Loading...
R-2022-018 - 1/13/2022 .RESOLUTION NO.R-2022-018 WHEREAS, the City of Round Rock ("City") desires to purchase custodial supplies and equipment, and related goods and services; and WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local governments to participate in cooperative purchasing programs with other local governments; and WHEREAS, the Buy Board Cooperative Purchasing Program {"Buy Board") is a cooperative purchasing program administered by the Texas Association of School Boards for the purpose of procuring goods and services for its members; and WHEREAS,the City is a member of Buy Board; and WHEREAS, Matera Paper Company is an approved vendor of Buy Board;and WHEREAS,the City desires to purchase said goods and services from Matera Paper Company through Buy Board Cooperative Contract No. 649-21,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Custodial Supplies and Equipment with Matera Paper Company, a copy of said Agreement being attached hereto as Exhibit"A"and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551,Texas Government Code,as amended. 0112,20222;4864.4776-3336 RESOLVED this 13th clay of January, 2022. CRAIG MOR Al 1, �yor City of Round Rock, 'Vexas ATTEST: MEAGAN TNKS, City Clerk 2 EXHIBIT "A„ CITY OF ROUND ROCK AGREEMENT FOR CUSTODIAL SUPPPLIES AND EQUIPMENT WITH MATERA PAPER COMPANY 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 custodial supplies and equipment, and for related goods and services(referred to herein as the "Agreement"), is made and entered into on this the _ day of the month of , 2021 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices'are located at 221 East Main Street, Round Rock,Texas 78664-5299(referred to herein as the"City"),and MATERA PAPER COMPANY, whose offices are located at 13500 Immanuel Road, Pflugerville, Texas 78660 (referred to herein as"Vendor'). RECITALS: WHEREAS, City desires to purchase certain goods and services, custodial supplies and equipment,and City desires to procure same from Vendor;and WHEREAS, City is a member of Buy Board Cooperative Purchasing Program ("Buy Board") and Vendor is an approved Buy Board vendor through Buy Board Contract #649-21; and WHEREAS, City desires to purchase said goods and services from Vendor through Buy Board as set forth herein;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 follow: 4890-1101-15861ss2 1.01 1 1EFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is ligated to buy specified services and Vendor is obligated to provide said services. The Agreem nt includes Vendor's discounts off price list(attached as Exhibit"A"). City means the City of Round Rock,Williamson and Travis Counties,Texas. Effective Date means the date upon which the binding signatures of both parties to this A reement 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 mean the specified supplies,materials,commodities,or equipment. F Services mean work performed to meet a demand or effort by Vendor to comply with promised delivery dates,specifications,and technical assistance specified. 2.01 EFFECTIVE DATE,TERM,PRICES FIRM 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. This Agreement shall terminate September 30,2024. C. Prices shall be firm for the duration of this Agreement. No separate line-item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurral e,costs associated with obtaining permits,or any other extraneous charges. City reserves the right to review the relationship with Vendor at any time, and may elec to terminate this Agreement with or without cause or may elect to continue. 3.01 ONTRACT DOCUMENTS AND EXHIBITS Tic goods and services which are the subject matter of this Agreement are described in Exhibit A" and, together with this Agreement, comprise the Contract Documents. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference to the terms and conditions set forth in pages one(1)through nine(9)of this Agreement. 2 4.01 ITEMS A. The goods which are the subject matter of this Agreement are described generally in the attached Exhibit"A." B. This Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals,correspondence or discussions. C. Vendor shall satisfactorily provide all deliverables described in Exhibit "A" within the contract term specified. A change in the Scope of Services or any term of this Agreement, including bonding requirements, must be negotiated and agreed to in all relevant details,and must be embodied in a valid Supplemental Agreement as described herein. 5.01 COSTS A. City agrees to pay for supplies during the term of this Agreement at the pricing set forth at in Exhibit"A" Vendor specifically acknowledged and agrees that City is not obligated to use or purchase any estimated annual quantity of goods. Only if, and when needed by City, the costs listed on Exhibit"A"shall be the basis of any charges collected by Vendor. B. The City shall be authorized to pay the Services Provider an amount not-to- exceed Five Hundred Sixty Thousand and No/100 Dollars($560,000.00)for the term of this Agreement. 6.01 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 D. Delivery or performance dates. 