NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Similar documents
NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

New Castle County Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INSTRUCTIONS TO BIDDERS

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSAL For UNIFORM SERVICES RFP No. G068

SUU Contract for Workshops and Entertainment

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

Invitation For Bid. Uniforms IFB U

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSAL SUPPLY OF

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

BID DOCUMENTS FOR. WTP VFD Replacement Bid

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Proposal No:

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

SAMPLE SUBCONTRACTOR AGREEMENT

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Union College Schenectady, NY General Purchasing Terms & Conditions

Town of Islip Housing Authority Bid Specifications Waste removal

Invitation To Bid. for

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Telemetry Upgrade Project: Phase-3

P R O P O S A L F O R M

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

INVITATION TO BID (ITB)

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Black Hawk County Engineer

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

AGREEMENT FOR TRANSPORTATION SERVICES

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Invitation for Bid Uniform Rental and Maintenance Services T. F. Green Airport

LONE TREE SCHOOL BELL SYSTEM

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

PROJECT NAME: M UNIFORM RENTAL/LAUNDRY SERVICES

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

City of Bowie Private Property Exterior Home Repair Services

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDEPENDENT CONTRACTOR AGREEMENT

Warner Robins Housing Authority

Alabama State Port Authority

/~~~ \(. ~WV'-/ Michael R. Bowersox Borough Manager

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

RICE UNIVERSITY SHORT FORM CONTRACT

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

Transcription:

Sealed proposals for: Dry Cleaning, Laundry, Repair and Alteration of Clothing Uniforms, will be received until 2:00 p.m. Wednesday, June 15, 2016 in the, New Castle County Government Center,, (Telephone: 302/395-5250). Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals, and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or sexual orientation in the consideration of this award. INSTRUCTIONS TO BIDDERS Bid envelopes will carry a clear notation in the lower left quadrant, BID FOR Dry Cleaning, Laundry, Repair and Alterations of Clothing Uniforms,. Any questions concerning the bid(s) should be directed to the at. Bidders are responsible for obtaining the bid specifications and all addendums from the New Castle County Purchasing website at www.nccde.org/purchasing. Fax bids will not be accepted. Bid security is waived. New Castle County reserves the right to divide the award unless stated otherwise in the specifications. Awards, if any, will be made by the to the lowest and best responsible bidder. The County reserves the right to reject all bids and to waive minor irregularities. NOTE: If required by State of Federal regulations, vendors will provide the M.S.D.S. sheets for the above projects. Pursuant to County Ordinance 83-172, 87-105, and Delaware State Law, no contract will be awarded to any vendor unless before or in conjunction with the actual award of the contract to 06/1/16 Page 1 of 22

such vendor, has submitted proof satisfactory to the County or to the awarding agency, or the designated representative of the County or the awarding agency, as the case may be, that it and each and every subcontractor named by it in its bid, if any, will at the time it submits such proof have valid and effective licenses required by the State and the County, and the political subdivisions, if any, in which the project is located, and the United States government, in order for each of them (i) to do business therein; (ii) to comply with all tax laws thereof; and (iii) to perform the labor and/or supply the material involved in the performance of the contract. Mailing address: GENERAL 06/1/16 Page 2 of 22

New Castle County requires services for dry cleaning, laundering, repairing, and making tailored alterations of clothing and uniforms. Vendor should specialize in uniform cleaning. Services may include drop-off and pick-up of items from designated New Castle County facilities and/or drop-off and pick-up of items at vendor s facility. Consequently, the location of vendor s dry cleaning facility shall be within New Castle County, Delaware. For informational purposes, New Castle County encumbered approximately $65,000 for fiscal year 2016. New Castle County makes no guarantee as to the total dollars that will be expended under this contract. The New Castle County Police has approximately 395 officers with each officer being issued: 1 each seasonal, leather, and raincoat uniform coats; 6 each long and short sleeve shirts; 6 pair uniform pants; 2 each uniform ties; 2 each ballistic vest carriers; and 1 dress blouse coat. The New Castle County Emergency Medical Services has approximately 117 paramedics and staff with each being issued: 7 each long and short sleeve shirts; 7 uniform pants; 1 dress uniform pant; 1 dress uniform blouse coat; 1 uniform tie; and 1, 3-season jacket. Blankets to fit single size bedding from the holding cells are also cleaned. Quantities given are estimates only. New Castle County makes no guarantee of quantities that will be purchased under this contract. Vendor is to provide a local telephone number or provide a toll-free number. New Castle County may, at its sole discretion, terminate any vendor who fails to provide problem-free service(s), remove them from bidding for a period of up to five (5) years, and cancel their contract. SCOPE OF WORK Security of all Department of Public Safety uniforms is the responsibility of the vendor and is a critical component of this contract. Vendor shall take precautions to ensure that uniforms do not become lost or misplaced. Vendor shall describe their security and accountability measures (i.e., locking doors, photographs of incoming/outgoing uniforms). The Vendor may also be issued an access card/key to the laundry room area. It is understood that the Vendor is responsible for the security of this card/key and may be responsible for any replacement cost if the card/key is lost. 06/1/16 Page 3 of 22

