22
1 GRAYSON COUNTY PURCHASING 100 W. HOUSTON STREET, THIRD FLOOR SHERMAN, TEXAS 75090 INVITATION FOR BID 2021-09 PAPER GOODS AND CHEMICAL SUPPLIES

GRAYSON COUNTY PURCHASING 100 W. HOUSTON STREET, …

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

1

GRAYSON COUNTY PURCHASING 100 W. HOUSTON STREET, THIRD FLOOR

SHERMAN, TEXAS 75090

INVITATION FOR BID

2021-09 PAPER GOODS AND CHEMICAL SUPPLIES

2

TABLE OF CONTENTS

Invitation to Bid Page 3

General Terms and Conditions Page 4 - 10

Bid Response Sheets Page 11 - 14

Vendor Disclosure Page 15 - 16

References Page 17

Signature Form Page 18

House Bill 89 Verification – Boycotting Israel Page 19

House Bill 1295 – Certificate of Interested Parties Page 20

Addenda Checklist Page 21

Legal Notice Page 22

3

GRAYSON COUNTY, TEXAS

INVITATION FOR BID RETURN BID TO:

GRAYSON COUNTY PURCHASING

100 W. HOUSTON 3RD FLOOR SHERMAN, TX 75090

BY ORDER OF Commissioners Court of Grayson County, Texas, sealed bids will be received for

PAPER GOODS AND CHEMICAL SUPPLIES

The enclosed INVITATION TO BID and accompanying SPECIFICATIONS AND BID SHEET(S) are for your convenience in bidding the enclosed reference and/or services for Grayson County.

Bids shall be received no later than:

10:00 A.M., Wednesday April 7, 2021

MARK ENVELOPE: BID NO. 2021-09 PAPER GOODS & CHEMICAL SUPPLIES

Grayson County appreciates your time and effort in preparing a bid. Please note that all bids must be received at the designated location by the deadline shown. Bids received after deadline will be returned unopened and shall be considered void and unacceptable. Opening of bid submissions is scheduled to be held in the office of the Purchasing Agent, Grayson County Courthouse, 100 W. Houston Street, Sherman, Texas, at the bid closing date and time.

Bid award should be made approximately two to four weeks after bid opening date. Bidders desiring a copy of the bid tabulation sheet may refer to the Grayson County Purchasing website. Information will be posted under “Bid Tabulations”. BID RESULTS WILL NOT BE GIVEN BY TELEPHONE.

IT IS UNDERSTOOD that Grayson County reserves the right to accept or reject any and/or all bids for any or all products and/or services covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interest of Grayson County.

4

ALL PAGES OF BID PACKET MUST BE SUBMITTED TO BE CONSIDERED A RESPONSIVE SUBMISSION. Each bid shall be placed in a separate and sealed envelope, manually signed in ink by a person having the authority to bind the firm in a contract and marked clearly on the outside as outlined below. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. Electronic bids shall be delivered to the specified “electronic mail” (E-mail) address, with electronic signature of a person having authority to bind the firm in a contract. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. SUBMISSION OF BIDS: Sealed bids shall be submitted to:

Grayson County Purchasing 100 West Houston Street 3rd Floor

Sherman, Texas 75090

OR

Electronic Bids/Proposals shall be submitted to: [email protected]

No later than 10:00 A.M., Wednesday April 7, 2021

MARK ENVELOPE: BID NO. 2021-09 PAPER GOODS AND CHEMICAL SUPPLIES

ALL BIDS MUST BE RECEIVED IN THE COUNTY PURCHASING OFFICE BEFORE OPENING DATE AND TIME

FUNDING: Funds for payment have been provided through the Grayson County budget approved by the Commissioners Court for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current Grayson County fiscal year shall be subject to budget approval. CONTRACT TERM: The contract term for PAPER GOODS AND CHEMICAL SUPPLIES will be from May 1, 2021 through April 30, 2022. Commissioners Court reserves the right to extend this contract for two (2) additional one (1) year periods as it deem to be in the best interest of the County and mutually agreed upon. COOPERATIVE PURCHASING: Other governmental entities may wish to also participate under this contract (piggyback). Each entity wishing to piggyback must have prior authorization from Grayson County and successful bidder. If such participation is authorized, all purchase orders will be issued directly from and shipped directly to the entity requiring materials. Grayson County shall not be held responsible for any orders placed, deliveries made or payment for materials ordered by these entities. Bidder is requested to state whether they will be willing to allow other governmental entities to piggyback off this contract, if awarded, under the same terms and conditions in the space provided.

