Loading...
HomeMy WebLinkAboutResolution - 2011-R0143 - Contract - Empire Paper Company - Custodial Supplies, Civil Center - 04_14_2011 (2)Resolution No. 2011-RO143 April 14, 2011 Item No. 5.21 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 9907 for custodial supplies for Civic Center -annual pricing, by and between the City of Lubbock and Empire Paper Company, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on April 14, 2011 TOM AARTIN, MAYOR ATTEST: Rebe ca Garza, City Secret APPROVED AS TO CON T NT: Scott Snider, Assistant City Manager Civic Services APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs/RES.Contract-Empire Paper Co. March 29, 2011 Resolution No. 2011-RO143 CONTRACT 9907 CITY OF LUBBOCE, TX CONTRACT FOR SERVICES for Custodial Supplies for Civic Center - Annual Pricing ITB 11-9907-DT THIS CONTRACT, made and entered into this 141h day of April 2011, by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Empire Paper Company ("Contractor") of Lubbock, Texas. WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Custodial Supplies for Civic Center - Annual Pricing for the City of Lubbock and bids were received and duly opened as required by law; and WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has accepted such bid, and authorized the execution, in the name of the City of Lubbock, of a contract with said Contractor covering the purchase and delivery of the said Custodial Supplies. NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are attached hereto and made part hereof, Contractor will deliver to the City the Custodial Supplies specifically referred to as Item(s) No. 1-40 and more particularly described in the bid submitted by the Contractor or in the specifications attached hereto. 2. The contract term shall be for an initial one (1) year period, said date of term beginning upon City Council date of formal approval. The City and the contractor may, upon written mutual consent, extend the contract for two (2) additional one (1) year periods. The rates may be adjusted upward or downward at this time at a percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index (PPI), whichever is the most appropriate for the specific contract for the previous first year. At the City's discretion, the effective change rate shall be based on either the local or national index average rate for all items. If agreement cannot be reached, the contract is terminated at the end of the current contract period. This contract shall remain in effect until the expiration date, performance of services ordered, or termination by either party with a thirty (30) day written notice. Such written notice must state the reason for cancellation. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. 4. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms and conditions contained herein. The City agrees to pay the Contractor according to the payment schedule attached; said payment schedule does not include any applicable sales or use tax. 5. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to Bid attached hereto and incorporated herein. 6. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an Q:Purchase/Bid Does/11-9907-DT agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 7. The Contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage with insurance carriers admitted to do business in the State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis, subject to the following minimum limits of liability: INSURANCE COVERAGE REQUIRED The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverage and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s). Worker's Compensation The Contractor shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of the Contract and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of worker's compensation insurance coverage by contractor or any cancellation or non -renewal of worker's compensation insurance coverage for the Contractor shall be a material breach of this Contract." The contractor must maintain Occupational Medical and Disability Insurance in lieu