Loading...
HomeMy WebLinkAbout20240200.tiffRESOLUTION RE: APPROVE AGREEMENT FOR MATERIALS FOR FLEET UNIFORMS AND LAUNDRY SERVICE AND AUTHORIZE CHAIR TO SIGN - ARAMARK UNIFORM AND CAREER APPAREL, LLC WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Materials for Fleet Uniforms and Laundry Service between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Fleet Services, and Aramark Uniform and Career Apparel, LLC, commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Materials for Fleet Uniforms and Laundry Service between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Fleet Services, and Aramark Uniform and Career Apparel, LLC, be, and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 24th day of January, A.D., 2024. ATTEST: Weld County Clerk to the Board Deputy Clerk to the Board AP CVE--* • FoRM: Date of signature: County Attorney 2-1 I)z4 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, CO 6) Kevi!. Ross, Chair brry L. Bu ', Pro-Tem Mike Freeman James Cc%PQR, FT(DS/FA) 03/011 /2N 2024-0200 FT0004 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Fleet Services Uniform and Laundry Service DEPARTMENT: Fleet Services PERSON REQUESTING: David Springer DATE: 1/12/2024 Brief description of the problem/issue: Fleet Services Uniform and Laundry Services agreement has expired. Purchasing and Fleet Services posted bid number B2300214 and have reviewed three bids that were received. Aramark Uniform was the lowest bidder. What options exist for the Board? Sign the agreement with Aramark. Consequences: Industry standards require this provision. Aramark Uniform is the low bidder and meets all bid specs. Impacts: No loss in Uniform and Laundry Service Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): The weekly charge listed below is within the approved budget number for 2024. In addition, an annual escalation of 5% would be added each subsequent renewal term. o Uniform (per employee): $7.06 o Red Rags: $4.50 o White Rags: $9.00 Recommendation: Fleet Services is requesting a new agreement with Aramark the lowest bidder be signed. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro -Tern 443 Mike Freeman IfY\E Scott K. James via (tovu ' Kevin D. Ross , Chair Lori Saine 2024-0200 aiiz4 FT 0004 Karla Ford From: Sent: To: Cc: Subject: Scott James Thursday, January 18, 2024 8:52 AM Karla Ford Scott James Re: Please Reply - 2024 Fleet Uniform PA Importance: High Approve - thanks! Scott K. James Weld County Commissioner, District 2 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Office) 970.381.7496 (Cell) Confidentiality Notice: Ttis electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distrivution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. On Jan 18, 2024, at 7:09 AM, Karla Ford <kford@weld.gov> wrote: Please advise if you support recommendation and to have department place on the agenda. Karla Ford )) Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 75$, Greeley, Colorado 80632 970.336-7204 :: kfardtweldpov,com :: www.weldpov.com :. **Please note my workingihours are Monday -Thursday 7:00a.m.-5:00p.m.** <image002.jpg> Confidentiality Notice: This elecronic transmission and any attached documents or other writings are intended only for the person or entity to whkh it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: David Springer <tistaringeraweld.lxov> Sent: Wednesday, January 17, 2024 5:53 PM WELD COUNTY AGREEMENT FOR MATERIALS BETWEEN WELD COUNTY & ARAMARK UNIFORM & CAREER APPAREL LLC Weld County Fleet Uniforms THIS AGREEMENT is made and entered into this [ay of January 2024, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Aramark Uniform & Career Apparel LLC, a Delaware limited liability company, who whose address is 115 North First Street, Burbank, California 91502, hereinafter referred to as "Contractor". WHEREAS, County desires to purchase from Contractor certain materials as described in Exhibit A, and WHEREAS, Contractor has the ability, qualifications, and time available to timely provide these materials, and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibit A and Schedule 1-A, each of which forms an integral part of this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A and Schedule 1- A. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County and shall continue through a three-year period. After the initial three-year period, it may be renewed upon written mutual agreement of both parties for two additional one-year terms, each year subject to annual funding availability pursuant to Term 13. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year, the contract shall be cancelled, and the contractor may be reimbursed for the reasonable value of any supplies/services delivered prior to cancellation. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in .20,4—D02arl) writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Contractor shall be paid in accordance with Exhibit A and Schedule 1-A, and in no event shall County be liable for more than that which is budgeted for in a given year. 7. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 8. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent nary be granted or denied at the sole and absolute discretion of County. 9. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable contirol, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 10. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable so discrimination and unfair employment practices. 11. Non-Eaclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 12. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorperated herein, contains the entire agreement between the parties with respect to the subject mater contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by bath parties. 13. Fund Mailability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to esoend funds not otherwise appropriated in each succeeding year. 14. Severalslity. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 15. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 16. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 17. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 18. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibit A and Schedule 1-A is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. BY: IN WITNESS WHEREOF, the parties hereto have signed this Agreement this January 2024. CONTRACTOR: Name: i.. ,1,5 / Title: Ti-rr:4ory 'a jvi- Date / /2 . 7z/ day of WELD CO:/�1 v �,� ATTEST: ice` Weld ' o my Clerk to the :oard fp; i 1„,. rk to a B./ it I 1861 `•"���� Deputy CI BOARD OF COUNTY COMMISSIONERS WELD COUN , _ e e �O vin D. Ross, Chair JAN 2 4 2024 c>20cP/— ere ADDENDUM#1 BID REQUEST NO. 132300214 FLEET SERVICE UNIFORM RENTAL & LAUNDRY SERVICE CURRENT Item 3 on Page 7 states: 3. The bid may be extended three (3) additional annual terms by the County in its sole discretion. Weld County recognizes increases may occur in subsequent years. Therefore, identify the anticipated annual escalation rate for each subsequent year. ANNUAL ESCALATION CHANGE Item 3 on page 7 to read as follows: 3. The bid is for a three (3) year term January 1, 2024, through December 31, 2026. The contract may be extended an additional term by the County by mutual agreement. Weld County recognizes increases may occur in subsequent years. Therefore, identify the anticipated annual escalation rate for each � subsequent year. ANNUAL ESCALATION ***We need signed copy submitted with bid. Thank You!*** Addendum received by: December 1, 2023 AN. sing 11 OA rNA FIRM ADDRESS S DevW er CO I 0 tc1/4 O CITY AND STATE A el a 46te Arawiadi L Ceptml Carolyn Geisert From: Sent: To: Subject: Attachments: Angel, Abe <Angel-Abe@aramark.com> Monday, December 11, 2023 12:55 PM bids BID NUMBER: B2300214 - FLEET SERVICES UNIFORM RENTAL & LAUNDRY SERVICE WeldCo pricing.pdf; Bid request B2300214(1).pdf Caution: This email orig nated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the cor tent is safe. "I hereby waive my right to a sealed bid" Attached is all the bid nformation for BID# B2300214. I have also attached an schedule 1 pricing list with the service charge, garments & tcavel insurance and all the pricing for each item currently being used that was not on the formal bid paperwork. Please let me know if 'ou have any questions. Paying your invoices jest got easier! Make secure debit/credit card and ACH payments via My Account. See our How - To Guide to get started. Best regards, Abe Angel Territory Manager 1212 Riverside Ave Si. ite 140, Fort Collins, Co 80524 .vi. 303-265-1651 angel-abeAaramark.cDm I www.vestis.com vestis Uniforms and Wcrkcce Supplies_ Aramark Uniform Se -vices is now Vestis! Visit www.vestis.com to learn more. Q 2023 Vestis. All rights reserved. This communication, including attachments, is for the exclusive use of addressee as directed by Vestis and may contain proprietary, confideitial and/or privileged information. If you are not the intended recipient, any use, copying, disclosure dissemination or distribution is strictly prohib ed If you are not the intended recipient, please notify the sender immediately by return e-mail, delete this communication and destroy all copies. 