Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
G&K Services 2011
ORIGINAL AGREEMENT THIS AGREEMENT, made on the 23rd day of AUGUST, 2011, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and G&K SERVICES, hereinafter referred to as the CONTRACTOR/CONSULTANT, WITNESSETH: That the City and the Contractor/Consultant, for the consideration hereinafter named, agree as follows: (Note: If anything in the Proposal conflicts with the Request for Proposals or this document, the provisions in the Request for Proposals and this document shall govern.) ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor/Consultant shall assign the following individual to manage the project described in this contract: KEVIN GERBERS, ROUTE MANAGER, G&K SERVICES B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: HOLLY A MAGRADY, SENIOR BUYER ARTICLE III. SCOPE OF WORK The Contractor/Consultant shall provide the services described in the City's Request for Proposals and Proposal of the Contractor/Consultant. The Contractor/Consultant proposal is attached as Exhibit A, and is incorporated into this agreement to the extent it does not conflict with the City's Request for Proposals, or this agreement. The Contractor/Consultant shall provide the services described in its proposal attached hereto and incorporated herein by reference. The Contractor/Consultant may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor/Consultant's request, such information as is needed by the Contractor/Consultant to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's/Consultant's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION All work to be performed under this contract shall be completed between SEPTEMBER 1, 2011 — AUGUST 31, 2014 unless the parties in writing agree to extend this date. ARTICLE III. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the total sum of PER PRICING OF ATTACHED BID, adjusted by any changes as provided in the proposal, or any changes hereafter mutually agreed upon in writing by the parties hereto. B. Method of Payment. The Contractor/Consultant shall submit itemized monthly statements for services. The City shall pay the Contractor/Consultant within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor/Consultant a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE IV. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE V. INSURANCE 2 The Contractor/Consultant agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE VI. TERMINATION A. For Cause. If the Contractor/Consultant shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor/Consultant. In this event, the Contractor/Consultant shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor/Consultant no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor/Consultant shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONTRACTOR /CONSULTANT I r/ By: l(. _ (Seal of Contractor (Specify Title) if a Corporation.) gift L.Kryslak,General Manager (Specify Title) CITY OF OSHKOSH By: G_A Cr- 'U 1. , Mark A. Rohloff, City Mana ,er Witness) And: ; a't