CM-2021-179 - 6/25/2021CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF COFFEE SUPPLIES AND SERVICES
WITH
ARAMARK REFRESHMENT SERVICES
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase of coffee supplies and services, and for
related d d services (referred to rein as the `'Agreement"), is made and entered into on
this thay of the month of , 2021 by and between the CITY OF
ROUND ROCK, a Texas home -rule in i pality, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 referred to herein as the "City'`j, and ARAMARK
REFRESHMENT SERVICES, whose offices are located at 8606 Wall Street, Building 19,
Austin, Texas 78754 (referred to herein as the "Vendor').
RECITALS:
WHEREAS, City desires to purchase coffee supplies and services; and
WHEREAS, City has issued its "Request for Proposal" for the provision of said goods
and services; and
WHEREAS, City has determined the bid submitted by Vendor provides the best value to
the City; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration. the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to buy specified services and Vendor is obligated to sell same. The Agreement
includes the following: (a) City's Request for Proposal, designated Solicitation Number 21-
009REBID dated January 2021 ("RFP"); (b) Vendor's Best and Final Offer; and (c) any exhibits
004726441ss2
N,�2ff2_0741
and/or addenda thereto. Any inconsistencies or conflicts in the contract documents shall be
resolved by giving preference in the following order:
(1) This Agreement;
(2) Vendor's Best Final Offer.
(3) City's RFP, Addenda, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for forty-eight (48) months from the effective
date hereof.
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the services as outlined in the RFP and Best and Final
Offer submitted by Vendor, all as specified in Exhibit "A," incorporated herein by reference for
all purposes. The intent of these documents is to formulate an Agreement listing the
responsibilities of both parties as outlined in the RFP and as offered by Vendor in its Response to
the RFP.
The services which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.0 ITEMS AWARDED AND SCOPE OF WORK
Items Awarded. All bid items in "Attachment D ...Cost Proposal Work -sheet" of Exhibit "A"
are awarded to Vendor.
Scope of Work: Vendor shall satisfactorily provide all services described in Exhibit "A,"
attached hereto, within the contract term specified in Section 2.0. Vendor's undertakings shall
be limited to performing services for City and/or advising City concerning those matters on
which Vendor has been specifically engaged. Vendor shall perform its services in accordance
with this Agreement, in accordance with the appended exhibits, in accordance with due care, and
in accordance with prevailing industry standards for comparable services.
5.0 COSTS
A. In consideration for the services to be performed by Vendor, City agrees to pay
Vendor the amounts set forth in "Attachment A - Bid Sheet' of Exhibit "A."
B. The City shall be authorized to pay the Vendor an annual amount not -to -exceed
Forty -Five Thousand and No1100 Dollars ($45,000.00) and a total not -to -exceed amount of
One Hundred Eighty Thousand and No1100 Dollars (S180,000.00) for the term of this
Agreement.
6.0 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
C. Delivery or performance dates.
7.0 1NTERLOCAL COOPERATIVE CONTRACTING 1 PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27 1. 101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the vendor from lack
of exception to this clause in the service provider's response. However, all parties hereby
expressly agree that the City is not an agent of, partner to, or representative of those outside
agencies or entities and that the City is not obligated or liable for any action or debts that may
arise out of such independently -negotiated "piggyback" procurements.
8.0 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
9.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A , Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The ternis of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late, or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
10.0 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code
11.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.0 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
13.0 INSURANCE
Vendor shall meet all insurance requirements set forth in the RFP and on the City's
website at:
httgs:/INN- w.roundrocktexas. og v�"Ni-p-contentluploadsl2014f121corr_insurance 07.20112.ydf
14.0 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Amanda Crowell
Purchaser
221 East Main Street
Round Rock, Texas 78664
(512)218-5458
acrowell a roundrocktexas. ov
15.0 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.0 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re -advertisement of the service and that it may not
5
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
17.0 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
18.0 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
6
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
19.0 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) and will not
boycott Israel during the term of the contract. The signatory executing this Agreement on behalf
of Vendor verifies that Vendor does not boycott Israel and will not boycott Israel during the term
of this Agreement.
20.0 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21.0 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Aramark Refreshment Services
8606 Wall Street, Building 19
Austin, Texas 78754
Notice to City:
City Manager Stephan L. Sheets, City Attomey
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
22.0 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council,
24.0 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
25.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.0 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document, and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas Aramark Refreshment Services
By By:
Printed Nat Printed Name: AlWeo- r A)4f,,rv"
Title: Title:
01
Date Signed: Date Signed: /5 1
Attest,
By:1' _.
Sara L. White, City Clerk
For City, roved as to Fo m:
By: _L.
Stephan Sheets, City Attorney
Exhibit "A"
:K TEXAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
REQUEST FOR PROPOSAL (RFP)
COFFEE SUPPLIES AND SERVICES
SOLICITATION NUMBER 21-009REBID
January 2021
City of Round Rock
Coffee Supplies and Services
RFP No. 21-009REBID
ClassAtem: 385-14
January 2021
Exhibit "A"
COFFEE SUPPLIES AND SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after "the City" seeks proposals from firms experienced in delivery of
coffee services and supplies on an as -needed basis for multiple City facilities. The resulting contract shall not exceed
$45,000 annually.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description
Index
Part I —General Requirements
Page(s) 2-4
Part It — Definitions, Standard Terms and Conditions
and Insurance Requirements
Page 5
Part III — Supplemental Terms and Conditions
Page(s) 6-9
Part IV — Scope of Work
Page 9
Part V — Proposal Preparation Instructions and Evaluation Factors
Page(s) 10-12
Attachment A— Proposal Submittal Form and Execution
Page 13
Attachment B — Reference Sheet
Page 14
Attachment C — List of Locations
Separate Attachment
Attachment D — Cost Proposal Worksheet
Separate Attachment
3. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Amanda Crowell
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5458
E-mail: acrowell((Droundrocktexas gov
Cheryl Kaufman
Purchasing Supervisor
Purchasing Division
City of Round Rock
Phone: 512-218-5417
Email: ckaufmanO)roundrocktexas.00v
The individual listed above is the only authorized City contact for this solicitation. The authorized purchasing
contact may be contacted by e-mail for clarification for this solicitation including specifications. No other City
employee or representative may be contacted about this solicitation prior to contract approval. No authority is
intended or implied that specifications may be amended, or alterations accepted prior to solicitation opening
without written approval of the City of Round Rock through the Purchasing Department.
4. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT
DATE
Solicitation released
January 21, 2021
Optional Pre -Bid Meeting
January 28, 2021 @ 1:00 PM
Deadline for submission of questions
February 3, 2021 @ 5:OOPM
City responses to questions or addendums
Approximately February 5, 2021
Deadline for submission of responses
February 18, 2021 @ 3:OOPM
Page 2of14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
Class/Item: 385-14
January 2021
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above.
A copy of all the questions submitted and the City's response to the questions shall be posted on the City's
webpage in the form of an addendum at
https:/Iw,n w. roundrocktexas.pov/businesses/solicitabons.
Questions shall be submitted in writing to the "Authorized Purchasing Contact", The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website http:/ www.roundrocktexas aov/bids
5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
http://www.roundrocktexas.,gov/bids for any updates pertaining to the solicitation described herein Various updates
may include addendums, cancellations, notifications, and any other pertinent information necessary for the
submission of a correct and accurate response. The City will not be held responsible for any further communication
beyond updating the website
6. OPTIONAL PRE -PROPOSAL MEETING: A pre -proposal meeting will be conducted to fully acquaint Respondents
with the facilities, difficulties, and/or restrictions inherent in the services specified. The pre -proposal meeting will be
conducted on the date specified in PART I Section 5-Schedule of Events.
A Attendance at the pre -proposal meeting is optional. Respondents shall sign -in at the pre -proposal meeting to
document their attendance. The pre -proposal meeting shall initially begin at:
City Council Chambers
221 East Main St
Round Rock, Texas 78664
B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre -proposal
meeting.
C. It is the responsibility of the Respondent to examine each facility and determine quantity, amounts, take precise
measurements, determine material requirements, equipment requirements, labor requirements and other
solicitation related details during said site visits.
7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in
PART I, Section 4 — Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Amanda Crowell
Purchasing Division
221 E. Main Street
Round Rock, Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the RFP Solicitation title, number,
due date and "DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable reason.
E. The City will not be bound by any oral statement or offer made contrary to the written proposal.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the
City.
G. Receipt of all addenda to this RFP must be acknowledged, signed, and included with the proposal response.
H. Late Proposal(s) will not be considered under any circumstances and will be returned unopened if a return
address is provided.
8. RESPONDENT_ REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating
Respondents in compiling their final responses. Respondents are encouraged to carefully read the entire solicitation.
Page 3 of 14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
ClassNtem: 385-14
January 2021
A Respondent shall submit one (1) evident signed "Original" and one (1) identical -to -the -original electronic copy of
the RFP response on a flash drive. The submittal is required to include all addendums and requested
attachments. The RFP response along with samples and/or copies shall be provided at the Respondents
expense and shall become the property of the City.
B. This request for proposal (RFP) does not commit the City to contract for any supply or service. Respondents
are advised that the City will not pay for any administrative costs incurred in response of preparation to this
RFP; all costs associated with responding to this RFP will be solely at the interested parties' expense. Not
responding to this RFP does not preclude participation in any future RFP/RFQ/IFB.
C. For your RFP submittal to be considered responsive, the attachments identified below shall be
submitted with your proposal.