1 REQUEST FOR BID WELD COUNTY, COLORADO 1301 N 171" AVENUE GREELEY, CO 80631 DATE: NOVEMBER 28, 2023 BID NUMBER: 82300214 DESCRIPTION: FLEET SERVICES UNIFORM RENTAL & LAUNDRY SERVICE DEPARTMENT: FLEET SERVICES PRE -BID CONFERENCE DATE: DECEMBER 4, 2023 BID OPENING DATE: DECEMBER 12, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: FLEET SERVICES UNIFORM RENTAL & LAUNDRY SERVICE A pre -bid conference will be held on December 4, 2023 at 10:00 AM at the via Teams. To join, call the phone number and enter the Conference ID provided below. Phone Number: (720) 439-5261 Conference ID: 606 272 000# Question submission deadline: December 6. 2023 by 3:00 PM. Email questions to: bidstc�weldgov.com. Answers will be posted on https://www.bidnetdirect.com/ on or before December 8. 2023 by 3:00 PM. Bids will be received until: December 12! 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on December 12. 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Phone Number: (720) 439-5261 Conference ID: 745 459 680# 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.coml. Weld County Government is a member of BidNet Direct, which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. D i d Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids[aaweldgov.com; however, if your bid exceeds 25MB please upload your bid to hftps://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4223 or 4222 with any questions. 3. GENERA= PROVISIONS: A. Fund Availability: Financial obligations of Weld County, payable after the current fiscal year, are upon contingent u on funds for that purpose being appropriated, budgeted, and otherwise made available. By 9 acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal yea . B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting con fidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information atthe top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld Courty must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, finaicial, geological, or geophysical data). If Weld County receives a CORA request for bid information mark3d "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be witt held from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from dsclosure. Weld County staff will not be responsible for redacting or identifying Confidential information whict is included within the body of the bid and not separately identified. Any document which is incorporated as n exhibit into any contract executed by the County shall be a public document regardless of whether it is mart ed as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, .x express implied, of any of the immunities, rights, benefits, protections, or other provisions, of the p P Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. IndeP enc'ent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and nc-t as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. E. Comp liar ce with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and egulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice ce Law: Colorado law, and rules and regulations, established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference whi ;h conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the te ndersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continua through and until successful bidder's completion of the responsibilities described in the Bid. Termination: County has the right to terminate this Agreement, with or without cause, on thirty (30) days I. written notice. F urthermore, this Agreement may be terminated at any time, without notice, upon a material breach of the terns of the Agreement. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. BID REQUEST #E2300214 Page 2 K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. Non -Assignment: The successful bidder may not assign or transfer this Agreement, or any interest therein or claim thereunder, without the prior written approval of County. N. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. O. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. P. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest, direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services, and the successful bidder shall not employ any person having such known interests. Q. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. R. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #B2300214 Page 3 SPECIFICATIONS FOR FLEET SERVICES UNIFORM RENTAL & LAUNDRY SERVICE OVERVIEW: Weld County is seeking contractor to provide Weld County Fleet Services with rented uniforms and laundry services. The merchandise and related services shall be provided for the following County location: 1399 North 17th Avenue, Greeley, CO 80631 METHOD OF PROCUREMENT: Request for Bid B : is a procurement method often referred to as a sealed bid solicitation. When issued, q C�'> the bid is considered complete for bidding purposes. Responsiveness to the solicitation's terms and package conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: Weld County Flett Services operates at 1399 North 17th Avenue, Greeley, CO and is need of rented uniforms for employees. These uniforms will need weekly laundry service that includes delivery and pickup. In addition, rags are -used as part of the fleet maintenance function. Therefore, rag rental and laundry service are also desired usin€ the following scope: GENERAL 1. This initial bid is for a one-year term beginning on January 2, 2024, and ending on December 31, 2027. 2. The bid amy be extended three (3) additional annual terms by the County in its sole discretion. The agreemen is subject to annual appropriations of the Weld County. UNIFORMS 1. Weld Comity currently has fifteen (15) full-time Fleet Services employees that will need rented uniforms. In addition, any new employees hired during the contract period shall receive new rented uniforms, as requested. 2. No additional cost is to be charged for oversized and/or extended sized garments. 3. All uniform shirts, jackets, and coveralls, shall bear two (2) standard embroidered emblems on the front (2 '/2 x 4 identifying the County Name, and individual's first name. 4. The successful Bidder shall measure and fit all employees individually. 5. Successful bidder will provide each individual the following uniform items in a dark color such as navy blue. a. Two (2) Jackets with High Visibility from Shoulders to wrist, and band around mid -section. Jackets shall be: • 65% Polyester 35% Cotton • Zipper Front • Two Pockets b. Two (2) Pair of warm weather coveralls with High Visibility from shoulders to wrist, and band anund mid -section. Coveralls shall be: • 65% Polyester 35% Cotton • Bi-swing action back model • Two-way zipper front BID REQUEST #82300214 Page 4 c. Eleven (11) Long/Short sleeve collared shirts, Shirts will be button up with a snap button for collar button and shall have High Visibility from shoulders to wrist, and band around mid- section. Shirt shall be: • 65% Polyester 35% Cotton • Snap fastener at collar. • Two (2) pockets, minimum six (6) button front • Sizes must be available to size 5XL. d. Eleven (11) Pairs of Dickies Pants with the following: • 65% Polyester 35% Cotton • Durable Press finish • Zipper -fly pant closure, sizes must be available to size 66. 6. Employees may choose long or short sleeve, or both shirts at the time of the original fitting, but reserve to change request down the road. 7. All uniforms provided pursuant to these specifications shall be new as of the beginning of the contract period. 8. The successful Bidder shall furnish, as part of the bid: a. Locker hamper for soiled uniforms, b. Hanger return -rack, c. Repair bags and tags for damaged uniforms, and d. Hanging rack to hang cleaned uniforms on. 9. Vendor will keep all uniforms in good repair, cleaned, and properly pressed, packaged, and identified. 10. Vendor to develop a full implementation plan and dates including, but not limited to sizing employees, delivery of uniforms, and deploying the uniforms into service with submitted bid. 11. All sizing, ordering and receipt of all products in this bid must be complete and ready for use no later than January 2, 2024. 12. A detailed list of individual items is to be provided to the Weld County Fleet Services by the successful bidder. The list shall include the description the item, and its replacement cost. The replacement cost. 13. Vendor to coordinate contingency plan(s) with the Fleet Services Director (or designee) in the event the facility or equipment has a failure that would prevent the Vendor from weekly laundry service/delivery. 14. Vendor may identify any additional services they provide that may be helpful to this program. REUSABLE RAGS 1. Fleet Services uses red shop rags for maintenance. 2. Fleet Services also used white shop rags for maintenance. 