5

ELECTRONIC BID SUBMITTAL: is defined as the prospective bidder’s access for the purpose of submitting formal sealed bids/proposals (IFB/RFP) to Grayson County by electronic mail. Bids/proposals shall be submitted to: [email protected]. This is a confidential, reserved address for bid/proposal submittal only. All other communications should be addressed specific to the intended recipient. The SUBJECT LINE of the transmittal should be the IFB/RFP number and title as specified on page one and two of the bid document. The message body shall contain the company/individuals name, point of contact address and phone number. Bid submission statement shall be in the format of an attachment using one or a combination of the formats listed below. Electronic bid/proposal formats shall be any combination of the following formats: Microsoft Word, Microsoft Excel, Microsoft PowerPoint, or Adobe Acrobat. Multiple document submissions shall be submitted in one single message. Example; if you have one bid submission that includes a Microsoft Word document and a Microsoft Excel spreadsheet, both must be attached to the one message. Submissions received in any other format not listed above may be rejected. Submitted bids/proposals shall be in accordance with the date and time set forth in this specification. Any bids received after the listed closing date and time shall not be considered. Grayson County is not responsible for equipment or software failure that may cause delay or non-delivery. Grayson County is not responsible for electronic bids/proposals containing viruses that are not able to be eradicated, or that are corrupted as a result. COMMUNICATION: All communications must be sent via email to Purchasing Agent only at [email protected]. No voicemails will be returned. Non-compliance may cause disqualification.

LATE BIDS: Bids received in the County Purchasing office, or e-mail address, after submission deadline will be considered void and unacceptable. Grayson County is not responsible for lateness of mail, electronic systems failure, carrier, etc. and time/date stamp in the Purchasing Office, or e-mail destination time stamp, shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any inter-lineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: A bid may not be withdrawn or cancelled by the bidder without the permission of the County for a period of ninety (90) days following the date designated for the receipt of bids, and bidder so agrees upon submittal of their bid. SALES TAX: Grayson County is by statute exempt from the State Sales Tax and Federal Excise Tax; therefore, the bid price shall not include taxes. BID AWARD: Grayson County reserves the right to award bids on the lump sum or unit price basis, whichever is in the best interest of the county.

6

CONTRACT: This bid, when properly accepted by Grayson County, shall constitute a contract equally binding between the successful bidder and Grayson County. No different or additional terms will become a part of this contract with the exception of Change Orders. DURATION OF AGREEMENT: The duration of this agreement are for an annual contract commencing on the date of the award and continuing for a twelve (12) month period. Grayson County reserves the right to extend this contract for four (4) additional one (1) year periods as it deems to be in the best interest of Grayson County, and mutually agreed upon. CHANGE ORDERS: No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the Grayson County Purchasing Agent. A PRICE redetermination may be considered at renewal time only by Grayson County. Any request for redetermination must be submitted to the Purchasing Agent in writing sixty (60) days prior to renewal of the current contract. Documentation from manufacturer or other determining documentation must be submitted with request. Grayson County reserves the right to accept or reject any/all of the price redetermination as it deems to be in the best interest of the County. CONTRACT PRICING MUST REMAIN FIRM AND IN PLACE DURING EACH 12 MONTH CONTRACT PERIOD. DELIVERY: All delivery and freight charges (FOB Grayson County designated location) are to be included in the bid price. DELIVERY TIME: Bids shall show number of days required to place product supplies at the County’s designated location. Failure to state delivery time may cause bid to be rejected. Successful bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful bidder shall give written notice to the Purchasing Agent. The County has the right to extend delivery time if reason appears valid. Successful bidder must keep the Purchasing Department advised at all times of the status of the order. If the successful bidder is unable to meet delivery requirements, Grayson County reserves the right to purchase goods/service from alternate supplier to the extent of the successful bidder’s inability to meet the schedule. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon’s Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of Grayson County. Grayson County employees shall not offer or accept gifts or anything of value nor enter into any business arrangement with the Vendor. EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions and shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. Grayson County reserves the right to accept any and all or none of the exception(s)/substitution(s) deemed to be in the best interest of the County.