Lost or stolen uniforms must be reported to the New Castle County Police Department immediately upon discovery. Vendor shall perform all repairs and tailored alterations that are required to keep garments in first-class condition, excluding normal wear. Consequently, vendor shall provide clean, enclosed dressing areas for this service. Work includes, but is not limited to: Replacing crushed or broken buttons with those of the same type, size and color; Repairing loose belt loop, loose button, loose emblems, loose stipes; Re-sewing hems, re-attaching seam, replacing broken zippers, etc. Doing alterations of letting out seams, taking in seams, hemming, etc., when accompanied by a corresponding work order. Care shall be given to perform cleaning, laundering or pressing so as not to damage or shrink fabrics, emblems, chevrons, stripes, buttons, metal, or plastic clips, etc., on the uniforms or clothing. All alterations are to be completed in accordance with the time frames established under the section of this bid entitled DELIVERY, unless otherwise agreed upon by New Castle County. Vendor shall familiarize themselves with the various types of clothing and uniforms worn by New Castle County personnel. Types of uniforms may include civilian clothing and uniforms. All clothing articles are to be cleaned in a manner consistent with the manufacturer s label instructions unless otherwise specified by New Castle County. DRY CLEANING The majority of clothing and uniforms will be dry cleaned. DuPont Valclean dry cleaning fluid and/or New Castle County approved equal shall be used. Vendor shall specify the brand of dry cleaning fluid they will use. LAUNDERING Emergency Medical Services (EMS) uniform pants have the following washing instructions: 06/1/16 Page 4 of 22

Wash in warm water by machine or hand. Do not bleach. Dry: Place on hanger and smooth by hand. If automatic dryer is used, remove article immediately. On completion of cycle, for best appearance, light press is recommended. This garment may be dry cleaned. EMS shirts (including golf shirts) are to be machine washed, tumble-dried and pressed. They are to be laundered per the specifications under the GENERAL WASHING instructions unless identified specifically otherwise or as biohazard in which case they are to be washed as specified under the BIOHAZARD INSTRUCTIONS. BIOHAZARD INSTRUCTIONS Please note: All biohazard garments require pickup and drop off by vendor from New Castle County s facilities. It is recognized that the Department of Public Safety personnel may be exposed to blood and body fluids during the course of their duties. Vendor shall provide separate, leak proof bags identifying these soiled garments as a BIOHAZARD. Biohazard Washing - Any garments identified as a BIOHAZARD shall be laundered separately from other garments in water at a minimum temperature of 130 degrees F. A dummy load shall be run through the washer before laundering any other items. These clothing articles may be pretreated with a surfactant-based spot remover that is completely safe for fabrics. Spot removers shall not contain chlorine or bleach. Spot removers shall be biodegradable and environmentally friendly. GENERAL WASHING Upon request by New Castle County, uniform trousers, shirts, and other clothing articles as authorized by New Castle County may be washed in cold water to prevent shrinkage with a cleaning detergent capable of removing stains and odors, but safe for use with delicate fabrics. Special care shall be given to removing underarm stains and ring around the collar. It may be necessary to pretreat garments with a spot remover. Spot removers shall be surfactant-based and completely safe for all fabrics. Spot removers shall not contain chlorine or bleach. Vendor shall specify the brand of strain remover they will use. PRESSING All clothing must be pressed, and placed on a clothes hanger. Uniform shirts must have military creases two in front, three in back. These are to be pressed in a manner so as not to damage the fabric, buttons, emblems, metal or plastic clips, etc. 06/1/16 Page 5 of 22