3. Amount needed is 600 rags per week. 4. Rags will be laundered each week. LAUNDRY SERVICE 1. Laundry service shall include a weekly pickup and delivery to 1399 North 11th Avenue, Greeley CO. Pickup and Delivery times shall be between 7 AM and 3 PM, Monday through Friday (excluding holidays). 2. Weekly pickup and delivery must be coordinated with the Fleet Services Director (or designee) to ensure accountability of products delivered/taken. 3. Laundry service will include uniforms and rags. 4. Any items that are identified as lost/damaged garments requiring "Replacement and Repair" must be coordinated with Fleet Services Director (or designee) to ensure accountability. 5. The bid price per employee per week shall include all services provided by bidder. BID REQUEST #B2300214 Page 5 6. If service .s unsatisfactory, the County will give supplier thirty (30) days to correct the problem to the County's satisfaction. If service remains unsatisfactory, the County may cancel the rental agreement at no expense or consequence after thirty (30) day notice. REPLACEMENT & REPAIR 1. All repairs and replacements are the responsibility of the vendor. 2. All replacements must be good serviceable garments, and uniforms will be replaced before they have a worn-out appearance. 3. All uniforms lost or damaged beyond repair (other than ordinary wear and tear), or not returned, at the teanination of this contract, shall be paid for at prices that will be included in this bid, on a depreciated basis. 4. Proof of lost or damaged garments must be given Fleet Services Director (or designee) before payment will be made. 5. When a uniform is turned in for replacement or repair, bidder must replace/repair in one week or provic-e a loner until uniform is returned. 6. Upon discovery of any missing uniforms, the supplier shall provide written notice to notify the County of the non-compliance within forty-five (45) days of discovery. Failure to notify the County will cause the Supplier to forfeit its claims. INVOICING 1. Invoices shall be based on items delivered to the 1399 North 17t Avenue, Greeley, CO location on a Weelcy basis. 2. Invoices shall be broken out by Employee's name and quantity of uniform items, floor mats, and rags. 3. The fc=Mowing additional fee restrictions apply: a. No installation or preparation charges. b. No makeup charges assessed per garment for "change over" in employees, size, color, or style. c. No fuel adjustments or handling charges. d. No additional charges will be assessed during the contract period, except when indicated by a written change order signed by the vendor and accepted by the County. Both parties signing the change order must be authorized to act on behalf of their respective organizations. SCHEDULE Below is the anti-ipated schedule for this project: Date of this Bid Advertisement Date Pc -bid conference Bid Questions Due Bid Questions Posted Bids Arc Due B4 Award Notice Service Begins November 28, 2023 November 28, 2023 December 4, 2023 December 6, 2023 December 8, 2023 December 12, 2023 December 18, 2023 January 2, 2024 BID REQUEST #E2300214 Page 6 FEES 1. In the spaces below, provide the WEEKLY RENTAL cost for the uniform items: Description Rental Cost Per Week (each person) UNIFORMS ..• One (1) Uniform Set (11 Shirts, 11 Pants) $ S. 50 • Two (2) Coveralls $ LIZ • Two (2) Coat $ , y,i $ ti.Clo EACH EMPLOYEE TOTAL RAGS I • One (1) Bag (50 each) Red Shop Rags $ 4 Gel • One (1) Bag (50 each) White Shop Rags $ 9. CO 2. In the spaces below, provide the cost for WEEKLY CLEANING SERVICES and REPAIR & v Description Cleaning Services Repair Cost Replacement Cost (Each item) Cost Per Week (Each item) UNIFORMS . • Uniform Shirt Set (5 Shirts) r $ � $ � $ 35.55 • Uniform Pant Set (5 Pants) $ & $ 63 $ 36. etc) • One (1) Coveralls $ C $ 0 $ � Z��- • One (1) , Coat $ a $ 0 $ 33 • 65 $ CC), , EACH EMPLOYEE TOTAL I RAGS . , • One (1) Rags Bag (50 each) Red Shop $ 0 $ (1) $ i 80 Shop • One (1) Rags Bag (50 each) White $ 0 $ Q} $ 1.00 3. The bid may be extended three (3) additional annual terms by the County in its sole discretion. Weld County recognizes increases may occur in subsequent years. Therefore, identify the anticipated annual escalation rate for each subsequent year. ANNUAL ESCALATION 5 BID REQUEST #B2300214 Page 7 ATTEST: Weld County Clerk to the Board The undersigne 1, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Recpest for Bid for Request No. #B2300214. 2. The quctations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or s 1e is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The sig ied bid submitted, all of the documents of the Request for Bid contained herein (including, but not Iimibd to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the b d by Weld County. 