7

DESCRIPTIONS: Any reference to model and/or make/manufacturer used in bid specifications is descriptive, not restrictive. It is used to indicate the type and quality desired. Bids on items of like quality will be considered. ADDENDA: Any interpretations, corrections or changes to this Invitation for Bid and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the Grayson County Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this Invitation for Bid. Bidders shall acknowledge receipt of all addenda. BIDS MUST COMPLY with all federal, state, county and local laws concerning these types of service. DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing practice. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder’s responsibility. A prospective bidder must meet the following requirements:

1.) Have adequate financial resources, or the ability to obtain such resources as required. 2.) Be able to comply with the required or proposed delivery schedule. 3.) Have a satisfactory record of performance. 4.) Have a satisfactory record of integrity and ethics. 5.) Be otherwise qualified and eligible to receive an award.

Grayson County may request representation and other information sufficient to determine bidder’s ability to meet these minimum standards listed above. REFERENCES: Grayson County requests bidder to supply, with this Invitation for Bid, a list of at three (3) references where like services have been supplied by their firm. Include name of firm, address, telephone number and name of representative. BIDDER SHALL SUPPLY with this bid response, all documentation required by this Invitation for Bid. Failure to provide this information may result in rejection of bid. SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless Grayson County and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any contract which may result from bid award. TERMINATION OF CONTRACT: This contract shall remain in effect until contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by either party with a sixty (60) days written notice to the Purchasing Agent prior to any cancellation. The successful bidder must state therein the reasons for such cancellation. Grayson County reserves the right to award cancelled contract to next lowest and best bidder as it deems to be in the best interest of the County.

8

TERMINATION FOR DEFAULT: Grayson County reserves the right to enforce the performance of this contract in any manner prescribed by law or deemed to be in the best interest of the County in the event of breach or default of this contract. Grayson County reserves the right to terminate the contract immediately in the event the successful bidder fails to:

1.) Meet schedules. 2.) Defaults in the payment of any fees. 3.) Otherwise perform in accordance with these specifications.

In the event the successful bidder shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, Grayson County shall give the successful bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the County within two (2) working days of receipt of such notice by the successful bidder, default will be declared and all the successful bidder’s rights shall terminate. Bidder, in submitting this bid, agrees that Grayson County shall not be liable to prosecution for damages in the event that the county declares the bidder in default. NOTICE: Any notice provided by this bid (or required by Law) to be given to the successful bidder by Grayson County shall be conclusively deemed to have been given and received on the next day after such written notice has been deposited in the mail in Sherman, Texas, by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the successful bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. PATENTS/COPYRIGHTS: The successful bidder agrees to protect Grayson County from claims involving infringements of patents and/or copyrights. CONTRACT ADMINISTRATOR: Under this contract, Grayson County may appoint a contract administrator with designated responsibility to ensure compliance with contract requirements, such as but not limited to, acceptance, inspection and delivery. The contract administrator will serve as liaison between Grayson County Purchasing Departments (which has the overall contract administration responsibilities) and the successful bidder. PURCHASE ORDER/CONTRACT: A purchase order or contract shall be generated by Grayson County to the successful bidder. The purchase order or contract number must appear on all itemized invoices and packing slips. Grayson County will not be held responsible for any orders placed/delivered without a valid current purchase order number. INVOICES shall show all information as stated above, shall be issued for each purchase order and shall be mailed directly to the Grayson County Auditor’s Office, P.O. Box 876, Sherman, Texas 75091 or emailed to [email protected]. PAYMENT will be made upon receipt and acceptance by the County of item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. Successful bidder(s) is required to pay subcontractors within ten (10) days.