Special care shall be given to pressing all emblems, and they shall be pressed in a manner to avoid a wrinkled appearance. NEW CASTLE COUNTY RESPONSIBILITIES 1. To issue Purchase Orders for work to be perfomed. 2. To designate pick-up and drop-off areas at New castle County facilities. 3. To designate a contact person(s) to resolve problems. 4. To provide emblems, chevrons and service stripes and exact specification(s) regarding location of items to be sewn on garments, as the need arises 5. To provide buttons of the same size and color on uniform clothing, so that the vendor can replace crushed or broken buttons prior to returning garments to New Castle County. 6. To pay invoices within thirty (30) days of receipt of invoice by Accounts Payable,,, provided work is done satisfactorily and invoiced correctly. RESPONSIBILITIES OF NEW CASTLE COUNTY S INDIVIDUAL USERS OF SERVICES At vendor s facilities For pick-up and drop-off at vendor s facility, the responsibility of New Castle County staff is as follows: 1. Provide New Castle County Department of Public Safety identification verification to vendor, especially necessary in cases of detective civilian clothing uniforms. 2. Provide the vendor their name and work phone number. 3. Obtain a service ticket listing each item dropped off to enable garment pickup. 4. Upon pickup of garments, obtain an itemized ticket of prices for item(s) cleaned. 5. Return itemized ticket to New Castle County s designated staff so it can be matched with the invoiced billing. At New Castle County facilities For pickup and drop-off at New Castle County designated facilities, the responsibility of New Castle County is as follows: 1. To place their name inside each garment. 06/1/16 Page 6 of 22

2. To complete a cleaning ticket clearly identifying: to whom the garment(s) belongs, description of each garment to be cleaned, and the facility from which the item was picked up. 3. To immediately inspect item(s) dropped off after cleaning. If any garment is found to be defective or unsatisfactory, these items must be reported to the vendor within fifteen (15) days of receipt. 4. To report to vendor any lost or unreturned garments. VENDOR RESPONSIBILITIES At vendor s facilities For pick-up and drop-off at vendor s facilities, the responsibility of the vendor is as follows: 1. Provide counter service Monday through Saturday at vendor s establishment within New Castle County, Delaware. Request identification verifying that individual is an employee of New Castle County, obtain their name and work phone number. Verification is especially necessary in cases of detective civilian clothing uniforms. 2. Establish turn-around of garments to be two (2) days following drop off, unless otherwise agreed upon. 3. Provide a service ticket to each New Castle County employee showing each garment dropped off, to enable pickup. Service ticket must include the name and phone number of the employee for whom services were provided. 4. Provide an itemized ticket with specific garments cleaned, and any alterations or mending performed to New Castle County s employee at time of pickup. 5. Submit to New Castle County Accounts Payable,, New Castle, DE 19720, an itemized invoice showing prices, specific garments cleaned, name of individual for whom cleaning was provided, and any alterations or mending performed. This invoice shall be provided no later than thirty (30) days after service is performed. At New Castle County facilities For pickup and drop-off at New Castle County designated facilities, the responsibility of the vendor is as follows: 1. Provide pick-up and delivery three (3) times a week prior to 4:00 p.m.: Mondays, Wednesdays and Fridays. Locations may be added or deleted. Vendor is to establish an 06/1/16 Page 7 of 22