Addendums: Addendums may be posted to this solicitation Respondents are required to submit signed
addendums with their sealed response. The Respondent shall be responsible for monitoring the City's
website at http-/Iwww roundrocktexas qav/bids for any updates pertaining to the solicitation
Attachment A: PROPOSAL SUBMITTAL FORM AND EXECUTION: Failure to complete. Sian, and return
the proposal submittal form and execution with your offer by the deadline will result in the disqualification of
Your proposal.
Attachment B: REFERENCE SHEET. Provide the name, address, telephone number and E-MAIL of at
least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services
that are similar in type and capacity within the last two (2) years. City of Round Rock references are not
applicable. References may be checked prior to award. If references cannot be confirmed or if any
negative responses are received it may result in the disqualification of submittal.
Attachment D: Cost Proposal Worksheet & Catalog: the cost proposal worksheet must be completed,
and an itemized product catalog provided with the response identifying the cost and discounts offered for
the proposal to be considered responsive. Failure to complete the cost proposal worksheet will result in
disqualification of the proposal.
9. CONFIDENTIALITY OF CONTENT. As stated in Section 16 of City of Round Rock Purchasing Definitions, Standard
Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the Texas Public
Information Act. Following an award, responses are subject to release as public information unless the response or
specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not
considered to be confidential under any circumstances.
A Information in a submittal that is legally protected as a trade secret or otherwise confidential must be dearly
indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document. The City will
not be responsible for any public disclosure of confidential information if it is not clearly marked as such.
B. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the
Respondent shall, upon request from the City, furnish sufficient written reasons and information as to why the
information should be protected from disclosure. The matter will then be presented to the Attorney General of
Texas for final determination.
10. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2 CFR part
180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited from contracting
with or making prime or sub -awards to parties that are suspended or debarred or whose principals are suspended or
debarred from doing business with the Federal Government, State of Texas, or the City of Round Rock
11. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295'Certificate of Interested Parties- that is signed for a contract award
requiring council authorization. The'Cerfificate of Interested Parties" form must be completed on the Texas Ethics
Commission website. printed, signed, and submitted to the City by the authorized agent of the Business Entity with
acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link
to Texas Ethics Commission Webpage:https_I/~.ethics.state.tx.us/whatsnewlelf info form1295.htm
Page 4 of 14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
Classlltem: 385-14
January 2021
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
1. DEFINITIONS STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the
solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase
order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole responsibility of
Respondents to stay apprised of changes. The City's Definitions, Standard Terms and Conditions can be viewed and
downloaded from the City's website at: httns://www.roundrocktexas.aov/deaartments/purchasinal
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance
Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the
City's website at: hft :ltvvww.roundrocktexas. ovlde artmentsl urchasin
Page 5of14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
ClassAtem: 385-14
January 2021
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM. The terms of the awarded agreement shall include but not be limited to the following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for forty-eight (48)
months.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this
agreement for such a period as is reasonably necessary to re -solicit andfor complete the project up to 120 days.
2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents
who do not meet the minimum qualifications will not be considered for award. The Respondent shall:
A Be firms, corporations, individuals, or partnerships normally engaged in providing/delivering coffee supplies and
services as specified herein and have adequate organization, facilities, equipment, financial capability, and
personnel to ensure prompt and efficient service to the City.
B. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United
States, or not having a home office inside the United States will not be included for consideration in this RFP
process.
3. SUBCONTRACTORS: Respondent shall not subcontractor otherwise engage subcontractors to perform required
services. The City seeks to do business directly with a company experienced in the delivery of coffee supplies and
services.
4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and
local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City
safety and occupational health standards and other applicable federal, state, and local health, safety, and
environmental laws ordinances, rules, and regulations in the performance of these services.
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or
damage to any persons or property within and around the work site. In case of conflict, the most stringent safety
requirement shall govern.
C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines
penalties and liability of every kind arising from the breach of the Successful Respondents' obligations under this
paragraph.
D. For the duration of the COVID-19 pandemic Contractor employees entering City buildings shall practice social
distancing (when able) and wear the following items for the entirety of their visit: face mask and gloves. The City
of Round Rock COVID-19 plan can be found at:
httos:/ www roundrocktexas.gov/departmentsfre/emergency-management!coronavirus-covid-19-information!
5. WORKFORCE: Successful Respondent shall -
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
B. Ensure Respondent's employees, while working on City property, wear a company uniform that dearly identifies
them as the Respondent's employee.
C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of
Labor. The City reserves the right to verify citizenship or right to work in the United States.
6. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs,
labor, overhead charges, travel, payroll expenses, freight, equipment acquisition, repair, and maintenance,
demurrage, fuel surcharges, delsvery charges, costs associated with obtaining permits, insurance, bonds, and risk
management. No separate line -item charges shall be permitted for either response or invoice purposes. The cost
proposal sheet will be used for cost evaluation purposes only and does not correspond to actual City location
requirements. The Respondent is responsible for calculating their unit price regardless of Respondent's internal
case quantities.
Page 6 of 14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
Class/ltem: 385-14
January 2021
The percentage (%) off catalog pricing will be designated by the Respondent on Attachment D — Cost Proposal
Worksheet. Invoices for work performed or items delivered shall require a copy of a supplies receipt to be included
7. PRICE INCREASE: Contract prices for coffee supplies and services shall remain firm throughout the initial twelve (12)
month term of the contract. A price increase to the agreement may be considered on the anniversary date of the
Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be
greater than 5% for any single line item.
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the
U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price adjustment rate will
be determined by comparing the percentage difference between the CPI in effect for the base year six-month
average (January through June OR July through December); and each (January through June OR July through
December six month average) thereafter. The percentage difference between those two CPI issues will be the
price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index
(CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http:/lwvwr.bis.aov/cpi/.
B. Procedure to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive calculation and any
supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual
Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests
for increases must include the City of Round Rock contract number, solicitation reference information and
contact information for the authorized representative requesting the increase. Price increase requests shall
be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 E Main Street
Round Rock, TX 79664-5299
ii, Upon receipt of the request. the City reserves the right to accept the escalation and make changes to the
purchase order within 30 days of the request negotiate with the vendor, or cancel the agreement or purchase
order if an agreement cannot be reached on the value of the increase
8. ACCEPTANCEIINSPECTION: Acceptance inspection should not take more than five (5) working days. The awarded
respondent wil', be notified within the time frame if the services delivered are not in full compliance with the
specifications In the event the services are not performed to the satisfaction of the City the vendor shall agree to
reperform services to specification at no additional cost to the City If any agreement or purchase order is cancelled
for non -acceptance, the needed services may be purchased elsewhere
9. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance at any time
during the contract term.
10. POINT OF CONTACT (POC) ! DESIGNATED REPRESENTATIVE:
A Contractor's point of contact (POC): In order to maintain cons:'stent standards of quality work performed across
the City, the City shall be provided with a designated and identified POC upon award of the contract to include
contact information. The City s designated representative shall be notified by the Respondent immediately should
the POC change There will be a point of contact for each location listed on Attachment C: List of Location upon
award.
B. The City's designated representative for contract administration is.
Amanda Crowell
Purchaser
Purchasing Division
Phone: 512-218-5458
E-mail: acrowell@roundrocktexas.gov
Each location will also have a designated point of contact to communicate ordering and refill needs to the
Contractor. These points of contact will be given to the Contractor upon award of contract.
Page 7 of 14
City of Round Rock Exhibit "All
Coffee Supplies and Services
RFP No. 21-009REBID
Class/item: 385-14
January 2021
11. INTERLOCAL PURCHASING AGREEMENTS:
A The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal
Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer the same price and
terms and conditions to other eligible agencies that have an interlocal agreement with the City.
B. The City does not accept any responsibility or liability for the purchases by other government agencies through an
interlocal cooperative agreement
Page 8 of 14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
ClassAtem: 385-14
January 2021
PART IV
SCOPE OF WORK
1. PURPOSE: The City of Round Rock, hereinafter "the City" seeks proposals from firms experienced in the delivery of
coffee services and supplies on an as -needed basis for multiple City departments and facilities. The Contractor is to
provide beveragetcoffee services to include the delivery of coffee, tea, water, hot chocolate, etc. as well as supplies,
labor, and equipment
2. SERVICE REQUIREMENTS. Services shall be performed at each location listed on Attachment C — List of
Locations. The City reserves the right to add or remove locations and equipment to this contract. Please note that all
Keurig machines are City -owned, and the City has no requirements for the servicing of these machines.
3. CONTRACTOR RESPONSIBILITIES: The Contractor shall -
A. Own and maintain the coffee brewing equipment used by the City under the contract. The preventative
maintenance of this equipment shall be done on a quarterly basis to include:
i. Changing water filters.
ii. Replacement of ultraviolet lights (if applicable).
iii. Replacement of damaged or broken accessories or equipment.
iv. Checking and clearing any clogged filters, heads, and hoses as applicable.
v. Replacement of expendable items as needed in accordance with all laws, ordinances, regulations, and rules
of Federal, State, and local authorities,
vi. Provide all other parts, labor, and supplies required to keep all equipment in proper working order.
B. Provide repairs on coffee -brewing equipment.
i. If an item fa -Is to work properly the City wi'I contact the Contractor. The Contractor must be on site within 24
hours to address the issue.
ii. If equipment needs to be replaced the Contractor must coordinate the installation of a new machine with the
POC. Equipment must be replaced within 3 business days.
C. Ensure product levels are sufficiently maintained to a degree that does not result in an overstock levels with
expired product at City locations. If a product reaches an expiration date the product is to be replaced at no
additional cost to the City.
D. Deliver goods and services within 2 business days of the initial request.
E. Deliveries shall be on a monthly basis. Items may be requested outside of regularly scheduled deliveries if
needed.
