Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-88-216Temp. Reso. #5126 1 2 3 4 5 14 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-88-�` A RESOLUTION AWARDING A BID FOR UNIFORM RENTAL SERVICE, BID NO. 88-26; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, bids were advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County on June 29, 1988 and July 6, 1988; and WHEREAS, bids were opened on July, 25, 1988; and WHEREAS, Uniforms for Industry, Inc., is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the bid of Uniforms for Industry, Inc., in the amount of $572.75 per week for rental of the following uniforms, is HEREBY APPROVED: PUBLIC WORKS 51 Industrial 4.75 242.25 2 Coveralls .95x5 (4.75) 9.50 251.75 UTILITIES WEST 45 Industrial 4.75 213.75 7 Executive 6.50 45.50 7 Coveralls .95x5 (4.75) 33.25 6 Lab Coats .95x5 (4.75) 28.50 321.00 TOTAL WEEKLY CHARGE ...... $572.75 SECTION 2: This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this day of , A ATTEST: NORMAN ABRAMOWITZ MAYOR CAROL E. BARSUTO CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. � RICHARD'DOOD CITY ATTORN RECORD OF COUNCIL VOTE MAYOR ABRAMOWITZ 1 DISTRICT 1: C/M ROHR DISTRICT 2: _ V/M STELZER�� DISTRICT 3: C/M HOFFMAN DISTRICT 4: C/M BENDER CITY OF TAMARAC ® Fixed price bid ❑ Request for Proposal BIDNO: — (This Is not an order) (All blanks must be filled in) 1TEM(S) REQUIRED: Uniform Rental Service C4pY DATE: July 25, 1988 PAGE NO.: 1 of 6 722-4210 USING ACTIVITY P-W- & Utilities Buyer. M.R. Couzzo, W. CCCr Phone (305}7bD BIDS MUST BE SUBMITTED ON OR BEFORE 2:00 P.M., g2ily 25 1988 Eastern Standard Time or Eastern Standard Dayfipht Savings Time as applicable. The official time shall be as recorded on the Daterrrime Fleco►ding Clock in the City Clerk's Office. It wit► be the sole responsibility of the bidder to ensure that this proposal reaches the Office of the City Clerk, City of Tamarac on or before closing hour and date shown above. The Legal Advertisement, Invitation•to-Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and any other pertinent document form a part of this proposal and by reference are made a part hereof. ANTI -COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or compared his bid with other bidders and has not colluded with any other bidder or parties to a bid whateve►. (NOTE: No premiums, rebates or gratuities permitted either with, prior to, or after arly delivery of materials. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from Bid List(s) TO THE PURCHASING OFFICER OFTHE CRY OFTAMARAC: We(I), the below signed hereby agree to furnish the following article(s) or service(5) at the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. We(l) have read all attachments Including the specifications and fully understand what is required (By submitting this signed proposal, we(I)officially accept a contract If approved by the City and such acceptance covers all the terms, conditions, and specifications of this proposal; and ws(l) hereby agree that we will make available for audit to appropriate City Auditors any applicable business or financial records pertinent to a resulting order or contract.) All prices to be quoted F.O.B. Buyers Destination Tamarac, Florida (Delivered at the applicable City address Indicated on the Purchase Order 1 FAILURE TO PUOTE: If you do not quote, please return quotation sheet, state reason thereon and request that your name be retained on Our mailing list, otherwise, your name may be removed from our bid mailing list. Bids are firm for acceptance within 60 days after bid opening date Z-yes-no—other. TERMS: � %D Days or by of Month (To apply on date of delivery and acceptance of material.) If awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF ,t�_ IS offered in addition to any terms offered above. DELIVERY: �J calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital consideration when making or recommending award). VARIANCES: State any variations to specifications, terms andror conditions in this space or reference herein au variances contained on tithe, pages o' this Proposal Form of in any bid attachment. NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PARTY OF THE BID SUBMITTED UNLESS SUCH VARIATION OR EXCEPTION IS LISTED WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN NO SEPARATE OR