9

ITEMS supplied under this contract shall be subject to the County’s approval. Items found defective or not meeting specifications shall be picked up and replaced by the successful bidder at the next service date at no expense to the County. If item is not picked up within seven (7) days, after notification, the item will become a donation to the County for disposition. SAMPLES: When requested, samples shall be furnished free of expense to Grayson County. WARRANTY: Successful bidder shall warrant that all items/service shall conform to the proposed specifications and/or all warranties as state in the Uniform Commercial Code and be free from all defects in material, workmanship and title. REMEDIES: The successful bidder and Grayson County agree that both parties have all rights, duties, and remedies available as stated in the Uniform Commercial Code. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Grayson County, Texas. ASSIGNMENT: The successful bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Grayson County. SILENCE OF SPECIFICATION: The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of the specifications shall be made on the basis of this statement. INSURANCE: Before commencing work, the successful bidder shall be required, at his own expense, to furnish the Grayson County Purchasing Agent within ten (10) days of notification of award with certified copies of all insurance policies showing the following insurance coverage to be in force throughout the term of the contract. Each insurance policy to be furnished by successful bidder shall include, endorsement to the policy, a statement that a notice shall be given to Grayson County by certified mail thirty (30) days prior to cancellation or upon any material change in coverage.

(a) Commercial General Liability insurance at minimum combined single limits of $1,000,000 per-0ccurrence and $2,000,000 general aggregate for bodily injury and property damage, which coverage shall include products/completed operations, ($1,000,000 product/completed operations aggregate). Coverage must be written on an occurrence form. Contractual liability must be maintained with respect to the contractor’s obligations contained in the contract. The general aggregate limit must be at least two (2) time the per-occurrence limit. A per-project aggregate endorsement must be included.

(b) Workers Compensation insurance statutory limits, including employer’s liability coverage at minimum limits of $500,000 per-occurrence each accident/$500,000 by disease per-occurrence/$500,000 by disease aggregate.

(c) Commercial Automobile Liability insurance at minimum combined single limits of $1,000,000 per-occurrence for bodily injury and property damage, including owned, non-owned, and hired vehicle coverage.

10

The required limits may be satisfied by any combination of primary, excess or umbrella liability insurances, provided the primary policy complies with the requirements and the excess umbrella is following form. The successful bidder may maintain reasonable and customary deductibles, subject to approval by Grayson County. A comprehensive general liability insurance form may be used in lieu of a commercial general liability insurance form. In this event, coverage must be written on an occurrence basis, at limits of $1,000,000 per-occurrence, combined single limit; and coverage must include a broad form comprehensive general liability endorsement, coverage for products/completed operations, and broad form contractual liability covering the obligations included in the contract. With reference to the foregoing insurance requirement, the successful bidder shall specifically endorse applicable insurance policies as follows:

1.) Grayson County shall be named as an additional insured with respect to general liability and product liability.

2.) All liability policies shall contain cross liability and severability of interest clauses. 3.) A waiver of subrogation in favor of Grayson County shall be contained in the workers

compensation, general liability, automobile liability and product liability coverage. 4.) All insurance policies shall be endorsed to require the insurer to immediately notify Grayson

County of any material change in the insurance coverage. 5.) All insurance policies shall be endorsed to the effect that Grayson County will receive at least

sixty (60) days notice prior to cancellation, non-renewal or termination of the insurance. 6.) All copies of Certificates of Insurance shall reference the project/contract number for which

the insurance is being supplied. All insurance shall be purchased from an insurance company that meets the following requirements:

1.) A financial rating of A:VII or better as assigned by the BEST RATING COMPANY. 2.) Licensed and admitted to do business in the State of Texas.

All insurance must be written on forms filed with and approved by the Texas State Board of Insurance. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent, and shall contain provisions representing and warranting the following:

1.) The company is licensed and admitted to do business in the State of Texas, and is a subscriber to the State Guaranty Fund if applicable.

2.) The insurances set forth by the insurance company are underwritten on forms which have been approved by the Texas State Board of Insurance.

3.) Sets forth all endorsements and insurance coverages according to requirements and instructions contained herein.

4.) Shall specifically set forth the notice of cancellation or termination provision to Grayson County.

