HomeMy Public PortalAbout12-8375 RFP for Uniform Rental and Laundry Service Sponsored by: City Manager
Resolution No. 12-8375
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA,FLORIDA,TO AUTHORIZE THE CITY MANAGER
TO ADVERTISE A REQUEST FOR PROPOSALS (RFP) FOR
UNIFORM RENTAL AND LAUNDRY SERVICE, PAYABLE
FROM ACCOUNT NUMBER 19-519440; PROVIDING FOR
INCORPORATION OF RECITALS; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City of Opa-locka provides uniform rental and laundry service for the
City's Public Works and Urban Ranger employees; and
WHEREAS, Aramark Uniform Services has contracted with the City for many years as
servicer for uniform rental and laundry service; and
WHEREAS, the City deems it necessary to advertise a Request for Proposals (RFP), in
order to get competitive bids for the best prices, product quality and services; and
WHEREAS,the City Commission of the City of Opa-locka desires to authorize the City
Manager to advertise a Request for Proposals (RFP) for uniform rental and laundry service.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION
OF THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka,authorizes the City Manager
to advertise a Request for Proposals (RFP) for uniform rental and laundry service, payable from
Account Number 19-519440, with the final decision as to any award to be made by the City
Commission.
Resolution No. 12-8375
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 28th day of March, 2012.
' _/
,►y YRA L./AYLOR
MA OR
(estto:
J:anna Flores
`terim City Clerk
Approved as to form and legal sufficiency:
r
1
Jo.ep S.1seller i y Atto ey
Moved by: COMMISSIONER MIL ER
Seconded by: VICE MAYOR JOHNSON
Commission Vote: 4-1
Commissioner Holmes: NO
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
!"-`4 .
4
t *da
Memorandum
TO: Mayor Myra L. Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timothy Holmes
Commissioner Gail Miller
Commissioner ' - ydus
FROM: Bryan Fin'. ' Manager
DATE: - 7,2012
RE: Resolution: RFP—Uniform Rental and Laundry Services
Request: A RESOLUTION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING
THE CITY MANAGER TO ADVERTISE A REQUEST FOR PROPOSALS FOR
UNIFORM RENTAL AND LAUNDRY SERVICE
Description: Upon approval, the City will enter into a contract with the selected proposer to provide
uniform rental and laundry services. The employees using this service are Public Works
employees and Urban Rangers. The City has utilized Aramark Uniform Services for
many years. It is time to competitively bid this service in the market to determine the
best price, product quality and service.
Financial Impact: Minimum advertising costs,Account Number 19-519440
Implementation Timeline: Immediately upon approval
Legislative History: none
Recommendation(s): Staff recommends approval.
Analysis: Uniforms are critical to the image of the City, particularly with those employees that have direct
access to the public. They assist in making our employees more identifiable and projects a
professional image. New uniforms can foster a sense of pride and increase employee morale.
Attachments: (1) RFP—Uniform Rental and Laundry Services
PREPARED BY: Faye Douglas,Budget Administrator
City of Opa-locka
...IF.*
o Q P►'
o
0
0
LIMN
11100. iHonlird111■
r
Off,
0R "
RFP NO:
REQUEST FOR PROPOSAL
UNIFORM RENTAL AND LAUNDRY SERVICE
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA, FLORIDA 33054
,oQ�ckq CITY OF OPA-LOCKA
o plc
Advertisement for Request for Proposals
• ww ;fin
v,•
,0
\OApORAT6�..,
RFP NO:
UNIFORM RENTAL
Proposals for UNIFORM RENTAL AND LAUNDRY SERVICE will be received by the
City of Opa-Locka at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-
Locka, Florida 33054, by 1:00 p.m. Any proposals received after the
designated closing time will be returned unopened.
The purpose of this Request for Proposals is to seek service of a qualified professional
contractor to provide UNIFORM RENTAL to the City of Opa-Locka.
