Loading...
CM-2022-043 - 3/4/2022CITY OF ROUND ROCK AGREEMENT FOR THE PURCHASE OF CUSTODIAL SUPPLIES AND EQUIPMENT WITH BUCKEYE CLEANING CENTER THE STATE OF TEXAS § CITY OF ROUND ROCK § COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § KNOW ALL BY THESE PRESENTS: THAT THIS Agreement for the purchase of custodial s� (referred to herein as the " m eent"), is made and entered into on this the day of the month of 2022, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule unicipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as the "City") and BUCKEYE CLEANING CENTER whose offices are located at 19025 North Heatherwilde Boulevard, Suite 120, Pflugerville, Texas, 78660 (referred to herein as the "Vendor"). RECITALS: WHEREAS, City desires to purchase custodial supplies needed to support City operations; and WHEREAS, City is a member of BuyBoard Cooperative and Vendor is an approved BuyBoard vendor; and WHEREAS, the City desires to purchase certain goods and services from Vendor through BuyBoard Cooperative Contract No. 649-21 to receive pricing and services 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, sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City agrees to buy specified goods and!or services and Vendor is obligated to provide said X866856 91 7/V /3 goods/services. The Agreement includes any exhibits, addenda, and/or amendments thereto. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect, unless and until it expires by operation of the term stated herein, or until terminated as provided herein. B. The term of this Agreement shall be from the effective date of the Agreement until September 30, 2024. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement, with or without cause, or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor to supply the goods and services as outlined in Exhibit "A," attached hereto and incorporated herein by reference. The goods and services which are the subject of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED AND SCOPE OF WORK When taken together with the appended exhibit, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Vendor shall satisfactorily provide all goods and services described under the attached Exhibit "A" at the sole request of the City. Vendor provide goods and services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 2 5.01 COSTS A. City agrees to pay for goods during the term of this Agreement at the pricing set forth in Exhibit "A." B. The City is authorized to pay the Vendor an amount not -to -exceed Forty Thousand and No/100 Dollars ($40,000.00) 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 A. 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 effect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 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 l 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, a 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 B. 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 Service Provider, 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 Service Provider's charges. 11.01 ORDERS PLACED WITH ALTERNATE SERVICE PROVIDERS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products or services from another supplier or suppliers. 12.01 INSURANCE Vendor shall meet all requirements required by the City as set forth on the City's website at: htt s://www.roundrocktexas. ov/-content/u loads/2014/12icorr insurance 07.20112. df 13.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Chad McDowell Director of General Services 212 Commerce Cove Round Rock, Texas 78664 (512) 341-3191 cmcdowell@roundrocktexas.gov 4 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 cost, 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 make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 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 5 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 Service Provider, or Service Provider'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 and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any time 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 6 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: Buckeye Cleaning Center 19025 North Heatherwilde Boulevard Suite 120 Pflugerville, TX 78660 Notice to City: City Manager Stephen 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 7 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 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 Service Provider'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. [Signatures on the following page.] IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock, Texas By:4� Printed NWni Title: Date Signed: Attes4&0 i By: Meagan Spinrk For City, A pr ved as to For By: Stephan L. heets, City Attorney 9 ing Center By: Printed Nai Title: rar Date Signed: 1/13 f 2 o Z. txnIDIZ 'A" Buckeye Logo.PNG Vendor Logo Bid Lines Section I: Equipment. Products. and Supplies - Discount (%) off cataloglpricelist for Custodial Paper Products and Dispensers (Roll towels, multi -fold towels, tissue, similar related products). Total: 30% 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 CataloglPricelist CT -Wilderness Alternate 1 §ection I: Equipment, Products, and Supplies - i un % off catalog/pricelist for Cugtodial Pape Products and Dispensers Roll towels multi -fold towels tissue similar related products). Total: 30% Item Attributes 1. State Name of CataloglPricelist Georgia Pacific Alternate 2 Section I: Equipment, Products, and Supplies- Discount off cataloa/pricelist for Custodial Pap Products and Dispensers Roll towels. multi -fold towel tissue similar related products). Total: 30% Item Attributes 1. State Name of CataloglPricelist Tork-Essity Page 4 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum 1 3 Section I: Equipment. Products. and Supplies - Discount (%) off cataloglpricelist for Custodial Chemicals. CataloglPricelist MUST be submitted or proposal will not be considered. Total: 28% 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 CataloglPricelist Buckeye Section I: Equipment. Products. and SupRlleg - Discount (%) off cataloglpricelist for Custodial Cleaning Supplies. CataloglPricelist MUST be submitted or proposal will not be considered. Total: 30% 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 CataloglPricelist Continental Alternate 1 Section l: Equipment, Products, and Supplies - Diracount (%)off cataloolpricelist for Custodial Cleanin c Supplies. Catalo IPricelist MUST be submitted or proposal will not be considered. Total: 30% Page 5 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum CXnioix ..H.. Item Attributes 1. State Name of CataloglPricelist ETC Alternate 2 Section I: Equipment, Productsand Supplies - Discount °o off cataloo/pricelist for Custodial Cleanin Supplies. Catalog/Pricelist MUST be submitted r proposal will not be considered. Total: 30% Item Attributes 1. State Name of CataloglPricelist Geer Press Alternate 3 Section 1• Equipment. Products and Supplies - Disco_unt_(1s) off cgtQg/pricelist for Custodial Cleapjnc Supplies. alo IPricelist MUST be submitted r Item Attributes proposal will not be considered. Total: 30% 1. State Name of CataloglPricelist Gold Star Alternate 4 Section I: Equipment._ Products. and Supplies - Discount {%) off card g//pricelist for Custodial Cleanin Supplies. Catalo IPricelist MUST be submitted or Item Attributes proposal will not be considered. Total: 30% 1. State Name of CataloglPricelist Impact Alternate 5 Section 1: E ui ment Products and Supplies - Discount % off catalo 1 ricelist for Custodial Cleanirn Supplies. Catalog/Pricelist MUST be submitted or Item Attributes pr9l2osal will not be ggnsidered. Total: 15% 1. State Name of CataloglPricelist IPC Page 6 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum tmoit; "A" Alternate 6 Section I: Equipment, Produc and Supplies - Discount % off catalog/pricelist for C s odial Cleaning Supplies, Catalog/Pricelist_MUST be submitted or proposal will not be considered. Total: 30% Item Attributes 1. State Name of CataloglPricelist Malish Alternate 7 Section I: Equipment. Products. and Supplies - Discount (%) off catalog/plsg)i§t for CM§todlal Cleaning Supplies. CataloglPricelist MUST be submitted or proposal will not be considered. Item Attributes Total: 30% 1. State Name of CataloglPricelist NexStep Alternate 8 Section I: Equip, Products, and Supplies - Discount (%) off catalog/pricelist for Custodial Cleaning Supplies. Catalog/Pricelist MUST be submitted or proposal will not Item Attributes be considered. Total: 30% 1. State Name of CataloglPricelist Tolco Alternate 9 Section 1: Equipment. Products. and Supplies - Discount (%) off catalog/pricelist for Custodial Cleaning Su lies. Catalog/Pricelist MUST be submitted or p_roposal_will_not Item Attributes be considered. Total: 30% 1. State Name of CataloglPricelist Unger Page 7 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum 5 Section l: Equipment. Products. and Supplies- Discount (%) off catalog/pricelist for Custodial Chemical Dispensing Systems. Catalog/Pricelist MUST be submitted or proposal will not be considered. Total: 28% 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 Buckeye Section • Equipment. Products, n Supplies - Discount (%) off