accounting system which guarantees that all items picked up are returned according to the specified time limits listed below: a. Items picked up on Mondays are to be returned on Wednesday of that same week. b. Items picked up on Wednesdays are to returned on Friday of that same week. c. Items picked up on Fridays are to be returned the following Monday. 2. Provide, at vendor s expense the following items: a. Brightly colored plastic, non-permeable, single-use bags for biohazard articles. b. Receptacle bins for garment placement for pick-up and for vendor returned garments. c. Provide service tickets, plastic bags for regular use and hanger racks. d. Delivery of items at each location. 3. Respond to complaints same day or next day following notification. If clothing is lost or damaged by the vendor, reimbursement shall be made within 30 calendar days at the replacement value. 4. Provide fee schedule for all other alterations and tailoring services not specifically listed herein. MISHANDLED/DAMAGED AND LOST GARMENTS Should New Castle County determine that clothing has been damaged, mishandled or lost as a result of the cleaning process, vendor shall be required to repair or reimburse New Castle County at its expense. Vendor must guarantee reimbursement within 30 calendar days at the replacement value for all such items lost or damaged. Failure to provide reimbursement within this time frame shall result in New Castle County deducting the credit from invoices. Furthermore, as security of uniforms is a critical concern to New Castle County, vendor agrees that New Castle County may at its discretion immediately cancel the contract in the event of unsatisfactory performance by the vendor, which may include but is not limited to repetitively misplacing garments, losing garments, damaging garments, not thoroughly cleaning garments, etc. INVOICES All invoices must have the following information in order for the payment to be released: On vendors business letterhead showing the name of the cleaning establishment Purchase Order number 06/1/16 Page 8 of 22

Delivery ticket number (if delivered to New Castle County s facility) or counter ticket number (if counter service at vendor s facility) is used The name of the person to whom the garment belongs Garment description; e.g. shirt, pants, etc. Date service was performed Price(s) itemized by each type of service performed; e.g. dry clean, launder, hem, alteration of seam, pant legs, cuffs, etc. In addition, vendor will be required to maintain records that reflect the total quantity of each garment dry cleaned or other service provided. Upon request, but no more than annually, vendor will provide this information to New Castle County. LOCATIONS New Castle County is interested in having facilities located within zones where staff may pickup and drop-off their uniforms. Some of these zones are identified as Middletown, Bear/Glasgow, New Castle, Wilmington and North Wilmington, Newark, Kirkwood Highway, and Hockessin. New Castle County is also interested in locating vendors who can provide pick-up and drop-off services to the following specific facilities. Pickups and drop-offs must comply with the schedule previously stated herein on Pages 5 and 6. Please identify on the proposal page those locations for which vendor can provide pick-up and drop-off delivery services. New Castle County reserves the right to add, delete or change locations. 1) EMS Station No. 1 Wilmington Fire Department Station No. 2 New Castle Avenue and A Street Wilmington, DE 19801 (302) 571-7870 2) EMS Station No. 2 100 New Churchman s Road -4869 (302) 323-6487 3) EMS Station No. 3 06/1/16 Page 9 of 22

Kirkwood Highway Library 6000 Kirkwood Highway Wilmington, DE 19808 4) EMS Station No. 4 Brandywine Hundred Fire Company 1006 Brandywine Boulevard Bellefonte Wilmington, DE 19809 (302) 798-3227 5) EMS Station No. 5 and New Castle County Southern Patrol Unit 605 North Broad Street Middletown, DE 19709 (302) 378-5199 EMS; 378-8399 - Police 6) EMS Station No. 6 Peoples Plaza 2590 Glasgow Avenue Glasgow, DE (302) 834-3552 7) EMS Station No. 7 Cranston Heights Fire Company 3306 Kirkwood Highway Wilmington, DE 19808 8) EMS Station No. 8 M & T Bank Building (formerly Wilmington Trust Plaza) 12 th & Washington Streets Wilmington, DE 19801 (302) 761-1754 9) New Castle County Department of Public Safety Headquarters (includes Police, EMS, Communications, Crossing Guards, Detectives, etc.) 06/1/16 Page 10 of 22

3601 N. DuPont Highway (302) 395-8080 New Castle County reserves the right to add, delete or change locations. INDEMNITY Vendor shall indemnify, defend and hold harmless New Castle County from and against any and all claims, demands, suits, judgments, costs and expenses asserted by a person or persons, including but not limited to agents, employees, or volunteers of vendor, by reason of death or injury to persons, or loss or damage to property, resulting from operations or use of services, products and/or equipment purchased hereunder, or sustained in or upon the premises of New Castle County. DELAWARE LABOR New Castle County encourages the use of Delaware Labor. FUNDING OUT The continuation of this contract is contingent upon funding appropriated by County Council. LENGTH OF CONTRACT The length of this contract shall be from July 1, 2016 to June 30, 2017. This contract may be extended for an additional three (3) years, one (1) year at a time, by mutual agreement of both parties. CONTRACT ACCESSIBILITY This contract shall be accessible to State agencies, political subdivisions, school districts, and volunteer fire companies. CONFIDENTIALITY All documents submitted as part of the vendor s bid/proposal will be deemed confidential during the evaluation process. Vendor proposals will not be available for review by anyone other than 06/1/16 Page 11 of 22