7.01 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. 3 8.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor vill 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 re Ives a correct invoice for the performance and/or deliverables or services, whichever is later. V ndor may charge interest on an overdue payment at the"rate in effect"on September l of the fi ical year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Governr ient Code,Section 2251.025(b);however,this Policy does not apply to payments made by City n the event: L. 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 terns 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. 9.01 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. 10.01 1AXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 11.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS I Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers 4 12.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agrecment: Parn Kelt en Custodian Supervisor 202 Commerce Boulevard Round Rock,Texas 78664 (5 12)341-353 13.01 INSURANCE Vendor shall meet all City of Round Rock Insurance ReqUireinCutS as set forth at: ht1jj—b'awNv-rotLy,Ldrocktc xas-AIM AJILcorr insurance OT20112,I)df. 14.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question tile other party's intent to perform hereunder, then demand may be made to file other party for written asSLirance 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. 15.01 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 be considered ill future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default Ofthis Agreement if ft does any of the following; A. Fails to fully, timely and faithfully perform, any of its material obligations under this Agreement; B. Fails to provide adequate assurance of' performance under the "flight to ASSUranec"section hercin; or C. Becomes insolvent or seeks relief under the bankruptcy laws of tile United States, 16.01 TERMINATION AND SUSPENSION 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 Agreern ent 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 evideno in writing by and between the parties. 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 canc 1 promptly all existing orders and contracts insofar as such orders and contracts are chargee le to this Agreement. Within thirty(30)days after such notice of termination, Vendor shall su mit a statement showing in detail the goods and/or services satisfactorily performed under d is 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. 17.01 1 NDEMNIFICATION 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 co is or fees arising out of,or incident to,concerning or resulting from the fault of Vendor, or Vend Ws agents, employees or subcontractors, in the performance of Vendor's obligations under th s Agreement,no matter how,or to whom,such loss may occur. Nothing herein shall be 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. 18.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Vendor,its agents,employees and subcontractors shall use best efforts to comply with all pplicable federal and state laws,the Charter and Ordinances of the City of Round Rock, as amen ed, and with all applicable rules and regulations promulgated by local, state and national mards,bureaus and agencies. In accordance with Chapter 2271,Texas Government Code,a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written N erification from the company that it:(1)does not boycott Israel;and(2)will not boycott Israel an I will not boycott Israel during the term of this contract. The signatory executing this Agreem nt on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel du ing the term of this Agreement. 6 C. In accordance with 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten(10)full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;and(2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a practice,policy,guidance,or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten(10)full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has provision in the contract verifying that it:(1)does not boycott energy companies;and(2)will not boycott energy companies during the term of this Agreement. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott energy companies,and it will not boycott energy companies during the term of this Agreement. 19.01 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. 20.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. 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: Matera Paper Company 13500 Immanuel Road Pflugerville,Texas 78660 7 Notice to City: City Manager Stephan L.Sheets,City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78564 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE his Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessaj y 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 goveme I by and construed in accordance with the laws and court decisions of the State of Texas. 