of Workers' Compensation. In either event, the policy must be endorsed to include a waiver of subrogation in favor of the CITY OF LUBBOCK. The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers' Liability in an amount no less than $500,000. TYPE AMOUNT Commercial General Liability Per Occurrence: $200,000 General Aggregate Products-Comp/OP AGG Personal & Adv. Injury Automotive Liability Any Auto: $200,000 Combined Single Limit The City of Lubbock shall be named a primary additional insured on auto/general liability with a waiver of subrogation in favor of the City on all coverage's and to include products of completed operations endorsement. All copies of the Certificates of Insurance shall reference the ITB number for which the insurance is being supplied. The Contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. Q:Purchase/Bid Docs/11-9907-DT upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The Contractor shall also maintain workers compensation insurance in the statutory amount. If at any time during the life of the contract or e required insurance in full force and effect, all immediately. Any failure to maintain the required terminate the contract. iy extension, the contractor fails to maintain the work under the contract shall be discontinued insurance may be sufficient cause for the City to 8. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 9. This Contract consists of the following documents set forth herein; Invitation to Bid #11-9907-DT, General Conditions, Specifications, and the Bid Form. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY OF LUBBOCK Tom Martin, Mayor ATTEST: Rebe a Garza, City Secretary APKOVED AS TO C N ENT: 4t2�� ( -,A f Freddy Chav , Director of Civieffervices APPROV A O F 4,4--_ Assistant City Attorney CONTRACTOR BY l/ Authorized Represents ive Address EMPIRE PAPER CO. 2708 CENTRAL FREEWAY EAST WICHITA FALLS, TX 76301 Q:PurchaseBid Docs/11-9907-DT .� . ,ter :.t Resolution No. 2011—RO143 CITY OF LUBBOCK, TEXAS Custodial Supplies for Civic Center -Annual Pricing ITB 11-9907-DT SPECIFICATIONS Pose: The purpose of this invitation to Bid (ITB) is to establish an annual contract for Custodial Supplies for Civic Center - Annual Pricing that will supply the department's custodial supply needs with a next business day on -site delivery to requesting offices located within the city limits of Lubbock, Texas. Listed quantities are estimates only. 1. Contract Term: The contract term shall be for an initial one (1) year period, said date of term beginning upon City Council date of formal approval. The City and the contractor may, upon written mutual consent, extend the contract for two (2) additional one (1) year periods. 2. Delivery: The successful bidder shall assign an Account Representative to service the City's account. The City must have the capability to place orders either by phone, on-line, fax, or as a walk-in customer at the bidder's Lubbock retail location. There will be a minimal number of occasions when a routine item is needed on an emergency basis. We realize that not all items will be stocked locally and will need to be ordered and then delivered the next day. However, the local retail store must have enough stock on hand of the most common items to take care of these emergencies. The City reserves the right to purchase these emergency items from another supplier if the contract supplier does not have the item in stock locally. The local establishment may also be called on to take part in the return process. All orders placed on-line, called in or faxed in by 3:00 PM should be delivered the following day. Ninety-five (95) percent of items delivered to City departments will be delivered to the requester's on site within one (1) business day after receipt of order (ARO). Delivery is to be FOB destination and shipping, handling or packaging fees shall not be included. Delivery locations: Lubbock Memorial Civic Center 1501 Mac Davis Lane and/or City Bank Auditorium/Coliseum 2720 Drive of Champions, Lubbock, TX 79401. Delivery hours are 8:00 a.m.