An original and five (5) copies a total of six (6) plus 1 copy of the proposal on CD's in
PDF format of the proposal shall be submitted in sealed envelopes/packages addressed
to Deborah S. Irby, City Clerk, City of Opa-Locka, Florida, and marked UNIFORM
RENTAL AND LAUNDRY SERVICE. Proposers desiring information for use in
preparing proposals may obtain a set of such documents from the Clerk's Office, 780
Fisherman Street, 4th Floor, Opa-Locka, Florida 33054, Telephone (305) 953-2800 or
copies of the RFP NO: requirements may also be obtained by visiting the City's website
at www.opalockafl.gov, (click "RFQ/PROPOSALS"located on the right hand side of the
screen and follow the instructions).
The City reserves the right to accept or reject any and all proposals and to waive any
technicalities or irregularities therein. The City further reserves the right to award the
contract to that proposer whose proposal best complies with the RFP NO:
requirements. Proposers may not withdraw their proposal for a period of ninety (90)
days from the date set for the opening thereof.
Joanna Flores
Interim City Clerk
Dated: Published:
UNIFORM RENTAL AND LAUNDRY SERVICE
I - INTRODUCTION
1.1 Introduction: The City of Opa-Locka is requesting proposals from qualified
contractors to provide for the City of Opa-locka's UNIFORM RENTAL AND LAUNDRY
SERVICE.
1-2. Proposal Submission and Withdrawal: The City must receive all proposals in
a sealed envelope by by 1:00 p.m. The proposals shall be submitted at the
following address:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-Locka, Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as
follows: RFP NO: . This package shall also include the Proposer's return address.
Proposers may withdraw their proposals by notifying the City in writing at any time prior
to the deadline for proposal submittal. After the deadline, the proposal will constitute an
irrevocable offer, for a period of 90 days. Once opened, proposals become a record of
the CITY and will not be returned to the Proposer. The City cautions proposers to
assure actual delivery of mailed or hand-delivered proposals directly to the City Clerk's
Office at 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054 prior to the
deadline set for receiving proposals. Telephone confirmation of timely receipt of the
proposal may be made by calling (305) 953-2800 before proposal closing time. Any
proposal received after the established deadline will not be considered and will be
returned unopened to the Proposer(s).
1-3. Number of Copies: Proposers shall submit an original and five (5) copies
total of six (6) copies of the proposal in a sealed, opaque package marked as noted
above. The Proposer will be responsible for timely delivery, whether by personal
delivery, US Mail or any other delivery medium.
1-4. Development Costs: Neither the City nor its representatives shall be liable for
any expenses incurred in connection with preparation of a response to this Request for
Qualifications. Proposers should prepare their proposals simply and economically,
providing a straightforward and concise description of the Proposer's ability to meet the
requirements of the RFP.
1-5. Inquiries: Interested Proposers may contact the City's Purchasing Officer
regarding questions about the proposal by telephone at (305) 953-2868 x1307 or by
facsimile at (305) 953-2900. The City Clerk will receive written requests for clarification
concerning the meaning or interpretations of the RFP, until eight (8) days prior to the
submittal date. City personnel are authorized only to direct the attention of prospective
Proposers to various portions of the RFP NO: so that they may read and interpret such
for themselves. No employee of the City is authorized to interpret any portion of this
RFP NO: or give information as to the requirements of the RFP NO: in addition to
what is contained in the written RFP NO: document.
Page I 3
UNIFORM RENTAL AND LAUNDRY SERVICE
1-6. Addendum: The City may record its response to inquiries and any supplemental
instructions in the form of written addenda. The CITY may mail written addenda up to
seven (7) calendar days before the date fixed for receiving the proposals. Proposers
shall contact the City to ascertain whether any addenda have been issued. Failure to
do so could result in an unresponsive proposal. Any oral explanation given before the
RFP NO: opening will not be binding.
All Proposers are expected to carefully examine the proposal documents. Any
ambiguities or inconsistencies should be brought to the attention of the City's
Purchasing Agent through written communication prior to the opening of the proposals.
1-7. Contract Awards: The City anticipates entering into an Agreement with the
Proposer who submits the proposal judged by the City to be most advantageous.
The Proposer understands that this RFP NO: does not constitute an offer or an
Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and
is not binding until proposals are reviewed, accepted by appointed staff, the best
proposal has been identified, approved by the appropriate level of authority within the
City and executed by all parties.
The City reserves the right to reject all proposals, to abandon the project and/or to solicit
and re-advertise for other proposals.