11

GRAYSON COUNTY SPECIFICATIONS AND BID SHEETS

PAPER GOODS AND CHEMICAL SUPPLIES

GENERAL: It is the intent of the following specifications to describe products needed by Grayson County. CONDITIONS: Bids must indicate changes, differences, or any other conditions which might affect the quality, price, or furnishing of the goods specified. The successful bidder is required to furnish bids on the specific brands or equivalent to be supplied and these brand names MUST appear on the bid sheet along with the package quantity. If the successful bidder can no long furnish the contract item, the successful bidder must notify the Purchasing Department and cannot substitute the item until the Purchasing Department has given approval. If the successful bidder is temporarily out-of-stock on the requested contract item, an item of equal or better quality and size can be substituted at the contract price. Any UNAUTHORIZED SUBSTITUTIONS WILL BE PICKED UP BY THE SUCCESSFUL BIDDER WITHIN SEVEN (7) DAYS OR BE CONSIDERED A DONATION TO GRAYSON COUNTY. DELIVERY LOCATION: Deliveries will be made directly to Grayson County Jail Facility, 200 S. Crockett, Sherman, Texas 75090, Department of Juvenile Services, 86 Dyess, Denison, Texas 75020, and other departments as specified when orders are placed. DELIVERY TIME: Delivery times are an important consideration in the evaluation of the lowest and best bid. Orders shall be delivered within 24 hours of when the order is placed. Failure to maintain performance for the duration of the contract will become a consideration in the award of future contracts. ABSOLUTELY NO DELIVERIES will be accepted between 11:00 a.m. and 1:00 p.m. and all deliveries must be made after 7:00 a.m. for Grayson County Jail and Department of Juvenile Services. For all other department deliveries can be made during regular business hours. APPROXIMATE USAGE: Estimated quarterly quantities are given for each product given as an example. Approximate usage does not constitute an order, but only implies the probable quantity the County will use. Products will be ordered on an as-needed basis.

12

BID RESPONSE SHEET

Following is an example of an order that would support a two-week period. Please price accordingly. This is for calculation purposes only and does not constitute an order. If you do not have an item – do not bid it. If an order cannot be filled after it has been ordered two (2) times, Grayson County reserves the right to purchase the item from another available source. If item is not available to fill an order – comparable item option shall be offered at contract price or lower. If you are able to provide products with a recycled content or component, please indicate this in your submission.

PAPER GOODS AND CHEMICAL SUPPLIES

(Items of equal specifications listed will be acceptable)

Pack/Size Description Quantity Unit Price Extended 96/cs Toilet Tissue 500 sheet/roll 2 ply 30 cases $________ $________ 12/cs Jumbo Roll Toilet Tissue 5 cases $________ $________ 2-ply roll 9” diameter 30 pkg/cs White Tall-Fold Napkin 1 ply 2 cases $________ $________ 16 pkg/cs Multi-Fold Towel, White 250 ct. 4 cases $________ $________ 6 rolls/cs Brown Roll Towel 800 ft. 4 cases $________ $________ 30 rolls/cs Kitchen Roll Paper Towels – 2 ply 1 case $________ $________ 6 rolls/cs Premium White 10”x 800’ 6 cases $________ $________ 8” diameter paper towels 100/cs 38”x58” Trash Liner 55-gallon 4 cases $________ $________ 1.1 mil Clear 10/50 24”x32” Trash Liner light weight 4 cases $________ $________ .30 mil Clear 10/50 24”x32” Trash Liner light weight 4 cases $________ $________ .30 mil Grey 10/100 Bouffant White Hair Nets 3 cases $________ $________ Large 24”

13

Pack/Size Description Quantity Unit Price Extended 4/1 gal PH7Q Dual Quat Cleaner/Disinfect 3 cases $________ $________ or comparable product 6/1 gal Liquid Bleach 1 case $________ $________ 1/5 gal Sanibet Multi-Range Sanitizer 1 case $________ $________ or comparable product 1/5 gal Chlorinated Dish Machine Det. 1 case $________ $________ 1/5 gal No Rinse Floor Cleaner 2 cases $________ $________ 1/250 ct White Wings Ultra Detergent 2 cases $________ $________ or comparable product 1/5 gal Concentrated Laundry Detergent 2 cases $________ $________ 1/5 gal Concentrated Dishwashing Soap 1 case $________ $________ 6/1000 ml Foaming Antibacterial Soap 2 cases $________ $________ 6/1000 ml Foaming Hand Sanitizer 2 cases $________ $________ 1/12 ct Maxi-clean Mop Head 24 oz 2 cases $________ $________ or comparable product 1/1 ct Steel Mop Handle 7/8” x 60” 24 each $________ $________ 10/500 Letter Size White Copy Paper 20 cases $________ $________ 20lb 92 Brightness 10/500 Legal Size White Copy Paper 5 cases $________ $________ 20lb 92 Brightness Total Price $_________ Delivery Time: _____________________________________________ Stipulate If Delivery Time Varies On Different Items: _____________________________________________________________________________________

