Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20203258.tiff
WELD COUNTY AGREEMENT FOR. MATERIALS BETWEEN \VELD COUNTY & ARAMARK UNIFORM & CATEER APPAREL LLC Weld County Fleet Uniforms THIS AGREEMENT is made and entered into this ►3ii`day of January 2021, 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 A.pparel 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 tune, 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 I -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. 4. Termination. County has the right to terminate this Agreement, without cause with thirty (30) days written notice, subject to Article 9 of Exhibit A. Furthermore, this Agreement may be terminated for cause in accordance with the "Service Guaranty" described in Article 8 of Exhibit A. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in 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. Cook oi/13/2.1 .rl.rap, to `i° � - �erC00.'r''`te6 ZU2D- 3 2s8 F-T000 1 6. Compensation/Contract Amount. Contractor shall be paid in accordance with Exhibit A and Schedule I -A. 7. Acceptance of Services Not a Waiver. hi 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 mansfer its rights hereunder without such prior approval by County shall, at the option of Count). automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may 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 control, 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 to discrimination and unfair employment practices. 1.1. 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, provided that, however, solely for the specif.c. Merchandise and related services (a defined in Exhibit A) provided by contractor hereunder, County will not engage another provider for the same or substantially similarly merchandise and related services during the term of this Agreement. 12. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter 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 both parties. 13. Fund Availability. 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 expend funds not otherwise appropriated in each succeeding year. 14. 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 O4 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. Each parry waives all rights to trial by jury in any action, proceeding or counterclaim brought by any party against the other party on any matter arising out of, or related to, this Agreement. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of January 2021. CONT' • E'TOR: Date / L • V Name: .11b. 4141 Title: O,54r.•d roa0 aser- ATTEST:dsitat/t/YBOARD OF COUNTY COMMISSIONERS Weld you Clerk to the : •ard ��\;` 1 �b�`�,,ELD COUNTY, COLORADO BY: Deputy C ,� to e B •�� ` ` �;U e Moreno, Chair APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney JAN i 3 2021 APPROV1 TO SUBSTANCE: 19 Elected Official o Depa ent 020020- ‘3.25Y EXHIBIT A PROJECT 1. Contractor will provide County, with a uniform, apparel and/or allied product ('Merchandise') rental program and County agrees to pay for all of County's requirements for rented Merchandise according to the terms and conditions of this Agreement and the Agreement, including increases nr additions in Merchandise. County agrees that. Contractor is its exclusive provider of the rented and/or leased Merchandise and related services and that all rented or leased Merchandise will remain the property of Contractor. County will be provided a rental program unless othenvise specified. The rental/service charges and the loss/ruin charges for the Merchandise and services are all set forth on Schedule i, attached hereto. 2. The Merchandise and related services shall be provided at the following County location: [1399 N. 17TIi AVE GREELEY CO 80631] 3. Contractor will provide regularly scheduled deliveries of rented Merchandise, freshly processed, repaired and finished, and will replace rented and leased Merchandise that is worn out through normal wear at no additional charge. County, may reduce standard Merchandise and services to accommodate normal turnover of employees in the ordinary course of County's business. County must notify Contractor of an employee's termination and must immediately return Merchandise issued to that employee. 4. Rented Merchandise that is lost or ruined (except through normal wear) will be promptly paid for by County at the then current replacement charge; except for ruined garments covered by EasyCareTm or lost allied merchandise covered by Inventory Maintenance. County agrees to pay the EasyCare M amount, set forth on Schedule l:, if any, which will entitle County to have rented or leased garments that are ruined beyond reasonable repair removed from service and replaced, unless initialed below or not included in the pricing above. Lost or intentionally abused garments are not covered by EasyCarerM and County is still responsible for preparation, name and emblem charges. Contractor or County may discontinue EasyCareTM at any time by providing written notice to the other party in which case standard ruin charges will apply. ^_(County to initial if EasyCareTM is declined) County hereby declines EasyCareTM and by doing so agrees to be liable for and pay the full then current replacement charge for any and all rented or leased garments that are ruined by County (except through normal wear). 