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