5. Weld C )unty reserves the right to reject any and all bids, to waive any informality in the bids, and to accept he bid that, in the opinion of the Board of County Commissioners, is in the best interests of Weld C aunty. The bid(s) may be awarded to more than one vendor. FIRM Arr1L L)wit.-4-or pc, BUSINESS ADDRESS 1212. vet - c. t rip 4ue BY CITY, STATE, ZP CODE cr- al- C'o(1:3t Co£524 (Please pr4t) DATE 12 Z , TELEPHONE NO `a ((opt FAX TAX ID # 2 I &,3Cc 5" SIGNATURE - �I —� ' • E-MAIL Anse f - Abe C arama'-li �o�✓' DATE /2 /t -z3 EMAIL i-)141E -46 &arcxMar lC. ()GM WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #9E-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 3. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY: Deputy Clen to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: BID REQUEST #E2300214 Elected Official or Department Head Controller AE0323 Page 9 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on December 12, 2023: 1) Page 4 thru 9 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300214 Page 8 aramarkijr SCHEDULE 1-A Customer #: 5879966 1-800-ARAMARK aramarkuniform.com Use only for curers antomers Customer's Service Location (for multiple locations, see attached list) Customer's Billing Address (I different) CUSTOMER NAME: WELD COUNTY CUSTOMER NAME: ADDRESS: ADDRESS: CITIrISTATE/LP: CITY / STATE ! ZIP: - -- GARMENTS AND SERVICES ORDERED N� 13 Y!^.�r,^rte (Min, WERCHANUI3t lirt��5 xvarl.�hlr on NUNIP.Efa OF I I EMS ply: PER WEARER' '` r I L '� (fiCl item)" EAS1'C�.k� RATE (par item �REOt1EN�Y REPLACEMENT CHAP.GE tr ', Cr ti•: ALL GO- 0011 CHAR COVERALL 65/35 2 $ 0.56 $ 0.16 I WEEKLY $ 40.25 33.35 $ 0.16 WEEKLY $ GO -0575 BLACK JACKET 65/35 2 $ 0.22 36.80 GP4O564 BLACK DICKIES PANTS 11 $ 0.25 $ 0.16 WEEKLY $ 11 $ 0.25 $ 0.16 WEEKLY $ 33.35 GS -0C07 CHOT LS WORK SHIRT 65/35 33.35 GS -0C19 CHOT SS WORK SHIRT 65/35 11 $ 0.25 $ 0.16 WEEKLY $ • $ 0.16 WEEKLY $ 22.43 GS- 168 HEGY TEAM SHIRT 65/35 11 $ 0.25 ALLIED MERCHANDISE AND SERVICES ORDERED. _, t.: 'rNIahb? 'r, IL E °UAt•ITI= Y' FREOUL':CY 3) •;;.er :lensi MINIMUM BILLED PERCENTAGE kEPLAC=AMFNT INS'=LNtIORY CFIAf:GE ti�.!titE�•>r�CE Or Qf r, retort lire ..ilai;1,, an = :„pa 4 _ 115.00 DM -00-01 MAT 3X10 10 $ 4.00 ! WEEKLY 50 % % $ DM -0001 MAT - � 4X6 6 $ 3.00 WEEKLY 50 % $ 87.00 DM -116E DYNAMAT 3X5 1 $ 2.00 WEEKLY 100 % % $ 105.00 $ 025 WEEKLY 100 % % $ 15.00 DO -0020 FENDER COVERS 16 $ 0.09 WEEKLY 100 To $ 0.80 TS -0002 REDD SHOP TOWEL 600 $ 0.18 WEEKLY 100 °l0 3 ° $ 1.00 TS -0002 NEW J1/HITE SHOP TOWEL 600 - t b tfwndare4 'Resents total al!acated units. in/uding hems at Customers lowt,on(s) end moms rn the proCes� o arhl3 -*Thais win be at wara cha. a rstleied on • r inwico for an non-standard sized •arments. • DESCRWPT:ON Service Ct>3rge fee ADDITIONAL CHARGES: 7% per Week Preparation charge OESCRIP1IOh Company Emblem RA ft per Emblem per Garment Other Emblem Bill Assure per Emblem per Week Name Emblem per Emblem Multi -day Stot Charge Additional Terms/Charges: per Additional Stop Other Charges/Services: SA(FRM-083 v.611/22) AN EQUF- OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER Use for Additional Line Items CUSTOMER NAME: ADDRESS: WELD COUNTY CITY / STATE / ZIP : CDC 5879966 Use only for current customers GARMENTS AND SERVICES ORDERED: Na ol Wearers MERCHANDISE_ N1;k75Ef. Ur ITEMS JME WEARER' F :- er+tam . [per ) EASYCARE PAT= u_r trim FR QUEN::st REPLACEMENT CHARGE tKr'teml ALL • GO -2890 FR COVERALL 2 $ 0.80 $ 0.20 WEEKLY $ 112.70 a I 1 i • 1 _ J . ♦ . 1 1 1 1 ' I • 1 1 1 ' t ALLIED MERCHANDISE AND SERVICES ORDERED: _____ _ � _ M RCHANPfl I QUANTITY'I FATE (per trrt�} (Ecunv1 t.'.:Nit.�U'r�t t)iLt_LD �Ex�E . LLC t IN�'EN`IOR� MA�NfENAPd E REPLACEMENT CHARGE lerilerni •{�: 1 XX-0297 LAUNDRY BAG 1 $ 0.00 WEEKLY 0 % % $ 12.00 r a. To To % % % % . 1 I 1 • ♦ To % % /o • . f % % •Reptesonb total allocated units. including Items at Customer's location(s) and Items In the process of being laurxtered. "Where vial be an extra thane rallactod on your invoice, for aii non-sarderd sizedjegpents. SA (FRM-083 v.6 11122) AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER 3at3 Agreement for Materials for Fleet Uniforms — Aramark Uniform and Career Apparel, LLC PPROVE0 AS TO SUBSTANCE: Elected Official orment Head APPROVED AS TO FUNDING: Controller or Chief Financial Officer APPROVED AS TO FORM: County Attorney Hello