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