catalog/pricelist for Floor Maintenance and Custodial Equipment. Catalog/Pricelist MUST be submitted or proposal will not be considered. Item Notes: Total: 1 15% 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 CataloglPricelist Advance Page 8 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum l cxnlD1T ._H._ Alternate 1 Section I: Equipment. Products. and Supplies - Discount (%) off catalo i/pricelist for Floor Maintenance and Custodial Equipment. CataloglPricelist MUST be submitted or proposal will not be considered. Total: I15% Item Attributes 1. State Name of CataloglPricelist Clarke Alternate 2 Section I: Equipment, Products, and Supplies - Discount_(%°)_off_ cataloglpricelist for Floor Maintenance and Custodial Eauipment. CataloglPricelist MUST be submitted or proposal will not be considered. Total: 1 15% Item Attributes 1. State Name of CataloglPricelist IPC Eagle Alternate 4 Section I: Equipment. Products -and Supplies - Discount (%) off catalog/pricelist for Eloor Maintenancg and Custodial Eauipment. Catalog/Pricelist MUST be submitted or proposal will not -be considered. Total: 1 15% Item Attributes 1. State Name of CataloglPricelist Mosquito Alternate 5 Section I: Equipmprit,Products, and Supplies - Discount ° off catalog/prigglist for Floor Maintenance an Custodial Equipment. Cataloa/Pricelist MUST be submitted or p[opgsal will not be considered, Total: 1 15% Page 9 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum txnat -,H, 7 Item Attributes 1. State Name of CataloglPricelist XPower Section is Equipment, Products, and Supplies - Discount (%) off catalog/pricelist for Soap and Skincare Products. CataloglPricelist MUST be submitted or proposal will not be considered. Item Notes: Total: 1 28% 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 CataloglPricelist Symmetry Section I: Equipment. PrQdurl&, @nd Supplies- Discount (%) off cataloglpricelist for Trash Receptacles. CataloglPricelist MUST be submitted or proposal will not be considered. Total: 30% 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 CataloglPricelist Continental Page 10 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum I 9 Alternate 1 Section I: Equipment. Products. and Supplies - Discount (%) off cataloglpricelist for Trash Receptacles. Catalog/Pricelig MUST be submitted or proposal will not be considered. Total: 30% Item Attributes 1. State Name of CataloglPricelist Impact Section I: Equipment. Products. and Supplies ies - Discount (%) off catalog/pricelist for Can Liners. CataloglPricelist 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/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of CataloglPricelist Gateway Liners Section I: Equipment. Products. and Supplies - Discount (%) off cataloglpricelist for Disposable Food Service and Breakroom Supplies. CataloglPricelist MUST be submitted or proposal will not be considered. Total: 1 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". Page 11 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum CX111D11 H" Item Attributes 1. State Name of CataloglPricelist Bunzi Alternate 1 Section (:__Equipment, Products. and Supplies - Discount (%) off catalog/pricelist for Disposable Food Service n Bre kr om Supplies. Cataigg/Priolimittedr proposal will not be considered, Total: 20% Item Attributes 1. State Name of Catalog/Pricellst Essendant Section I: Equipment, Products, and Supplies - Discount (%) off cataloglpricelist for Custodial Safety Products. CataloglPricelist 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/Alternate Manufacturer lines must submitted by selecting "Add Alternate". Item Attributes 1. State Name of CataloglPricelist Hospeco Alternate 1 Section I: Equipment, Products, li s- Discountoff catalog/pricelist for Custodial f Products. CataloglPricelist MUST be submitted or proposal will not be considered. Total: 30% Item Attributes 1. State Name of CataloglPricelist Impact Page 12 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum I Section I: Equipment. Products, and Supplies - Discount (%) off catalog/pricelist for Floor Mats. Catalog/Priceiist MUST be submitted or proposal will not be considered. Total: 30% 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/Priceiist Americo Alternate 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: 30% Item Attributes 1. State Name of Catalog/Pricelist Mats Inc. Alternate 2 Section I: Equipment, Products and Supplies - Discount % off catalo 1 ricelist for Floor Mats CataloglPricelist MUST be submitted or proposal will not be considered. Total: 30% Item Attributes 1. State Name of CataloglPricelist NoTrax Page 13 