F. Coordinate deliveries with the specific location's POC between the hours of 8:00 AM CST and 4:00 PM CST
G. Manage inventory requirements.
i. Provide a catalog of various flavors of coffee (caffeinated and non-caffeinated), tea (including herbal teas),
hot chocolate, K-cups, soft drinks, and waters from which the City can order from.
ii. Provide a catalog of cups, stirrers, creamers, etc. for the City to use when placing orders, indicate if the
products listed are recyclable or ecofhendly
iii. Maintain inventory at locations upon site POC's request.
4. CITY RESPONSIBILITIES: The City will -
A Provide access to each location's coffee supply storage area(s).
B. Provide access to points of connection between the coffee brewing equipment and the building water supply.
C. Provide the Contractor with the quantities of machines required to meet our needs for each location as described
in Attachment C — List of Locations.
D. Coordinate deliveries with the Contractor.
E. Any building/utility access required for Contractor -provided brewer to be connected to the building water supply
will be the responsibility of the City. Contractor shall provide the requirements to the City's POC upon request.
Page 9 of 14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
ClassAtem: 385-14
January 2021
PART V
PROPOSAL PREPARATION INSTRUCTIONS
AND EVALUATION FACTORS
1. Proposal Acceptance Period: All proposals are valid for a period of one hundred and twenty (120) calendar days
subsequent to the RFP dosing date unless a longer acceptance period is offered in the proposal
2. Proprietary Information: All material submitted to the City becomes public property and is subject to the Texas Open
Records Act upon receipt. If a Proposer does not desire proprietary information in the proposal to be disclosed, each
page must be identified and marked proprietary at time of submittal. The City will, to the extent allowed by law,
endeavor to protect such information from disclosure. The final decision as to what information must be disclosed,
however, lies with the Texas Attorney General. Failure to identify proprietary information will result in all unmarked
sections being deemed non-proprietary and available upon public request.
3. Exceptions: Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal
by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled "Exceptions' with the
Respondent's proposal.
4. Proposal Preparation Costs: Al costs directly or indirectly related to preparation of a response to the RFP or any
oral presentation required to supplement and/or darify a proposal which may be required by the City shall be the sole
responsibility of the Proposer.
5. Proposal Response: Responses shall be dear and concise and shall include at a minimum: title page, transmittal
letter, index or table of contents, dividers for each section and all required attachments. One page shall be interpreted
as one side of a double-spaced, printed, 81/2" X 11" sheet of paper. It is recommended that responses be submitted
in ringed binders, metal spirals, or another bound format that best contains all required documentation for submission.
6. Proposal Format: Prefacing the proposal, the Proposer shall provide an Executive Summary of three (3) pages or
less, which gives in brief, concise terms, a summation of the proposal. The proposal itself shall include a title page,
index or table of contents, dividers for each section and all required attachments and addendums to be organized in
the following format by Tab and informational sequence:
A. Tab 1- Business Organization: State full name and address of your organization and identify parent company if
you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in
performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the
State in which incorporated or licensed to operate.
B. Tab 2 - System Conceot and Solution: Define in detail your understanding of the requirement presented in the
Scope of Work of this request for proposal and your system solution. Provide all details as required in the Scope
of Work and any additional information you deem necessary to evaluate your proposal
C. Tab 3 — Program: Describe your company's implementation of service for anew company Specifically indicate:
i. A description of your work program by tasks. Detail the steps you will take in proceeding from award of
contract through installation and inventory management of each location.
ii. Describe the options your company offers for inventory management
iii Describe maintenance schedules and repair/replacement policies.
iv. Provide the City with your complete product catalog and individual samples at no charge if requested
v. Provide City with ordering options (email, phone, fax, online, etc.) and contact(s).
vi Provide the City with available delivery options.
vii. Identify the availability of any eco-friendly products
viii. Describe your customer service process from report of an issue to remedy of the issue.
ix. Provide a statement of your compliance with all applicable rules and regulations of Federal, State and
Local governing entities The Proposer must state their compliance with terms of this Request for
Proposal (RFP) or clearly document any exceptions
Page 10 of 14
City of Round Rock Exhibit "All
Coffee Supplies and Services
RFP No. 21-009RF-BID
Classlltem: 385-14
January 2021
D. Tab 4 - Proiect Mana-Bement Structure: Provide a general explanation and chart which specifies project
leadership and reporting responsibilities; and interface the team with City project management and team
personnel.
E. Tab 5 - Prior Experience: Describe only relevant corporate experience and individual experience for personnel
who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this
project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference
name, title, present address, and phone number of principal persons for whom prior projects were accomplished.
F. Tab 6 -- Personnel: Include names, qualifications, and resumes of all professional personnel who will be assigned
to the account. State the primary work assigned to each person and the percentage of time each person will
devote to this work. Identify key persons by name and title.
G. Tab 7- Authorized Neaotiator: Include name, address, and telephone number of a person in your organization
authorized to negotiate Contract terms and render binding decisions on Contract matters.
H. Tab 8 — Attachments and Addendum: including Attachment A — Proposal Submittal Form completion and
execution, Attachment B — Reference Sheet, Attachment D- Cost Proposal Sheet, and signed addendums (if
applicable).
I. Tab 9 — Cost Proposal. Information described in the following subsections is required from each Proposer. Your
method of costing may or may not be used but should be described. The resulting contract shall not exceed
$45,000 annually. Attachment D - Cost Proposal Worksheet will be used for cost evaluation purposes only.
i. Itemized product catalog with cost and discounts offered
ii. Cost: Attachment D — Cost Proposal Worksheet
7. EVALUATION CRITERIA: The intent of the City is to award to one Respondent in accordance with the evaluation
criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the requirements and
provides the best overall value to the City.
A. Evaluation Criteria: Weights:
• Respondent's Program, Product Offering, and Customer Service 40 pts
Solution (Tab 3)
• Company & Personnel Experience (Tabs 5 & 6) 20 pts
• Cost Proposal (Tab 9) 40 pts
Maximum Weight: 100 pts
B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of
the City and may include other impartial individuals who are not City employees. The evaluation committee will
determine if discussions andfor Best and Final Offers (BAFO) are necessary. Award of a contract may be made
without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that
discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect
to have respondents provide an optional coffee and product tasting from items listed in their proposal.
This sample tasting if requested shall be provided at no cost to the City. A request for a BAFO is at the sole
discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and
make a recommendation for award.
C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City's
opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue
alternate methods for providing the requirements.
D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal.
E. The City reserves the right to waive any minor technicality, irregularities or informalities noted in the submission
process. Submission of proposal confers no legal rights upon any Respondent
F. The City reserves the right to request further documentation or information and to discuss proposal response with
any Respondent in order to answer questions or to clarify any aspects of the proposal.
Page II of14
City of Round Rock Exhibit "A"
Coffee Supplies and Services
RFP No. 21-009REBID
Classlltem: 385-14
January 2021
G. The City may develop a 'short list' of qualified proposal and may determine that the Respondent(s) should submit
a Best and Final Offer (BAFO). Each 'short listed" Respondent will be given a reasonable opportunity for
discussion and revision of their proposal.
B. AGREEMENT NEGOTIATIONS AND AWARD PROCESS.
A A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by
the City. The City reserves the right to negotiate any issue with any party. Any contact by the Respondent with
the City regarding this RFP, other than those submitted in writing will result in disqualification of the Respondent's
proposal.
B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the
City may make subjective judgments in evaluating the proposal to determine the best value for the City.
C. If negotiations are successful, the City and Respondent may enter into an agreement.
D. If negations are unsuccessful, the City may formally end negotiations with that Respondent. The City may then:
I. Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair and
reasonable terms, conditions, and cost with that Respondent
ii. The City shall continue this process until an agreement is entered into or all negotiations are terminated.
E. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most
advantageous, or to waive any irregularities or informalities in the submittal received.
F. An independent signed authorized contract will be sent to the successful Respondent. Execution of a City of
Round Rock contract is required prior to starting work and processing any payments to the awarded Respondent.
9. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but not be
limited to the following
A Provide City contact(s) information for implementation of the Agreement.
B. Identify specific milestones, goals, and strategies to meet objectives.
Page 12 of 14
City of Round Rock
Coffee Supplies and Services
RFP No. 21-0OOREBID
ClassiItem: 385-14
January 2021
Exhibit "A"
ATTACHMENT A
PROPOSAL SUBMITTAL FORM AND EXECUTION
NOTE: RESPONDENTS SHALL COMPLETE AND RETURN THIS ATTACHMENT WITH THEIR PROPOSAL.
FAILURE TO DO SO WILL RESULT IN DISQUALIFICATION OF THE PROPOSAL
By signature hereon, the Respondent certifies that:
All statements and information prepared and submitted in the response to this RFP are current, complete, and
accurate.
He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future
employment, gift, loan gratuity, special discount, trip, favor, or service to a City employee In connection with the
submitted response. Failure to sign the Execution of Proposal or signing it with a false statement shall void the
submitted offer or any resulting contracts.
Respondent represents and warrants that the individual signing this Execution of Proposal is authorized to sign this
document on behalf of the Respondent and to bind the Respondent under any contract resulting from this request for
proposals.