1-8. Contractual Agreement: This RFP NO: shall be included and incorporated in
the final award. The order of contractual precedence will be the Contract or Agreement
document, original Terms and Conditions, and Proposer response. Any and all legal
action necessary to enforce the award will be held in Miami-Dade County and the
contractual obligations will be interpreted according to the laws of Florida. Any
additional contract or agreement requested for consideration by the Proposer
must be attached and enclosed as part of the proposal.
1-9. Selection Process: The proposals will be evaluated and assigned points. The
contractor with the highest number of points will be ranked first; however, nothing herein
will prevent the City from assigning work to any contractor deemed responsive and
responsible. The City reserves the right to further negotiate any proposal, with the
highest rated Proposer. If an agreement cannot be reached with the highest rated
Proposer, the City reserves the right to negotiate and recommend award to the next
highest Proposer or subsequent Proposers until an agreement is reached.
1-10. Public Records: Upon award recommendation proposals become "public
records" and shall be subject to public disclosure consistent with Chapter 119 Florida
Statutes. Proposers must invoke the exemptions to disclosure provided by law in the
response to the RFP, and must identify the data or other materials to be protected, and
must state the reasons why such exclusion from public disclosure is necessary.
Document files may be examined, during normal working hours.
Page 14
UNIFORM RENTAL AND LAUNDRY SERVICE
1-11. News Releases: The Proposer shall obtain the prior approval of the City
Manager's Office of all news releases or other publicity pertaining to this RFP NO: or
the service, study or project to which it relates.
1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage
reflecting at least the minimum amounts and conditions specified herein. In the event
the Proposer is a governmental entity or a self-insured organization, different insurance
requirements may apply. Misrepresentation of any material fact, whether intentional or
not, regarding the Proposers' insurance coverage, policies or capabilities may be
grounds for rejection of the proposal and rescission of any ensuing Agreement.
• Evidence of General Liability coverage with limits not less than $1,000,000
per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy
Period);
• Evidence of Auto Liability coverage with limits not less than $1,000,000 per
Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy
Period);
• Evidence of Workers' Compensation coverage with statutory limits and
Employer's Liability coverage with limits not less than $100,000 (Including
Policy Number and Policy Period);
• The City listed as an additional insured (this may be specifically limited to the
specific job(s) the contractor will be performing);
• Minimum 30-day written notice of cancellation.
1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and
certified in the State of Florida at the time of RFP NO: submittal. The proposal of any
Proposer who is not fully licensed and certified shall be rejected.
1-14. Public Entity Crimes: Award will not be made to any person or affiliate
identified on the Department of Management Services' "Convicted Vendor List". This
list is defined as consisting of persons and affiliates who are disqualified from public
contracting and purchasing process because they have been found guilty of a public
entity crime. No public entity shall award any contract to, or transact any business in
excess of the threshold amount provided in Section 287.017 Florida Statutes for
Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor
List" for a period of thirty-six (36) months from the date that person or affiliate was
placed on the "Convicted Vendor List" unless that person or affiliate has been removed
from the list. By signing and submitting the RFP NO: proposal forms, Proposer attests
that they have not been placed on the "Convicted Vendor List".
1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code
of ethics of the City of Opa-Locka or the State of Florida with respect to this proposal,
Page 15
UNIFORM RENTAL AND LAUNDRY SERVICE
such Proposer may be disqualified from performing the work described in this proposal
or from furnishing the goods or services for which the proposal is submitted and shall be
further disqualified from submitting any future proposals for work, goods or services for
the City of Opa-Locka.
1-16. Drug-Free Workplace: Preference shall be given to businesses with Drug-Free
Work Place (DFW) programs. Whenever two or more proposals which are equal with
respect to price, quality, and service are received by the City for the procurement of
commodities or contractual services, a proposal received from a business that
completes the attached DFW form certifying that it is a DFW shall be given preference
in the award process.
1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges,
fees, and taxes and give all notices necessary and incidental to the due and lawful
prosecution of the work.
1-18. Protests: Protests of the specifications and other requirements of the
Request for Proposals must be received in writing by the City Clerk's Office at least ten
(10) working days prior to the scheduled bid opening. A detailed explanation of the
reason for the protest must be included. Protests of the award or intended award of the
bid or contract must be in writing and received in the City Clerk's Office within seven (7)
working days of the notice of award. A detailed explanation of the protest must be
included.