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum 1 3 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. Item Notes: Total: 40% 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 Advance 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: 30% 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 CataloglPricelist Jan itized Alternate 1 Section I: Equipment. Products, and Supplies - Discount (%) off catalog/pricelist for All Other Custodia Products. Catalgg/Pricelist MUST be sUbmittedr proposal yvill not be considered. Total: 10% Page 14 or 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum 1 tXl im -'A'' 1 5 Item Attributes 1. State Name of Catalog/Pricelist Victory Sprayers Alternate 2 Section I: Equipment. Products. and Supplies - Discount (%) off catalog/pricelist for All Other Custodial Products. CataloglPricelist MUST be submitted or proposal will not be considered. Total: 10% Item Attributes 1. State Name of CataloglPricelist Weaver Sprayers Section 11: Installation and Rppgir Sgrvice - Hourly Labor Rate for Installation/Repair Service of Custodial Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity: 1 UOM: Hour Price: $110.00 Total: $110.00 Section lll: 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: I No res onse Total: No response 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: Aiax• Full Descrll2tlon and Unit of Measure: Oxygen Bleach Cleansinc Powder. abr iv rin cleaner, /21 gz. ons per case. CASERI E. Unit Price: I Total: $38.26 Page 15 of25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum CxnlDlt '-A-. Item Attributes 1. Specified Brand Ajax (21oz Can, 24/CS) Section III: 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: No res onse Total: No response 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 No response 2. Attribute deleted as part of an Addendum Alternate 1 Sec i n III: Evaluation ems -Specified Brand: Johnson Wax: Full Description an4 Unitof Measure: Furniture Polish, lemol scented. 12 - 15 oz. Containers per case. CASE PRICE. Unit Price: $73.46 Total: $73.46 Item Attributes 1. Specified Brand Buckeye Status Classic 2. Attribute deleted as part of an Addendum Page 16 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum I Section III: Evaluation Items - Specified Brand: Rubbermaid; Full Description and Unit of Measure: Plastic Broom, 1 dozen per carton, UNIT PRICE. Unit Price: No res onse Total: No response 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: Rubbermaid Full Description and Unit of Measure: Plastic Broom 1 dozer per carton. UNIT PRICE. Unit Price: $13.78 Total: $13.78 Item Attributes 1. Specified Brand Impact Page 17 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum Section III Evaluation Items —specified Brand: Rubbermaid; Full Description and Unit of Measure: Dust Pan, lobby -type, strong aluminum long handle that swings freely or snap -locks into upright position, UNIT PRICE. Unit Price: I No response Total: No response 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: Rubbermaid Full Descri tion and Unit of Measure: D st Pan, lobby_typg strong I i m long handle h win fregly or sna2-locks into uprighti i n, UNIT PRICE. Unit Price: I Total: $12.86 Item Attributes 1. Specified Brand Impact Page 18 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum Section III: Evaluation Items - Specified Brand: Wilen; Full Description and Unit of Measure: Wet Mop Head, medium, 20 oz., 4 ply, rayon and synthetic blend yarn, quick dry to resist mildew and bacteria growth, pre-shrunk looped end with tailband, 5" wide head band, blue color yarn, and headband labeled, DOZEN PRICE. Unit Price: No res onse Total: No res onse 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: Wilen: Full Description_ and Unit of Measure: Wet Mop Head, medium a z. 4 ply, rayon and s n nd yarn.ui k dry to resist mildew and bacteriar w h, pre-shrUnk looged endwith tailband. 5" wi head band, blue color yarn, and headband labeled. DOZEN PRICE. Unit Price: $110.54 Total: $110.54 Item Attributes 1. Specified Brand NexStep Page 19 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum i Section III: Evaluation Items - Specified Brand: Rubbermaid; Full Description and Unit of Measure: Mop Bucket, heavy duty, 26-quart, plastic yellow mop bucket on 3" casters, UNIT PRICE. Unit Price: No response I Total: F No res onse 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: Rubbermai • Full Descri ti n and Unit of Measure: Mop Bucket, heamy dui 26-quart, lap stic yellow moo bucket on 3" casters. UNIT PRICE. Unit Price: $79.67 Total: $79.67 Item Attributes 1. Specified Brand Continental Page 20 