N W Z2Z �0 C 1 Z W w w W N � 4_ } y c p tL J�OOap� Z a r � g a Q H W O Z U WQOm_W x F OJ z OJ .�zoaL)Ma 0 m ° o o ui ° • C] • CITY OF HOLLYWOOD "AN EQUAL OPPORTUNITY AND SERVICE PROVIDER AGENCY" _ PURCHASING & MATERIALS MANAGEMENT DIVISION ADMINISTRATIVE CENTER HOLLYWOOD, FLORIDA 33020 BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP INVITATION TO BID CO-OPERATIVE BID NO. F-35WTF DATE: November 3, 1998 TO: Prospecdve 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 Cooperatve 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 4. City of Sunrise 6. Broward County Board of Commissic,ns 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-Y^' Division, 2600 Hollywood Boulevard, Room 303, Hollywood, Florida 33020. All questions concerning this Invttation to Bid should be addressed to the issuing agency, herei"2tv- referred to as the "lead agency." All responses to the bid are to be returned to: City of Hollywood. 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 �r•�r with the Corrtractor(s) in accordance with its respective Purchasing Policies and Procedures.. BAOWAPO GC'!E� `"' ?'JRCHA3ING CO -";-'=A A i VE GRCLr? Name 6 Address Contact Phone Fax Broward Community College-Purch. Dept. J. Rickenbacker, R. Persian 761-7485 761.730 225 E. Las Ofas 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 Laude hill, 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. 357.6009 357-8S35 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 0 Coconut Creek, City of Sheila McGanntinda Jeethan 973-6730 973-6794 4800 W. Copans Rd. Coconut Creek, FL 33063 Cooper City, City of Betsy Nicholscn 4344300 680-1433 PO Box 290910 Cooper City, FL 33329 Coral Springs. City of -Purchasing Angelo Salomone/R. Matiasv 344-1103/110011101/ 344-! ' R 9651 W. Sample Road A. Resnick/G. Dixon 1104 Coral Springs, FL 33065 Dade County Public Schools Alicia Lafarga 996-1364 995-2?C2 1450 NE 2nd Avenue Linda Cantin Miami, FL 33132 Dania. City of Nanci Denny 921-8700, Ext. 207 921.2SC-4 100 W. Dania Beach Blvd. Dania. FL 33004 Davie, Town of Herb HymarvCora Sacoo 797-1016/1015 797.1 :_'_ 6591 SW 45 St. Davie, FL 33314 , Deerfield Beach, City of -Suet. Sm. Donna Council/Paul Colfeette 48 -4M4418 4W_ ?* 210 SW Goolsby Blvd. Deerfield Beach, FL 33442 Name 3 Addre a F3.( Miami -Dade Community College 11011 SW 104 Street Miami, FL 33176-3393 1Shores Village 1 050 NE Second Ave Miami Shores, FL 33132 Miramar, City of -Purchasing 6700 Miramar Parkway Miramar, FL 33023 North Lauderdale, City of 701 SW 71 Averwe N. Lauderdale, FL 33069 North Miami, City of 776 NE 125 Street N. Miami, FL 33161 North Miami Beach, City of 17011 NE 19 Avenue North Miami Beach, FL 33162 Oakland Park, City of -Purchasing 36W NE 12 Avenue Oaldand Parts. FL 33334 4aa-Lodca, City of Perviz Avenue -t.odca, FL 33054 Parkland, City of 6500 Parkside Drive Parkland, FL 33067 Pembroke Pines, City of -Purchasing 10100 Pines Blvd. Pembroke Pines, FL 33026 Plantation, City of 400 NW 73 Avenue Plantation, FL 33317 Pompano Beach, City of 1190 NE 3rd Ave., Bldg. C Pompano Beach, FL 33060 Port Everglades Authority- Pu rch. Div. 1850 Eller Dr., 6th Floor Ft_ Lauderdale. FL 33316 South Florida State Hospital -Purchasing 1000 SW 84th Avenue 076r"" Pines, FL 33025 Sunrise, City of -Purchasing 10770 W. Oaldand Parts Blvd. 34jn►ise. FI 33351 Cc n! act Edward J. Vasquez John Rumble Margaret Palomino William Peck -Sept. Public Wks. Pam Thompson Lynn Gnbble Larry Fagan Rona M. Sandler. Rita Grimes D. Fitzgerald Paul DeBemardo/Judy McGill E. Siegrist/Leeta Hardin Larry Strain Jill SmithsorvRobert Brown Marsha PoMrsorffivian O'Neal 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 468-3517 967-7103 572-2274 696-6402 967-1699 720.2064 891.2617 561-6299 953-2837 341-5161 435-6524 452-25AA- 786-4 - K 761.1 !o5' 572-227e W LO 4N Occ Ma Om J LN LL LU