RESPONDENT (COMPANY): Aramark Refreshment Services
SIGNATURE (IN INK}:
NAME (TYPEDIPRINTED) Marie Blackmon
TITLE: Account Executive DATE: 2/24/2021
STREET: 8606 Wall Street, Building 19
CITYISTATE/7JP: Austin, Texas 78754
TELEPHONE AND FACSIMILE NO.: 512-695-5353
EMAIL ADDRESS: blackmon-marie@aramark.com
FEDERAL TAX IDENTIFICATION NUMBER (FIN): 23-1673482
By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, Terms and
Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a
separate agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject to change
without notice. It is the sole responsibility of respondents to stay apprised of changes. In addition to the above General
Terms and Conditions listed in Section IV, the City's Definitions, Terms and Conditions shall be enforced and part of the
contract and can be obtained from the City's website at: htti)s://www.rounlrpc-ktexes.00v/deggrtmentsipurr-haslncli
Page 13 of 14
City of Round Rock
Coffee Supplies and Services
RFP No. 21-009REBID
Class/Item: 385-14
January 2021
Exhibit "A"
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 21-009REBID
RESPONDENTS NAME: Marie Blackmon
DATE: 2/24/2021
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or
firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City
of Round Rock references are not applicable. References may be checked prior to award. If references cannot be
confirmed or if any negative responses are received it may result in the disqualification of submittal
1. Company's Name
The University of Texas Systems
Name of Contact
Sherri Prince
Title of Contact
Facilities Management
E-Mail Address
spdnce@utsystem.edu
Present Address
210 W. 7th Street
City, State, Zip Code
Austin, Texas 78701
Telephone Number
( 512 ) 499-4316 Fax Number: ( 512 ) 499-4297
2. Company's Name
VIA Metropolitan Transit
Name of Contact
Anna Jarvis
Title of Contact
Facilities Manager
E-Mail Address
anna Jarvis viainfo.net
Present Address
1720 N. Flores Street
City, State, Zip Code
San Antonio, Texas 78212
Telephone Number
(210 ) 362-2401 Fax Number (210 ) 362-2588
3. Company's Name
City of Southlake, Texas
Name of Contact
Timothy Slifka
Titre of Contact
Purchasing Manager
E-Mail Address
tslifka@ci.southlake,tx.us
Present Address
1400 Main Street, Suite 420
City, State, Zip Code
Southlake, Texas 76092
Telephone Number
( 817 ) 748-8312 Fax Number: (817 ) 748-8077
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 14 of 14
Exhibit "A"
Attachment G List of Locations -UPDATED
Tondtl
Lot7tlon
Address
Nmoberof
Machines
r0*of Msd*wjnumberof
akpots
Numbw of Employms
Adrd CornmunkaNans
Blanca Gillis
sty Adrrm
22D Fast Math Street aid Flom
1
3e1f
17
IT
Jennifer Patton
IT City Hall
271 East Main Street 2nd Floor
1
2a s
20
Flrmnce
Rertee Curter
Fin Brea%Rm
222 Fast Main Street 2nd Floor
1
n brew
20
Finance
Rerwa Cortex
AP Break Area
223 East Mom Streel 2nd Floor
1
2erilorew
B
PI)
131N Sa
POH4
2701 NORTH MAYS STREET
6
brew
2DO
Trans
Patty E/e Sims
Tram tbn
Luther Paterson
1
open brew
42
UBE
Amanda Taylor
lather Pelmon
Sumisa
2
open bnw
35
POS I S Der Serricas
Isabella Morales
McConnko
901 WEST BAGDAD AVE, SUITE 210
1
o n brew
33
Public Soh Yraw Centers
Zaire Amado
PSFC
29D1 NORTH MAYS STREET
4
4 air is per machine
3w
PARD Main MA
Daystn Edwards
Main Buildl
301 WEST BAGDAD AVL STE 250
1
Open Brew
12
PARD Yard
Dawn. Edwards
Yard
300 SOUTH BURNET
1
2 elfppt3
3D
GS Vehlde Shop
Violw Boteva
F1aet Shop
901 LUTHER PETERSON PLACE
1
7 O n Brew card cane Rur
16
G56URd I.OnsitUC[b0
LettHernandez
General SerA"$
212COMMERCEBOULEVMD
1
Op.n Brew and Kft.%
9
GS Faci' Mairnemnoa
Sle nh Rios
Fxadurs Makneerwrce
2015 Lerner Or.
1
K-15anly
19
Fie Centre;
Zaire Amado
the Central
203COMMERCIBUULEVARD
1
2air
is$
Fire Station 2
Zaire Amedo
Fke Suitien 2
Z00 Wt%I BAGDAD AVENUE
1
2ai,pob
3.30 at any glreft tone
Fire Station 3
Zaha Amsdo
Fire Station 3
1997 RAWHIDE DRIVE
1
2 aI
S-20 at a lven time
Fire Station 4
2aua Arnado
Fke Station a
1901 DOUBLE CREEX AD
1
2 of
3.20 at a2v lb" time
Fke Sntkms
Zaire Arrwda
Fire sotlon 5
350 DEEP WOOD DRIVE
I
2akpou
3.20 at any, given ikne
Fke Slelian6
Zaira Arrrda
Fka Shtlon 6
191910E DIMAGGIO BOULEVARD
L
2 akpota
3.20 at a tren tl v
Flro Station 7
Zaire Arhedo
Fire Station 7
2B11 OAKMONT BOULEVARD
l
2 a is
3-20 sl anylwn time
Ins Statkrn t
2alre Amedo
Fke Station B
1612 RED BUD LANE
1
2 a
3-20 at a awn time
Fin Station 9
Zain Amato
Ifire Station 9
12721 SAM BASS RD.
1
2 airpots
3-20 at arrf glwn time
Attachment D - I r11 1o1sal Worksheet
Coffee Supplies and Services
RFP # 21-009REBID
The cost of items listed below should include all product, ordering, processing, administrative, and shipping charges. The
cost proposal sheet will be used for cost evaluation purposes only and dose not correspond to actual City location
requirements. For items that are no charge please enter $0 under the Unit Price column. The Respondent is responsible
for calculating their unit price regardless of Respondents internal case quantities.
No.
Description
Est. Quaff
per month
Unit Qty
Unit Price
Extended Price
1
Ground Coffee - Light Roast
850
Pot of Coffee
$0 50
$425 00
2
Ground Coffee - Medium Roast
850
Pot of Coffee
$0 48
$408 00
3
Ground Coffee - Dark Roast
200
Pot of Coffee
$0.65
$130.00
4
Ground Coffee - Decaf
100
Pot of Coffee
$0 49
$49.00
5
Coffee Filters
2000
each
$0.00
$0.00
6
Herbal Tea
250
tea bag
$0 14
$35 00
7
Hot Chocolate
200
packets
$018
$36 00
8
Liquid Creamer (12 oz)
50
Each
$2 06
$103 00
9
Coffemate Liquid Creamers (0.3 oz)
50
Box of 50
$4 65
$232 50
10
Sugar Packets
1
Box of 2000
$17 66
$17 66
11
Sweet N Low Packets
1
Box of 2000
$26 98
$26 98
12
Monthly Equipment and Rental Fee
1
each
$0 00
$0.00
13
Equipment Water Filter Replacement
1
each
$39 95
$39.95
Total:
$1,603.09
Part II- PERCENT OFF CATALOG ITEMS
This section will not be evaluated under Cost but will become part of the contract. This Is required information.
Percent Discount (%) off Catalog for coffee services and products not',isted above 1 :20:14]
1 of 1
FF,,cchh tl hh
Attachment D -MI r osal Worksheet
Coffee Supplies and Services
RFP # 21-009REBID
The cost of Items fisted below should Include all product, ordering, processing, administrative, and shipping charges. The
cost proposal sheet will be used for cost evaluation purposes only and doee not correspond to actual City location
requirements. For Items that are no charge please enter $0 under the Unit Price column. The Respondent Is responsible
for calculating their unit price regardless of Respondents Internal case quantities.
No.
Description
Est moann> ty
Unit Qty
Unit Price
Extended Price
1
Ground Coffee - Light Roast
850
Pot of Coffee
$0.50
$425.00
2
Ground Coffee - Medium Roast
850
Pot of Coffee
$0.48
$408,00
3
Ground Coffee - Dark Roast
200
Pot of Coffee
$0.65
$130.00
4
Ground Coffee - Decaf
100
Pot of Coffee
$0.49
$49.00
5
Coffee Filters
2000
each
$0.00
$0.00
6
Herbal Tea
250
tea bag
$0.14
$35 00
7
Hot Chocolate
200
packets
$0.18
$36 00
8
Liquid Creamer (12 oz)
50
Each
$2.06
$103 00
9
Coffemate Liquid Creamers (0.3 oz)
50
Box of 50
$4.65
$232 50
10
Sugar Packets
1
Box of 2000
$17.66
$17 66
11
Sweet N Low Packets
1
Box of 2000
$26.98
$26 98
12
Monthly Equipment and Rental Fee
1
each
$0.00
$0 00
13
Equipment Water Filter Replacement
1
each
$39.95
$39 95
Total:
$1,503.09
Part ll- PERCENT OFF CATALOG ITEMS
This section will not be evaluated under Cost but will become part of the contract. This is required Inforrnadon.
Percent Discount % off Catalog for coffee services and products not listed above
1 20%
9
Exhibit "A"
W
;,a
A f
�
m A
0
0
�
i
a
M
a
m
�aaaaaa�m�3
T.. m
1!
�l
21 T
-1
11
5
�+�m
S
m
a
-+
o
bb
a a
a
a
a d
9}
C1
"
$03
n
{7p7p�
a
d
NNV (.pi
VO_O O
N
N_
�+
�
O
�1
m
O W
5p ZO
5tl
k+
pO
rt7 t�n
r
(n
psi q
3
RR
a
m
a
d
a
n
a
a
a
C
m
m
r
n
g
TTa
b�
T T
e�SGGGt
W
N
(N(nn
p
rS
n
Q
p
A
i
6
r.'
b m
R RRg
p
R'
P+
R'
W
4•
iyg.
�
m
�
�
N
9
9
�
�
p
!t W
q' :
pRg'
7IDR�
4Sg
'pgq•
n
N
N N
N
N P
N
N
V.