— 5:00 p.m., Monday thru Friday. There may be an occasional Saturday delivery in case of emergencies. Receiving orders: Only a full-time City of Lubbock employee may inspect and accept deliveries. The authorized employee must first, be the Civic Center's operations staff or second, from the administrative staff. All deliveries must be signed for; no deliveries maybe just "dropped off' at the entrance. The successful bidder shall call ahead to confirm that an authorized employee is available to receive the delivery. Additionally, should an event interfere with a normal delivery process, alternative arrangements will be communicated to the vendor. Failure to meet these delivery requirements may result in cancellation of the contract. Exception: Official City of Lubbock holidays "Exhibit A". 3. SUBSTITUTIONS: The contractor may substitute items that are equal or superior in quality to the requested item, upon obtaining authorization to do so, from the requester. Unauthorized substitutions will not be permitted. Failure to meet this specification may result in cancellation of the contract by the City. Q:Purchase/Bid Docs/11-9907-DT 4. MINIMUM ORDER: The minimum order shall be twenty-five dollars ($25.00) and shall be delivered without shipping charges. 5. BACKORDERS: Only in rare instances should the contractor have to backorder custodial supplies. Any remaining order balance must be delivered within five (5) calendar days thereafter, except for items discontinued by the manufacturer or distributor supplying the contractor. When the contractor does have to backorder an item, proper notification should be made to the person placing the order and noted on the invoice with the estimated delivery time. If the delivery time is unacceptable to the person placing the order, an alternative item may be requested or the City may purchase the item from another source. 6. RETURN POLICY: All items returned must be in their original packages. All items must be returned within twenty days from receipt. All returned items must be in a salable condition. Exception: Any damage that occurs during the shipping of the items must be marked on the receiving document or reported in writing within two (2) working days to the contractor. It will be the contractor's responsibility to notify the Freight Company. Contractor will pay for the return freight and credit any payment made when return is due to contractor error or delivery of defective items. The receiving office will be responsible for the return freight and the freight of the replacement items when the return is due to an ordering error, such as an incorrect item ordered, item no longer needed, or an over order of the item. 7. RETURN PROCEDURE: The ordering office will call the contractor and explain the situation. For defective items or items shipped in error, the contractor will issue a call -tag to pick up the items. The items must be ready for pick-up in their original packaging. A copy of the purchase order on which the items were originally ordered must be sent with the package. This is important so that proper credit can be issued. The correct items will be shipped or full credit will be given upon receipt and inspection of the goods. Credit memos will be issued twice a month. In case of return of items due to error on the part of the ordering office, the ordering office will return ship along with a copy of the purchase order and also pay for the freight for the replacements. 8. ORDERING METHODS: Orders placed by the City may take any of the following forms: • Purchase Orders; • City Procurement Card; • Blanket Purchase Order; 9. PRICING: THE SELLING PRICE SHALL BE F.O.B. CITY OF LUBBOCK. All prices shall include on site delivery to purchaser. 10. INVOICING: Contractor should supply two (2) copies of the packing slip with the custodial supplies at the time of delivery. Packing slip must indicate the unit price and department account number given to the contractor at the time of order. This method will help us in billing out the supplies to different departments. The contractor must bill the City of Lubbock once a month on a date mutually agreed upon. Payment will be made monthly on a date that is convenient to both the contractor and the City of Lubbock. Unless otherwise noted by the bidder, terms shall be Net 30. 