ACCOMPANYING DOCUMENTS OR LETTERS WILL BE CONSIDERED AS INCLUDED WITHIN A SUBMITTED BID, AND THE CITY WILL NOT BE BOUND IN ANY MANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION OR LIMITATION NOT SPECIFICALLY LISTED WITHIN THE BID DOCUMENTS ALL PRICES WILL BE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WITHIN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC ExCEFTION THERETO AND LISTS SUCH EXCEPTION WITHIN THE BID DOCUMENTS AND REFERENCED IN THIS COLUMN. If no statement is contained in this s;ace it is hereby implied that your bid complies with the full scope of this Bid Invitation, Nt If Purchaser Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the following: Mail Purchase Order to: Mail Payment to: Mail Bids to: o, Act "O 4 Av 33 AOPOSAL lephoneNo.:3cTTvq--P7X_3 w/AreaCode SUBMITTED BY: NAME (Printed): RIc-6,9EZ A"vS6NE4 Title: Company: (Legal Registered Title In FULL) T Address: SIGNATURE: DATE: Enclosed References Applicable to Proposal: Invitation To Bid — F1 Index of General Provisions Clauses — F2 General Provisions — F3 A,eeJ'- �. _�.v� ar7rtc Telephone No.: Indicate Which: Corporation: Partnership: Individual: Other: Y (Retain one copy for your files) FORM Fr BIDDERS NOTE: Both sides of this Form require signalure. SPECIFICATIONS AND BID SCHEDULE Invitation To Bid Bid No 88-26 1Y OF TAMARAC 11 N.W. 68th Av"" marac. Fbrids 33321 Date Jul, Page No. Of All prices to be quoted F.O.B. Tarr►rMraC, Florida, Delivered and unloaded at applicable eft destinrtion •s Indicated below. TM lollow►np epochal aandWons (l chocked) apply to this bid. BIDDER$ REQUi1tMEMT MR CERT FhED CHECK OR DID BOND: jhe C*y shah require f� an Bidders, a arthf led check or bid bond In the amount of five (5) per vent of this I�id, which &lath bs lortelted1o11+eCftykntfne MsM1he Bidder,to W►sorn the business is De "fumed promptly to unsuccessful Bidders enwarded. shall fail or refuse to complywlth the specifications of the bid. Checks will after award of bid. Failure to submit Ws bid bond with the bid cauld Cause noiction of the bid. ` �""� PERFORMANCE BONGS: The City ahsil prior to the excution of the Contract, require the Bidder to furnish bonds Covering the 0 ,faithful performs of the contract and the payment afatl obligations arising ttW9 ntder In such form and amount as the City may prescribe and with such Wmies aeoun►d through the Bidder's usual sources as may be agreeable to the parties. t such bends are 10pulated, the premiums &hall be paid by the Bidder. The Bidder shall delhvar the required bonds to the City not later than the date of execution of the contract. QUANTITY Deliver To: DEscRIPTiON UNIFORM RENTAL SERVICE Bids are invited for furnishing rental uniforms to several departments of the City of Tamarac. The initial contract period shall begin and terminate This contract will be renewable at the option of the City by notice in writing to the vendor. It shall be renewable month to month or longer at Cities discretion. Notice will be delivered by mail at least 30 days prior to the end of the initial contract period. All prices, terms, and conditions shall remain firm for the initial period of the contract and for renewal period of so desired by the City. EXECUTIVE UNIFORMS: INDUSTRIAL UNIFORMS: COVERALLS: LAB COATS: QUANTITY: Pants: UNIT PRICE I EXTENDED PRICE Z'ss 'G r ._.........010 7r Shirts: r .SY , 3 0 Cyr Pants: Shirts: Bid quantities stated in the proposal are for bid comparison purposes only. No guarantee of actual quantities to be rented is expressed or implied. (runt' Title ro Cl 6'5'0fo, z we-ek- tsal Compan Name Address Wgi M N /.. eml4(eel Pzi, 1A des 741,-1 .5SeA- v/ Ce An: BIDDERS NOTE: Both side: of this form squire 11411% cars. page 1 (a) Bid 88-26 f , g 9-21 � I As of the date of bid preparation, approximately 45 Public Works persons require industrial uniforms and 6 per- sons will require executive uniforms. Included in the Utility requirements should be approximately 40 personnel requiring Industrial Uniforms and 12 personnel will require executive un- iforms. Each person shall initially be issued 11 complete changes of uniforms. The person's name shall be clearly marked or sewn on each garment. CHANGES ON A TWICE WEEKLY BASIS UTILITIES CHANGES DEPARTMENT # OF MEN PANTS SHIRTS COVERALLS LAB COATS Water Plant 12 11 11 Laboratory 2 6 Inspectors 4 11 11 Trans. & Distrib. 