5, If a percentage is included under "Inventory Maintenance" on Schedule I (which percentage shall be a charge under this Agreement), Contractor will replace the corresponding Merchandise that is lost by County without any additional loss charge. The service fee for Inventory Maintenance is equal to the applicable percentage of total inventory multiplied by the then current replacement rate. If applicable Merchandise is lost as a result of willful misconduct, standard loss charges will apply. 6, Each year, on the first day of the month in which the anniversary date of this Agreement occurs, Contractor may increase the charges then in effect (the "API") either by an amount up to the percentage change in the Consumer Price Index over the previous 12 months or 5%, whichever is greater. Contractor will notify County of the Apr in writing (which may be by invoice or monthly statement). Contractor may also increase charges at any time. by notifying County in writing (which may be by invoice or monthly statement). County may reject such increase (except the API) by notifying Contractor in writing within 15 days after County's receipt of notice of such increase. If County rejects the increase, Contractor reserves the right to terminate this Agreement in whole or in part. In consideration of the sizeable investment Contractor is making in Merchandise for County, County agrees that Contractor may impose minimum per invoice recurring charges equal to the greater of (a) $25 or (b) 75% of the initial invoice amount for such charges. 7. Contractor will charge customer for every week during this Agreement even if County requests reduced or no service for a particular week or weeks. For customers extended credit, payment terms are net 30 days after the end of the month of delivery. A late payment charge equal to the lesser of 1.5% per month (18% per year) or the maximum permitted by law shall be charged by Contractor on all past due amounts. Contractor may elect at any time to revoke credit and/or open account privileges and continue to provide Merchandise and services on a cash - on -delivery basis only. For cash -on -delivery customers, if payment is not made at time of delivery, there will be a S5.00 charge to carry the balance to the following week. 8. Service Guaranty:, County may terminate this Agreement for material deficiencies in service by .informing Contractor in writing of the precise nature of the service deficiencies, allowing Contractor at .least 30 days to correct or begin to correct the deficiencies, and giving Contractor 30 days written notice (by certified mail, return receipt requested) containing an explanation of the material deficiencies that Contractor has not begun to correct. While Contractor will work in good faith to resolve orally communicated issues, County agrees that the above writings -based procedure must be followed in order to terminate this Agreement.. 9. County agrees to pay all loss or ruin charges and all unpaid statements upon any termination or expiration of this Agreement or the Agreement. If County breaches this Agreement or the Agreement by early termination (except in accordance with the above Service Guaranty), County agrees to pay Contractor liquidated damages (intended as a good faith pre -estimate of the actual damages Contractor would incur and not as a penalty), equal to the greater of (a) 25% of the average weekly charges during the 3 months prior to termination multiplied by the number of weeks remaining in the unexpired term, or (b) the then current replacement charge for all Merchandise: 0. Unless specified in writing in this Agreement, the Merchandise supplied under this Agreement is not flame resistant or .resistant to hazardous substances. The Merchandisee contains no special flame resistant or hazardous substance resistant features and the Merchandise is not designed for use in areas where it may catch fire or where contact with hazardous substances is possible. County agrees to be responsible for any loss, damage or injury experienced by Contractor or its employees as a result of the existence of such substances. Contractor reserves the right not to handle or process any Merchandise soiled with toxic or hazardous substances. County agrees that County has selected the Merchandise and is responsible for determining its appropriateness and for the safe and proper use and securing of the Merchandise. For reflective Merchandise, any garments supplied satisfy specific ANSI/ISEA standards only if so labeled. 