_____________________________________________________________________________________

14

If you are awarded the bid on cleaning supplies would you be able to supply Grayson County with manufacturer’s safety standard sheets as required by “OSHA”? Yes __________________ No ________________ Would bidder be willing to allow other governmental entities to piggyback off this contract, if awarded, under the same terms and conditions? Yes __________________ No ________________ Exceptions: _______________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ Additions: ____________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ COMPANY INFORMATION

Firm/Bidder Company Name:

Signature:

Printer Contact Name:

Title:

Address:

City, State, Zip

Contact Phone:

Email:

15

VENDOR DISCLOSURE

The information below is a requirement and must be completely filled out in order to be considered for award.

PREFERENTIAL REQUIREMENT: The County of Grayson, as a governmental agency of the State of Texas, may not award a contract for general construction, improvements, services or public works projects or purchases of supplies, materials, or equipment to a non-resident bidder unless the non-resident’s bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non-resident’s principal place of business is located (Article 601g V.T.C.S.). Bidder shall make answer to the following questions by encircling the appropriate response or completing the blank provided:

1.) Is your principal place of business in the State of Texas? Yes_____________ No_____________

2.) If the answer to question 1 is “yes”, no further information is necessary; if “no”, please indicate:

a.) In which state is your principal place of business located ____________________________

b.) If that state favors resident bidders (bidders in your state) by dollar increment or percentage:

Yes _________________ No __________________

c.) If yes, what is that dollar increment or percentage? _____________________ % Personal Conflicts of Interest

a. Are you in any way related to an elected or appointed Grayson County Official?

Yes_______ No_______ If your answer is “yes”, please describe the nature of the relationship.

______________________________________________________________________

______________________________________________________________________

b. Is any member of your family or extended family related to an elected or appointed Grayson County Official? Yes______ No_______ If your answer is “yes” please describe the nature of the relationship. ______________________________________________________________________

_______________________________________________________________________

c. Do you or any member of your family owe delinquent taxes to Grayson County or any other Public or

Federal agency? Yes_______ No_______ If your answer is “yes” please explain in full.

_______________________________________________________________________

_______________________________________________________________________

16

Company or Business Conflicts of Interest

a. Are any of your business partners or associates related to an elected or appointed Grayson County

Official? Yes_______ No_______ If your answer is “yes”, please describe the nature of the relationship.

________________________________________________________________________

________________________________________________________________________

b. Are any of your business partner’s or associates’ families or extended families related to an elected or

appointed Grayson County Official? Yes_______ No_______ If your answer is “yes”, please describe the

nature of the relationship.

________________________________________________________________________

________________________________________________________________________

c. Do any of your partners or associates or any members of their family owe delinquent taxes to Grayson County or any other Public or Federal agency? Yes_______ No_______ If your answer is “yes” please explain in full. ________________________________________________________________________ ________________________________________________________________________ d. Are you, your business partners or associates in any way (financially or otherwise) involved with an elected or appointed Grayson County Official? Yes_______ No_______ If your answer is “yes”, please describe the nature of the relationship.

________________________________________________________________________

________________________________________________________________________

e. Are you, your business partners, or any of your/their extended families in anyway (financially or otherwise) involved with an elected or appointed Grayson County official?

Yes_______ No_______ If your answer is “yes” please explain in full.

