Loading...
R-2022-017 - 1/13/2022 RESOLUTION NO. R-2022-017 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, Gulf Coast Paper Company is an approved vendor of Buy Board; and WHEREAS, the City desires to purchase said goods and services from Gulf Coast 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 Gulf Coast 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. 011220222;4885-6109-8760 RESOLVED this l 3th allay of January, 2022. CRAIG M(� RGA , ayor City of Round R , Texas ATTEST- MEAGAN ML,AGAN SY KS, (TiClerk 2 } EXHIBIT CITY OF ROUND ROCK AGREEMENT FOR CUSTODIAL SUPPPLIES AND EQUIPMENT IV. rrar GULF COAST PAPER COMPANY THE STATE OF TEXAS § CITY OF ROUND ROCK 6 KNOW ALL BY THESE PRESEN'T'S: 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 , 207-1 by and between the CFTY 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 GULF COAST PAPER COMPANY, whose offices are located at 1141 South Padre island Drive. Corpus Christi,Texas 78416(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 f"Buv Board") and Vendor is an approved Buy Board vendor through Buy Board Contract #649-21; a»d 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: A"'? ciao 0ionf—) t 1.01 DE (TIONS A. Agreement means the binding leeal 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"NJ. B. City means the City of Rotund 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 State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, l ghtnine. earthquakes. fires, hurricanes, storms, floods, restraint of the government and the le,civil disturbances,explosions,or other causes not reasonably within the control of the party laiming 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 F .CT1VF DATE.TERM,PRICFS FIRM A. This Agreement shall be effective on the date this Agreement has been signed by each party h o,and shall remain in full force and effect unless and until it expires by operation of the term i idicated 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 Aweernent. No separate line-item charges shal I be permitted for invoicing per, including but not limited to equipment rental, demurrage. is associated with obtaining nermits.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 COD TRACT DOCUMENTS AND EXHIBITS The oods and services which are the subject matter of this Agreement arc described in Exhibit "A and, together with this Agreement, comprise the Contract Documents. Any inconsistenc es or conflicts in the contract documents shall be resolved by giving preference to the terns aib I conditions set forth in vases one t 1)through nine(9)of this Agreement. 1) r 4.01 ITEMS A. The goods which are the sebiect matter of this Agreement are described generally in the attached Exhibit"A." B_ This Ament 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 terns 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 costa listed on Exhibit."A"shall be the basis of an-, charges collected by Vendor. B. The City shall be authorized to pay the Services Provider an amount not-to- exceed ot toexceed One Hundred Fifteen Thousand and No/100 Dollars($115,000.00)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, R Psirchase t"Mer I amber: C. Description and quantity of items received or services provided;and D. Delivery or perforrnance dates. 7.01 NON APPROPRIATION AND FISCAL FUNDING This Agreement is a commit-n--r of City's curent re-enues 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 Citv'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. i 8.01 PRO PAYMENT POLICY in with Chapter 2251, V.T.C.A., Texas Government Code. pavment to Vendor will made within thirty(30)days of the day on which City receives the performance, supplies, . s, equipment, and/or deliverables, or within thirty (30) days of the day on which the peformance 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 l of the fiscal rear in which the payment becomes overdue, in accordance with V.T.C.A_, Texas Government e, Section 2231.025(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 pavmert 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 apeement. 9.01 GRA rUITIES AND BRIBES City i nay.by written notice to Vendor,cancel this Agreemert without liability to Vendor if it is detet mined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise w offered or given by Vendor or its agents or representatives to any City officer, emoloyee or elected representative with respect to the performance of this Agreement. In addition,Ver or may be subject to penalties stated in Title 8 of the Texas Penal Code. to nr TsY tc City i s exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in N endor's charges. 11.01 ORD ZRS PLACED WITH ALTERNATE SERVICES PROVIDERS If Veridor cannot provide the goods as specified, City reserves the right and option to obtain the products from another suoplicr or suppliers R 12.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Pam Keltgen Custodian Supervisor 202 Commerce Boulevard Round Rock,Texas 78664 (512)341-3353 pkelt eg_n&oundrocktexas.gav 13.01 INSURANCE Vendor shall meet all City of Round Rock Insurance Requirements as set forth at: hgR://www.roundrocktexas.gavlwp- oontmtAmloads/2014/12/corr insurance 07.20112.pdf, 14.01 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. 