Y LLI U) m 2 Q LLB. Z F a U Qa AlJ m F 4w a� r • • 0 Submit Bids To: City of Hollywood 2600 Hollywood Boulevard Hollywood, Florida 33020 CITY OF HOLLYWOOD, FLORIDA INVITATION FOR BID Of IC6 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-3S68-TF 20,1998, and may not be withdrawn within 90 calendar days afbr such date and time. Bids Waived by tins date Commodity/Service Required: work uniform and time specified will be opened in Room 401. All Bids supply and service received afbar the spectAed date and time will be retuned unopened. Purchasing Contact; Tom Fenton Telephone No.: (934) 921. 32N BIDDER ACKNOWLEDGMENT MUST BE SIGNED AND RETURNED WITH YOUR BID. THIS FORM MUST BE EXECUTED AND THE ORIGINAL AND ONE COPY SUBMITTED WITH ALL 810 SHEETS IN A SEALED ENVELOPE.olp_pfagffin2n.) THE FACE OF THE ENVELOPE SHALL CONTAIN THE ABOVE ADORESS, THE GATE AND THE TIME OF BIO OPENING, AND 810 NUMBER- THE BID SUMMARY SHEET PAGES ON WHICH THE BIDDER ACTUALLY SUBMRS A 90 AND ANY PAGES UPON WHICH INFORMATION IS REQUIRED TO BE INSERTED MUST BE COMPLETED AND SUBMITTED WITH THE BID. The ur+Cersjgned bride/ certrfie:; that this bd a made wghoul pnw undersUnding, agreement G COnrMCbOn with arty c rPcra cr firr, or ; ersan submitting a bd for the $ame materials supgi+p Or equipment. and rs in all -asoeGs fair and without COnitY acceptance Of this bd's terrna. Cor+d2bns. so,ee— iCat:ons anacr+ments and addenda. Further. by s tnLs form, pages 1 through 3 are aas acknowledged and accepted *v4 as any special instruction sheenfira s) d appbis I ify t I am autp4ed tgsgn tha bid for the bidder 11/11/98 Randall Krause, General Manager Date Ahar¢ed Name (tyxed).tarue: S graah vt advarcil of errrmW'+^e of Cs aonract NI pews, w-s r". =rrdtacrs sail nv-.an Mr: fcr -a r.:,u parcd cf :a zcwrct and for any rom wal pe -.mm su.blect to pnca aG;us:riertt 7p,=W as a -4:1=6 jmm' hweto In he wrent swvlcee era adwduled a u+d because of the eaaarom at to oor+raa, the Cono war steal ca rkxre rue service upon he nkmm of M Purchasing Director. The eoc m mmoft Period shall rot extwd for awes turn musty (90) days beM to mWaron deaal of to edit" contact The Contractor shall be atxnpwiurs0 for ire service at tva raw in effect vWm taa exteneim datsa i Irmik d by to City. . is. Fixed CglIffect glyarTtItles: PurdNm orderts) for kd quam" all to issued to successful bdder(s) saw no"callon of award and rocarpt of all mqured docwnents. Ft d contract quar+tlats up b tv" (20) percent of to originally specifies quw*ws may be ordered prior b he w;wabon of oar (1) year afar he date of aware, prmxw the oonwaaor agrees la lurrrsh such "entitles at to Sarno prices. OMS and oondttiorU. 16. ; Payrrwx will be made by to City after corrimodiMmAmtomis have been received, accepted and property invoiced as indicated n contract moor order. Invoices must bar he purchase order nurnlo r. 17, nufagturer's Name and ADoroved_EgUlvslt,nts: manudacusrs names. wade names. brand farm. infamatlion and/or c9ft numbw rated in a specification am for offnatia and eataubierrrtent of quality lava delved and are not nteded b fasts ourtpeeton. The bidder may often any brand which milts or aoseds to spomf= ons for any rskiXs). n aids are teased an equwalent products. ndicaa on the bid loan ft manulaft nWit naive and rxtalop ntrttber. Bidder steal subrrut wAh his bid complesa descatpWis Mrra4n artdw specifications. The bidder should also wow in deal the reaaon(a) why and submit Wad to to Proposed equivalent YM meet f» sprdlirabom and not be corsWorld an exception hersb. The City of Hvaywood reserves to right 10 be to sole judge of what a equal and aiocspeable. Bids which do rot comply *mh too mquirernome an subpet to ='• it Bidder fait to name a substitute it wit be assumed hat he is bidQwfg an goods idembeal to turd standard. and he vA be tequired to furnish such