11. EXCEPTIONS TO THE CONTRACT: Not all items cataloged by the successful bidders will be purchased under the ensuing contract. Some supplies may be made from Purchasing Cooperatives allowed by law or regulation. The City of Lubbock also reserves the right to order custodial supplies from other sources as may be appropriate in conducting normal business. However, this provision shall not be used to circumvent the intent of the contract. Q:Purchasc/Bid Docs/11-9907-DT 12. ESTIMATED QUANTITIES: It is estimated that the City of Lubbock will expend in excess of $63,000 annually under any contract resulting from this ITB. 13. PAPER CATALOGS: The successful bidder must distribute approximately 5 catalogs to the using City Department at no charge. Additional catalogs must be provided by the contractor as ordered by the departments, at no charge for initial, revised, or replacement catalogs. 14. CUSTOMER SERVICE REQUIREMENTS: • The contractor must provide: • a designated person(s) who administers this contract locally • a four hour response time to any customer inquiries • an eight hour response time for any deficiencies that may result from the operation of the Internet Website electronic catalog • a local phone number for customer inquiries regarding order status and a help line for customers trying to make requests from the electronic catalog • ability to handle large custodial supply accounts as well as personal service given to such accounts 15. REFERENCES: All submittals for this ITB must include three (3) references of customers who are currently using this or a similar purchasing method of like commodities. 16. RECORD KEEPING AND REPORTS - The successful bidder must keep accurate records of all ordered items and will provide this information sorted both by ordering department and by aggregate total to the Purchasing Department promptly upon request. The contractor must provide a monthly summary report by the 5th working day of the following month, to the City of Lubbock Assistant Director of Lubbock Memorial Civic Center by U.S. mail and electronic format to djustice ,mylubbock.us. This report should include but not be limited to the following: overall contractor performance, delivery statistics (next day, 2-3 day, back orders, and other), sales volume, and an itemized list of items sold to each City department. An aggregate report must be provided quarterly and at the end of each year. These will be provided in both in printed form and electronically in Excel a spreadsheet. QTumbase/Bid Docs/11-9907-DT Resolution No. 2011-RO143 Bidders Name: �N7 re 12,1par C o REVISED BID FORM City of Lubbock In compliance with the Invitation to Bid 11-9907-DT, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid 11-9907-DT is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST 1 Green Certified Foam Handcleaner or approved equal 1250 ML, Refill, 6 per case.C-OS-I: S16Z03 62 CASE 142 • 30 3�12SOMl� 2 Concentrated Carpet Defoamer, Gallon, 4 per case. 1 CASE 3 Sanicare TBX Disinfectant Cleaner or approved equal, Quart, 12 per case. SPi4 - I 0 Z 1 17 CASE -710• 24 Spslt�n 4 Terminator Action Pac-Defoamer Disinfectant or 2 E approved equal, 5 Gallon 5 Pro -link Furniture Polish or approved equal , 20 oz, 12 units er case. 5PA - `I 2 O 1 CASE 5pb./a-an case. 1 CASE YV 7 Du�otclloth, 17x24, 1/4FLD, 200 cloths per case. 2 CASE �y • I(o o tc ZI X 2+} 8 Arsenal Jr Window Cleaner or approved equal, %2 Gallon, 6 per case. Ig4,47 A41 Z L'T 7 CASE 0.. "IG 5 fl8 9 Arsenal Clean Action II Carpet Extractor or approved equal, Gallon, 4 per case. QC�T",14D2� 7 %+2yt 2 CASE I ��Z fIC�GD 10 Arsenal Jr Re-Juv-Nal-One Step Disinfectant or approved equal, %2 Gallon, 6 per case. gre•f. 27 CASE 40 •-% 5 ) 9+e'u I I Arsenal Jr Bathroom Cleaner, Non -Acid or approved equal, %2 Gallon, 6 per case. 0jr -r- 5 CASE 12 13" Bowl Mop with