16 11 11 Wastewater Collection 13 11 11 7 Electrician • & Mechanics 4 11 11 1 CHANGES ON A TWICE WEEKLY BASIS PUBLIC WORKS CHANGES DEPARTMENT # OF MEN PANTS SHIRTS COVERALLS LAB COATS Division #130 19 11 11 2 Division #131 13 11 11 Division #555 10 11 11 Division #703 9` 11 11 0 �'_ 3F"�l � Page 2 Bid 88-26 Coveralls will also be required in some instances. Bids will be considered only from firms normally engaged in the rental of uniforms. Bidders must have adequate organization to insure prompt and efficient service to the City. City reserves the right to inspect the facilities and organization of bidders prior to or after award to determine ability to perform in accordance with the terms and conditions of this contract. Sample uniforms may be required after bid opening and before award. Samples must be submitted within 72 hours of request. Specifications & Requirements: Industrial and executive uniforms. Shirts: Shall be of a wash and wear material consisting of 100% Cotton - soil released processed. Buyer has the option of determining a material change in the shirts at our discretion for whatever reason. They will be sport type shirts with short or long sleeves and convertible collar which can be worn open or closed at the neck. Stock sizes will be: small, medium, large, and ex- tra large. Measurement of employees will be the responsibility of successful bidder. Lettering of shirt to be included in the bid quote. Trousers: Fabric to be of wash and wear material consisting of 65% polyester/35% cotton poplin, with material being permanent press and soil release processed. Trousers to be equipped with not less than (7) seven belt loops doubled and stitched; inserted and sewn with the waistband seam which shall be 1 3/4" in width. The center back loop shall be affixed in such a manner as to permit alterations. There are to be two (2) side pockets, two (2) back pockets. Left back pocket to be pre -stitched and sewn into waistband seam. All pockets, waistband, and fly lining to be of permanent press material. Front fly to be equipped with talon brass zipper or equal, with double locking tab. All points of strain and pocket entries to be bar - tacked and reinforced. All raw edges are to be serged. Seat seams to be double chain stitched for extra strength. The measurement of employees will be the responsibility of successful bidder. • 0 page 3 Bid 88-26 ('g8-alb Coveralls: To be of permanent press polyester/cotton pull on with front zipper. To have six pockets - 2 breast, 2 rear and 2 side. Lab Coats: To be of 100% cotton twill, for wrinkle free comfort. Name and all logo's to be provided by successful bidder. Five different colors to be available for both types of uniforms. Individual division will specify its required colors. All workmanship on all garments shall be of good quality. Each person requiring uniform service must be properly measured by the contractor for correct fit. Each in- dividual department will make its own arrangements with contractor for measuring, recording employees names, etc. Each person shall initially be issued 11 complete p y changes of uniforms. The person's name shall be clearly marked or sewn on each garment. Initial measurements and delivery of initial set of garments to all departments requiring service must be completed within thirty (30) days after notification of award and issuance of purchase order. All new garments must be furnished on commencement of contract, or during the contract period when a new depart- ment requires the service, or when an additional or new . employee is to be provided with uniforms. Assigned uniforms will be used until torn, worn, dis- colored, or no longer fit for use (normal wear and tear). In such case, contractor shall replace with new garment at no additional cost. Bidder shall insert charge for replacement due to loss or employee damage which will be ascertained by the using division. The City of Tamarac is to be exempt from responsibility for missing uniforms of a terminated employee. Respon- sibility of the City is to be limited to furnishing the last known address of said employee. Pick-up of dirty garments and delivery of cleaned gar- ments shall be made twice a week on a schedule to be agreed upon between the contractor and each using de- partment. Cleaned garments are to be delivered by the contractor on the next scheduled visit following the pickup of dirty garments. All uniforms must be delivered on hangers, covered with plastic sheeting. Garments must not be tied in bundles. 