Loading...
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