1-19. Termination for Convenience: A contract may be terminated in whole or in part
by the City at any time and for any reason in accordance with this clause whenever the
City shall determine that such termination is in the best interest of the City. Any such
termination shall be effected by the delivery to the contractor at least five (5) working
days before the effective date of a Notice of Termination specifying the extent to which
performance shall be terminated and the date upon which termination becomes
effective. An equitable adjustment in the contract price shall be made (if applicable) for
the completed service, but no amount shall be allowed for anticipated profit on
unperformed services.
1-20. Term of Agreement: It is the intent of the City to award an Agreement for a one
(1) year term to begin upon approval and execution by the City, with the opportunity to
extend the Agreement for up to four (4) one year renewal periods upon mutual
agreement of the parties, up to a cumulative total of five (5) years as determined to be
in the best interest of the City.
The City reserves the right at its own discretion to choose multiple Contractors to accept
primary placements.
For all requests for clarification please contact Mrs. Rose McKay at (305) 953-
2868.
Page 16
UNIFORM RENTAL AND LAUNDRY SERVICE
II- SCOPE OF WORK
This Request for Proposal (RFP) is issued by the City of Opa-locka. The purpose of
this RFP is to solicit bid proposals for Clothing: Public Works Employee Uniforms. The
intent of this RFP is to award a contract to that responsible bidder whose bid proposal,
conforming to this RFP is most advantageous to the City, price and other factors
considered. The City reserves the right to separately procure individual requirements
that are the subject of the contract during the contract term, when deemed to be in the
City's best interest.
REQUIREMENTS
2.1 All items and services are regularly furnished in order to provide these items shall
be furnished at the proposal price and shall conform in strength, quality and
workmanship to that usually provided by the practice.
2.2 Minor and major variances will be considered.
2.3 Where major variances in quality are introduced, (e.g. 65% cotton/35% poly
blend items presented as equivalent in quality to 100% cotton) conformance to strength,
quality, and workmanship and performance characteristics will be evaluated. As such,
bidders may submit alternate proposals to address this variance. The City will be the
sole judge in determining acceptable equivalencies and substitutions.
2.4 All uniforms of each type are to be quoted on the bid and invoiced as quoted this
is to assist Accounts Payable in verifying price per item/uniform.
2.5 Cost per employee for weekly uniform rental to consist of furnishing 11 short
sleeve shirts, or 11 long sleeve shirts, and 11 pants as specified.
2.6 Payment: The City's normal payment terms are net 30 days. Unless otherwise
agreed, City of Opa-locka will pay properly submitted vendor invoices within thirty (30)
days of receipt of goods or services, or combination of both. Payment will not be made
until goods or services are delivered, installed (if required), and accepted as specified.
Contractor shall submit monthly invoices for services rendered. All invoices shall contain
complete and accurate information. Invoices presented for payment must be submitted
in accordance with instructions contained on the purchase order or contract. In no
instance shall the contractor invoice the City for more than is authorized by the City on
the issued purchase order or contract. NON-ALLOWED CHARGES: Other incidental or
standard industry charges not identified herein are not allowed under this contract.
Miscellaneous service charges used to help the Contractor pay various fluctuating
current and future costs are not allowed. These include, but are not limited to, costs
directly or indirectly related to the environment, energy issues, fuel charges, service and
delivery of goods and services.
Page I 7
UNIFORM RENTAL AND LAUNDRY SERVICE
2.7 Each person receiving clothing will have inventory as listed in the bid that
includes items to wear, items to be cleaned, and one extra. Initial delivery of uniforms
will consist of 6 sets, followed by the remaining 5 sets the following week.
2.8 Approximately forty (40) employees.
2.9 Bidder may be required to provide samples of uniforms and shall be delivered to
a specified address.
2.10 The Contractor shall furnish at the start of the program, all brand new uniforms
for all employees in the program, and thereafter, replacement uniforms from the
Contractor's "A" stock during the contract period.
2.11 "A" stock means best quality, not distinguishable from a new garment, typically
brand new with little to no visible wear.