N
fA
0
!A N
N
N
0 N
N
N
QX�
6
N
N N
N
0 N
N
W
N
fA
W
W
W N
N
N
W N
HI
N
N N
n
•
U
N M
!A
N
N
N
W
N
W
M
N N
0.
N M
N
N
M N
1.1
1
ropp
m
m m
w
m
ep m
<A
W Ni
4N
N U
w
N
w
-0
lmT
pm+
N to
'D
c
co go
0
-b
w w
iA
1A N
N
N N
1/1
lA
N
iA
{A
N
V� Vr
N
4A
N V1
ih
Vh
iR to
1
O �
J
e
W to
ty{pep �pn�
W
I�zp
W W
�O !n
W
w
W
W
w
W
la1pp
W
e�pp
W
�p
kP
W
yp
W W
$D w
W
10
W
W
W W
w
W
W
W W
R
OoO
11A
110
VI
11�
lO
N V1
J� 6'1
t71
VI
l�R VI
Exhibit "A"
Attachment H - Itemized Product Pricing'Confidential'
Product # Product Name
Case Count
Pre -Packaged Ground Coffee
1168 Folgers Reg Filter Pack .8oz 40ct
40
$
24.59
33302 Folger's Black Silk Filter Pack 1,5oz
40
$
42.47
1057 Folgers UR .8oz 42ct
42
$
20.26
5848 Folgers Colombian 1.75oz 42ct
42
$
43.65
6687 Folgers Classic Roast 42/1.5
42
$
30.44
21743 Fara Full City Blend 2.5oz 42ct
42
$
77.21
24412 Fara Signature Decaf 2.5oz 42ct
42
$
77.21
25721 Fara Signature Roast 2.5oz 42ct
42
$
77.21
25722 Fara Espresso 2.5oz 42ct
42
$
77.21
25723 Fara French Roast 2.5oz 42ct
42
$
77.21
5477 Starbucks Breakfast Blend 2.5oz 18ct
18
$
43.54
2154 Starbucks Verona 2.5oz 18ct
18
$
43.54
5475 Starbucks French Roast 2.5oz 18ct
18
$
43.54
18728 Starbucks Pike Place 2.5oz 18ct
18
$
43.54
22170 Starbucks Veranda 2.5oz 18ct
18
$
43.54
23367 Starbucks Pike Place Decaf 2.5oz 18ct
18
$
43.54
18524 SBC Portside Blend Level 3 2oz 18ct
18
$
26.10
18525 SBC Portside Blend Level 3 Decaf 2oz 18ct
18
$
26.10
18526 SBC 6th Avenue Bistro level 2oz 18ct
18
$
26.10
24451 Javia Signature Decaf 2oz 42ct
42
$
26.94
24439 Javia Colombian 1.5oz 42ct
42
$
20.86
24443 Javia Colombian Decaf 2.Ooz 42ct
42
$
29.81
24446 Javia Signature 1.5oz 42ct
42
$
19.51
24447 Javla Signature 2oz 42ct
42
$
26.43
24453 Javia Baker's Donut Blend 2oz 42ct
42
$
26.63
24454 Javia French Roast Cafe 2oz 42ct
42
$
26.53
24455 Javia Hazelnut 2oz 42ct
42
$
28.49
24450 Javia Signature Decaf 1.5oz 42ct
42
$
19.91
24440 Javia Colombian 2oz 42ct
42
$
27.56
K - Cups
32726 Dunkin Donuts Original Kcup
24
$
16.06
32727 Dunkin Donuts Dark Kcup
24
$
16.06
22278 Starbucks Veranda KCup
24
$
19.71
32369 Starbucks Breakfast Blend Kcup
24
$
19.74
22277 Starbucks Verona KCup
24
$
19.71
22276 Starbucks Pike Place KCup
24
$
19.71
10604 Gloria Jeans Butter Toffee KCup
24
$
15.51
5818 Green Mountain French Roast KCup
24
$
15.51
5812 Green Mountain French Vanilla KCup
24
$
15.51
5814 Green Mountain Colombian FT KCup
24
$
15.51
6111 Green Mountain Breakfast KCup
24
$
15.51
5817 Green Mountain FTO Our Blend KCup
24
$
15.51
5813 Green Mountain Nantucket KCup
24
$
15.51
5816 Green Mountain Hazelnut KCup
24
$
15.51
Exhibit "A"
5819 Green Mountain Hazelnut Decaf KCup
24
$
15.51
5820 Green Mountain Vermont Decaf KCup
24
$
15.51
6116 Green Mountain French Vanilla Decaf KCup
24
$
15.51
6121 Green Mountain XBold Dark Magic KCup
24
$
15.51
6136 Green Mountain Southern Pecan KCup
24
$
15.51
8621 Green Mountain FTO Vermont KCup
24
$
15.51
9284 Green Mountain Regular Variety KCup
24
$
15.51
11610 Green Mountain Newman Special Xbold Kcup
24
$
15.51
12390 Green Mountain XBold Kenyan AA KCup
24
$
15.51
13605 Green Mountain Xbold Double Black Diamond Kcup
24
$
15.51
13608 Green Mountain XBold Dark Magic Decaf
24
$
15.51
16323 Green Mountain Cafe Mocha KCup
24
$
16.81
16336 Green Mountain Cafe Chai Latte KCup
24
$
16.81
16564 Green Mountain Donut House Kcup
24
$
15.51
16565 Green Mountain Donut House Decaf Xbold Kcup
24
$
15.51
16566 Green Mountain Chocolate Glazed Donut Kcup
24
$
15.51
6117 Green Mountain Xbold FTO Sumatran KCup
24
$
15.51
10676 Green Mountain Caramel Vanilla Cream KCup
24
$
15.51
8847 Green Mountain Breakfast Decaf KCup
24
$
15.51
6118 Green Mountain Lake Lodge KCup
24
$
15.51
33755 Revv Afterburner Kcup
24
$
16.18
35100 Coffee People 100DA Colombian K-Cup
24
$
15.51
28332 DonutShop Original Roast KCup
24
$
15.51
16337 Green Mountain Cafe Milk Chocolate Cocoa Kcup
24
$
16.13
20047 Bigelow Earl Grey Tea Kcup
24
$
14.19
6210 CS Lemon Zinger KCup
24
$
14.19
6213 CS Mandarin Orange Spice Kcup
24
$
14.19
6214 CS Engl Breakfast KCup
24
$
14.19
6215 CS Green Tea KCup
24
$
13.56
13604 CS India Spice Chai Tea KCup
24
$
14.24
Sports Drinks
5098 Powerade Mountain Blast 20oz
24
$
25.06
33299 Powerade Zero Fruit Punch 20oz
24
$
25.06
5097 Powerade Fruit Punch 20oz
24
$
25.06
2535 Gatorade Orange 20oz
24
$
33.53
2256 Gatorade Fruit Punch 20oz
24
$
33.18
2827 Gatorade Cool Blue 20oz
24
$
33.53
3092 Gatorade Lemon Lime 20oz
24
$
33.53
13429 Gatorade G2 Grape 20oz
24
$
33.53
1221 Gatorade Orange 11.6oz
24
$
15.18
27091 Body Armor Fruit Punch 16oz
12
$
36.71
31467 Body Armor Strawberry Banana 16oz
12
$
36.71
31468 Body Armor Orange Mango 16oz
12
$
36.71
Cold Teas
24166 Gold Peak Iced Tea Unsweet Ocal 18.5oz
12
$
25.06
4360 Brisk Tea Lemon 20oz
24
$
28.59
4355 Brisk Tea Lemon 12oz
24
$
15.53
Exhibit "A"
30321 Ito En Unsweet Green Tea 16.9oz
12
$
23.47
22898 Ito En Jasmine Green Tea
12
$
22.24
4588 Pure Leaf Tea Raspberry Tea 18.5oz
12
$
22.24
12836 Gold Peak Tea Green 18.5oz
12
$
25.06
13901 Gold Peak Tea Sweet 18.5oz
12
$
25.06
27288 Gold Peak Lemon Tea 18.5oz
12
$
25.06
22624 Lipton PureLeaf Tea Extra Sweet 18.5oz
12
$
22.24
25557 Lipton PureLeaf Sweet Tea 18.5oz
12
$
22.24
22625 Lipton PureLeaf Tea Unsweet 18.5oz
12
$
21.88
22327 Fuze Lemon Tea 12oz
24
$
13.41
37126 Steaz Iced Teaz Superfruit 95°A Organic
12
$
19.94
Cutlery
13347 JP Individually Wrapped Knife Medium
1000
$
19.60
13346 JP Individually Wrapped Teaspoon Medium
1000
$
19.65
10618 Sysco Plastic Fork Wrapped 1000ct
1000
$
19.50
18795 NextGen HSWFX White Spoon
100
$
5.35
18794 NextGen HSWFX White Fork
100
$
5.47
18793 NextGen HSWKX White Knife
100
$
5.41
5685 Knife Heavy Champagne
1000
$
57.31
13756 Eco PSM Corn Knives Med
1000
$
82.94
13757 Eco PSM Corn Spoons Med
1000
$
86.18
13758 Eco PSM Corn Forks Med
1000
$
87.06
18792 Rel MW Champagne Fork Bulk
1000
$
40.18
18799 Rel MW Champagne Knife Bulk RSAK
1000
$
40.79
18796 NextGen HSWK White Knife Bulk
1000
$
48.57
18801 NextGen HSWF White Fork Bulk
1000
$
48.62
18851 NextGen HSWT White Spoon Bulk
1000
$
48.03
19689 Imperial Heavy White Spoon Wrapped
1000
$
56.00
19691 Imperial Heavy White Fork Wraped
1000
$
56.76
32190 Dart StyleSet Medium White Fork
1000
$
13.97
32192 Dart StyleSet Medium White Knife
1000
$
15.34
32193 Dart StyleSet Medium White Spoon
1000
$
13.60
5990 Solo Extra Heavy White Knife
100
$
6.06
5989 Solo Extra Heavy White Fork
100
$
6.09
5991 Solo Extra Heavy White Teaspoon
100
$
6.18
Teas and Cocoas
1358 Lipton Iced Tea Brew
24
$
9.49
1007 Lipton Tea 100ct
1
$
4.71
1115 Lipton Decaf Tea 72ct
1
$
6.15
16526 Lipton Green Tea 100ct
1
$
8.43
6695 Tazo Tea Zen
24
$
4.66
6678 Tazo Tea Earl Grey
24
$
4.66
6987 Tazo Tea Green Ginger
4
$
4.59
6677 Tazo Tea Calm
24
$
4.66
6694 Tazo Tea Awake
24
$
4.66
6696 Tazo Tea Organic Chai
24
$
4.66
6780 Tazo Tea WildOrange
24
$
4.66
Exhibit "A"
6781 Tazo Tea Passion
24
$
4.66