it ess) Pamela R. Ubrig, City Cler r 3 APPROVED: I hereby certify that the necess- ary provisions have been made to r pay the liability which will accrue &AAA • t1I - under this contract. •ity Attorh- ( / , '- City Co tller 4 111101r PURCHASING DIVISION Q(HKOIH NOTICE TO VENDORS N THE WATER • 1. NOTICE IS HEREBY GIVEN that sealed bids will be received in the City Clerk's office,Room 104,City Hall, Oshkosh,Wisconsin,for: RENTAL OF COVERALLS,UNIFORMS,MATS,TOWELS AND LAUNDRY SERVICE,FOR THE CITY OF OSHKOSH,NO LATER THAN 2:00 PM,TUESDAY JULY 19,2011,at which time all bids will be publicly opened and read. 2. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. 3. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager,do City Clerk's Office,City Hall,215 Church Avenue,P.O. Box 1130,Oshkosh, WI 54903-1130. On the outside of the envelope,the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for:"RENTAL OF COVERALLS,UNIFORMS,MATS,TOWELS AND LAUNDRY SERVICE" Any bids not complying with these instructions will not be considered submitted to the City,and shall be returned to the bidder unopened and unread. 4. Submission of bid documents by facsimile equipment or electronic mail(email) will not be accepted. 5. This notice establishes a time by which sealed bids must be physically received by the City Clerk's office. No bids will be accepted after that deadline. Under no circumstances will bids be accepted and read when submitted at the place of bid opening even if presented before that deadline. 6. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 8. All formal bids submitted shall be binding for thirty-five(35)calendar days following the bid opening date,unless the bidder(s),upon request of the Director of General Services,agrees to an extension. 9. Although no certified check,cashier's check or bid bond must accompany the proposal,if the bid is accepted,the bidder must execute and file the proper contract within ten(10) days after award by the Common Council and receipt of the contract form for signature. 10. The City reserves the right to reject any and all bids and to waive any informalities in bidding. 11. For specifications and further information concerning this invitation to bid,contact Jon Urben,Director of General • Services, Room 401,City Hall, or telephone(920)236-5100. Mark A Rohloff PUBLISH: JUNE 25,2011 City Manager CITY HALL - 215 CHURCH AVENUE - P.O. BOX 1130 - OSHKOSH, WI 54903-1130 • CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (REQUEST FOR BIDS PROPOSALS) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. All prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Taxes as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. 2) DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications shall be described fully, on the bidder' s/proposer' s letterhead, signed, and attached to the request . In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Only proposals which are made out on the regular proposal form attached hereto will be considered. 