2.12 Contractor will do an item count for each employee at point of pick up and point
of delivery and verify that count with Department staff before leaving delivery/pick-up
location. Count shall be documented on 3-part form approved by the City. First part will
indicate pick up count and will be left with the City agency; Second or third copy will
accompany delivery and indicate delivered count.
2.13 The contractor shall be responsible for verifying the count and items shown on
the pickup slip. Upon any discrepancy, the contractor shall notify the City within 24
hours or the contractor will be responsible for the amounts indicated on pick-up slip.
2.14 Worn items (standard and nonstandard or special merchandise items) due to
normal wear and tear must be replaced promptly by the contractor at no cost to the City.
Standard of normal usage is defined for the purposes of this contract as 20 months in
service or as may be determined on an individual department basis and/or by mutual
agreement. Any item rejected for use by the City shall be replaced promptly by the
contractor to the satisfaction of the County at no cost.
2.15 Per bid items the City will not pay for replacement and any cost associated with
the replacement of damaged garments due to normal wear and tear or loss by vendor,
regardless of the amount of time the uniform has been in use.
2.16 The contractor shall repair or replace worn or damaged items as a result of
normal wear and tear at no additional charge to the City. Repair of all rental items shall
be performed by the contractor in a manner acceptable to the City. Repaired items shall
be rendered useful and shall retain an aesthetic appearance. The City shall not repair
any items owned by the contractor.
2.17 The City shall only be responsible for damage or loss of items which can be
verified as having occurred while in use or storage at the City and attributed to City
employee neglect. The City shall reimburse the contractor for verified losses at the
Page 18
UNIFORM RENTAL AND LAUNDRY SERVICE
depreciated replacement schedule per contractor's replacement cost. Damaged items
for which the City paid shall become the property of the City. The City's rental inventory
shall be replenished for any replaced items.
2.18 The following depreciated schedule will be applied to replacement uniforms due
to damage and loss by the user agency.
0 - 6 months: Full cost
7 - 15 months: Less 20%
6 - 19 months: Less 50%
20 - up months: No charge.
2.19 All replacement uniforms during the contract period shall be from stock "A " and
furnished from the same manufacturer as initially selected by the City to ensure uniform
standards. "A" stock means best quality, not distinguishable from a new garment,
typically brand new with little to no visible wear.
2.20 The City may reduce the number of employees or garments due to turnover, job
termination, changes in job description, change in the City Department polices or for
any reason relevant to the ordinary course of City Business. All reductions in inventory
shall take effect on the date specified by the City. The City will return the deleted
garments no later than 4 weeks from the effective date of the communication. No
charges shall accrue from the date specified in the communication except for loss
garments specifically agreed to between the parties.
2.21 Vendor will provide the City a credit equal to the appropriate charges on cost
sheet if an employee does not turn in any garments for a period of more than two (2)
weeks. Additionally, if the City knows employees will be under an extended leave for
more than two (2) weeks the department will notify the vendor, and the vendor will put
those employee's uniforms on hold for a stated period of time or until notified that the
employee has returned, and shall not charge any rental for said period.
III - RESPONSE FORMAT AND ORGANIZATION
3-0. Overview: This section describes the format and organization of the offeror's
response. Failure to conform to these specifications may result in the disqualification of
the proposal.
Page I 9
UNIFORM RENTAL AND LAUNDRY SERVICE
3-1. Number of Responses: Potential offerors shall submit only one proposal in
response to this RFP.
3-2. Proposal Format: Proposals are to be prepared on standard 81" x 11" papers.
The pages should be placed in a binder with tabs separating the major sections of the
proposal. Each binder must be physically separate. Proposals in response to this RFP
must be submitted in the format specified below. The attachments No. 1 through 6 must
be included in the proposal.
Proposals must include:
1. Provide a cover letter introducing the firm and the individual that will act as the
firm's primary contact for this project. Describe the organization, date founded,
and ownership of the firm as well as any subsidiaries and affiliates relevant to the
city. Describe the experience of the firm and the personnel in providing the
referenced products and services. Offeror has obtained one or more accounts of
at least 50% of the size, scope or value of the type of work specified in the
technical specifications.
