Contract - Matera Paper Company - 1/13/2022 CITY OF ROUND ROCK AGREEMENT FOR
CUSTODIAL SLJPPPLIES AND EQUIPMENT
WITH
MATERA PAPER COMPANY
THE STATE OFTEXAS §
CITY OF ROUND ROCK§ KNOW ALL BY 'I"HESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THATTHIS AGRI,"EMENT for the purchase of custodial Supplies and equipment, and
For related goods arid services (referred to herein as the "Agreernent"), is made and entered into
on this the jV--lday ol" the month of Jay-wat, 2021by and between the CITY OF
I - -
ROUND ROCK, aTexas home-11110 nlltuiCip�llity, N hose 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, 11flugerville, 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 fi-Oiri Vendor; and
WHEREAS, City is a ii-tember of' Buy Board Cooperative Purchasing Program ("Buy
Board") arid Vendor is an approved Buy Board vendor through Buy Board Contract #649-21;
and
WHEREAS, City desires to purchase said goods and set-vices 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, 'l WITNt"SSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency arid receipt of which are hereby acknowledged, it is
111LItually agreed between the parties, as, follow:
4890-1101-1586/ss2
R-2o22-ug
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to provide said services. The
Agreement includes Vendor's discounts off price list(attached as Exhibit"A").
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 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
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. 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,
demurrage,costs associated with obtaining permits,or any other extraneous charges.
D. City reserves the right to review the relationship with Vendor at any time, and
may elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The 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 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 terms 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 TAXES
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
If 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 IZEPIZFSENTA,rivi�
(""sty hereby designates the following represeinative authorized to act in its behalf'with
regard to this Agreement:
Paan Kchgen
Custodian SLlpCl-ViSOr
202 Commerce Boulevard
Round Rock, Texas '78664
('512)3f41-3353
pk,jUIQI ll(cF:)rOLludrOCkt�X,, ,LOV
13.01 INSUIRANCE
Vendor shall meet all Clity of Round Rock IuSUl-auCC Requirements as set forth at:
irISUrance 02,20112jilf,
14.01 IMAIT TO ASSURANCE
Whenever either party to this Agreement, in good filith, has reaSO11 to (ILICSti011 the other
party's intent to perform hereunder, then demand may be made to the other party fer written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable finis specified when demand is made,then and in that event the demanding party Illay
treat such faillfre as all anticipatory rept.idiation of this Agreement.
15.01 DEFAULT
IfVmdorabandons of- del'aults under this Agreement and is a cause of City pfirchasing
the specified goods elsewhere, Vendor agrees that it may he charged the difference in cost, if
any., and that it will not be considered in the re-advertiseincrit of the service and fluat it may not
be considered ill future bids l'or the same type of'work unless the scope of Nvork is significantly
changed.
Vendor shall be declared ill del auh ofthis Agreement i fit does any of the 1`611oNvi rfg�
A. Fails to fully, timely and faithfully perform ally of its material oblig'-flions
under this Agreement;
B. Fails to provide adequate asSUrallcc of' 110 do fill ance under the, "Right to
ASSUrance"section herein; or
Becomes insolvent or seeks reliefunder the bankruptcy laws ot'lhe United
States.
5
16.01 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.
17.01 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
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 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 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 verification from the company that it: (1)does not boycott Israel; and(2)will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott
Israel during 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 78664
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
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.
22.01 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.
23.01 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.
24.01 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.
25.01 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
8
that SLICII SCI-ViCeS, I-eSlIOIISihiIidCS and dUtiCS shall be perlbrined in a manner according to
generally accepted ilIdLIStl-y PI-00CCS.