goods. is. • Bidder rust in I cry vriarm to Our specantiorts. rrrrts andw conditions. no ff►>srar how slight If variations are not stand in eta Bid. it va be assumed hfu to product or service H.Ay complies, with our spomieaMns, rant an44*r ccmdit . I'm City wA not irompiret variances based on any atddiad salts or mam acuses itteattre tress all!m s spewed huert by he Chty- 19. Jnt!rortaftatlons; Arty questions wrtearrrng ca dftts. and spedllfaborm steal be directed in wrierrg b re Purchasing Division. No nlorpremtion(s) shot be considered bridling unless provrided a al Biddws r+ writing by he pirecwr of Its Ptrchasng DwWm 20, I&MMI§ 11 a epmeft bank of aw--d is not established In to Irwttatlon tot slid. the award shall be to ft maps tall le bidder w lth ft lowest reeponstre bid woo" ill» wrrMen speettkotlans. As to best inrrest of to City may nqurre. to right ts rwarved b malts award(s) by irrdlvtibuual ,group at cornirnoMosmiarma. al or none or any anwbnoilo t twreot. When a group a specified. of firms *Amin he group nAt be bid. A bidder desinng b bid No Chwge' an an hn in a group must so indeaw. c>ewwise to bird Ibr M group wi be curmad as 'r+csx VWI@ and may be relocltd. Howwer. R bidders do not bid all Orris whin a group, to City reserves he right to avrard an an ben by lam bass. When a group bid s ndcard for variable quan"ims and the bid ►or to group sl icim avidar ce al,wbaloxfId bd priass. such bid may be nlecad. The Ptacim rig is or h. Ct y Conmesion. whichever era applicable. meevee to right b wows arlxw�iles and irregularities � mymyes and of al bids, or arty part of any bid. 21. NUS; The bolder should specify nY warranty appicxtbro o to ittarns lid. and atbcrt arty applicable warranty brin. 22- Samcloa: Samples of ilsrris. rvhert «iqurred, rivet bs Airnshed by bidder lees of urge b Il+a G+h Each rdividwl sarnpie must be labeled writ bidders rare. m Wacb.rars brand natre and m itivwW M torn *vr4n We (10) Calendar nays of ft bid opMsp unless he schock a rdical s a diftererrt tune or unless submasm b mqurad before the raid op &wV It samples are required Subsequent to he bid opening. hey should be delivered within tan (10) caklndar days of he request. The C+ty willrot to IF, Al' for retumnq samples 23 Partants area Rovaltles: Thv bidder, wTt+an exception, stall rdervirty and save nar nbass Ve CTy and rts t+-tporm from fablity of cry nature or lard. rtduairp cast and e3perises for or do account of any copynghted. patertsd or u-p4W d nverdon, process, or &Ida rrar th=rad or used in to por m w%os ol to oonram rckx rig as use by to C y It he bidder uses a1y design. drmm, or materam covered W legs. pal mint or mppVM R a mu6raiy agreed and 6rderstood mt*tA Wmapow tot ha bid prices shall r4kAs at myWo s or cost ansrg trom he use of such deargn. dawn, or materials in any may .involved in to work 24 A-4jQ01nof t: Cerra= snorts -Of Tanster or assign to per'onrarra bawd by Tor bed *rIve t to xw off Mr ocrsert of to Pu rcha Trig Ovom Ary award asued pursuant b To bid rmumn arts Tin manual whiem may Decor* 14 mwourder are Flat assignable amps wch r4 prior written agcroval of the Purd%mrig Oncicr 25 In mnlfigatlon: TMe :o wwwr shall r4ornM maid man*ites, rod award rue Crty of Mcifywooc ern officers. agents rd a► P ysm 'r" wd agars; ary and all 2magees 'maiey ;udgerw-3 or =a,_*Am of -4ccr ratxir'g =:SM. expensm arc aMr-sys lees rcLrrec as a resun of wry error. omasim or ropgent aG vy to Corrarwr its oficorsomPcyws. agiwits. subcontractors or assgroes arsrng out of he bid 25 Eaual Ernalovnlent Oeoortun)ri; No Co-tta= stW asurr,raim against air empkyse or apoicwt -br arnployrnert because of race, megion. coior, sex or Natorw origin. or perysral ar menbl Handicap I quaffled Cwvactor shall We aflYmd*e adon b ereare rat applicants are arnpioyed and wt ernoufm arc Mind during tW wnpcymart