1 I. County acknowledges that Contractor makes no representation, warranty or covenant regarding the visibility performance of any reflective Merchandise and that reflective properties may be reduced or ultimately lost through laundering. It is County's responsibility to determine if additional safety measures may be necessary under specific work conditions. 12. Except as set forth herein, the Merchandise and related services are provided "as is" without warranty of any kind, whether express or implied or statutory, and Contractor disclaims any and ail implied warranties, inehtding but not limited to any implied warranties of merchantability, fitness for a particular purpose, good and workmanlike manner and non -infringement of third party rights. In no event shall Contractor, its affiliates and their respective officers, directors or employees be liable to County for any indirect, special, incidental, consequential, punitive or extraordinary damages. 13. County confirms that by signing this Agreement, no existing contract to which County is a party is, or will be, breached and the person signing this Agreement on County's behalf is duly authorized to do so. AD>RE tS .•� n. Arts o,m MERCHANDISE T"". CUSTOMER NAME ADDRESS TY STATE/ZIP GARME 7S AND ,RVICES ORDERED: �F SHR' 'MORK SS(GS01) 1'3, JC►< T TEAM L1NE0(GOGS r COVR BLEND TVVIL4GO00111 PANT CELLPHONE(GP0564) HRT_TVVILL_NALSLV(GS 1 168) MERCHANDISE ARAMAR KDYr,AMAT(DM116681AK3X5) - SHOP rOWEL_PLAINCTS0002RED018X13; .. ems= W.T NYLONJRUBBER(OM0001GKGY3X':G). Mr T NYLON/R.UBBER(OM00010KGY4X6) _=NDEP SEAT COVER(DG0020REOD36X60i _a . — QUANTIPt • 1 600 10 6 16 5879988 RATE (per demi'• $0 170 $0.170 $0.230 $0 590 $0.170 $0.350 1-800-ARAMARK aramarkuniform.com Lite only rcr Current rustorr,en EASYCARE'~ Spec den ISERVICES ORDERED: RATE (per iterro $2.350 $0.080 $5 280 $3.820 $0.590 anocaled urns including items at Customer's'ocation(s) and items ,n the process of being laundered "Tneft „ _ Lt ar extra cttarge-eflected on your invoice for any non-standard sized garments OESCRtPT1ON $0.20 $0 20 $0.20 $0-20 $0.20 Mt!!!lIRUM BILLED PERCENTAGE 100% _100% 50°/0 50% 100% ADDITIONAL CHARGES FREQUENCY k`Y Wkly Wkly Wkly Wkly Company Emblem Other Emblem Nacre Emblem 01her ChargewSerwces 'Nkiy Wkiy Wkly. Wkly 4.5% $23 81 $23.81 $26.45 $85.97 $33.07 $107 83 $87.29 $0.67 $259.21 $91.26 $19.84 Use for Additional Line Items - AND SERVICES ORDE.REP __ - .GARMENTS _ - .__�- -A No. of MERCHANDISE Wearers r ITEb15 PER RATE �� WEARER' (pet item) EASYCaaE (pet Item) REPLACEMENT `'" FREQUENCY CHARGE (per stem) SIHRT TWit_I►tsslGSt 1G9) -) $0.350 $0.20 Wkly $ 33.07 . . - --t - - - i r - - - -- - , - t __ __ _ _ l I �._____ _ _ - ,._._T - - ALLIED MERCHANDISE AND SERVICES ORDERED: MERCHANDISE QUANTITY' RATE (per item) FREQUENCY MINIMUM BILLED PERCENTAGE INVENTORY MAINTENANCEMAINTENANCE(per REPLACEMENT CHARGE item) - - t - -4 .---.-- ! _ - ----- - _ - - - - - _ - { i - I _- - - - -• --- - - _ _ ._ � - -- - - - - - - - -- - _ .-_ + - . 'Represents total allocated units, including items at Customer's ocation(s) and items in the process of being laundered. "There will be an extra charge reflected on your invoice for any non-standard sized garments SA (FRM-063 v 2 7/20) 1-800-ARAMARK aramarkuniform.com FLAME RESISTANT SERVICE AGREEMENT Customer's Service Location (for multiple locations, see attached list) Customer's Billing Address Of different) CUSTOMER NAME WELL COUNTY CUSTOMER NAME: � ADDRESS: 1399 N 17th Ave ADDRESS: CITY/STATE/ZIP: Greeley/CO/80631 ,CITY/STATE/Z1P: FLAME RESISTANT MERCHANDISE AND SERVICES ORDERED No of Wearers 1 1 MERCHAlsiaISE COVR FRa88112(Gt.:,�2890) JEANfReCOTTON(GP0264) SHRTJR_88/12(52) NUMBER OF ITEMS PER ;NEARER' 3 11 RATE (per item)** EASYCAREis (per item) $0.590 $0 20 REPLACEMENT FREOUENCY CHARGE (per itetTI) Wkly $105.80 $0.170 $0.20 ' Wkly $59.52 11 $0 170 iamiata $0 20 <�. Wkly 359.52 'Represents total allocatedunits, including items at Customer s'location(s) and items in the prpcess of being laundered ..The extra cha - reflected on, a in «r fora nontsrandard sized innents, 1 _. t_ N I ION Service Charge ) ADDITIONAL CHARGES RATE 7% 94 Pr�rataon Charge all Assure • Tr - Multi -day Stop Charge ,A,dditio,^al Terns/Charges r Company Emblem Other Emblem Name Emblem R,-% r s= Other Charges/Serv;ces • t 7 X 9. .';Sf•..J..i Wevr!nent-Yfi!"ndC°Iii!'lrestereinv,n..rases��.�..- REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: OCTOBER 23, 2020 BID NUMBER: B2000188 DESCRIPTION: FLEET UNIFORM SERVICES DEPARTMENT: FLEET SERVICES BID OPENING DATE: OCTOBER 30, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: FLEET UNIFORIVI SERVICES Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street, Room #107 Greeley, CO 80631 until: FRIDAY, OCTOBER. 30, 2420 @ `t0:0o AM (Feld County Purchasing Time Clock). ). 