Time is of the Essence. Vendor unclerstands and a,)recs that time is of the essence and
Z71
that any f�ailurc of Venclor to fulfill obligations for each portion of' this Agi-ccalent within the
agreed thoefrarues will constitUtC al RlatCl-ial breach of this Agreement. Venclor shall be fully
responsible for its delays or lbl' 111HUN5 to Use best of orls in accordance with the teens of'this
Agreenient. Where clarnage is caused to City &C to VC11d0l"S ficlilUl-C to perforni in these
circunistances, City inay JUIrStIC any rerriccly available without Nvaivcr ofarly ol'(.Iity's additional
legal rights or remedies.
Force NiaJeure. Neither City nor Vendor shall be cleerned in violation of this Agreement
if it is prevented frorn perrol-Illint, any of its obligations 11CI-eUnder by reasons, for which it is not
responsible as defined herein. I loweV(a', WdCC Of SLICII iIIIj)CdiIIICIlt or delay in perf'orniance n-nist
be tirne8y given and all reasonable eff'orts, undertaken to mitigate its effects.
Multiple Counterpat,ts. This Agreernent may be executed ill 111111tilAC COUriterparts, any
one of whicii shall be considered an original of this dounnent; and all of which, when t,.-Ikcll
together, sluffl constitute one and the S,1111C illStRillient.
I
IN WITNI"ISS WI I ER F'0 F, City and Vendor have CXCCLJtC(l this Agreement On file clates
indicated.
City ot'Rout Roc Texa Matei-a 11apet- Company
Tex
llg,�, by Urd W,
By: By: Brad Merriman �Ii,YJ21 11 11 a 3a 1r WOW
Printed Narne: Bracl'Mcn-iman
Title: -MqMer-Nortla Texas
Dare Signcd� Date Signed November 11, 2021
Attest:
13
1--"10,111 IS�19�ts- C:ity—c](1–rc
Foi- City, pfinoved "I's LF
By:<
..............
Stepha L. Shects, City Attorney
ell
4890-1 101-M6/s,,2
Exhibit "A"
1
Section I: Equipment, Products,and Supplies-Discount(%)off catalog/pricelist for Custodial Paper
Products and Dispensers(Roll towels, multi-fold towels, tissue, similar related products).
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate."
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
2
Section I: Equipment. Products.and Supplies-Discount(%)off catalog/pricelist for Custodial
Chemicals.Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total:
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
Page 4 of 18 pages Vendor:Matera Paper Company 649-21 Addendum 1
Exhibit "A"
3
Section I: Eguipment, Products,and Supplies-Discount(%)off catalog/pricelist for Custodial Cleaning
Supplies. Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total: 20°Io
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
4
Section 1: Eguipment, Products,and Supplies-Discount(°Io)off cataloglpricelist for Custodial Chemical
Dispensing Systems. Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total: 100°l0
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
Page 5 of 18 pages Vendor:Mates Paper Company 649-21 Addendum 1
Exhibit "
3
Section I: Equipment, Products,and Supplies-Discount(%)off catalog/pricelist for Floor maintenance and
Custodial Equipment.
Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total: 20°l0
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
6
Section I: Equipment, Products,and Supplies-Discount(%)off catalog/pricelist for Soap and Skincare
Products. Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total:
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
Page 6 of 18 pages Vendor:Matera Paper Company 649-21 Addendum 1
Exhibit "A"
7
Section I: Eauipment. Products,and Supplies- Discount(%)off catalog/pricelist for Trash
Receptacles. Catalog/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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
8
Section 1: Equipment. Products.and Supplies-Discount(%)off catalog/pricelist for Can Liners.
Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total: 20°!0
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
Page 7 of 18 pages Vendor.Matera Paper Company 649-21 Addendum L
Exhibit "A"
9
Section I: Equipment. Products.and Supplies- Discount(%)off catalog/pricelist for Disposable Food
Service and Breakroom Supplies. Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total:
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 Attributes
1. State Name of CataloglPricelist
BUYBOARD CATALOG 2021
1
0 Section 1: Equipment. Products.and Supplies-Discount(%)off catalog/pricelist for Custodial Safety
Products. Catalog/Pricelist MUST be submitted or proposal will not be considered.