________________________________________________________________________

________________________________________________________________________

17

REFERENCES

LIST THREE (3) COMPANIES OR GOVERNMENTAL AGENCIES WHERE THESE ITEMS HAVE BEEN PROVIDED: 1. Company Name

Address

Contact Name

Contact Phone

Contact Email

2. Company Name

Address

Contact Name

Contact Phone

Contact Email

3. Company Name

Address

Contact Name

Contact Phone

Contact Email

18

SIGNATURE FORM

The undersigned, on behalf of and as the authorized representative of Bidder, agrees this proposal becomes the property of Grayson County after the official opening. The undersigned affirms that the Bidder has familiarized itself with the local conditions under which the work is to be performed; satisfied itself of the conditions of delivery, handling, and storage of equipment and all other matters that may be incidental to the work, before submitting a proposal. The undersigned agrees, on behalf of Bidder that if this proposal is accepted, Bidder will furnish all materials and services upon which price(s) are offered, at the price(s) and upon the terms and conditions contained in the specifications. The period for acceptance of this proposal will be ninety (90) calendar days. The undersigned affirms that they are duly authorized to execute this document as the contract. That this proposal has not been prepared in collusion with any other Bidder, nor any employee of Grayson County, and that the contents of this proposal have not been communicated to any other Bidder or to any employee of Grayson County prior to the official opening of this proposal. By submitting a proposal in response to this solicitation, the Vendor certifies that at the time of submission, they are not on the Federal Government’s list of suspended, ineligible, or debarred entities. In the event of placement on the list between the time of proposal submission and time of award, the Bidder will notify the Grayson County Purchasing Agent. Failure to do so may result in terminating this contract for default. Vendor hereby assigns to Grayson County all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. The undersigned affirms that they have read and understand the specifications and any attachments contained in this solicitation. Failure to sign and return this form will result in the rejection of the entire proposal.

__________________________________ _____________________________________ Signature Grayson County Judge __________________________________ _____________________________________ Printed Name Printed – William L. Magers __________________________________ _____________________________________ Date Date

19

House Bill 89 Verification Form

Prohibition on Contracts with Companies Boycotting Israel The 85th Texas Legislature approved new legislation, effective Sept. 1, 2017, which amends Texas Local Government Code Section 1. Subtitle F, Title 10, Government Code by adding Chapter 2270 which states that a governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: 1) does not boycott Israel; and 2) will not boycott Israel during the term of the contract Pursuant to Section 2270.001, Texas Government Code: 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and 2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. I, (authorized representative) ______________________________, do hereby depose and verify the truthfulness and accuracy of the contents of the statements submitted on this certification under the provisions of Subtitle F, Title 10, Government Code Chapter 2270 and that the company name below: 1) does not boycott Israel currently; and 2) will not boycott Israel during the term of the contract; and 3) is not currently listed on the State of Texas Comptroller’s Companies that Boycott Israel List located at https://comptroller.texas.gov/purchasing/publications/divestment.php _____________________________________________________________ Company Name _____________________________________________________________ Signature of Authorized Representative _____________________________________________________________ Title of Authorized Representative Date

20

CERTIFICATE OF INTERESTED PARTIES (Texas Ethics Commission Form 1295)

This is a sample Texas Ethics Commission’s FORM 1295 –

Contractor must use the Texas Ethics Commission electronic filing web page (at https://www.ethics.state.tx.us/whatsnew/FAQ_Form1295.html) to complete the most current

Certificate of Interested Parties form and submit the form as instructed to the Texas Ethics Commission and Grayson County.

The Certificate of Interested Parties will only be submitted by Contractor to Grayson County with the signed Agreement.

(FORM IS SAMPLE ONLY)

SAMPLE

21

ADDENDA CHECKLIST

PROPOSAL OF: ______________________________________ Name of Company The undersigned Proposer hereby acknowledges receipt of the following Addenda to the 2021-09 Bid Packet. (Blanks are provided for any Addenda issued, if applicable)

Number 1 ________

Number 2 ________

Number 3 ________

Number 4 ________

Proposer Signature: _____________________________

Printed Name: _________________________________

Title: ________________________________________

Date: ________________________________________

22

NOTICE OF REQUEST FOR PROPOSALS By order of Commissioner's Court, Grayson County, Texas, the Purchasing Agent is authorized to advertise to receive SEALED BIDS for the FOLLOWING:

2021-09 PAPER GOODS AND CHEMICAL SUPPLIES

Bid packages are available online at:

https://www.co.grayson.tx.us/page/pur.bids.

Bids for furnishing the services described herein will be received until 10:00 A.M. (CST) on,

WEDNESDAY, APRIL 7, 2021

at which time the submissions will be publicly opened and acknowledged.

RETURN PROPOSAL TO:

GRAYSON COUNTY PURCHASING 100 W HOUSTON ST, THIRD FLOOR

SHERMAN, TX 75090 Grayson County reserves the right to accept or reject any and all proposals, and to award based on the lump sum price.

Please Publish: ONE (1) TIME, TUESDAY, MARCH 16, 2021 AND ONE (1) TIME, TUESDAY, MARCH 23, 2021