2. Knowledge and Experience: List detailed description of the technical capabilities
for providing Uniform & Linen Services to The City of Opa-locka at various
Department locations.
3. Provide three (3) references for the Applicant's work for Uniform & Linen
Services. Include the following information; name and description of work
completed, contact person(s), and telephone number.
4. Payment Proposal Provide detailed information relative to the method for
calculating the payment if based on a percentage of gross sales, or describe the
flat rate payment or alternative payment proposal in sufficient detail to allow
comparison to other payment proposals that may be offered to the city. Proposal
must include Price Proposal.
5. Other Requirements: Offerors shall submit proposal in one (1) original, and five
(5) copies. Proposals shall be limited to a maximum of twenty (20) pages,
excluding cover sheets and section divider tabs and attachments. Failure to
comply with this requirement may result in rejection of the proposal.
6. Minimum requirements for uniform service are specified on Attachment No. 3
labeled "Minimum Requirements". Bid proposals that do not meet any the
requirements will be disqualified. Services listed are standard service
requirements, which vary in procedure by vendor. Therefore, these will be
considered in the overall evaluation of Bid.
Page 110
UNIFORM RENTAL AND LAUNDRY SERVICE
3-3. Evaluation Criteria:
Accepted proposals will be reviewed by an evaluation team and scored
against the stated criteria. The team may review references, request oral
presentations, and conduct an on-site visit and use the results in scoring
the proposals. If the team determines that it is in the best interest of the
City to require oral presentations, the highest ranking proposal will be
invited to make such presentations. Those offerors that participate in the
interview process will then be scored, and the final ranking will be made
based upon the oral presentation.
Description Points
1. General Requirements 40
a. Qualifications in providing full uniform services of the 10
type of work specified.
b Experience and capabilities in providing uniform 10
services
c Vendor references from comparable size facilities which 20
will speak to quality of vendor's operation and delivery
service.
2. Technical Requirements 20
a Completeness in meeting all specification requirements 5
as detailed in the RFP to meet the needs of the facility.
b Vendor organizational capacity and technical 5
competence necessary to complete all specifications
c Quality control 5
d Special attention will be paid to procedures that are 5
available to problem solve customer issues.
3. Cost 40
Total Available Points 100
3-4. Order of items: Within each section of their proposal(s), offerors should
address the items in the order in which they appear in this RFP.
3-5. Inclusion of completed forms: All forms provided in the RFP must be
thoroughly completed and included in the appropriate section of the proposal.
3-6. Marking of binders: Proposal binders should be clearly labeled and numbered.
The original copy of each binder should be clearly marked as "Original" on the front of
the binder.
Page 111
UNIFORM RENTAL AND LAUNDRY SERVICE
O/ <O
ITEMS TO BE PROVIDED ON A RENTAL BASIS
•.\04 ;
ITEM FABRIC SPECIFICATIONS Cost Per Item
(Considering Item 2.5
and 40 employees)
Men's Shirts 75% polyester Fabric: stretch poplin; memory stretch fabric
—short sleeve 25%cotton for flexibility; durable press; Care: industrial
wash
Men's Shirts- 100% Fortrel soft polyester; oversized fit; three
polo polyester button front; no roll collar; one pocket;
hemmed bottom
Men's Shirts 75% polyester Fabric: stretch poplin; memory stretch fabric
—long sleeve 25%cotton for flexibility; durable press; Care: industrial
wash
Men's Pants 65% polyester No iron twill; full cut, straight leg styling; two
35%cotton front pockets; two set-in welted hop pockets;
blend heavy duty brass ratcheting zipper, hook and
eye closure.
Men's 65% polyester Utility flat front pants, functional Velcro
Cargo Pants 35%wrinkle closure cargo pockets; two front pockets; two
resistant set-in back pockets, button closure; brass
cotton zipper, ease card w/stain and wrinkle release
finish.
Ladies Shirts 60%cotton Button-front short sleeve shirt. Full button
—short sleeve 40% polyester placket; open hem sleeves, side vents, and no
pockets.
Ladies Shirts 100% 4-button front placket; set-in open hem
—Polo Polyester sleeves; no pockets
Ladies Shirts 60%cotton Easy care, soil resistant relaxed look; open
—long sleeve 40% polyester collar; no pockets; button front shirt.