Total:
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
Page 8 of 18 pages Venda:Materu Paper Company 649-21 Addendum 1
Exhibit "A"
1
1 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: 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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
1
2 Section I: Equipment. Products.and Supplies-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:
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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
Page 9 of 18 pages Vendor:Matera Paper Company 649-21 Addendum 1
Exhibit "A"
1
S Section I: Equipment. Products.and Supplies-Discount(%)off catalog/pricelist for All Other Custodial
Products. Catalog/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/Alternate Manufacturer lines must submitted by selecting"Add Alternate".
Item Attributes
1. State Name of Catalog/Pricelist
BUYBOARD CATALOG 2021
1 Section II: Installation and Repair Service -Hourly Labor Rate for Installation/Repair Service of Custodial Equipment
4 and Products-Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products.
Quantity: 1 UOM: Hour Price: $65.00 1 Total: $65.00
1
5 Section III: Evaluation Items-Specified Brand:Ajax;Full Description and Unit of Measure:Oxygen Bleach Cleansing
Powder,abrasive type scouring cleaner,30/21 oz.cans per case,CASE PRICE.
Unit Price: $29.02 1 Total: $29.021
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
AJAX
Page 10 of 18 pages Vendor:Maters Paper Company 649-21 Addendum 1
Exhibit "A"'
Section III: Evakiation Items _.Specified Brand:Johnson Wax; Full Description and Unit Of Measure: FUrnitLlre Polish, lemon
scented, 12- 15 oz.Containers per(:ase, CASE PRICE Unit Price: =$4 4,:8 8] Total-. E $44.88
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 Vendorsprice 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 inforniation
provided with the Proposal.
Itelm Attributes
1, Specified Brand
I JOHNSON WAX
2. Attribute de/eted as part of an A darendurn,
_J
Section III: Evaluation Items -Specified Brand: Rubbermaid; Fall Description and Unit of Measure:Plastic Broorn, I dozen
per carton, UNIT PRICE.
No B'id
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
pVG—response
flago I 1 of'18 pages Vendor:Matera Paper Omnpany 049-21 Addendum 1
Exhibit "A"
Alternate I
-1 ------------ ...... ............................. . .............................
Section III: Evaluation it m gttied Brand: Rubbgr�iL,� and Unit of Me u e:J-1
fie [�f�e,5 c
L(Lorn d o 7.eLn
UNIT PRICE
Unit Price: $54.51 Total:
horn Attributes
...........
1. Specified Brand
FABCO PRODUCTS-BR1024MI`-i
................
8
Section III: Evaluation Item.s - Specified Brand" RUbberrpaid; Full Description and Unit Of MeaSUre: Dut Pan, lobby-type,
strong alurninuni long handle that swings freeIy or snap-locks into upright position, UNIT PRICE.
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 most 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 sulonift 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 frorn this requirement based on all infon-nation
provided with the Proposal.
Item Attributes
................................................ ............ --------------.............
1. Specified Brand
I No response
Alternate 1
................. ...........—
Section III: Evaluation Items - Specified Brand: Rubbermaidt;_Era1I Nqdp irtn and Unit of MeaSLWO: Dust Pan, Jobe
'drqno alUminum lono handle I freely or snap-locks into upright position, UNIT PRICE.
Unit Price-, Total: $8.12
Item Attributes
1. Specified Brand
FABCO PRODUCTS DP00204EH
...........................
-------..............................
11age 12 of 18 pages Vendor:Nfatern Pipor company 649-21 Addendum I
Exhibit "A"
Section III: Eva I uation I terns.-- specified Brand:Wile n; Full Description and Unit of Measure:Wet Mop Head, modium, 20
oz.,4 ply, rayon and synthetic blend yarn, quick dry to resist Triddew and bacteria growth, pre-shrunk looped end with tailband, 5"wide
head bard, blase color yarn,and headband labeled, DOZEN PRICE.