New Castle County s Evaluation Committee or its designated agents. There shall be no disclosure of any vendor s information to a competing vendor prior to award of the contract. New Castle County is a public agency and is subject to the Freedom of Information Act (FOIA). Firms must designate those items that are considered trade secrets as defined in the Delaware State Code Title 29, Chapter 100. Vendor(s) are advised that once a proposal/bid is received by New Castle County and a decision on contract award is made, its contents will become public record and nothing contained in the proposal will be deemed to be confidential except those proprietary items marked as trade secrets. FORM OF PROPOSAL Please quote prices on the attached form only. Proposal must be signed by an official of the firm. METHOD OF AWARD New Castle County reserves the right to use any information it sees fit to establish the ability and qualifications of any bidder to perform all conditions of the contract including, but not limited to visiting the bidder s service facilities, location of the bidder s facility in relationship to New Castle County s facility needs. Additional information may be requested after the opening of the bids if such is considered necessary to properly evaluate a bidder s qualifications and capabilities. This is to avoid entering into a contract with a firm unable to furnish the quality of workmanship, materials or service the County requires. BASIS OF AWARD The Division of Purchasing reserves the right to reject any or all bids in whole or in part, to make multiple awards, partial awards, award by types, award by sections, item by item, or lump sum total, whichever may be most advantageous to New Castle County. ADDITIONS New Castle County may require other related dry cleaning, laundry, repair and alteration services, products, and/or equipment not specifically listed. Vendor may be given the opportunity to provide a quote. Should New Castle County deem the quote to be non- 06/1/16 Page 12 of 22

competitive, New Castle County reserves the right to seek proposals from other vendors. NOTE It is the intent of New Castle County that minority-owned businesses shall have the maximum feasible opportunity to participate in the performance of contracts in the capacity of prime vendor. MSDS CLAUSE If required by State or Federal regulations, the successful vendor must provide the MSDS sheets to the Risk Management Division and to the requesting department. SUPPLIER DIVERSITY New Castle County encourages supplier diversity among companies. Please provide information on your company s effort to encourage supplier diversity in your workforce and in the selection of sub-contractors. NO SUBSTITUTIONS Pursuant to New Castle County Code, Section 2.05.502A11b., New Castle County has the right to specify a particular brand to match existing inventory. Therefore, no substitutions will be permitted. STATE OF DELAWARE BUSINESS LICENSE Within seven (7) days from receiving a notice of award, the successful vendor shall either furnish the County with proof of a Delaware Business Licensure or initiate the process of application where required. An application may be requested in writing to: Division of Revenue, Carvel State Building, PO Box 8750, 820 N. French Street, Wilmington, DE 19899 or by telephone to (302) 577-8200. INSURANCE Workers Compensation & Employer s Liability Insurance 06/1/16 Page 13 of 22

Vendor shall purchase and keep in force and effect workers compensation insurance that will provide the applicable statutory benefits for all of the vendor s employees who may or do suffer covered injuries or diseases while involved in the performance of their work for the Vendor; and, even if permitted to do so by statute, Vendor shall not reject any workers compensation insurance option that, in the absence of such a rejection, would be applicable to any of the said employees. The policy providing the workers compensation insurance shall include: (1) broad form all-states coverage; (2) an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Vendor shall purchase, and keep in force and effect, Employers Liability insurance with maximum limits for each employee of $1,000,000 for each bodily injury by accident, or occupational disease, and $1,000,000 aggregate maximum limits for all bodily injuries by accidents and occupational diseases within the coverage period, regardless of the number of employees who may sustain bodily injuries by accident or occupational disease. Automobile and General Liability Insurance Vendor shall purchase: (1) motor vehicle liability coverage, for owned, hired and non-owned vehicles, covering any and all claims for bodily injury and property damage that arise out of Vendor s performance of work for New Castle County, (2) comprehensive Commercial General Liability (CGL) insurance with limits of no less than $1,000,000 each occurrence and $2,000,000 annual aggregate. The CGL policy shall be extended by endorsement or otherwise to also include (a) coverage for Contractual Liability assumed by Vendor, with defense provided in addition to and separate from policy limits for indemnities of the named insured, (b) coverage for Independent Contractor Liability providing coverage in connection with such portion of the Services being subcontracted prior to any of the Services being subcontracted, in accordance with the terms and conditions of this Agreement, (c) coverage for Broad Form Property Damage Liability, (d) coverage for Personal Injury and Advertisers Liability, (e) products and completed operations. ( ) Professional Liability Insurance (applicable if checked) Each vendor of professional services for whom this provision is applicable shall provide professional liability insurance with limits of at least $1,000,000 per occurrence and $3,000,000 annual aggregate. 06/1/16 Page 14 of 22

All insurance required under this contract except workers compensation, employers liability, and professional liability (if applicable) shall be provided on a policy(s) that specifically names New Castle County, its officials and employees as additional insured. Each policy shall provide an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Each policy shall be endorsed to require the insurer to give New Castle County at least thirty (30) days advance written notice of the insurer s intention to cancel, refuse to renew, or otherwise terminate the policy, suspend or terminate any coverage under the policy, or reduce any policy limits, increase any policy deductibles, or otherwise modify or alter any terms or conditions of the policy or renewal issued by the same insurer. Each policy shall be written by a carrier licensed by the State of Delaware to do insurance business of the type involved in the State of Delaware, and which has, and maintains for the life of this contract, at least an A rating from the A.M. Best Agency with Stable outlook. Any change in this rating or outlook must be related to New Castle County by the Vendor or insurance carrier as soon as possible upon learning of same, and the Vendor shall use due diligence with its insurance broker or carrier to keep track of same. All insurance required under this contract except workers compensation, employer s liability and professional liability shall expressly provide that such insurance shall be primary insurance; and any similar insurance in the name of Vendor shall be excess and non-contributing. Deductibles for insurance provided under this contract shall not exceed five percent (5%) of policy limits. PROPOSAL FORM ITEM 1- POLICE 1. County Police Pants (estimated @48,960/yr.) 2. County Police Shirts (estimated @ 48,960/yr.) 3. County Police Blouse Coats (estimated @4,080/yr.) 4 a. County Police Raincoats Lined (estimated @3,580/yr.) b. County Police Raincoats Unlined (estimated @500/yr.) 5. County Police Ties (estimated @4,080/yr.) 6. County Police Coveralls 7. County Police Jackets 8. Blankets single size (estimated @144/yr.) 06/1/16 Page 15 of 22

Note: Civilian Clothes as authorized (See Item 5) ITEM 2 - COUNTY EMERGENCY MEDICAL SERVICES DIVISION 1. EMS Pants (washed and pressed) (estimated @ 9,488) 2. EMS Pants dry cleaned (estimated @ 10,000) 3. EMS Blouse Coats (estimated @ 116) 4. EMS Reefers (winter coats)(estimated @116) 5. EMS Jackets (windbreaker jackets) 6. EMS Uniform Shirts (military creases) (washed and pressed) (estimated @ 9,488) 7. EMS Shirts dry cleaned (estimated @ 10,000) 8a. EMS Raincoats Lined 8b. EMS Raincoats Unlined 9. EMS Ties (estimated @116) Note: Civilian Clothes as authorized (See Item 5) ITEM 3 - COUNTY COMMUNICATIONS DIVISION: 1. Communications Pants 2. Communications Jackets 3. Communications Shirts - Military creases - white, brown, blue 4. Communications Ties 5. Sweaters 6. Golf Shirts (short sleeve & long sleeve) Note: Civilian Clothes as authorized (See Item 5) 06/1/16 Page 16 of 22

ITEM 4 - CROSSING GUARDS 1. Crossing Guard Long Sleeve Blouses (estimated @ 7) 2. Crossing Guard Short Sleeve Blouses (estimated @ 29) 3. Crossing Guard Pants (estimated @ 23) 4. Crossing Guard Coats with hood (estimated @ 10) 5a. Crossing Guard Raincoats Lined (estimated @ 4) 5b. Crossing Guard Raincoats Unlined (estimated @ 2) ITEM 5 - DETECTIVE CIVILIAN DRESS 1. Detective Civilian Dress Sport Jacket 2. Detective Civilian Dress Suit Coat 3. Detective Civilian Dress Suit - 2 piece 4. Detective Civilian Dress Suit - 3 piece 5. Detective Civilian Dress Pants (estimated @ 26) 6. Detective Civilian Dress Overcoats 7a. Detective Civilian Dress Raincoats Lined 7b. Detective Civilian Dress Raincoats Unlined 1. Detective Civilian Dress Ties 9. Women's Civilian Clothes - a. Women's blouse b. Women's slacks c. Women's suits 10. Detective Civilian Dress Shirts (estimated @ 51) ITEM 6 OFFICE OF EMERGENCY MANAGEMENT (OEM) 1. OEM Long Sleeve Shirt (estimated @ 336/yr.) 06/1/16 Page 17 of 22

2. OEM Short Sleeve Shirt (estimated @ 336/yr.) 3. OEM Tactical Pants (estimated @ 672/yr.) 4. OEM Mock Turtlenecks (estimated @ 48) 5. OEM Jackets (estimated @4) ITEM 7 - REPAIR AND ALTERATIONS AND MINOR TAILORING 1. Pants Inseam Take in seam (estimated @ 50) Let out seam Crotch Waist Length (estimated @100) Cuffs Pockets Stripe on trouser leg (estimated @ 10) Belt Loops 2. Shirts Pockets Take in seam Let out seam Cuffs Collars Buttons (Plastic, pearl, bone - all except metal. Plastic buttons on pants and shirts should be automatically checked/repaired by the vendor without need of repair slips) 3. Women s Blouses (take in) Blouses (let out) Skirts (hem) 06/1/16 Page 18 of 22

Slacks (hem) Shirts (take in) Shirts (let out) 4. Sewing Sleeve emblems (estimated @ 50) Chevrons Service stripes (estimated @ 100) (Department will supply specifications as to exact locations of chevrons, patches, etc., on garments) Button Replacements (estimated @150) 5. Blouse Coats Take in Let out waist ITEM 8 - CLEANING AND BLOCKING OF HATS Hats are to be cleaned and blocked; will be standard issue. ITEM 9 BRAND OF DRY CLEANING FLUID Brand of dry cleaning fluid to be used Brand of spot remover fluid to be used ITEM 10 LOCATIONS AVAILABLE TO NEW CASTLE COUNTY STAFF TO DROP OFF AND PICK UP GARMENTS AT VENDOR S FACILITY Please include all of vendor s facility addresses that can be utilized: 06/1/16 Page 19 of 22

ITEM 11 LOCATIONS FOR WHICH VENDOR CAN PROVIDE DROP OFF AND PICK UP OF GARMENTS AT NEW CASTLE COUNTY FACILITIES Please identify by circling the number (See list on Page 7 and 8) of each of the locations for which vendor can provide pick-up and delivery to New Castle County s facilities: 1. EMS Station #1 2. EMS Station #2 3. EMS Station #3 4. EMS Station #4 5. EMS Station #5 6. EMS Station #6 7. EMS Station #7 8. EMS Station #8 9. NCC Police Headquarters SIGNATURE PAGE Name of Company Address Telephone No. Fax No. Signature Federal Tax I.D. No. Printed Name Email (REQUIRED) Date 06/1/16 Page 20 of 22

NEW CASTLE COUNTY, DELAWARE PROCUREMENT AFFIDAVIT AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title), and I am duly authorized to represent and bind (business) (the Business ), and that I possess the legal authority to make this Affidavit on behalf of myself and the Business for which I am acting. I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the Business, nor any of its officers, directors, partners, members, affiliates, or any of its employees directly involved in obtaining or performing contracts with public bodies has been excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and non-financial assistance 06/1/16 Page 21 of 22

and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency s codification of the Common Rule for non-procurement suspension and debarment. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF, AFTER DILIGENT INQUIRY. Date: By: Name: Title: (Authorized Representative and Affiant) 06/1/16 Page 22 of 22