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum Section 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. Item Notes: Unit Price: I No response Total: I No response 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 No response Alternate 1 Section Ill: Evaluation Items --Specified Brand: Rubbermaid: Full Description and Unit of Measure: Mop Wrinoer, plastic. down -press, to fit 16-24 oz. moos. UNIT PRICE. Unit Price: $109.24 Total: $109.24 Item Attributes 1. Specified Brand Continental Page 21 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum I Section III: Evacuation Items - Specified Brand: Continental; Full Description and Unit of Measure: Wet Floor Sign, yellow, lettered multilingual, UNIT PRICE. Unit Price: No res onse Total: No res onse 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: Continental* Full Description and Unit of Measure: Wet Floor Sin II w lettered multilingual. UNIT PRICE. Unit Price: $7.60 Total: $7,60 Item Attributes 1. Specified Brand Impact Page 22 of 25 pages Vendor; Buckeye Cleaning Center 649-21 Addendum I Section III: Evaluation Items - Specified Brand: Spartan; Full Description and Unit of Measure: Porcelain Bowl Cleaner, non- acid, 12 - 32 oz. containers per case, CASE PRICE. Unit Price: No response Total: No response Item Notes: THE EVALUATION ITEMS MUST BE COMPLETED FOR EITHER THE AS SPECIFIED AND/OR AN ALTERNATE PRODUCT. All 11 items in this section must be completed with the Proposal Specifications for the Proposal to be considered. Equal alternates may be submitted only if Vendor does not sell the specific product listed. The information provided will only be used for purposes of assisting in the evaluation of Vendors' price competitiveness. These items will not be individually awarded. Vendors that do not offer any of the evaluation and/or alternate items shall submit a written letter providing explanation requesting exemption from this requirement and identify its specialty product line(s) (vacuum equipment only, paper products only, etc.). The Cooperative may determine, in its sole discretion, whether or not to exempt Vendor from this requirement based on all information provided with the Proposal. Item Attributes 1. Specified Brand No response Alternate 1 Section III: Evaluation Items - S ecified Brand: S n• Full Description and Unit of Measure: Porcelain Bowl Cleaner, non acid. 12 - 32 oz. containers per case. Cq$E P13ICE. Unit Price: $48.31 Total: $48.31 Item Attributes 1. Specified Brand Buckeye Sanicare DRC Page 23 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum I Section III: Evaluation Items - Specified Brand: Johnson Wax; Full Description and Unit of Measure: Glass Cleaner, 4 - 1- gallon containers per case, CASE PRICE. Unit Price: No res onse Total: No response 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: Johnson Wax: Full Description and Unit of Measure- Glass Cleaner, 4 - 1 gallon containers per case. CASE PRICE. Unit Price: $36.15 Total: $36.15 Item Attributes 1. Specified Brand Buckeye Star Spray Page 24 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum Section III: Evaluation Items - Specified Brand: ABC; Full Description and Unit of Measure: Gum Remover, aerosol, 12 oz., 12/case, CASE PRICE. Unit Price: No response I Total: No response 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 No response Alternate 1 Section III: Evaluation Items - Specified Brand: ABC: Full Descri tion and Unit of Measure: Gum Remover, aerosol 12 oz. 12/case. CASE PRICE. Unit Price: $43.20 Total: $43.20 Item Attributes 1. Specified Brand Buckeye GTO Response Total: $110.0 Page 25 of 25 pages Vendor: Buckeye Cleaning Center 649-21 Addendum City of Round Rock I0 ROCK XAS Agenda Item Summary Agenda Number: Title: Consider executing an Agreement with Buckeye Cleaning Center for the purchase of custodial supplies and equipment. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 3/4/2022 Dept Director: Chad McDowell, General Services Director Cost: $40,000.00 Indexes: General Fund Attachments: Agreement Department: General Services Text of Legislative File CM-2022-043 With this agreement General Services will use Buckeye Cleaning Center to purchase Custodial Supplies and Equipment in accordance with the BuyBoard Cooperative Contract No. 649-21. Buckeye Cleaning Center is under contract with BuyBoard to supply these products as a result of competitive bidding proce The cleaning products we buy from are the disinfectant cleaning products currently being used in all City Buildings. Expires September 24, 2024. Cost: $40,000.00 Source of Funds: General Fund City of Round Rock Page 1 of 1