40 page 4 Bid 88-26 Uniforms which are not presentable and/or do not make a neat appearance, such as being pressed, can be con- sidered sufficient basis for revoking the contract. The contractor and each using department, shall arrange for a sign -off procedure for recording the numbers and names of employees whose garments have been picked up and delivered, including type and quantity. Payment will be made on the basis of cost per person, per week regardless of the number and type of garments picked up and delivered. Invoice for each agency shall list the employees' name. Provisions shall be made by the successful bidder for non -billing for employees absent due to vacations,ex-� tended sick leave, out under Workmans' Compensation, or on leave of absence. Additionally, buyer may alter his requirements to conform to actual work force changes, i.e. increases or decreases in personnel. Therefore, payment will not be made for any person on leave for whom no garments have been turned in for pick up and cleaning. City reserves the right to discontinue this service for any department upon 30 days notice to the vendor. Ser- vice for any individual may be discontinued upon 15 days notice. The City reserves the right to add a division to be furnished this service upon 15 days notice. All stated prices, terms, and conditions are applicable to any additions. No additional costs or charges will be paid by the City above those bid for discontinuance or initiation or addition of services for any department or individual. Bidder agrees that the unit price(s) listed is to be multiplied by the stated quantity in order to arrive at the total. In the event of multiplication or addition errors, the bidder recognizes that these are clerical errors and shall be corrected by the City. The City reserves the right to waive technicalities, irregularities, and accept the bid deemed most advan- tageous to the City or to reject any/or all bids. "City requires a Certificate of Insurance indicating liability coverage and that the City be named as addi- tional insured as their interests lie. Said certif- icate must contain a 30 day cancellation clause." V 0' C� 0 Page 1 of 2 o r� caq q �amahac A orill n INTER - OFFICE MEMORANDUM / R10� PUBLIC WORKS DEPT. MEMO TO: JOHN P. KELLY: CITY MANAGER FROM: MICHAEL R. COUZZO, JR.: DIRECTOR OF PUBL WORKS AND PARKS , FjrKC ATION DATE: AUGUST ,5V, 1988 C� • SUBJECT BID AWARD FOR UNIFORM SERVICE REFERENCE: Please be advised that after public advertisement, a bid opening for uniform service took place on 25 July, 1988. The following list represents a recap of the four bids re- ceived and the one recommended. 1. Blue Ribbon Laundry, Inc. DBA/UNIFORMS FOR INDUSTRY 1401 N.W. 22 Street Miami, Florida 33142 Tele. No. 305-524-8753 Also bid addressed all specifications including replacement costs. PUBLIC WORKS 551 Industrial 4.75 242.25 2 Coveralls .95x5 (4.75) 9.50 251.75 UTILITIES WEST 4Industrial 4.75 213.75 7 Executive 6.50 45.50 7 Coveralls .95x5 (4.75) 33.25 6 Lab Coats .95x5 (4.75) 28.50 321.00 TOTAL WEEKLY CHARGE..... $572.75 2. UNIFORMS, INC. 7330 N.E. 2 Avenue Miami, Florida 33138 305-462-1250 PUBLIC WORKS 51 Industrial 4.95 252.45 2 Coverall-s .95x5 (4.75) 9.50 261.95 �_ S� 1c, I I I page 2 of 2 teg' ll Bid Award For Uniform Service cont'd. 2. Uniforms, Inc. (cont'd.) . UTILITIES WEST 45 Industrial 4.95 222.75 7 Executive 4.95 .34.65 7 Coveralls .95x5 (4.75) 33.25 6 Lab Coats .85x5 (4.25) 25.50 316.15 TOTAL WEEKLY CHARGES..... $578.10 LJ 3. AMERICAN SERVICE CONTROL 2100 N.W. First Avenue Miami, Florida 33127 305--573-3720 PUBLIC WORKS 51 Industrial 4.95 252.45 2 Coveralls .99x5 9.90 262.35 UTILITIES WEST 45 Industrial 4.95 222.75 7 Executive 7.50 52.50 7 Coveralls .99x5 34.65 6 Lab Coats .99x5 29.70 339.60 TOTAL WEEKLY CHARGES..... $601.95 4. WARREN UNIFORM CO. 1200 S. Dixie Highway W. Pompano Beach, Fl. 33060 305-942-2600 Does not meet Bid Specifications. Did not bid 100% cotton shirts. Warren could not provide for our needs as stated. Recommending "Uniforms For Industry" as most responsive and lowest bid. PM/mb cc: City Clerk