6943 Tazo Tea China Green
24
$
4.66
8366 Tazo Tea Refresh
24
$
4.59
32209 Tazo Apricot Vanilla Creme Tea
24
$
4.59
13686 Tazo Tea BerryBlossom White
24
$
4.59
1148 Bigelow Orange & Spice Tea
28
$
3.98
2127 Bigelow CozyCham Herbal Tea
28
$
3.98
1197 Bigelow Constant Comment Tea
28
$
3.98
1705 Bigelow Cinnamon Stick Tea
28
$
3.98
1186 Bigelow Lemon Lift Tea
28
$
3.98
1220 Bigelow Mint Medley Tea
28
$
3.98
1348 Bigelow English Teatime Tea
28
$
3.98
1385 Bigelow 8 Flavor Assorted 64ct
1
$
12.21
1410 Bigelow LoveLemon Herbal Tea
28
$
3.98
1480 Bigelow Raspberry Royal Tea
28
$
3.98
1504 Bigelow CranberryApple Tea
28
$
3.98
1605 Bigelow Apple Cinnamon Tea
28
$
3.98
1719 Bigelow Plantation Mint Tea
28
$
3.99
2048 Bigelow Darjeeling Tea
28
$
3.99
3732 Bigelow Green Tea Lemon
28
$
3.98
6441 Bigelow Green Tea Decaf
28
$
3.98
1193 Bigelow Green Tea
28
$
3.98
1106 Bigelow Earl Grey Tea
28
$
3.98
1060 Swiss Miss Reg Hot Chocolate Mix
50
$
9.03
1066 Swiss Miss Hot Chocolate Marshmallow
50
$
9.03
1081 Swiss Miss Cocoa NoSugarAdded
24
$
6.09
11715 Crystal Light OTG Rasp Lemonade
30
$
10.59
12491 Crystal Light OTG Raspberry Green Tea
30
$
10.57
8394 Crystal Light OTG Peach Tea
30
$
10.59
11151 Crystal Light OTG Iced Tea
30
$
10.59
11716 Crystal Light OTG Fruit Punch
30
$
10.76
14140 Crystal Light OTG Wild Strawberry Energy
30
$
10.59
11152 Crystal Light OTG Sunrise
30
$
10.60
8252 Crystal Light OTG Lemonade
30
$
10.59
8251 Crystal Light OTG Raspberry Ice
30
$
10.59
Cold Beverage Cans
4372 Barq's Root Beer 12oz
24
$
13.40
1694 Big Red 12oz
24
$
13.40
1638 Cherry Coke 12oz
24
$
13.40
1008 Dr Pepper 12oz
24
$
13.40
1016 7-Up 12oz
24
$
13.40
1025 Pepsi 12oz
24
$
13.40
1860 Orange Crush 12oz
24
$
13.40
1913 Canada Dry Ginger Ale 12oz
24
$
13.40
4576 Schweppe's Ginger Ale 12oz
24
$
13.40
5527 Fanta Orange 12oz
24
$
13.40
1175 A&W Root Beer 12oz
24
$
13.40
Exhibit "A"
1046 Mountain Dew 12oz
24
$
13.40
1019 Sprite 12oz
24
$
13.40
5250 Mountain Dew Code Red 12oz
24
$
13.40
1004 Coke Classic 12oz
24
$
13.40
11237 Fresca Black Cherry 12oz
24
$
13.40
1017 Diet Pepsi 12oz
24
$
13.40
1028 Diet Coke Caffeine Free 12oz
24
$
13.40
1040 Diet 7-Up 12oz
24
$
13.40
1076 Sprite Zero 12oz
24
$
13.40
1747 Diet Mountain Dew 12oz
24
$
13.40
2193 Diet A&W Root Beer 12oz
24
$
13.40
4370 Fresca 12oz
24
$
13.40
12355 Cherry Coke Zero 12oz
24
$
13.40
12680 Pepsi Max 12oz
24
$
13.40
1001 Diet Coke 12oz
24
$
13.40
1027 Diet Dr Pepper 12oz
24
$
13.40
10524 Coca Cola Zero 12oz
24
$
13.40
5281 Diet Barq's Root Beer 12oz
24
$
13.40
3038 V-8 12oz
12
$
19.24
Water and Enhanced Water
37689 Glaceau Vitamin Water XXX 20oz
12
$
21.71
17808 Glaceau Vitamin Water Zero Squeezed 20oz
12
$
21.53
12572 Glaceau Smart Water 20oz
12
$
18.35
37685 Glaceau Vitamin Water Zero XXX 20oz
12
$
21.88
37686 Glaceau Vitamin Water Power-C 20oz
12
$
22.24
37688 Glaceau Vitamin Water Zero Squeezed 20oz
12
$
22.06
12977 Glaceau Vitamin Water XXX 20oz
12
$
19.94
15282 SoBe Life Yumberry Pomegranate 20oz
12
$
24.53
22283 Hint Watermelon Water 16oz
12
$
20.12
23057 ZICO Coconut Water 14oz
12
$
34.76
32680 Life Water 700ml
12
$
21.71
28233 BAI5 Brasilia Blueberry 18oz
12
$
28.24
28230 BA15 Costa Rica Clementine 18oz
12
$
28.24
28231 BAIS Malawi Mango 18oz
12
$
28.24
28229 BAIS Molokai Coconut 18oz
12
$
28.24
28232 BAIS 1panema Pomegranate 18oz
12
$
28.24
24024 Vita Coco Coconut Water 330ml
12
$
25.76
39173 Waterloo Strawberry 12oz
24
$
12.00
35724 Waterloo Lime 12oz
24
$
12.00
35721 Waterloo Original 12oz
24
$
12.00
35722 Waterloo Lemon 12oz
24
$
12.35
35726 Waterloo Mango 12oz
24
$
12.00
39172 Waterloo Grape 12oz
24
$
12.00
35720 Waterloo Coconut 12oz
24
$
12.00
35723 Waterloo Grapefruit 12oz
24
$
12.00
35727 Waterloo Cherry 12oz
24
$
12.00
35725 Waterloo Watermelon 12oz
24
$
12.00
Exhibit "A"
35909 Topo Chico Mineral Water Grapefruit
24
$
33.53
30320 Topo Chico Lime 12oz
24
$
33.18
29443 Topo Chico Mineral Water 12oz
24
$
33.53
10529 Perrier Wtr 16.9oz
24
$
29.29
35349 LaCroix Pineapple Strwberry 12oz
12
$
8.29
16520 LaCroix Gfrult Sparkl Wtr 12oz can
24
$
12.71
32989 LaCroix Tangerine 12oz can
24
$
12.71
10973 LaCroix Berry Sparkling 12oz can
24
$
12.71
10975 LaCroix Sparkling 12oz can
24
$
12.71
9195 Lacroix Cranberry Raspberry 12oz
24
$
12.71
10799 LaCroix Lemon Sparkling Water 12oz can
24
$
12.71
10967 LaCroix Orange Water 12oz can
24
$
12.71
10974 LaCroix Lime Sparkling 12oz can
24
$
11.29
22116 LaCroix Coconut 12oz
24
$
12.71
23206 LaCroix Peach Pear 12oz
24
$
12.71
30408 La Croix Mango Sparkling Water 12oz
24
$
12.71
31976 LaCroix Cherry -Lime Sparkling Water 12oz
24
$
16.59
32125 LaCroix Sparking Passionfruit 12oz
24
$
13.06
35880 La Croix Curate Melon Grapefruit 12oz
24
$
16.59
35879 La Croix Curate Kiwi Watermelon 12o
24
$
16.59
34994 Bubly Lemon 12OZ
24
$
13.76
6931 Ozarka Wtr 16.9oz
24
$
9.88
37261 lust Water Spring Water 500ml
12
$
17.29
9506 Ozarka Wtr 8oz
48
$
18.35
4361 Aquafina 20oz
24
$
17.29
5045 Dasani Wtr 20oz
24
$
19.06
10283 Nestle Pure Life Wtr 16.9oz
24
$
6.47
25038 Emergen-C Tangerine 30ct
30
$
13.68
Coffee Essentials
33441 DC Aramark Creamer Canister 16oz
1
$
1.88
1051 CoffeeMate Canister 12oz
1
$
2.24
1371 CoffeeMate French Vanilla 15oz
1
$
3.91
1688 CoffeeMate Hazelnut 15oz
1
$
3.91
26331 CoffeeMate French Vanilla 32oz
1
$
4.99
10475 CoffeeMate French Vanilla 1.51tr pump
1
$
18.46
10476 CoffeeMate Hazelnut 1.51tr pump
1
$
18.46
11637 CoffeeMate Regular 1.51tr pump
1
$
18.46
1293 CoffeeMate Liq Regular 180ct
180
$
12.07
8064 CoffeeMate Liq Cinnamon Vanilla
50
$
4.45
1327 CoffeeMate Liq French Vanilla
50
$
4.45
1344 CoffeeMate Liq Regular
50
$
4.45
1481 CoffeeMate Liq French Vanilla 180ct
180
$
13.72
1708 CoffeeMate Liq Hazelnut 180ct
180
$
13.72
1956 CoffeeMate Liq Irish Creme
50
$
4.45
5326 CoffeeMate Creamy Chocolate
50
$
4.45
18230 CoffeeMate Peppermint Mocha
50
$
4.45
22119 CoffeeMate Liq Vanilla Caramel
50
$
4.45
Exhibit "A"
26372 CoffeeMate Italian Sweet Cream
50
$
4.45
1562 CoffeeMate Liq Hazelnut
50
$
4.45
9884 Int'I Delight French Vanilla 288ct
288
$
21.13
9885 Int'I Delight Hazelnut 288ct
288
$
21.13
38035 Wholesome Blue Agave 23.5oz
1
$
8.90
8882 Sugar in the Raw 1200ct
1
$
36.40
1620 DC Sugar Packets 100ct
1
$
1.43
5725 Sugar Packets Cafe Delight Aramark 2000ct
1
$
16.88
21194 DC Honey Packets 2O0ct
1
$
46.19
33523 Organic Honey Bear
1
$
6.96
1005 Aramark Sugar Canister
1
$
1.97
8608 Sugar in the Raw 200ct
1
$
20.44
1061 Int'I Del Real Dairy Half&Half 384ct
1
$
21.93
1042 Int'I Del Real Dairy Half&Half 180ct
1
$
11.24
15275 DC Creamer Packets 900ct
900
$
24.32
7911 Splenda Sweetener 40Oct
400
$
20.76
19372 Equal Yellow 500ct
500
$
16.87
7530 Splenda Sweetener 100ct
100
$
6.07
1055 Equal Packets 500ct
500
$
20.29
1080 Sweet&Low Packets 400ct
400
$
7.21
1119 Equal Packets 1O0ct
100
$
4.38
1510 Sweet&Low Packets 100ct
100
$
2.78
1724 Equal Packets 200Oct
2000
$
37.71
6050 Splenda Sweetener 2000ct
2000
$
45.03
15285 Sweet&Low Packets 2000ct