'PLEASE NOTE: Due tthe recent events surrounding the Co onavirus ( OVID-19) pandemic, the bid opening win hacici via a Stage Conf renceali CSee pace 9 for Do conference call information.** PAGES 1 - 8 OF THIS REQUEST FOR EI.DS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION To BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the Bidnet Direct website at httos://www.bidnetdirect.coml. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B._DeliverYc Veld Cy� 2m th d 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. 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 we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call_ Purchasing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, BID REQUEST #B2000188 Page 2 through participation in the E -verify program or the State of Colorado program established pursu;int to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform worK under this Agreement or enter into a contract with a subcontractor that fails to certify with Succrs,sfu bidder thra the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -verify Program or State of Colorado prograrn procedures to undertake pre -employment screening or job applicants while this Agrrement is being performed. If Successful bidder obtains actual knew edge tnat a subcontractor p�riforming work under the public contraci fn services knowiricly employs or contracts with an illegal alien Successtua bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is �)mploying or contracting wath an illegal alien and shall terrninatF- the subcontract if a subcontractor des not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly emp oyed or contracted with an i legal alien. Successful bidder shall comply with reasonable requests made in the course of an investication, undertaken pursuant to C.R.S. 8-17.5-102(5), by the Colorad• Department of Labor and Employment. If Successful bidder participaes in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee L perform work under _he contract, affirm that Successful bidder has examined the legal 'ork status of such employee, retained file copi-s of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with al of the tier requir-ments of thy, State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federa law and except as provided in C.R.S. § 24-76.5-'03(3), if Successful bidder receives fey`eral or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (13) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. It Successful bidder •perates as t sole proprietor, it hereby swears r affirms under penalty of perjury that it: (a) is a citizen of the United Stats or is otherwise lawfully present in the United States pursuant t0 federal law, (b) shall produce one of tht,, forms of identification required by C.°.S. § 24-70.5--101, et seq., and (c) shall produce one of the forms of identhication required by C.R.S. § 24-x'0.5-103 prior t0 the effective dtr of the contract. . GE L PROVO NS A. Fund Avyxo ability: Financial obligations of contingent upon funds for that purpose being appr cceptance of the bid, weld County does not warr the current fiscal year. era eld County payable after the current fiscal year are printed, budgeted and otherwise made available. By nt th4 funds will be available to fund free contract beyond 3. Trade Secrets an other CnfidentiS fationo Weld County discourages bidders from Submitting confidential 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 s�bmittai clearly denoting in red on the inform;;:tion at the top the ward, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Coloraoo pen ;!ecords Act (CO ':j .)7 with regard to public records, and cannot guarantee the confidentiality of docur ents. 'he 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, financial, geoiogic1, or geophysical data). If weld County receives a CORD request for bid information marked " NFIDEN DAL", staff will review the confidential materials to determine whether any of therm may be ithheld from disclosure pursuant to CO" ,, and disclose those portions staff deterntnes ;ore not protected from disclosure. held C: unty staff wil0 not be responsible for redacting or identifying Confidential inform" ion which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract� executed by the County shall be a public document regardless of whether it is marked as confidential. 9 BID REQUEST #P2000188 Page 3 C. Governmental Immunity: No term or condition of the 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. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not 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. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of 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 which 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 undersigned 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. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder 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. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) BID REQUEST #82000188 Page 4 days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. 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. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. 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. Any attempts by the successful bidder 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 the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. 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 BID REQUEST #B2000188 Page 5 any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. 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. S. 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. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. 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. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. 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. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - BID REQUEST #B2000188 Page 6 insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of nealect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury BID REQUEST #B2000188 Page 7 Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000188 Page 8 SPECIFICATIONS AND/ R SCOPE OF WORK AND PROPOSED PRICING: Contractor will provide Meld County Fleet Services with a uniform, apparel andior allied product ('Merchandise') rental program for all items in Table 1 below. The Merchandise and related services shall be provided at the following County location: 1399 N. 17TH GREELEY CO 80631 Contractor will provide regularly scheduled deliveries of rented /Merchandise, freshly processed, repaired and finished, and wild replace rented and leased Merchandise that is worn out through normal wear at no additional charge. County may reduce standard Merchandise and services to accommodate normal turnover of employees in the ordinary course of County's business. County will notify Contractor of an employee's termination and must immediately return (Merchandise issued to that employee. Shirts and jackets will need patch shirt and just the Weld County lob such as dark navy blue. ri sag a°° broidery that have { ,.`eld C u my and ernp 0 on the jackets. It is preferresi that the clothing be d t p3 l s on the ark in cs Ir (i.e., Big and Tall sizes). No additional cost is to be charged for oversized and/or extended sized garments. . An order is considered complete when all patches are installed. All orders delivered to the Fleet Department shall be shipped with the employee's name attached to each uniform package or if there are multiple uniform orders that are shipped at the same time, each uniform order shall be included in its oven packaging and labeled with the employee's name. During normal business hours, Monday through Friday from 0 a.m. to 5 p.m. MST, the vender is to have someone available to provide assistance and answer any questions personnel may have when placing an order. The following information must be included in the proposal. Required proposal documents must be arr� aged in the order listed below. 1, Company name and address, as well as the name and direct contact information of the primary and secondary account representatives. 2. What is the Lead Time to deliver product After Receipt of Order (ARO)? 3. Can your firm/company be available on site to measure personnel when needed or requested? 4. Provide information detailing the estimated lifespan of each proposed garment given normal wearing conditions. 5F The County assumes no responsibility for liability for any costs vendors may incur in responding to this RFP; including samples, site visits and/or contract negotiations. 6. This RFP may be amended and/or revoked at any time prior to final execution of an Agreement with the County, 7. Does your company have an office in Colorado's Yes No if so state where Rented Merchandise that is lost or ruined (except through normal wean will be promptly paid for by County at the then current replacement charge. 0I1 be received up to, but not later tha t-! October 30,n at 10:00 AM ELD COUNTY Uy CH SING TIME CLO'109. BID °PENN �- �'�_ E HELD VIA -A-__SKYPE_ CONFERENCE ;ALL. To join calla 1 (720) 439=6261 and eater Conference ID: 677670234# Please note that Se to the Coronavfls (COMD-19) pandemic, geHoveing chanahave been rtiiacole to our current No] process untl gunre notuce: 1) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is r uored. 3) Email bids to bias weld ov.cO1 i. If your bid exceeds 25MB please upload your bid to https://wvvvv.brdnetdirect.coml. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2000188 Page 9 Table 1 --- Coverall Cost/wk ea. Cyst/wk # of Total per Extd employees week _ .packet SM Pant 26411 Pant M Pant L Pint XL+ Part shirt 116 Part shirt 1169 SM Shirt 652 11 11 6 5 11 Shirt -Hi Vis M 11 Shirt -Hi Vis L Shirt -Hi Vis XL+ Other 2890 11 11 15 Cost/Yr 1 1 10 Shop Towel f 600 Lockers 2 4X6 Mat 3X10 Mat 10 Fender Covers 16 The winning bidder will enter into a contract with the County with the estimated start date of December 5, 2020. The term of the contract shall continue through a three-year period. Bidders must submit a copy of their W -g form with the bid submission. The undersigned, by his or her signature, hereby acknowledges and represents that: °I . The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B20o0138. 2. The quotations set form herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited 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 bid by Weld county. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Feld County. The [picks) may be warded to more than one vendor. BID REQUEST #62000188 Page 10 FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE FAX TAX ID # **ALL BIDDERS SHALL PROVIDE A VV -9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000188 Page 11 FIRM (<.t\Aft,1- BUSINESS AQDRES _ bk A CITY, STATE, ZIP CX)DE • cc -6011,1a 1•h� TELEPHONE NC 3O_D �'+r � 651 FAX _. .t PRINTED NAME ANQ ITLE Abt\ S I V NATU gh' . za, J E* I - Abe 4? bastints k 001O DATE lt) 2ti BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID" WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -- 8. TAX iD# 23 _ 2S1ie)ates ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman% Chair BID REQUEST #82000188 APPROVED AS TO SUBSTANCE: Elected Official or department Head Controller/Purchasing Director age 11 Tabte 1 Cost/wk F_xtd [ 1 1 It employees of Total week per ! Cost/Yr ' tte m k OtN; Cost/14/k ea, 7 1 _ _.) 1 I ‘11.-1 • Zell cs v t.:' f a i 3 I •••;41 15 - ‘ Y 8 .(co: Si..... i iltiv ) I ts sel •-+.fr+...- 1 __._... ., I • It 7 {. 41.1i•( A ,,,1 r ,: nt 263 •11 - • ... 11 c 17 111 iti - -1 , .r.. 1 12) 11 1 .-uw...+.+ ... .........-........ rw♦.. • .:,j NA ..r + t I 11 wwwwr..ww..rr . i 1 y a €.1s1 1 to • r, 1 .` �• M e i 1 . ii. 1- ; ~7 . -- ..-__._ ... i tt -1 1 Pant. XL, ..i_s , I j • ft, gel ?fit . Rart ')irt 1168 � 1 ► .' ` C ' I 2 LI 1O 'Zile? '401 _ „ 1.1S- 2 3 . 61-} 1SZ • tic.:11 -I 1 sm Shirt 6.52 I 11 '. Ct i- Z'-1 l • b I , i 11 1 i _( 1 ` f. x,11 q 7 l• ell •-tel-li Vis L c 11 t 1 x i, 7 1 -7c) 1.2 10 ej• ,1-io `.� �r .et -I.,1 d rs. ., ` r IL` 11eil1 11 1 l r • "1 1 --t E q • Z zi 1.11 1 , -1 . Other 2890 3 459 1 al C Z.-044 Shop Towel 600 ,O13 Latt) oo Le 14%. --• e - co Lookers 2 CI) (c..) 63 0 4X6 Mat 6 . io2 I( l t tl ie 415" qZ •telo 110.40 26- I-40 1137Z ft.(/' 3X10 Mat 10 5.2S Fernier Covers 16 (S9 41. Lit q q ii qqa e . I , The waning bidder will enter into a contract with the County with the estimated start date of December 5, 2020. The term of the contract shall continue through a three-year period. Bidders must submit a copy of their W-9 forrnAiAtii the bid submission. The undersigned, by his or her signature, hersby acknowledges and represents that: 1 2. 3 4. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. *B2000188, The quotations set forth herein are exclusive of any federal excise taxes and all °th _ Mete and local taxes He or she is authorized to bind the below -named bidder for the amount shown on accompanying proposal sheets. The signed laid submitted, all of the documents of the Request for Proposal eontai;herein (including, but riot limited to, product specifications and scope of services, and theteinal acceptance of the bid by Weld County, together constitutes a contract, with the date t_ _;ti's being the date of formal acceptance of the bid by Weld County 5. Weld County reserves the right to reject any and all bids, to waive any informality I: bids, and to accept the bid that. ire the opinion of the Board of County Commissioners, is to. �gt interests of Weld County The bids) may be awarded to more than one vendor. BID REQUEST #82000188 W r Memorandum TO: Board of County Commissioner Nov. 12, 2020 FROM: David Springer, Director of Fleet Services SUBJECT: 820000188 Fleet Uniforms and Service Bid The Fleet Services Department recommends awarding the bid to Aramark Uniform Services as they are the lowest bidder. The bid is for a three-year contract to provide the fleet services department uniforms and cleaning services. The cost is $7934.12 annually with current staff. If you have any questions, feel free to contact me via phone or e-mail at; Extension 3513 or dspringer@weldgov.com II(1z- OODO - 3&58- F-1-000 I WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett aC�weldgov.com E-mail: rturf a(�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: OCTOBER 30, 2020 REQUEST FOR: FLEET UNIFORMS AND SERVICE DEPARTMENT: FLEET SERVICES BID NO: #B2000188 PRESENT DATE: NOVEMBER 4, 2020 APPROVAL DATE: NOVEMBER 18, 2020 VENDORS ARAMARK UNIFORMS 4700 HAVANA ST DENVER CO 80239 PRUDENTIAL OVERALL SUPPLY 5710 EAST 56' AVENUE, UNIT A COMMERCE CITY, CO 80022 THE FLEET SERVICE DEPARTMENT IS REVIEWING THE BIDS. 2020-3258 1 ) to PI FT©©Q 1
Hello