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 cast, if any, and that it will not be considered in the re-advertisement of the service and that it may not 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 fully,timely and faithfully perform any of its material obligations under this Agreement; B. Fails to provide adequate assurance of performance under the "Right to Assurance"section herein;or C. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. S 16.01 TERI dINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience d 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 f or 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 followings 1 apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue m 11 services in connection with the performance of this Agreement and shall proceed to cancel pn imptly 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 IND IFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, offiders, employees and elected officials harmless from and against all suits, actions, legal pmc ` gs, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs o 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 Almens,no matter how,or to whom,such loss may occur. Nothing herein shall be deemed to li nit 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. 1801 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Vendor, its agents,employees and subcontractors shall use best efforts to comply with all appl`eable 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 ente,into a contract with a company for goods or services unless the contract contains written verifi ation from the company that it:(1)does not boycott Israel;and(2)will not boycott Israel and wi.1 not boycott Israel during the term of this contract. The signatory executing this Agreement an 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: Gulf Coast Paper Company 1101 South Padre Island Drive Corpus Christi,Texas 78416 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 Noth ng contained herein shall be construed to restrict the transmission of routine communicat ons between representatives of City and Vendor. 21.41 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,exclu aive 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. 2LO1 EXC LUSIVE AGREEMENT This locument, and all appended documents, constitutes the entire Agreement between Vendor and I"ity. 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 ind Vendor hereby expressly agree that no claims or disputes between the parties arising out o 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 SEVE RABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence o r any event rendering any portion or provision of this Agreement void shall in no way affect th validity or enforceability of any other portion or provision of this Agreement.Any void provisio shall be deemed severed from this Agreement,and the balance of this Agreement shall be con ed and enforced as if this Agreement did not contain the particular portion or provision he to be void. The parties further agree to amend this Agreement to replace any stricken pro 'sion with a valid provision that comes as close as possible to the intent of the stricken prov sion. The provisions of this section shall not prevent this entire Agreement from being voids uld 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 s 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 Rocky Texas Gulf Coast Paper Company By: By: .6 Printed Name: Pri ted Name: ". 0 .0' Title: Title: A/c. t, 2 i Date Signed: Date Signed: ///Q JZ 2y 2. ! Attest: By: Meagan Spinks,City Cleric For City,Approved as to Form: By: Stephan L.Sheets,City Attorney Exhibit W Sloa1 n 1: a 'es-Discount(%)off catalog/pricelist for Custodial Paper Products and Dispensers(Roll towels,multi--fold towels, tissue,similar related products). Total: 40% item Notes: Vendor;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 Altemate." item Attributes _ 1, State Name of atalagJPricelist GULF COAST P PER CATALOG 2 Section Is Eaulpment. Products,and Sj=lles•Discount(%)off catalog/pricelist for Custodial Chemicals.Catai /Prlcelist MUST be submitted or proposal will not be considered. Total: Item Notes: Vendor;proposing various manufacturer product lines per line item must submit the information as follows Dr proposal may not be considered: + Vendoes must list one specific percentage discount for each Manufacturer listed. • dditional/Altemate Manufacturer lines must submitted by selecting"Add Alternate". Rem Attributes 1. State Name of log/Pricelist GULF COAST PAPER CATALOG Page 4 of 15 pages Vendor:GuffCom Paper Cody 644-21 Addendum t Exhibit "A" 3 Section 1: F-guipment. Products.and Sugg-Discount(%)off catalog/pricelist for Custodial Cleaning 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 _ I. State Name of Catalog/Prfcellst -- GULF COAST PAPER CATALOG 4 Section 1: Equipment.Products,and_SSu_g lieses-Discount(%)off catalog/pricelist for Custodial Chemical Dispensing Systems.Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: _ 50% 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 GULF COAST PAPER CATALOG Page 5 of IS pages Vendor.Gulf Coast Paper Co"mny 649-21 Addendum t W- 5 S Section 1:Equipm)nt Products,and -Discount(%)off catalog/pricellst for Fiaor Maintenance and Custodial Eclulptnent. CataloglPricellst Mt IST be submitted or proposal will not be considered. Total: 50 o 11 item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows c r proposal may not be considered: • VDndoes must list one specific percentage discount for each Manufacturer listed. • A dditional/Alternate Manufacturer lines must submitted by selecting"Add Alternate". Item Attributes 1. State Name of atalog/Prlcelist -- - GULF COAST PA PER CATALOG 6 SecfiQfl 1: Eaulpim int.Products.and 3112121hes-Discount(%)off catalog/pricelist for Soap and Skincare Products.Catalog celist MUST be submitted or proposal will not be considered. Total: 50% item Notes: Vendors proposing various manufacturer product lines per line item must submit the information as follows c ir proposal may not be considered: • V andoes must list one specific percentage discount for each Manufacturer listed. • A ditional/Alternate Manufacturer lines must submitted by selecting"Add Alternate". Item Attributes I. State Name of talog/Priceilst GULF COAST PAPER CATALOG Page 6 of is pages vetWW cuirCoast Paper Cat vww 649-2t Addamim 1 Exh'b• "A" 7 Section 1: Equipment.Products.and SUO lies-Discount(%)off catalog/pricelist for Trash Receptacles.Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: 50% 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/Pricellst GULF COAST PAPER CATALOG S Section 1: EguiRment.Products,and SuRI211as-Discount(%)off catalog/pricelist for Can Liners. 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 - - GULF COAST PAPER CATALOG Page 7 of 15 pages Vendor.Gulf Cosa Papa Company 649-21 Addendum 1 Exhibit n n 9 -Discount(%)off catalog/pricelist for Disposable Food Service and Brea room Supplies.Catalog/Pricelist MUST be submitted or proposal will riot be considered. Total: 40% Item Notes: Vendo proposing various manufacturer product lines per line item must submit the information as follows Dr proposal may not be considered: • Vendor's must list one specific percentage discount for each Manufacturer listed. • itional/Attemate Manufacturer lines must submitted by selecting"Add Altemate". Item Attributes 1. State Name of atalogtPricelist --- ~-� — GULF COAST P kPIER CATALOG 9 0Products. -Discount(%)off catalog/pricelist for Custodial Safety Products.;Cat;africefist MUST be submitted or proposal wits not be considered. Total: 50% Item Notes: Vendors proposing various manufacturer product tines per line item must submit the information as follows r 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 --M1- - - — 1. State Name of log/Pricelist GULF COAST P kPIER CATALOG Page 9 of 15 pages Vendor.Gulf Coast Paper COMPMY 649-21 Addcndum 1 Exhibit "A" 1 1 Section 1:_Equinnlent, Products,and Sug ig less.Discount(%)off cataiog/pricelist for Floor Mats. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: 50°k 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 -- - GULF COAST PAPER CATALOG 1 2 Section 1: Equipment Products.and Supplies-Discount(%)off catal4pricelist for Repair Parts for Floor Maintenance and Custodial Equipment.Catalog/Pdcelist MUST be submitted or proposal will not be considered. Total: 50% 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 GULF COAST PAPER CATALOG Page 9 of 15 pages Vmlor GulrCoast Paper Company 649-21 Addendum i 1 Exhibit"A77 3 S r -Discount(olo)off catalog/pricelist for All Other Custodial Products.CataloqPricelist MUST be submitted or proposal will not be considered. Total: 5090 Item Notes: Vendor,proposing various manufacturer product lines per line item must submit the information as followsor proposal may not be considered: • Vendoes must list one specific percentage discount for each Manufacturer listed. • ditional/ARernate Manufacturer lines must submitted by selecting"Add Altemateq. Item^Attributes 1. Stats Name ofatalog/Priceilst GULF COAST P ER CATALOG 1 -Hourly Labor Raba for InstaliadoMtepair Service of Custodial Equipment 4 and Products-Not to I Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity: 1 U Hour Price: $85.00 1 Total: $85.flfl 5 Section ill: Ey -Specified Brand*Ajax;Full DescrIlMon and Unit of Measure:Oxygen Bleach Cleansing Powder,abrasive type scouring cleaner,30121 oz.cans per case,CASE PRICE. r Unit Price: $62.78 Total:I $62.78 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED ANDIOR AN ALTERNATE PRODUCT.All 1 i items in this section must be completed with the Proposal Sped tions for the Proposal to be considered. Equal alternates may be submitted only if Vendor does r of sell the specific product listed.The information provided will only be used for purposes of assisti ig in the evaluation of Vendors'price competitiveness.These items will not be individually award W. Vendc rs 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 Brard AJAX36 Page 10 of 15 pages vendor:t3utf Coau Papa Company 649-21 Addendum 1 Exhibit "A" 6 Section ill: Evaluation items-Specified Brand:Johnson Wax;Full Description and unit of Measure:Furniture Polish,lemon scented, 12- 15 oz.Containers per case,CASE PRICE. Unit Price: $46.65 Total: $46.65 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/011 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 LSHINEAERO 2. Attribute deleted as part of an Addendum 1 7 Section III: Evaluation Iterna-Specified Brand:Rubbermaid;Full Description and unit of Measure:Plastic Broom,1 dozen per carton,UNIT PRICE. Unit Price: $35.52 Total: $35.521 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 6375 Page L 1 of 