Ml+at regard b ties raw. reirgon. cocr, sox or i4ocrail ongin. or p&ywal or mental naxlraa Svth acaorr3 small rtdtide 1:4.1 -cc oe '1TvGid c to t Aowv empcyrnent. upgradrig, Jib —Coon. or Tar star, reau"gint or reix+Arwt adverxsrq. Cayce or a3r."3or.'am of „sy or Omer lon. of con+pervWMon. and se+eicadrt for rarrnq. rrkuding apprsnacarv. The Carsraceor agrees to post in =%Piaraa places walrlll to ent�ioyvee aM appicaii for airiplgntirr4 tx k its so"" tw prvvi ions of tanorklecOrrwailion dale. The Goneaeaor furhar aprom hat hehfte wff ererxe trot Subconeumrs. f any, rill be rtadis antra of and wi certlpflr wills tl'a Cteurw. 0 Ndrivtt (r.13MI 1310 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, 2600 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 ldentified 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 7 112 oz. per square yard. Full cart 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 1 314" and bartacked. 5 810 *F ,r-Z -TF 1A. SUBSTITUTE ITEM SPECIFICATIONS Each entity participating In this bid may consider the followingalternatives on an employee by employee basis as substitution for the trousers as specified 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 r r in Combination 65% dacron polyester and 35% cotton Permanent press Fix extended waist band Front and back darts Zipper fly No pockets SkiCS, for yamn 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 8. 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. 0 7 310 ;fF.:538-' F Qolf shirts. rrxist include 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 worn 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 uniform to each employee upon receipt of orders. Thereafter, each person will have five (5) changes each week with service twice weekly. 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. W 810 $ = -` :Z-T F 1. WASH CLOTHS Material -100% cotton terry cloth, white Construction - 12" x 12" Minimum weight: 10 ounces per dozen Prewashed and hemmed 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 LaUSWrdaje-2y she -Sea 4501 Ocean Drive W-7 Town of Davie 65 3790 SW 64 Avenue, 3500 NW 76 Avenue, 6911 S 45 Street, 14601 SW 14 Street, & 7550 SW 34 Street f rhill 1900 NW 55 Ave, 1919 NW 55 Ave 2101 NW 49 Avenue, 1176 NW 42 Way Ci f erfi Id ftagh 210 Goolsby Blvd., 290 Goolsby Blvd., 200 Goolsby Blvd., 150 NE 2 Avenue, 425 NE 3 Street, & 227 NW 2 Street 12 VIrol 212 CONT Tom Fenton 921-3290 &II Mason 736-0576 Herb Hyman 797-1016 Ruby Levy 730-3044 Paul Collette 480-4418 C is BID #F356&TF BID FIRM UNIT COST, INCLUDING PICKUP AND DELIVERY SERVICE OPTION I: Twice Weekly Service, Inventory of Six (6) Uniform Sets per Employee Est'd No. of €g Wffm t'd Annual Em21qv Nscription Cost Per Emo. COW A. 1175 Weekly Uniform Service $ 4.15 $ 253, 565.00 as described herein B. 4 Weekly Lab Coat Service $ 3 _ na $ 624 . QQ__ C. 9 Weekly Coverall Service $ 4.15 $ 1 R 942.20 Subtotal Option I Annual Cost $256,131.20 OPTION II: Weekly Service, Inventory of Eleven (11) Uniform Sets per Employee D. 369 Weekly Uniform Service $ 4.15 _ _ $ 630.20 as described herein E. 4 Weekly Lab Coat Service $ 3.00 $ 624.00 F. 50 Weekly Coverall Service $4.15 $ 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: Est'd 1M EAt'd Wkiv -OwnlMes QMriotion Q221 Per Unit G. 400 Shop Wipers as specified $ .09 herein H. 12 Fender Covers as $ 1 ._00 specified herein 4 Continuous Roll Towels $ 3 0 as specified herein J. 2 Roll Towel Cabinet $ .50 Rental K• 200 Bath Towel Rental $ 1 . so L 100 Wash Cloth Rental $ .50 .„. 14 G&K ...orvices* C300 S.W. 42nd Suec( Fun Liudrnl:dr. FL 33312 9,. 32'-9-tuu Fax 9ii G A K Services, Inc. Variances All prices quoted for weekly uniform services are for one pickup and delivery per week, providing all employees with eleven (11) sets of uniforms • DEDlcATED To UNlFoR.K ErcELLE.vcEy