No Birl
............
Itern Notes:
THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS,SPECIFIED ANDJOR 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 not sell the specific product listed!. The information provided wifl only be used for Purposes of
assisting 41 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
I No response
Alternate 1
.............
Section III: Evaluation Items - Soecified Brand:: -ilen, F-11 Description arid Unit of Measure: Wet Moo_Heid rriedium_aQ
oz.,4 pally, rayon and syathttliLblend am uick dr to rP.,;i.,i Ingriewnrld bacteria rawthr-121' 5"wide
head band, blue color yarn, and headband labeled, DOZEN PRICE.
Unit Price: $42-05 Total: E $42,05
Item Attributes
..........
1. Specified Brand
�ABCO PRODUCTS CLM303SWG
Page 13 of 18 pages Voirlm Matua Paper Company 649-21 Addendum I
Exhibit "A"
2
0 Section III: Evaluation items -_Sp ecjfiod Brand: RLIIDberniaidFL111t Description avid Unit of MeasureMop BurW,heavy duty,
26-quaTt, plastic yellow mop bucket on 3"casters, LJNI-1 PFRICE.
No Bicf
Iter n 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
fine(s) (vaCLIUrn 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
I No response
Alternate 1
Section ill: Evaluation Items -SF)ecified..Brand:..R�ibbei,niai(]: Full Descricitionand Unit of Measure:Mo BUcket.heavy durv,
21:ci�lallas�ticeHow�nlo -UNT PRICE,
Unit Price: $40.51 Total: $40.51
Item Attributes
1. Specified Brand
CARLISLE 3690804
Page 14 off 8 pages Vcmdon Mdera Paper Company 649-21 Addendum 1
Exhibit "A"
2
Section III: Evaluation Iterris...- Specified Bran& Rlubberrnajd; Full Description and Unit of Measum Mop Wringer, plastic
down-press,to fit 16-24 oz. mops, UNIT PMCE.
No Bid
Item Notes:
THE EVALUATION ITEMS MUST BE COMP1-E*Ff----D FOR EITHER THE AS S[-'1ECfiFfiHD ANDOR AN
ALTERNATE PRODUCT, All 11 iterns In thus 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 competitrveness. These items will not be individually
awarded.
Vendors that do not offer any of the evaluation arid/or alternate items shall $Ljbrnit 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
I No response
Alternate 1
...........
Section III: Evaluation Items - Specified Brand: RlLibberniaidFull]Description and Unit of Measure: Mop Wringer, plastic,
down-press.to fit 16-24 oz, mgL),_(,LNIT PRICE,
Unit Price: $32.36 l Tota[ $32.361
Item Attributes
................ ..........-
1. Specified Brand
CARLISLE 36908WO4
_r..._._.................... —--------
Page 15 01"]8 pages Vendor Matera Paper Company 649.21 Adden(hun I
Exhibit "A"
2
2 Section III: Evaluation Items-Specified Brand:Continental;Full Description and Unit of Measure:Wet Floor Sign,yellow,
lettered multilingual,UNIT PRICE.
Unit Price: $9.72 1 Total:
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
CONTINENTAL
2
3 Section III: Evaluation Items-Specified Brand:Spartan;Full Description and Unit of Measure:Porcelain Bowl Cleaner,non-
acid, 12-32 oz.containers per case,CASE PRICE.
Unit Price: $18.76 1 Total: $18.76
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
SPARTAN
Page 16 of 18 pages Vendor.Maters Paper Company 649-21 Addendwn 1
Exhibit "A"
2
4 Section I I I: Eva IiU at ion items --specified Brand:Johnson Waxy Ful I Description and Unit of Measure.Glass C Ilea ner,4- 1-
gallon containers per case, CASE PMCE.