22.01 XCLUSIVE AGREEMENT his document, and all appended documents, constitutes the entire Agreement between Vendor md City. This Agreement may only be amended or supplemented by mutual agreement of the pi rties hereto in writing,duly authorized by action of the City Manager or City Council. 23.01 ISPUTE RESOLUTION ity and Vendor hereby expressly agree that no claims or disputes between the parties arising o Lit of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceedi ig, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Sec tion 1-14)or any applicable state arbitration statute. 24.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrerim of any event rendering any portion or provision of this Agreement void shall in no way affex the validity or enforceability of any other portion or provision of this Agreement.Any void pro ision shall be deemed severed from this Agreement,and the balance of this Agreement shall be nstrued and enforced as if this Agreement did not contain the particular portion or provisioi held to be void. The parties further agree to amend this Agreement to replace any stricken Drovision with a valid provision that comes as close as possible to the intent of the stricken rovision. 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. 25.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competei t 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 Maters Paper Company oyair. 1, 1's e�tW By: By: Brad Merriman o�,,�,.,,,,,,,,,.,,a,,, Printed Name: Printed Name: Brad Merriman Title: Title: Area Manager-North Texas Date Signed: Date Signed: November 11,2021 Attest: By:._. Meagan Spinks,City Clerk For City,Approved as to Form: By: Stephan L.Sheets,City Attorney 4890-1101-158blss2 Exhibit "N' 1 Se ie -Discount(a/o)off catalog/pricelist for Custodial Paper Products and Dispensers(Roll towels, multi-fold towels,tissue, similar related products). Total: 20% Item Notes: Vel dors proposing various manufacturer product lines per line item must submit the information as foll or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • AdditionallAfternate Manufacturer lines must submitted by selecting"Add Alternate." Item Attribut is 1.State Nami of Catalog/Pricelist BUYBOAR CATALOG 2021 2 Section-1: 112ment,ProdUcts.and Supplies-Discount(%)off catalog/pricelist for Custodial Chemicals.C talog/Pricelist MUST be submitted or proposal will not be considered. Total: 15°� Item Notes: Ver dors proposing various manufacturer product tines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting"Add Alternate". Item Attribut s 1. State Name of Catalog/Pricelist BUYSOARD CATALOG 2021 Paga 4 of 18 pagan Vaidw:Maras PapwC*mpany 649-21 Addadum 1 Exhitift "A" 3 Section I: BalalRme2t Products.and SuS Ip les-Discount(%)off catalogtpricelisf for Custodial Cleaning Supplies. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: _20°� Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered. • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Aftemate Manufacturer lines must submitted by selecting"Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist BUYBOARD CATALOG 2021 4 ectign 1: Equinment.Products.and Sun I{�res-Discount(%)off catalog/pricelist for Custodial Chemical Dispensing Systems.Catalog/Pricelist MUST be submitted or proposal will not be considered. Total, 100 W Item Notes: Vendors proposing various manufacturer product fines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting"Add Alternate". Item Attributes 1. State Name of Catalog/Pricelist BUYBOARD CATALOG 2021 Page 5 of Is pages Yenr W Md=FaOjWCWq=Y 649-21 Addendum r Exhibk"N' 6 Section I:E&domentPro -Discount(%)off catalogtpriceiist for Floor Maintenance and Custodial Equipt ient. Catalog/Pricel st MUST be submitted or proposal will not be considered. Total: 20°l0 Item(votes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer fisted. • Additional/Alternate Manufacturer lines must submitted by selecting"Add Alternate". Item Attributos 1,State Name of Catalog/Pricelist BUYBOARE I CATALOG 2021 6 Section 1: t Inment.P u0s,and Su Iles-Discount(%)off catalog/pricelist for Soap and Skincare Products. Cat 3log/Pricelist MUST be submitted or proposal will not be considered. Total: 1536 Rem Notes: Vei dors proposing various manufacturer product lines per line item must submit the information as fol ws or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/AStemate Manufacturer lines must submitted by selecting"Add Alternate"_ Item AftribilUs 1. State Name of Catalog/Pricelist BUYBOARD CATALOG 2021 Pa8°6 of 18 pages vad°r:Matas Paper Canny 649-21 Addasd=i Exhibit "N' 7 Section I: I auipmenL Products.and Supplies-Discount(%)off catalog/pricelist for Trash Receptacles.Catalog/Pricelist MUST be submitted or proposal wili not be considered. I--- Total: Item Notes- Vendors proposing various manufacturer product lines per fine item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Aitemate Manufacturer lines must submitted by selecting"Add Alternate'. Item Attributes 7. State Name of Catalog/Pricelist BUYBOARD CATALOG 2021 8 Section l: Equipment.Products.and Supplies-Discount(%)off catalog/pricelist for Can Liners. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: 2a% Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • AdditionallA[temate Manufacturer lines must submitted by selecting"Add Alternate". Item Attributes I. State Name of Catalog/Prlcelist BUYBOARD CATALOG 2021 pqFz of t a t vaukr.Mataa>#a Company 649-21 Addendum Exhibft "N' 9 Section 1: Ea gioment. c lie -Discount(%)off catatogtpricelist for Disposable Food Service and Breakroom Supplies.Catabg/Pricel st MUST be submitted or proposal will not be considered. Total: 1596 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as fol ows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting"Add Alternate". Nem Attribut as 1.State Nam of Catalog/Pricelist =uw%ts. CATALOG 2021 1 g -Discount(%)off catabg/pricelist for Custodial Safety og/Pricelist MUST be submitted or proposal will not be considered. Total: 15% Item Motes: Vendors proposing various manufacturer product lines per line item must submit the information as folli wA or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting"Add Alternate". Item Attribu 1. State Name of CatalogiPricelist t3UYBOAR CATALOG 2021 Page 8 or 18 pages Vender:Mauro paperCompo y 649.21 Addendum 1 ExhibiVX 1 4 Section I: Equipment.Products,and Supplies-Discount(%)off catalog/pricelist for Floor Mats. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: 1536 Item Notes: Vendors proposing various manufacturer product lines per One item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer fisted. • Additional/Alternate Manufacturer tines must submitted by selecting"Add Alternate". Item Attributes 1. State Name of Catalog/Prlcelist BUYBOARD CATALOG 2021 1 2 Section I: Eaulnment.Products.and Sug I�Discount(%)off catalog/pricelist for Repair Parts for Floor Maintenance and Custodial Equipment.Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: 15% Item Notes: Vendors proposing various manufacturer product fines per One item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Alternate Manufacturer lines must submitted by selecting"Add Alternate'. Item Attributes 1. State Name of Catalog/Prlcelist BUYBOARD CATALOG 2021 Page 9 of is pages Vandal:Mately Paper Company 649-21 Amman t 1 Exhibit "N' 3 Section : Eauloment Products.and SuRRIies-Discount(%)off catalog/pricelist for All Other Custodial Products.Ca latog/Pricelist MUST be submitted or proposal will not be considered. Total: 15 Item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows or proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • Additional/Altemate Manufacturer lines must submitted by selecting"Add Alternate". Item Attrib 1.State amill of Catalog/Pricelist BUYBllotcl' TALOG 2021 Ilation and Repair Service -Hourly Labor Rate for Installation/Repair Service of Custodial Equipment and ProduExceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity: OK Hour Price:i -- $65.001 Total: $65.00, 1 6 Section Ill: E aluatioltems•Specified Brand:Ajax.Full Description and Unit of Measure:Oxygen Bleach Cleansing Powder,abrasive type scouting clearter,30121 oz,cans per case,CASE PRICE. -� Unit Price:l_ $29.021 Total:1 $29.02 Item Notes: TME EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT.AN 1 i items in this section must be completed with the Proposal SI iecifications for the Proposal to be considered.Equal alternates may be submitted only if Vendor does not sell the specific product listed.The information provided will only be used for purposes of as sisting in the evaluation of Vendors'price competitiveness.These items will not be individually avrarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter pr widing explanation requesting exemption from this requirement and identify its specialty product fir s)(vacuum equipment only,paper products only,etc.).The Cooperative may determine,in its sc e discretion,whether or not to exempt Vendor from this requirement based on all information pr vided with the Proposal. Item Attribut 1.Specified E rand AJAX Pegs 10 of is pages VaWW Manna Pepaeoj� 64921 Awn I Exhbi- "A" 6 �lection 111. EvawtiVar jtgtm specified Brand:Johnson Wax Full Description and Uri t of Measure:Fu(niture Polish lern on scened, '12-15 oz Containers per case,CASE PRICE Unit Price, X44 ., Total: Item Notes: '[`HE:EVALUA11ION ITEMS MUST BE COMPLETED FOR Ell HER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT.All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only it Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors"price competitiveness 'These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.) The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal, Item Attributes 1, Specified Brand JOHNSON WAX Z Attribute deleted as:part of art A ddend'um Section Bran&Rubbermaid,Full Description and Unit of Measure:Plastic Broom, I dozen per carton,UNIT PRl Cl No Biel ------------------------- Itern Notes: THE EVALUATION ITEMS MUSTBE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT.All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered Equal alternates may be submitted only if Vendor does not sell the specific product listed The information provided will only be used for purposes of assisting in the