2000
$
25.79
19371 Equal Yellow 100ct
100
$
4.37
19373 Equal Yellow 2000ct
2000
$
38.19
15574 PureVia Packets 300ct
300
$
15.91
1394 Vend Rite Pepper 3000ct
3000
$
3.66
1345 Vend Rite Salt Packets 3000ct
3000
$
2.03
6286 Sysco Disp Salt Shakers 4oz
12
$
5.12
6287 Sysco Disp Pepper Shaker 4oz
12
$
15.88
8226 True Lemon Packets 5O0ct
500
$
26.59
Cleaners
5314 Cascade Dish Detergent 85oz
1
$
17.04
9288 Dawn Liquid Detergent 38oz
1
$
7.21
1590 Etna Squeak N Clean
1
$
1.99
10207 Sysco Medium Duty Scrubber Sponge
5
$
5.01
18498 Dawn Liq Antibacterial Dish Soap 32oz
1
$
6.69
4455 CDC Airpot Cleaner
10
$
2.66
13522 Dial Antimicrobial Liquid 7.5oz
1
$
3.63
Lids
16105 Dart 16oz Black Dome Lid
1000
$
37.90
38062 Starbucks SBC Hot Cup Lid 12-20oz
1000
$
66.80
14102 Greenware Clear Slot Lid
1000
$
40.30
14196 Greenware Clear Slot Lid
1000
$
41.75
15773 Solo 10oz Lid
1000
$
61.51
iM11119W."li
Cups and Sleeves
38065 Starbucks Hot Cup 12oz
1000
$
73.53
13813 16oz Eco Hot Cup
1000
$
220.88
20750 Solo Executive 12oz Paper Cup
1000
$
70.00
15805 Solo Duo Shield Hot Cup 16oz
600
$
135.25
14839 Eco 12oz Green Stripe Cup
1000
$
144.03
20746 Solo Executive 8oz Paper Cup
1000
$
52.06
20748 Solo Executive 10oz Paper Cup
1000
$
56.18
28804 Mars Drinks 4oz Espresso Cup 1000ct
1000
$
80.29
15743 Solo 12oz Hot Cup Bare
1000
$
117.06
6257 Solo 16oz Cold Cup
1000
$
86.19
13747 Greenware Clear Cup 16oz
1000
$
120.20
140D4 Greenware Clear Cup 12oz
1000
$
108.20
1006 Dart 12oz Foam Cup
1000
$
42.72
1032 Dart 10oz Foam Cup
1000
$
35.20
1713 Dart 16oz Foam Cup
1000
$
55.53
2202 Dart 6oz Foam Cup
1000
$
25.79
5309 Dart 20oz Hot Cold Cup
500
$
29.90
6095 Cup Sleeve 12/16oz Starbucks 1200ct
1200
$
94.38
14550 EcoGrip Brown Cup Sleeves 1300ct
1300
$
103.81
15716 The Sleeve 1200ct
1200
$
86.74
Paper and Plastics
2612 Jumbo Wrapped Straw
100
$
4.76
16735 5" StirStix Red Stripe
1000
$
2.18
16733 Eco Wood Stirrer 7"
1000
$
6.74
4449 Sysco Luncheon Napkins
500
$
4.21
14819 Tork Xpress Dispenser Napkin Natural
1
$
4.71
28175 Tork Advanced 2Ply Beverage Napkin
1
$
4.29
4444 Sysco Facial Tissue
1
$
0.93
10161 Emerald Paper Towels Wht 2ply
1
$
1.35
14479 Tork Universal Perforated Towels
1
$
1.10
13584 Bounty Paper Towel
15
$
28.68
5507 Sysco Multifold Towels Wht 250ct
1
$
1.69
5317 12oz Foam Bowl
125
$
4.57
28742 Eco 24oz Sugarcane Bowl
50
$
19.10
14469 Eco Sugarcane 12oz Bowl
50
$
6.53
19071 12oz Paper Bowl Symphony
125
$
15.21
28740 Eco 4oz Portion Cup 100ct
100
$
7.03
13963 Eco Sugarcane 9" Plate
50
$
8.35
3401 Foam Plate 6"
250
$
4.69
3402 Foam Plate 9"
125
$
9.79
9408 6" Paper Plate
250
$
15.66
13962 Eco Sugarcane 6" Plate
50
$
4.06
15859 Solo 8.5" Paper Plate Symphony
125
$
11.15
Cold Beverage Bottles
5084 Cherry Coke 20oz
24
$
33.18
3605 7-Up 20oz
24
$
28.59
Exhibit "A"
2511 Pepsi 20oz
24
$
27.88
4358 Mountain Dew 20oz
24
$
27.88
4376 Coke Classic 20oz
24
$
33.18
4378 Sprite 20oz
24
$
33.18
4383 Dr Pepper 20oz
24
$
33.18
5044 Mountain Dew Code Red 20oz
24
$
28.59
5539 Fanta Orange 20oz
24
$
32.47
5698 Orange Crush 20oz
24
$
28.59
15273 Grape Crush 20oz
24
$
28.59
15675 Dr Pepper Cherry 20oz
24
$
33.18
5279 A&W Root Beer 20oz
24
$
28.59
8439 Canada Dry Ginger Ale 20oz
24
$
28.59
5286 Big Red 20oz
24
$
28.59
4359 Diet Mountain Dew 20oz
24
$
28.59
4377 Diet Coke 20oz
24
$
33.18
4384 Diet Dr Pepper 20oz
24
$
33.18
10446 Coca Cola Zero 20oz
24
$
33.18
12356 Cherry Coke Zero 20oz
24
$
30.71
4381 Hawaiian Punch Red 20oz
24
$
24.35
5574 MinuteMaid Lemonade 20oz
24
$
33.18
Energy Drinks and Cold Coffees
7056 Red Bull Energy 8.3oz
24
$
51.18
7057 Red Bull Sugar Free 8.3oz
24
$
51.18
12318 Monster Lo Carb 16oz
24
$
62.12
12319 Monster Energy Drink 16oz
24
$
62.12
13944 5 Hour Berry Energy Drink 2oz
12
$
30.18
14622 Monster Java Loca Moca Energy Drink
12
$
35.82
15139 Monster Java Mean Bean Energy Drink
12
$
35.82
18767 iced Bull 12oz
24
$
70.59
23334 Red Bull Cranberry 8.3oz
24
$
51.18
23336 Red Bull Blueberry 8.3oz
24
$
51.18
24199 Monster Energy Zero Ultra 16oz
24
$
62.12
24397 Monster Rehab LemonadelTea 15.5oz
24
$
62.12
28128 Red Bull Sugar Free 12oz
24
$
70.59
38754 Monster Reign Lemon HDZ 16oz
24
$
62.12
38755 Monster Reign Melon Mania 16oz
24
$
62.12
38756 Monster Reign Sour Apple 16oz
24
$
62.12
33154 Clean Cause Lemon Lime 11.5oz
12
$
30.88
38758 Monster Reign Razzle Berry 16oz
24
$
62.12
31997 Red Bull Kiwi Twist
24
$
77.65
24198 Monster Energy Absolute Zero 16oz
24
$
62.12
31624 Starbucks Frappuccino Coffee 9.5oz
15
$
36.18
31625 Starbucks Frappuccino Mocha 9.5oz
15
$
36.18
31626 Starbucks Frappuccino Vanilla 9.5oz
15
$
36.18
37407 Clean Cause Yerba Mate Black Berry 16oz
12
$
31.06
37408 Clean Cause Yerba Mate Raspberry 16oz
12
$
31.06
32029 High Brew Dark Chocolate Mocha Coffee 8oz
12
$
32.82
Exhibit "A"
32030 High Brew Mex Vanilla Iced Coffee 8oz
12
$
32.82
32031 High Brew Satld Caramel Iced Coffee 8oz
12
$
32.82
32932 High Brew Dark & Bold Soz
12
$
30.35
34651 High Brew Double Espresso 8oz
12
$
32.82
32587 La Colombe TripleShot Draft Latte Can
12
$
39.88
32856 La Colombe Vanilla Draft Latte Cans
12
$
39.88
32585 La Colombe Pure Black Cold Brew Can
12
$
39.88
37633 Hey Day Cold Brewed Chocolate 11oz
12
$
36.71
5603 Starbucks Doubleshot 6.5oz
24
$
63.18
14141 Starbucks Doubleshot Vanilla 15oz
12
$
33.53
14142 Starbucks Doubleshot Mocha 15oz
12
$
33.53
32763 Dunkin Donuts French Vanilla Iced Coffee
12
$
30.71
32764 Dunkin Donuts Mocha Iced Coffee
12
$
30.71
32765 Dunkin Donuts Original Iced Coffee
12
$
30.71
32766 Dunkin Donuts Iced Espresso
12
$
30.71
Milk and Milk Alternatives
37140 Silk Almond Milk Pure Almond Unsweetened
1
$
5.46
15241 Silk Soymilk Plain .5gal
1
$
5.78
26533 Silk Almond .5gal
1
$
5.46
37988 Silk Oatmilk Plain .5gal
1
$
6.00
27823 Almond Breeze Original .SGal
1
$
7.53
15181 Milk 2%.5gal
1
$
2.57
38751 Organic Valley 1 Percent 64oz
1
$
5.66
35518 Organic Valley Whole Milk .5 Gal
1
$
5.09
38750 Organic Valley Skim Milk 64oz
1
$
5.35
9817 1% Milk .5gal
1
$
2.74
9811 FatFree Milk.Sgal
1
$
2.49
13250 Half & Half Pint Milk
1
$
3.31
38770 Organic Valley 2 Percent 64oz
1
$
5.66
Ju ice
2084 Welch Grape 11.5oz
24
$
26.82
2627 Welch Apple 11.5oz
24
$
27.18
2732 Trop Apple Juice 10oz
24
$
27.18
9367 MinuteMaid Light Lemonade 12oz
24
$
13.76
34739 MinuteMaid JTG Apple 12oz
24
$
33.53
37608 Simply Orange Juice 11.5oz
12
$
26.29
3682 Welch Orange 11.5oz
24
$
26.82
6132 Tropicana Cranberry 10oz
24
$
27.18
3204 Tropicana Orange Juice 10oz
24
$
27.88
1454 OceanSpray Cranberry Cocktail 5.5oz
24
$
15.88
5052 MinuteMaid Lemonade 12oz
24
$
13.76
34737 MinuteMaid JTG Orange Juice 12oz
24
$
33.53
4519 OceanSpray Cranberry Cocktail 15.2oz
12
$
21.35
4365 Dole 1000/. Orange Juice 15.2oz
12
$
21.35
4520 OceanSpray CranGrape 15.2oz
12
$
21.35
16745 Dole 100% Apple Juice 15.2oz
12
$
21.35
16746 OceanSpray Ruby Red Grapefruit 15.2oz
12
$
21.00
Exhibit "A"
* Case Counts, Availabilty and Pricing Subject to Change per Manufacturer