Ladies Pants 65% polyester Straight leg pants, relax fit; plain front; two
35%cotton front pockets and one back pocket; hidden
blend stretch waistband.
Ladies Cargo 65% polyester Flat front cargo pants; functional Velcro
Pants 35%wrinkle closure cargo pockets; two front pockets; one
resistant set-in back pocket; button closure with brass
cotton zipper, easy care with stain and wrinkle release
• finish.
Name of Firm
Page 1 12
UNIFORM RENTAL AND LAUNDRY SERVICE
.n ackq
RFP NO:
PROPOSER QUALIFICATIONS
The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's
Occupational License in the area of their fixed business location. The following information MUST be
completed and submitted with the proposal to be considered:
1. Legal Name and Address:
Name:
Address:
City, State, Zip: Phone/Fax:
2. Check One: Corporation ( ) Partnership ( ) Individual ( )
3. If Corporation, state:
Date of Incorporation: State in which Incorporated:
4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such
authorization:
5. Name and Title of Principal Officers Date Elected:
6. The length of time in business: years
7. The length of time (continuous) in business as a service organization in Florida:
years
8. Provide a list of at least five commercial or government references that the bidder has supplied
service/commodities meeting the requirements of the City of Opa-Locka specification, during the
last twenty-four months.
9. A copy of County and/or Municipal Occupational License(s)
Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-
locka and will be a factor considered in awarding any resulting contract. The purpose is to insure that the
Contractors, in the sole opinion of the City of Opa-Locka, can sufficiently and efficiently perform all the
required services in a timely and satisfactory manner as will be required by the subject contract. If there
are any terms and/or conditions that are in conflict, the most stringent requirement shall apply.
Page 1 13
UNIFORM RENTAL AND LAUNDRY SERVICE
CITY OF OPA-LOCKA
(\n CERTIFICATION REGARDING DEBARMENT, SUSPENSION
° " PROPOSED DEBARMENT AND OTHER MATTERS OFRESPONSIBILITY
0q4
1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer
and/or any of its Principals:
A. Are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency.
B. Have not, within a three-year period preceding this offer, been convicted of or had a
civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, state, or
local) contract or subcontract; violation of Federal or state antitrust statutes relating to
the submission of offers; or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, tax evasion, or receiving
stolen property; and
C. Are not presently indicted for, or otherwise criminally or civilly charged by a
governmental entity with, commission of any of the offenses enumerated in paragraph
1-B of this provision.
2. The Proposer has not, within a three-year period preceding this offer, had one or
more contracts terminated for default by any City, State or Federal agency.
A. "Principals," for the purposes of this certification, means officers; directors; owners;
partners; and, persons having primary management or supervisory responsibilities
within a business entity (e.g., general manager; plant manager; head of a subsidiary,
division, or business segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United
States and the Making of a False, Fictitious, or Fraudulent Certification May Render the
Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
B. The Proposer shall provide immediate written notice to the Contracting Officer if, at
any time prior to contract award, the Proposer learns that its certification was erroneous
when submitted or has become erroneous by reason of changed circumstances.
C. A certification that any of the items in paragraph (a) of this provision exists will not
necessarily result in withholding of an award under this solicitation. However, the
certification will be considered in connection with a determination of the Proposer's
responsibility. Failure of the Proposer to furnish a certification or provide such additional
information as requested by the Contracting Officer may render the Proposer non-
responsive.
Page 114
UNIFORM RENTAL AND LAUNDRY SERVICE
D. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render, in good faith, the certification required by
paragraph (a) of this provision. The knowledge and information of a Proposer is not
required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
E. The certification in paragraph (a) of this provision is a material representation of fact
upon which reliance was placed when making award. If it is later determined that the
Proposer knowingly rendered an erroneous certification, in addition to other remedies
available to the Government, the Contracting Officer may terminate the contract
resulting from this solicitation for default.
AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS
CONTRACTOR COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
Page 1 15
UNIFORM RENTAL AND LAUNDRY SERVICE
CITY OF OPA-LOCKA
ce
9 DRUG-FREE WORKPLACE CERTIFICATION FORM
qPO if0
Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and
service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or
contractual services, a bid/proposal received from a business that certifies that it has
implemented a drug-free workplace program shall be given preference in the award process. In
order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession or use of controlled substances is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation,
and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in number (1).