15 pages vendor:GUIfCoast PaperCampany 649-21 Adienaum L • EXhibita a 1 8 Se i n 3teMS-SpeciNed Brand:Rubbermaid;Full Description and unit of Measure:Dust Pan,lobby-tyPe, strong aluminum long I iandle that swings freely or snags-locks into upright position.UNIT PRICE. Unit Price: $9.881 Total:1 _ $9.88 Item Notes- THE TALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTS NATE PRODUCT.All 11 items in this section must be completed with the Proposal Spec' tions for the Proposal to be considered.Equal alternates may be submitted only if Vendor does t 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. Vend that do not offer any of the evaluation and/or attemate items shall submit a written letter provid ng 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 solediscretion,whether or not to exempt Vendor from this requirement based on all information provid with the Proposal. Item Attributes 1. Specified Brand 2531 1 9 Section lli: Eval aftn Items-.Specified Brand:Wilen;Full Description and Unit of Measure:Wet Mop Head, medium,20 oz.,4 ply,rayon ands frithetic blend yam,quick dry to resist mildew and bacteria growth,pre-shrunk looped end with tailband,5"wide head band,blue color yam,and headband labeled,DOZEN PRICE. Unit Price: $70.80 1 Total: $70.80 1 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTS NATE PRODUCT.All 11 items in this section must be completed with the Proposal S cations for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the spec 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, Vend rs that do not offer any of the evaluation and/or alternate items shall submit a written letter provi ng explanation requesting exemption from this requirement and identify its specialty product lines (vacuum equipment only, paper products only,etc.).The Cooperative may determine, in its sole d scretion,whether or not to exempt Vendor from this requirement based on all information provi ed with the Proposal. Item Attributes _ 1. Specified Brad v 3041 Page 12 of 15 pages vendor:t,nlfCoast Paper Company 644-21 Addendum I , Exhito• M q . 2 0 Section 111: Evaluation Items-Specified Brand:Rubbermaid;Full Description and unit of Measure;Mop Bucket,heavy duty, 26-quart,plastic yellow map bucket on 3"casters,UNIT PRICE. Unit Price: $77.88 I Total: �+ $77.88 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 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 7570 2 Seatian III: Evaluation Items-Specified Brand:Rubbermaid;Full Description and Unit of Measure:Mop Wringer,plastic. down-press,to fit 16-24 oz.mops,UNIT PRICE. Unit Price: $127.95 Total: $127.95 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 aitemates 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 7575 Page 13 of 15 pages Venda..G lfCoast Paper Company 649-21 Addendum I • " Exhibft "N 2 2 Sloon Ili; Evalu ation ROMS-Speciffed Brand:Continental;Full Description and Unit of Measure:Wet Floor Sign,yellow, lettered multillinguai,UNIT PRiCE. Unit Price: $8.321 Total: 1 $8.32 Item Notes: THE E VALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT.All 91 items in this section must be completed with the Proposal Specif cations for the Proposal to be considered.Equal alternates may be submitted only if Vendor does r of sell the specific product listed.The information provided will only be used for purposes of assist]ig 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 lines (vacuum equipment only, paper products only,etc.).The Cooperative may determine, in its sole d scretion,whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1. Specified Brad 6192 3 Section ill• Eval ation ROMJI-'Specified Brand:Spartan;Full Description and Unit of Measure.Porcelain Bawl Cleaner,non- acid, 12-32 oz.conte ners per case,CASE PRICE. -� Unit Price: $28.731 Total: $28.73 Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AMD/OR AN ALTERNATE PRODUCT.Ali 11 items in this section must be completed with the Proposal Sped!cations for the Proposal to be considered. Equal alternates may be submitted only if Vendor does sell the specific product listed.The information provided will only be used for purposes of assist ng in the evaluation of Vendors'price competitiveness.These items will not be individually awart ad. Vend that do not offer any of the evaluation and/or alternate items shall submit a written letter provit ing explanation requesting exemption from this requirement and identify its specialty product fines 1(vacuum equipment only,paper products only.etc.).The Cooperative may determine,in its sole c iscretion.whether or not to exempt Vendor from this requirement based on all information provi ed with the Proposal. Item Attributes 1. Specified Brand SPARCLING Page 14 of 15 Rages Vendor:GuFCow PaW Ca� 649-21 Addeedum i . Exhibft q p 2 d Section Ill: Evaluation Items:.Specified Brand:Johnson wax;Full Description and Unit of Measure:Glass Cleaner,4-1- gallon containers per case,CASE PRICE. -� Unit Price: $25-591 Total: $25.58' 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 _ GLASSCLNI 2 5 Section III: Evaluation Items-Specified Brand:ABC:Full Description and Unit of Measure:Gum Remover,aerosol,12 oz., 121case.CASE PRICE. Unit Price: $52.38 Total: $52.38 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 SGUM Response Total: $631.48 Page IS of 15 pages Veadw GuIf Cd=PaW Cmq=y 649-21 Adde mdwn 1