1 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the • administrative costs. 8) ErrrrRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct . The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 10) SAFETY RsQuIRz1uNrs: All materials, equipment, and supplies provided to the City of Oshkosh must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code, the Rules of the Industrial Commission of Safety, and all applicable OSHA Standards. 11) MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910 .1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice (s) . � I 11/10 TO: ALL UNIFORMS VENDORS FROM: CITY OF OSHKOSH - PURCHASING DATE: July 14, 2011 SUBJECT: ADDENDUM Mats, Towels and Uniforms Please note: Water Distribution coveralls - The bid shows regular coveralls but they are ANSI rated. Mat quantity changes: Sanitation -. Qty 1 3 x 4 Central Garage - Qty 2 3 x 4, Qty 2 4 x 6, Qty 1 5 x 12, Qty 8 3 x 10 Park Dept = Qty 1 4 x 6, Qty 2 3 x 10 Water Filtration - Qty 5 4 x 6, Qty 1 5 x 12, Qty 4 3 x 10, 3 scrapers Transit - Qty 1 3x4, Qty 33x10 Water Dist - Qty 5 3 x 4, Qty 3 4 x 6, Qty 6 3 x 10, 1 scraper Please show this change on the bid proposal form for each department listed above. If you have any questions regarding this addendum, please call Holly Magrady at 920-236-5101. CITY OF OSHKOSH RENTAL OF COVERALLS, UNIFORMS, MATS, TOWELS AND LAUNDRY SERVICE SPECIAL TERMS AND CONDITIONS INSTRUCTIONS TO BIDDERS The following are service requirements for various city departments. The bidder is to review the requirements and submit a proposal by department, listing the items and unit price for each. The City is also requesting that the vendors contact the name listed for each department with any questions regarding this proposal and to aid in answering any questions you may have for their department needs. The attached list of items is divided by departments. Please answer all questions on the pages provided. Please complete pricing for each department. Non-completion of answers and price column maybe concluded as an incomplete bid. With any questions regarding this proposal, please contact Holly A Magrady, Senior Buyer or at 920-236-5101 . PROPOSALS DUE NO LATER THAN: 2 :00 PM TUESDAY JULY 19, 2011 QUALIFICATIONS OF BIDDERS The quote shall be awarded only to the most responsible bidder qualified to provide service specified. Quotes will only be considered from vendors, which are regularly engaged in the business of providing services as described in this quote. The city reserves the sole right to determine if the bidder can sufficiently and efficiently provide the required services/commodities in a timely and satisfactory manner as required by the specifications herein. The City of Oshkosh reserves the right to reject quotes where evidence or evaluation is determined to indicate inability to perform. PRICING The City requires a firm pricing for the three-year contract period. Taking price and service into consideration, any notice of increase shall be at least 90-day notice so the City may accept or reject renewal notice. Invoices will be checked to confirm compliance with quoted pricing. All prices shall be F.O.B. destination. AWARD The Bidder understands that this bid does not constitute an offer or a contract with the bidder. The award of the contract, if awarded, will be to the lowest responsive and responsible bidder whose qualifications indicate the award will be to the 1 best interest of the City and whose bid proposal complies with the requirements of the bid document as determined by the City and is in the best interest of the City. The City of Oshkosh reserves the right to award on an "All-or- None" basis to one bidder. QUANTITIES All quantities are approximate. The City reserves the right to increase or decrease the total quantities to meet actual requirements. TERMS It is the City of Oshkosh's intent to award a 3-year contract, with the option to extend for an additional year. Both the City and the successful bidders must agree upon notice of renewal for the 4th year no later than 90-days before expiration on the 3- year agreement . Price adjustments, upon renewal must be approved by the City. Periodically City departments purchase uniform trousers, shirts, jackets, and coveralls. Vendor is to list what lines of apparel they carry. Vendor to indicate what pricing schedule would be followed if uniforms were ordered through their firm and the cost of embroidery and sewing of department patches. Please indicate if this pricing is firm for the three-year contract. Yes No Please indicate your policy on conducting inventory `1 S rruc n.c. #r� w u�C_l, ti +1-4_ r 0.-~,a 9 ,r{•.rl.,,, �.1 r`o..— w�wr.c.c�ws. }. Please indicate brand names of shirts, pants, coveralls your company uses fl:�•.�s pow rs , �+c T�a.,..•�� r Le.rha.-c * PROPOSALS DUE NO LATER THAN: 2 :00 PM TUESDAY JULY 19, 2011 2 DEPARTMENT INFORMATION AND CONTACTS Transit Dept 926 Dempsey Trail Oshkosh Public Museum 920-232-5342 1331 Algoma Blvd Contact : Greg Maxwell 920-236-5768 Contact : Nick Rhoden Safety Building (OPD) Delivered to: City Hall 215 Church Ave 215 Church Ave 920-379-4534 920-379-4534 Contact : Judy Schuster Contact: Judy Schuster Senior Center N & S Oshkosh Parks Dept 234 Campbell Rd (N) 805 Witzel Ave 200 Campbell Rd (S) 920-232-5316 OR 5313 920-379-2262 Contact: Bill Sturm Contact: Terry Smith Chad Dallman Sanitation Water Distribution 508 w 4th Street 757 W 3rd Avenue 920-232-5384 920-232-5330 Contact: Bob Knaup Contact : Bill Genz Water Filtration 425 Lakeshore Drive 920-236-5164 Contact : Brad Rokus Central Garage 639 Witzel Ave 920-232-5384 Contact : Bob Knaup Wastewater Treatment 233 Campbell Road 920-232-5365 Contact: Val Ryckman Kevin Sorge Lake Shore Municipal Golf Course 2175 Punhoqua Street 920-235-6200 Contact: Steve Dobish Steve Ziblut 3 II II II CCCMM cv zzz000 z • rrr « ‹ x x � � zzz ),›F), ' m m cncncnzzz00C) 11 0gpg0mmm - - - rnmm . woo z m c c c CD m -1 -I -I Z . x x x D n p • zzzzzzzzZzzzzzzzzzzzzzzz m cocncn00cncocncncocococncococnc ncncO ocncncn cnm pp • -4 -I -1 -I -4 -a -4 -I -I -I -i -I -I -I -4'--1 -i -I -4 -I -4 -I -I -I 71 M K.) &) i rn 3 m C 0 co , 3 zzm Q 17 CO 'a mmv m m • 11i 73 07 gis 2 o. ? x ' 713 --1 .00 .8 07 ro. m� 0 o o -� A 3co � Cn • m .. p co 06@ • V' - Ap - A • .. g 91 v V v V V J V V V V V V O N N al O 4 N . r-O 0 n < H o13coo13CnnvcnCI130) CnD > �p > C3rrnco W w O. nx < z Z < ). xx � D DOOD U7 XX z s5 � - GZnnio 1 • � 'a �C , i mz II*0 o • • a y ° r - p "� °pcxzaXXg � v� � •' v v 7.1 Q rn m v O O O r c� m • • 5' 0a v 0 0 v0, "Orr'- � rX Dr Ti 6 y m co • . Om I _ o b -- I) s Z1 r��07od , � �, � � w � o00o0 � c� 3oa 01 8 � odpd0d •' o , o � � , u o '� o0dad033 6 .0 -1 0 J .) . 3 � J � s � i3v► o • -io s' t 5-.....\.. • . ..r,,, • • • . . • • . . . . 72 2 20a 2 k 2 3 . m m@@@ \ kkk om � 2q2 � > co @mco oA rrrr 00004, 0 -n 000Q0I m Rio • _ o m m 3 § T � i n � qco � CO ¢ - zm . �. 2q2 • • \ k - / / 0 / BCD � 0 � a 7 CI, ; 7 / ƒ 00 mm. / i _ 2 2 £ @7U oqE C Roo 2 e »2rE § Maw # 0 > RI 13 8'= MOKo * a • � § 9EgE k= 1- E0 �\ mE � & � 9 § 7722 / V / E & § mcmc � c . / ¢ k k ® 9 / B $ \ / .• CO co TTI 003CO2CO . � c. 2 ° mm . 0 . , "0 r § D D D D o D / ° / ¢ X_ ] 4 / ° / O C) 0 0 ° -r E • / • CA E ' 71 II II ii 9.3 k 0 cD 3 # � 2 c � ■ z 2 m 7J 8 qa / Z m mrm -I01 -I � - g71 -n,. m ] mmm3p 2 2 k - QOO gym 3 2 \ ƒ gq � Jk § D an Ia I = 3aT � k E8 RQ) $ 0m � zm 7m /0m -I07 ( g / ® 2 k m2.q $ ' 0 / � p7 000 @mO / 2 } = � � 0 1 = o n ■ ] O @ E ■ = xE § 4@q • 0 75- g § � a © IQ � k ® i \ / � k k / / 6 > 7 � 7 � � 7ff 0E gis E c m 5 Q co Q CD c 7 0 gg 9g § O / 2 � 22 � 0 � � M CD ■ (11 2 Co 2 7 . n z _ m Q.1 9) @ 0 0 0 0 0 1 0 0 . ` 000 % / — j) ƒ u ƒ § 00000 ` 00 ° ¥ . . 0 0 8 0 k t . �, II „ n g zi • • .: g M • z M 3 CD XI • • �ncncnOMO nz • zzzzzz • DI -D-I -1 � -9-1 -DI -nO 000000 00 a zzzzzz 5 = 0 m 3 40) › 3 3 co K = r aom i r ccnGf fu �Z x I ° " C v• off m• y m m ,3 rn a la CD A co o ° m> : D • �-8 .7R561 —i 0 m o cAi as 3 _ p� �g 1) amp s �' � ' , n� woi�2 * -DI •ii 54' - N 7 7 00CaMX a oz • Q o cn on �' D . 5. • • _a m 2 z a mmm 1. S m C r m C 0 r ms C . * * * * * * „ can 73m D 0 1 m 5- 000. 000011011 g . Vi 00 m 2,- n Cr r - 00000000i � co o • . 1 • fi • Il iii ii 7C...< CD . In z co 3 m > DDDDD > m MXXXXMX Oil m11 11 1t -n11 T1 � in r --ii -ri -ri -rI -4 -ri -ItNit (411 - -1 -► -, -1 -1 -► A- 00 Ill �' zzzzzzza M . Baia 3 = rr- I Q n O m a m �; �. • al • z m F`° m " c i y C1 O 7aU) _ O aN w e ...1 G OD m= O A j •-w .- 0 « ,D ^+ �n O O m� 0) O p C al N to O g !n 7rg (D= .a -tN stoNW _10 N iD = 5- - opc xaxx)1 m =1 N = U - N O c o — r z Qp I mgME > 0 LD fn ' zOD1 -�I � � 3 z Q y N 0 -„ 0M �° • g ocrmc m �, ° m 2 m mwz m 0 5 m Q c � X Z niM CI 0 rn r _ -o 8 ' 7 19) � 7 -, . V ° 900 0000 D � wo ;) k 0 a i ac ) 0 D 000 0 O'j.C. 7:60 c j j • T I W;* 0 t<�00in.....Z'j„ mmmDDn -n ii 000 Z 2000 m Cdd 3 a A s s ,,..O • cC 000mmwNN mg.= "zON ' . xzzmm°g°o0zzc -M ,==5--i--5 E000 zzzzzzz iccc rn ....0.0.000.........000006.000.0.0.0 m m n., rrrrrrr AA AA AA AA 00 m 111111111111111111111 D1D111D1y11D11103 m o 10 Mop mmmmm mmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm p 1 ;76 -1p N R g O ma • • (}C, a 'LNA'D_N .�N VN'�N -iV N N4N iNrr N W II xGD Zx DZD2_ jn S S x z �nppcix > • • 00�� � -� rrr �,-.� -irr' 1F -I z-� m ;9D 36 ,T 00 00 00 S00 N00 OpNSS00i -11 C q, sOpsOpsOpxrs7o mops Opsm msOpr r z 0• A� zzzzzz�000 CzzO zzaC dzz yr" A m g-6 ******************* ************** *** C - m DO• 0 r a tp h O I7 !!loop �d N r- ro$,Fpc .avp --1,v6 i uv I —I r$1) —1 �r • 8g DoOvuoo /4s:ciplii .) • s.. iiibvii. 1'.1J ;Lrocop Doi . . 4 . _pPp . • • • • REQUEST FOR QUOTATION • RENTAL OF COVERALLS,UNIFORMS,MATS TOWELS AND LAUNDRYSERVIC_E Fks1 Herne Last Name CITY OF OSHKOSH-DEPARTMENTS QTY Item Description FREQ Prkx/each Total 233 Campbeg Road • WASTEWATER 15 SST TOWEL W 1.1-03 .�1.Cp WASTEWATER 5 CABINET ROLL W fl 0 WASTEWATER 200 SHOPTOWEL 18X18 W 0715 -s oa W • ASTEWATER 1 3X5 SCRAPER W 1.115 1.I ' WASTEWATER 3 BAGSTANDS-X W a p WASTEWATER 1 HANGER RECL RCK W 0 a • WASTEWATER 1 BAG SOIL POLY W p p .•• WASTEWATER 2 OUSTMOPUNTR 36 W I.OR aL,Ita WASTEWATER 1 MOP FRAME 36 W . . . WASTEWATER 1 MOP HANDLE W p • BRAD RANDALL WASTEWATER 11 SHIRT W .ig�i 1'71 BRAD RANDALL WASTEWATER 11 PANT W .ISS' 1 "11 . BRENT BOUCHONVILLE -WASTEWATER 6 SHIRT W -i•SC .GS BRENT BOUCHONVILLE WASTEWATER 5 SHIRT W .I cc _'1 BRENT BOUCHONVILLE WASTEWATER 11 PANT W .ICS 1.'11 . BRENT BOUCHONVILLE WASTEWATER 4 CVRLL W „2,1 I.3H . CURT BECKER WASTEWATER 11 SHIRT W �1• 1_it CURT BECKER WASTEWATER 11 PANT W ogc. 1."111 • DAVID HANSEN WASTEWATER 6 SHIRT W •t`S .43 DAVID HANSEN WASTEWATER 11 PANT W DAVID HANSEN WASTEWATER 4 CVRLL W �„1 I,All DAVID HANSEN WASTEWATER 5 SHIRT W . VACANT WASTEWATER a SHIRT W - KY' • s. VACANT WASTEWATER 11 PANT W -t•S 1 •11 VACANT WASTEWATER 4 CVRLL W ..NA 1.ay VACANT WASTEWATER 5 SHIRT W -ISS ..-ViS HARRY BUTCHER WASTEWATER 7 SHIRT W -iS, ■all HARRY BUTCHER WASTEWATER 11 PANT W I•SI ,1:'11 HARRY BUTCHER WASTEWATER 1 CVRLL W ; ,7.11.► HARRY BUTCHER WASTEWATER 4 SHIRT W ,l'55- .,aa. HERB SCHAICK WASTEWATER 11 SHIRT TWPROTECT W ` I "x.411 HERB • SCHAICK WASTEWATER 11 PANT TWPROTECT W ."r I 4),Aa1 HERB SCHAICK WASTEWATER 2 CVRLL TWPROTECT W .te,�. 1.4..-1, '� • JASON ELLIS WASTEWATER 11 SHIRT W 1L'rj I.-7 JASON ELLIS WASTEWATER 11 PANT W i.15`S` 1.1I i JERRY HORTON WASTEWATER 8 SHIRT W -K'.' t.2,4 I JERRY HORTON WASTEWATER 11 PANT W I• S, L'lt . JERRY HORTON WASTEWATER 3,SHIRT W -y-1 1 JIM RYCKMAN WASTEWATER 6 SHIRT W tqc -g3 ✓ JIM RYCKMAN WASTEWATER 11 PANT W L tSS t'11 J • IM RYCKMAN WASTEWATER 2 CVRLL W .31 ..IQ J • IM RYCKMAN WASTEWATER 5 SHIRT W ICS .-19j. • . JOE —'MATUSINEK WASTEWATER 2 SHIRT W iS-C ,.'S1 JOE ' MATUSINEK WASTEWATER 11 PANT W aG'S 1.^11 • JOE • MATUSINEK WASTEWATER 9 SHIRT W •.1 I.■p LAURIE . MYELL WASTEWATER 11 SHIRT W •-ISS n t LAURIE . MYELL WASTEWATER 11 PANT W •.'cc 1.1I MARK - NOTZKE WASTEWATER 11 PANT W t4C ,,k-11 • M • ARX NOTZKE WASTEWATER 2 CVRLL W .`31 _Id3 . MARK NOTZKE WASTEWATER 11 SHIRT W 1• 1.11 . MICKEY BRIQUELET WASTEWATER 9 SHIRT W 1,4to MICKEY BRIQUELET WASTEWATER 11 PANT W -ITS t71 . MICKEY BRIQUELET WASTEWATER 2 CVRLL W 31 ,Ina MICKEY BRIQUELET WASTEWATER 2 SHIRT W I . VACANT. WASTEWATER 11 SHIRT W .I \1171 I VACANT WASTEWATER 11 PANT W iC'S I'1 I_ • VACANT WASTEWATER 3,CVRLL W 31 .11. • .•• • • MiKE NOLDE 'WASTEWATER 11 SHIRT W ISic I."71 ' • MIKE NOLDE WASTEWATER 11 PANT W •1 1,'11 ' MIKE NOLDE WASTEWATER 3 CVRLL W ..-7.1 .ca. RANDY WHITTAKER WASTEWATER 11 SHIRT W • t`4C 1:71 RANDY WHITTAKER ''WASTEWATER 11 PANT W ty'S 1 n RANDY WHITTAKER WASTEWATER 2 CVRLL W .31 .(ea. STEVE JUEDES WASTEWATER 6 SHIRT W .11. -y STEVE JUEDES WASTEWATER 11 PANT W I: t _ . STEVE JUEDES WASTEWATER 5 SHIRT W - ,iy ,. TIM KILLILEA WASTEWATER 11 SHIRT TWPROTE CT W .751 '7,-1,-11 TIM KILLILEA WASTEWATER 11 PANT TWPROTECT W .711 3,141 ' TODD HOLZHAUSEN WASTEWATER 11 SHIRT W .t5S 1.-ti • TODD HOLZHAUSEN WASTEWATER 11 PANT W .ISS 1.'11 TOM HOLLAND WASTEWATER 11 SHIRT TWPROTECT W •3 ,_`‘...I-1)TOM HOLLAND WASTEWATER 11 PANT TWPROTECT W .3 -XXII TOM HOLLAND WASTEWATER 2 CVRLL TWPROTECT W _to , i_Zy Fuel Surcharge 0 0 Delivery Charge 0 0 Repair to Garments Cleaning charge for the above uniforms [�j emir/Mont bag Merida,banger racks,linen begs,cabinets Q Sew on city logo patch 1-00 1..00 Embroidery per kie or per shirt please Indicate mkl.R ►'1'1L'-t W-Weakly M a MonMNy • B a'BlWeekly Page 7of12 an y II I 7 II 23 C CC M 0 C N N 4. Z Ot N p7 00000GI 0GG0 z I 00000r00000 -1 i r r r rm m r m r r m r m 0 D m r 1 0000000000 : � � '� cccccccccc �+ • • • • • m z � � � � � � zx� � � � o • CD CD CD CD CDtncnfnCDCDc p mmrn mrn mrn rn mm3 , m m 3 $ i > xi a 0 W m r_ m ou p D C 7 F . -0• co c% c ,-Ti C a n z In co - Z 21 (A . �� y • m y =- 0 d -► J� .AO -+ IS) NIV CA Ca -10 CO D 0.• rHll 0mm -0OD �' ; caur � Cn � � 2 � Cc2 -i p � O ri ;. a C' Z. � 2 cn z 0 -I —I 0 -4 3 Cn Z cn c 0 > n r° c 0mv � c mom zv - g if 2 siren mZ r- r- r -i .1).. 7 v t N XI m• 5 D 0 r ^ m 0 �' r , . r00 00 0000 '70 ; 10 oa 0c ° .• p m. • 1 P o d b 1 t [ . co K * m. II it II co •.i' CD I- M Z g lD ccc.0 - Z cccc 0r • CXC ° o O m . m � � CO c >rri 0 m 3 • o = > 3 CD n N v r o a al oomtn • Z D C XI . rt, to y -I -n O F, rn R• . 8— rn xi m • m tD - U)• 0 (4 • � � 4o I 0 -- oy • • N LI3• � ' C N 23 0 0 0 r , V z= = mC 110 o v N co cn m Z 9 c iIw m * * * * -1 < mn pm i r a- 000000n00J a 0 s - 0000 006 a 0 o t • • CO CA -n 11 11 11 as 2 z m .- , m �c 3 lD l- a) N • z CD 3 nn0 ,0Z • r 2 O0 EFrr- 0 �1 N W n rn 0110 c C? O m , a • m 3 . cis s r es ' c) D= or N .2 CO 5' � ZA "3 -1 -1 c c� a,= o C0m co 3 0) vri 121 g -1 -1 . cm. 4g - 50 c3 m J � c o $ ND • SA m . g „ � z 2 z PO C o v 5. o Q Qc �, •2 Cr) m a) --Ii Q; z N m W m = xt co 7 m 0 0 r • • VS DO O 000 f e r7. • opd0 OOOO fi • i i dog * rr II u n mm 2 2 3g 00 • D. (D y y m • -ZK r r G mm 3 eD -o 'o 'o -v -0 '0 -0 v • CnCI) CACDCA CO CA CO • •0 oa M �°+ 'O a. m 3 al CD a' 0 < •r a CT CD .cn tD N5- .C M • a Zrn (D • • I6 co O a C rt D �.► N Q co c 0 � g �O0 N • .fir y { OONN -& 0 -2- ' al . 6, 600D = xx m0 m � � 2 = G� G) 00 0 � Z 0� tDz i —i �5' - 3 cr m 2 R. co 0r �° � CD c co ill 0 mo) iiiii co co co to lir- tp00 00000 0 � ' ;� 6 Illi . • 0 0 ir g ' V0 .1 9.1 „ good 000100 u s 0 ■ 0 o 08 1 ` r S. t- £ $ 1 U.