Cone Guard u N S -1-7 0 5 EACH Free, Large, 100 count, 10 boxes per case. Moves or approved equal, Powder Free, Medium, 100 count, 10 boxes per case. 14 CASE if 15 Towel Roll 81 �xo950', White, 6 rolls per case. -kw 127 CASEri 32 42 7 � /jaaa' 16 2 Ply,ju � o Roll Tissue Sr, 2000 feet, 6 rolls per case 172 CASE I 724 b ZlJpO 17 2303 Liner, Black, 1ML, Folded, 500 Count per box. IL8JR2y32 25d cs 40 BOX jN 7 y -31-)f nhti 18 40x46 L' er, Black, 1.5ML, 100 Count per box. vie 265 BOX 1 d • JC� 19 6" Hand scrub brush 10 EACH 3• U D 20 Push Broom Handle with Metal Thread, large, 60" 5 EACH j0 0 O 1�2 11 21 Sponge & Scour Pad, Medium Duty, 3 5/8 x 6 1/, Yellow/Green, 6 PK, 8 per CaseMMA) - 1gt12q 1 CASE E 11-9907-DT Custodial Supplies [Addendum 21 Bidders Name: REVISED BID FORM ITEM DESCRIPTION QTY U/M UNIT COST EXTENDED COST 22 Sanitary waxed bags, Item # 6141RM or approved 1 CASE equal, 500 bags per case. Z 50 c 5 I"rL� 5 QGG 23 Contempo Deodorizer Carpet Freshener or approved 5FA- 7 CASE 3� 5Yr-f�-A ^ equal, 20 oz, 12 per case. (.&+I D 24 Ecolyzer Consume Disinfectant or approved equal 1 EACH 51 a"A., l4 drain treatment, 5 Gallon SP.� - 3) o s 25 Trendsetter Wax & Seal or approved equal, Heavy SPA 17 EACH Duty, 5 Gallon - 140) D 5 26 Gum remover, 7 oz, 12 per cpe4.`_ 90 Z� 3 CASE :u Z 5 -14 27 Safe Step Blue Ice Melter or approved equal, 50 LBS 5SM-- 10 BOX /� •-2. y SG�t 5 iep box. yb 57Sl 28 Destainex e Deter nt Soap or approved equal, Gallon, 12 CASE 4 er case. SFA - 7 t1 o 3 29 Windsor Sensor & Versa Plus Vacuum Ba s or 32 PK �/ 9 5 �' ''� ap roved a ual, 10 bags per package W 1 N- 3o0 • so r 30 Windsor 5301 ER Vacuum Filter or approved equal 14 EACH � �t%�✓ i *cw- 31 Prolink Oil Stainless Steel Polish or approved equal, 12 CASE ��• �� 15 oz, 6 er case. a rt 12 /50Z 32 Arsenal Jr Top Clean, Concentrate or approved equal, �lii 4 CASE G �% � �e �'G % 2 Gallon, 6 per case. p�T- 1 4 Zc.•f D•� 6 33 Arsenal Jr Re-Juv-Nal Disinfectant Cleaner or approved equal, %2 Gallon, 6 per case. 00-r- NSr'4 7 4 CASE 1 y •7 5 N+o OIZL�T 34 Top Clean All-P ose Cleaner or approved equal, 55 Gallon Drum 5 A- doZo'55 2 EACH 2-1 -7149 �7'A't*4.1 35 Re-Juv-Nal Disinfectant or approved equal, 55 Gallon 1 EACH Z(o /% g %�f �sl�►'A^ Drum 5 /4 - 106, 2's S 36 Impact Lobby Dust Pan, Model #2600 or 12 EACH 8, % S approved equal. 37 Lo w;D s Pan Boom, lastic, 35" Ai- 84161931 12 EACH 3 y 3 CC►/) 38 8x800' Towel Roll, White, Perforated, 12 rolls per P•"i8 $f�0 6 No �e,f'.I 21 CASE 24• 72 ^.��,� case. ,X- /000' X 39 C-Fold_Towel White, 4,375 CT, 12 units per case. c 1 D 5 CASE ZZ•' S //-1 G JP 40 Foam Hair & Body Shampoo, 1250 ML, Refill, 3 per 3 CASE '4o•7& case. 6o'T-jr 1 Diva 030 41 Quick Peel or approved equal, Heavy Duty Cleaner, 5 5PA- 6 EACH 71•-70 5�"�A^ P Gallon =Zi405 42 Brass Wipes, 10 wi es per package, 8 boxes per case. to CASE 66•y S XG ,8 BOG 43 Wax Strip r for Floors, Gallon, 4 per case. 3 CASE 4Z. xs v 44 Vomit Absorption Pack, 12 per case. %NC- PAKL 2 CASE Z 7. 0V t74 C S OVERALL TOTAL $ ITEM DESCRIPTION Discount 45 Discount for items not listed. 140 % 11-9907•DT Custodial Supplies (Addendum 21 *PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net�dcalendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective. INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth. YES NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY 6mp i fG ZAp`f CAP*-4y a corporation organized under the laws of the State of -rig , or a partnership consisting of or an individual trading as of the City of Firm: 6 W P; rL. eAjLy,r CD12 WtL� gAy Address: M97— E 1VtA#1;, DAI pr City: 1 V. i) b ►CJ!State:_ zip 7?'+0 3 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) By Authorized 6-7 - must sign by hand Z- 114-)1 11-9907-DT Custodial Supplies [Addendum 21 Officer Name and Title: Cew. Please Print lDi Business Telephone Number M Z9 q 9bV, FAX: f0o -76 & 396i E-Mail Address: 10Grt e l l e. FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued: LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. 11-9907-DT Custodial Supplies (Addendum 21