Loading...
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