evaluation of Vendors' price cornpetifiveness. These items Will riot be individually awarded. Vendors that do riot offer any of the evaluation and/or alternate items shall submit a wr4ten letter providing explanation requesting exemption from this requirement and identify its specialty product fine(s)(vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on:all information provided with the Proposal, Item Attributes 1. Specified Brand la6o SI)Onse illage I 1 01,18 p1ge's vcwkxmijera 60-21 Addendum i Exhibit"A" Alternate Section •R B Per carton,UNIT Unit Price: $64.611 Totak $54.51 Item Attribu es 1. Specified Irand ABCO PR DUCTS-BR1024MH 8 Section ill: ValtlatiOn ltQMS-Specified Brand:Rubbermaid;Full Description and Unit of Measure:Dust Pan.lobby-type. strong akuninum long handle that swings freely or snap-locks into upright position,UNIT PRICE. No Bid Item Notes: T 4E EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN A TERNATE PRODUCT.All 11 items in this section must be completed with the Proposal S 3ecifications for the Proposal to be considered.Equal alternates may be submitted only if Vendor does not sell the specific product listed.The information provided will only be used for purposes of ai misting in the evaluation of Vendors'price competitiveness.These items will not be individually awarded. ndors that do not offer any of the evaluation and/or alternate items shall submit a written letter p oviding explanation requesting exemption from this requirement and identify its specialty product Ii (s)(vacuum equipment only,paper products only,etc.).The Cooperative may determine,in its s discretion,whether or not to exempt Vendor from this requirement based on all information p ovided with the Proposal. Item2A:tftMtrK1b 1. nd 7771 Alternate S nill. valUatian ROMS-Specified Brand:Rubbermaid.Full Description and Uailgf Measure:Dust Pon.l strong aluminum long handle that swings freely or snap4ocks into upright position.UNIT PRICE. Unit Price: $8.12 Total: $8.12 Item Attributes 1. Specified Brand ABCO PRC DUCTS DP00204EH Page 12 of Is,PWM vartda:Mdere PVW C=WW 644-21 Addendum i 1 eotiQn_III: Evaluation Items-specified Brand:Wen;Full Description arid unit of Measure:'Wet Mop Head, medium,20 oz.,4 ply.rayon and synthetic blend yarn,quick dry to resist mildewy and bacteria growth,pre-shrunk Woped rand with tailband',5"wide head band,blue calor yarn,and headband labeied,DOZEN PRICE, No, f't . lkerri Mates ............ 1°°HE EVALUATION ITEMS MUS.f. E COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT,Ali 11 items in this section must be, completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does riot sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Veridors`price competitiveness, These items will not be individually awarded. Vendors that do not offer any of the evaluation andtor alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). 'The Cooperative ntay determine, in its sole discretion„whether or not to exempt Vendor frorn this requirement based on all information provided with the Proposal.. Item Aftributes T. Specified Brand 1 rs response Alternate Section 111:E v iris -_..R l5i_o nLJ,.Wii n Fu t QkQaAl e ria: t MQQ i-tead. rnedsuna _2tt oz-+t LJvrayd�tt a tJ ti bend varri 59iai k r t. t tS.im i ay _ k p hemi tonal tiyg r ,,Qt9LMr ,d_j?,p . as?�kky +wlf+ rJ PFR_ E. Unit Price.t ._. ..__.... �t�.Gth Totai: $42,051 Item Attributes 1. Specified Brand JABCO PRODUCTS CLM303SWG �a g, 3 or 18 pa mdrar:h+f algin P r 4.%aaaa a:rn° 649-21 iv tndaz n I Til k.. Exit ib....... .... 2 0 Section III; -,Errol ygjion-Item- -specified Brand:RubberrnMd,Full Description arid:Unit of Measure.Mop Bucket,heavy duty, 26-quart,ptashc ye, ow mop bucket on 3"casters,UNIT PRCE. No Bid, Item Notes, THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT.All 11 items in this section must be completed with,the Proposal Specifications for the Proposal to be considered,. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors"price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s):(vacuum equipment only, paper products only,etc.).The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1:. Specified Brand INTes on;,�—e Alternate I gigcticy n 111, Evaluation IternS,-Snedfied Prand'RuhDsL nit eijsurg:Moo �TPRI� Urift Price" 4 .51 Total: �4 0=5 1 ftern Affiributes 1. Specified Brand CAPRI ISLE i69O8O4 Page 14 of 18 pagm velxia-matem P"r.C_0.1n 649-21 Addond"m I Exhibit"N' 2 Section 111: Evaluation Item$-Specified Brand:Rubbermaid,Full Description and Unit of Measure:Mop Wringer,plastic, down-press,to fit 16-24 oz.mops.UNIT PRICE. No Bid Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED ANDIOR AN ALTERNATE PRODUCT.All t 1 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the speck product listed.The information provided will only be used for purposes of assisting in the evaluation of Vendors'price competitiveness.These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s)(vacuum equipment only,paper products only,etc.).The Cooperative may determine,in Its sole discretion,whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1. Specified