4. In the statement specified in number (1), notify the employees that as a condition for
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction on or
plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any
controlled substance law of the United States or any singular state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of Section 287.087, Florida Statutes.
This Certification is submitted by the
(Name)
of
(Title/Position) (Company)
who does hereby certify that said Company has implemented a drug-free workplace program,
which meets the requirements of Section 287.087, Florida Statutes, which are identified in
numbers (1) through (6) above.
Date Signature
Page 116
UNIFORM RENTAL AND LAUNDRY SERVICE
�,.nocna
MINIMUM REQUIREMENTS
The following items are minimum mandatory requirements and shall be provided with
this RFP. Providers that do not meet any one of these requirements will not be
considered.
REQUIREMENT YES NO
1 Initial Set up - NEW UNIFORMS - Provider shall furnish at the start of
the program, all brand new uniforms for all employees in the program.
2 DATED GARMENT - All garments shall be labeled with a date when
issued to City of Opa-locka
3 REPLACEMENT- All replacement uniforms issued during the
contract period due to normal wear and tear, damage, loss or new
employee hires shall be furnished from the Contractor's "A" stock. "
and furnished from the same manufacturer as initially selected by the
City to ensure uniform standards "A" stock means best quality, not
distinguishable from a new garment, typically brand new with little to
no visible wear.
4 BAG CHARGES- Must be provided at no additional charge.
5 MEASUREMENTS- Provider will measure all employees on-site and
within two weeks of award to determine correct sizing.
6 MALE/FEMALE SIZES - All garments are available in both male and
female sizes.
7 ACCOUNT REPRESENTATIVE- An account representative shall be
assigned to administer the contract with the City. This person will be
the first point of contact for all questions and problems.
8 BULK DELIVERY- The City will not accept bulk pickup or delivery of
uniforms.
9 PICKUP -Provider shall, at the pickup area designated by the
agency, individually count and shall itemize the number of shirts and
pants picked up from each employee by employee's name at each
pick up. An appropriate itemized receipt, by individual employee
name, must be left with the supervisor for each work group at each
pick up.
10 DELIVERY- Uniforms shall be individually counted out, packaged and
delivered on garment racks to an area designated by each
department.
11 DELIVERY TICKETS/INVOICES -Contractor will invoice the City on
a monthly basis by individual department and location. All
tickets/invoices shall list all items delivered, by employee, and shall
contain the printed name, signature and department name of the
authorized/designated personnel receiving the items. Payment will
not be made for items not specifically shown on the tickets and/or for
failure to obtain required information.
12 MINIMUM YEARS OF EXPERIENCE REQUIRED -Bidders shall
have at least three years of commercial uniform rental experience
with comparably sized facilities.
Page 117
UNIFORM RENTAL AND LAUNDRY SERVICE
C4 OPpLOCkq <O CITY OF OPA-LOCKA
NON-COLLUSION AFFIDAVIT
ogno
STATE OF FLORIDA- COUNTY OF MIAMI DADE
being first duly sworn,deposes and says that:
(1) He/She/They is/are the
(Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has
submitted the attached proposal;
(2) He/She/They is/are fully informed respecting the preparation and contents of the
attached Proposal and of all pertinent circumstances respecting such Proposal;
(3) Such Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the said PROPONENT nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in any
way colluded, conspired, connived or agreed, directly or indirectly, with any other
PROPONENT, firm, or person to submit a collusive or sham Proposal in connection
with the Work for which the attached Proposal has been submitted; or to refrain from
Proposing in connection with such Work; or have in any manner, directly or indirectly,
sought by agreement or collusion, or communication, or conference with any
PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the
Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost
elements of the Proposed Price or the Proposed Price of any other PROPONENT, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any
advantage against (Recipient), or any person interested in the proposed Work;
(5) The price or prices quoted in the attached Proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part
of the PROPONENT or any other of its agents, representatives, owners, employees
or parties of interest, including this affiant.
Signed, sealed and delivered in the presence of:
By:
Witness Signature
Witness Print Name and Title
Date
Page 118