Exhibit "A"
ROUND ROCK TEXAS
FMCH"N' umvax
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: RFP 21.009 Addendum No:1 Date of Addendum: 121412020
This addendum is to incorporate the fallowing changes to the above referenced solicitation
I. Questions:
Qi. Can you provide a total employee count and how many people are at each location?
Al. The City has updated Attachment C- UPDATED List of Locations to Include this information
Q2. What kind of machines would you like? The RFP references K-Cups but the attachment references open brew If
open brew, how many airpots do you need per machine?
A2. The City has updated Attachment C- UPDATED List of Locations to include this information.
03. Do you need a condiment tray at each location? If Keurig, do you need a k-cup rack at each location?
A3. Currently the City does not require condiment trays or K-Cup racks at any location. However, please
provide pricing as locations may individually request items after contract award.
04. Do you need any icelwater machines?
A4_ No, currently the City does not require any icelwater machines but the Respondence may provide
information and pricing in the response for available options to be Included under the Contract.
05. Is it possible to confirm the dimensions. electrical, and plumbing at each location to ensure the machines fit?
A5. There are 23 locations, and each location is unique. We are unable to provide dimensions for each area.
The City will work with the awarded Contractor to ensure all plumbing and electrical requirements are
properly met.
06, How frequently would you like delivery?
Ali. Monthly is preferred but there may be additional needs throughout the month that will require attention
on an as -needed basis.
Q7. Will there be a separate RFP for vending?
A7. There is currently no RFP for vending services_
Q8. Are you able to disclose your current vendor(s)?
A8. The City is currently using Parks Coffee and Accant Coffee
Q9. Can you clarify the percent off MSRP requirement? What does this mean?
AS. The percent off M5RP (manufacturer's suggested retail price) is the percentage discount the Respondent
intends to offer the City as it relates to their catalog pricing of products that are not explicitly listed on the
Cost Proposal worksheet.
Q10. Are the services tax exempt?
A10. The City is tax exempt and will provide the tax exemption form to the awarded Contractor.
011. Can you clarify the receipt requirement? (page 6, section 6)
All. Part 3, Item 6 Pricing (pg. 6) states: "The percentage (%) off catalog pricing will be designated by the
Respondent on Attachment D — Cost Proposal Worksheet. invoices for work performed or items
delivered shall require a copy of a supplies receipt to be Included."
Exhibit "A"
The City expects the Contractor to include an itemized list for every item or service delivered to each
location while performing this Contract. The City may audit these receipts to ensure goods were
received or confirm that the pricing and MSRP discount is being offered in accordance with what is
stated in the Contract.
Additional Information: Part V, Item 3 Exceptions has been updated to reflect the following language
Exceptions: Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the
Proposal by the City. Exceptions to this solicitation if any, sha I be submitted on a separate sheet labeled
"Exceptions" with the Respondent's proposal.
III ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY:Jmv,,,�1214/2020
Amanda Crowell, Purchaser
Purchasing Office, 512.218-5458
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
MULIF, .a CIM0 0
Name
A-,-- is-10 --ao
Authorized Signature Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
Exhibit "A"
ROUND ROCK TEXA.
nwuus.w omsiar
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: RFP 21-449REBID Addendum No: 1 Date of Addendum: 21412021
This addendum is to incorporate the following changes to the above referenced solicitation*
Question:
Q. On the Cost Proposal Sheet when the City states "Pot of Coffee" as a unit, how many ounces does that
represent?
A. Our current pots of coffee contain 64 ounces of brewed beverage.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: OL".�t 2/4/2021
Amanda Crowell, Purchaser
Purchasing Office, 512-218-5458
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
NM, AeA r B 4�<' VVLLD&�
Name
LjLT
Authorized Signature
.D
Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
Mfit 19.1%
ROUND ROCK TEXAS
PU9[NIISIMG UIVISIOII
ADDENDUM
CITY OF ROUND ROCK, TEXAS
Solicitation: RFP 21-009REBID Addendum No: 2 Date of Addendum: February 17, 2021
This addendum is to inoorporate the following changes to the above referenced solicitation:
I. Extension: The proposal due date is hereby extended until Friday, February 26, 2021 at 3:OOPM CST.
11, ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: —__ A4/�'� February 17, 2021
Cheryl Kau an, PurcI66inq Supervisor
Purchasing Office, 512-218-5417
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
Ms Agke E�NNc ADO
Name
Authorized Signature Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.
ROUND ROCK
TEXAS
City of Round Rock
Agenda Item Summary
Agenda Number:
Title: Consider executing an Agreement with Aramark Refreshment Services for the
purchase of coffee supplies and services.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 6/25/2021
Dept Director:
Cost: $180,000.00
Indexes: General Fund
Attachments: Contract - Aramark, 4.6 Online Evaluation Matrix
Department: Finance Department
Text of Legislative File CM-2021-179
This award was solicited under Request for Proposals 21-009REBID. The solicitation was posted
on January 21, 2021, with a submission deadline of February 18, 2021. A total of four
responses were received, with Aramark Refreshment Services being the highest ranked
respondent and the vendor recommended for award.
The evaluation team was comprised of staff from Police, Parks and Recreation, Information
Technology, General Services, and Finance. The purpose of this agreement is to support citywide
operations by providing coffee services and supplies on an as -needed basis for multiple City
facilities. The contract has been partially executed by Aramark as of May 23, 2021. The services
to be provided under the contract are specified in Exhibit A of the agreement.
Coffee Services are included as part of the FY2020/21 Authorized Purchases List approved by
Council in September 2020. The contract is for an amount not to exceed $45,000 per year and a
total not to exceed $180,000 for the term of the four-year agreement. The costs are paid for
from each participating department's operating budget.
The City's contract with Aramark Refreshment Services will begin from the date of award and
shall remain in effect for forty-eight (48) months.
Cost: $180,000
Source of Funds: Department's Operating Budget
City of Round Rock Page 1