Brand No response Alternate T Section III: Evaluation Items-Specified Brand:Rubbermaid: Full Description and Unit of Measure_Mon W_rinoer_plastic_ do p;uress,to-fit 16-24 oz.moos.UNIT PRICE. t----- Unit Price: $32.36 Total:l $32.36 Item Attributes 1. Specified Brand CARLISLE 36908W04 Par 15 of i8 page Vardar:Ma1=PO4fuCompaay 649-21 Addaidum 1 Exhibit "A" Z Section ill: Evaluation Items-Specified Brand:Continental;Full Description and Unit of Measure:Wet Floor Sign,yellow. lettered multilingual,UNIT PRICE. Unit Price: $9.72 Total t $9.72 Item Notes: E EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN TERNATE PRODUCT.All 11 items in this section must be completed with the Proposal S 3ecifications,for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed.The information provided will only be used for purposes of assisting in the evaluation of Vendors'price competitiveness.These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter p oviding explanation requesting exemption from this requirement and identify its specialty product Ii e(s)(vacuum equipment only,paper products only,etc.).The Cooperative may determine,in its e discretion,whether or not to exempt Vendor from this requirement based on all information p ovided with the Proposal. Item Atttribu s 1. Specified Srand COM1N FAL 771 3 Se I Items-Specified Brand:Spartan;Full Description and Unit of Measure:Porcelain Bowl Cleaner,non- acid,12-32 oz.containers per case,CASE PRICE. —t Unit Price: $18.761 Total:1 $18.76 Item Notes: T iE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN A TERNATE PRODUCT.All 11 items in this section must be completed with the Proposal ecifications for the Proposal to be considered.Equal alternates may be submitted only if Vendor d not sell the specific product listed.The information provided will only be used for purposes of a isisUng in the evaluation of Vendors'price competitiveness.These items will not be individually a Yarded. V ndors that do not offer any of the evaluation and/or alternate items shall submit a written letter p oviding explanation requesting exemption from this requirement and identify its specialty product ii s)(vacuum equipment only,paper products only,etc.).The Cooperative may determine,in its le discretion,whether or not to exempt Vendor from this requirement based on all information p ovided with the Proposal. Item Attributes 1. Specified Strand SPARTAN Pap 16 of 18 pages VaW=.Ma m Papa Conway 649-21 A*kndwn 1 Exhibit 'A' qSection }Il. Evaluation Iter_ pea;ataed Brand:Johnson Wax;Full Description and Unit of Measure:Gass Cleaner,4.. y- gaallon cant finers per rase.CASE PRICE. fl fl:� Bird'. Item Note THE EVALUATION ITEMS MUST EE COMPLETED FOR Etl HER"f HE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT.Ail 1 Items in this section rrlust be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may e subrmMed only if Vendor does not sell the specific product listed.The information provided will on'Iy be used for purposes of assisting in the evaluation of Vendors'price competitivenness.These Items will not be in viduall;y awarded'. Vendors that do not Gaffer any of the evaluation andlor alternate pterns shall subrnit a written letter providing explanation requesting exemption from this requirement and Identify its specialty product line(s) (vacuum equipment only, paper products only, etc.), The Cooperative may determine, in its sole discretion„whether or not to exempt Vendor from this requirement based on WI Information provided with the Proposal. Iterrr Attributes Specified Brand ..., .� _.�.... No response Alternate $ it valuatloLi ftern - f' n& J hn on Mr rlr ll n containeArs os SASE PP.ICE;. Untt Brice: $26.25 Total: $26.25' hemi Attributes t, Specified Brand PAF TAhJ 3262- Page 17 cwt'18 lag s Vend" Mralcm Paper Company £491.21 Addenduat 1 2 6 Section Ill:-Evaluatign.1 s -,Specified rand:ABC-Futt Descriiption and U nit of Measure:Cream Rem over,,aerosol, 120z., 12/ca:se,CASE PRICE If Bid! Item(Votes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT,All I I items in this section must be completed with the Proposal Specifications for the Proposal to be coinspdered. Equal::alternates may be submitted only K Vendor does not sell the specific product listed, The information i provided will only be used for purposes of assisting in the evaluation of Vendol cornpetitiveness, These items will not be indiOdually awarded Vendors that(to not offer any of the evaluation and/or alternate items shall] submit a written letter providling explanation requesting exemption from this requirement and identify its specialty product line(s)(vacuum equipment only, paper pro dLICtS only,etc.). The Cooperative may determine, in its scale discretion,whether or not to exempt Vendor from this requirement based on all information provided with the Proposal, Item Attributes 1. Specified Brand Alternate I SectioalW Evaluation Iteml Ud j2—rg- 12&ao—QA.s0XLRRY(;EL Unit Price: $41.821 Total", $41.82 Item Attributes 1. Specified brand CHASE C0113 Response Total: $413.00 Page IS of 18 page's Venda u Mwera Paper Qnrxany 649-21 Auidtridum I'