No 13id
Item Notes:
THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN
ALTERNATE PRODUCT All 11 iterns in this section must be completed with the Proposal
Specifications for the Proposal to be considered. Equal alternates may be sulornitted only if Vendor
does not selli the specific product listed. The infbrrnation provided will only be used for purposes of
assisting in the evaluation of Vendors' price competitiveness. These fterns will riot be individually
awarded.
Vendors that do riot offer any of the evaluation and/or alternate items shall submit a written letter
providing explanation requesfing exemption from this requirement and identify its specialty product
line(s) (vacuum eqWpment 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 inforrnafion
provided with the Proposal.
.......... ............
Itern Attributes
1. Specified Brand
Fa res/�crnse
Alternate I
........................ ......................
Section III: Evaluation Iterns - Specified Brand: Johnson Wax': Full Description and Ulnit Of WaSUre: Glass.C�Iqn_er4 - I-
gallon containers per case. CASE PRICE
Unit Price: $26,25 1 Total, $26.25
Item Attributes
..............
1. Specified Brand
SPARTAN 3262-4
llagc 17 off to pages Vendor:Mal=Paper Coinrmny 649-21 Mdendurn 1
Exhibit "A"
2
Sectio.11-1-11: Evaluation Iterns—specified BrandABC;Full Description and Unft of Measure:Gurn Remover, aerosol, 12 oz.,
,l21(;as(,, CASE PRICE.
No Bid
...............
Item Notes:
TI-iE EVALIUAT01\1 ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED ANDIOR 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 fisted. 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 arid/or alternate items Shali Submit a written letter
providing explanation requesting exemption from this requirement and identify its specialty product
line(s) (vaCLlUrn equipment only, paper products only, etc.). The Cooperative linay determine, in its
sale discretion, whether or not to exempt Vendor from this reqUirernent based on all lnformatlon
provided with the Proposal.
...........
Item AttribUtes
.............. ....................... ......
1. Specified Brand
I No response
Alternate 1
---------------- ..........
Section 1111: ,Ey luation Iterns - Specified Brand:ABC:Full Descrintion and Unit orf Measure: Gum Remover. aerosoU, 12 oz.,
Unit Price-, $41.82 Total: $41.821
Itein AttribUtes
1. Specified Brand
CHASE CL813
Response Total: $41 .00
Page 1,8 of 19 pap,es Vendor NJ atem Paper Cornpmy 649-21 Addendmii I
CERTIFICATE OF INTERESTED PARTIES FoRm 1295
1of1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY —7
Complete Nos,1,2,3,5,and 6 if there are no interested parties, CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2022-837763
Matera Paper Company dba Ferguson Facilities Supply
San Antonio,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/07/2022
being filed.
City of Round Rock Date Acknowledged:
3 Provide the identification,number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
Renewal
Custodial Supplies and Equipment
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable}
controlling intermediary
5 Check only if there is NO Interested Party.
6 UNSWORN DECLARATION
My name is Jorge Mata and my date of birth is
My address is 13500 Immanuel Rd PIfluciervjIlle TX 78660 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in TQ)JS County, State of_T_PXaS
on the_Zttl_day ofJanuacy�..............2o22
(month) (year)
Wignature of atorized aggrit of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.;iRics.state,tx.us Version V1.1.191b5cdc
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lofl
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parses. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entry s place Certificate Number:
of business. 2022-637763
Matera Paper Company dba Ferguson Facilities Supply
San Antonio,TX United States Date Flied:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/07/2022
being filed.
City of Round Rock Date Acknowledged:
01/07/2022
g Provide the identification number used by the governmental entity or state agency to track or Identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
Renewal
Custodial Supplies and Equipment
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there Is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (tee) (zip fie) (ow")
I declare under penalty of perjury that the foregoing is true and correct
Executed in County, State of on the day of 20
(month) (Year)
Signature of authorized agent of contracting business entity
(Declarant)
Farms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc