900963 RFQ Office Supplies - Strategic Sourcing SLEB Only

advertisement
**IMPORTANT NOTICE**
STRATEGIC SOURCING CONTRACT
 Bid pricing must be completed online through
Alameda County Strategic Sourcing Portal (Online
Bid Process).
 The following pages require signatures and must be
scanned and uploaded to Alameda County Online
Bid Process:
1.
2.
Exhibit A – Bid Response Packet, Bidder Information
and Acceptance page
a. Must be signed by Bidder
Exhibit A – Bid Response Packet, SLEB Partnering
Information Sheet
a. Must be signed by Bidder
b. Must be signed by SLEB Partner if subcontracting
to a SLEB
Please read EXHIBIT A – Bid Response Packet carefully,
INCOMPLETE BIDS WILL BE REJECTED. Alameda County will
not accept submissions or documentation after the bid
response due date. Successful uploading of a document
does not equal acceptance of the document by Alameda
County.
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900963
SPECIFICATIONS, TERMS & CONDITIONS
for
Office Supplies
For complete information regarding this project, see RFQ posted at
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or
contact the County representative listed below. Thank you for your interest!
Contact Person: John Butchart, Procurement & Contract Specialist
Phone Number: (510) 208-9602
E-mail Address: john.butchart@acgov.org
RESPONSE DUE
by
2:00 p.m.
on
September 19, 2014
through
Alameda County, General Services Agency–Procurement & Support
Services
Online Bid Process
https://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT
Alameda County is committed to reducing environmental impacts across our entire supply chain.
If printing this document, please print only what you need, print double-sided, and use recycledcontent paper.
1401 Lakeside Drive, Suite 907  Oakland, CA 94612
Phone: 510-208-9600  Website: http://www.acgov.org/gsa/departments/purchasing/
Revision 2013-10-08
Specifications, Terms & Conditions
For Office Supplies
COUNTY OF ALAMEDA
REQUEST FOR QUOTATION No. 900963
SPECIFICATIONS, TERMS & CONDITIONS
for
Office Supplies
TABLE OF CONTENTS
Page
I.
II.
III.
IV.
STATEMENT OF WORK ........................................................................................................... 5
A.
INTENT ................................................................................................................................. 5
B.
SCOPE................................................................................................................................... 5
C.
BACKGROUND ..................................................................................................................... 5
D.
BIDDER QUALIFICATIONS .................................................................................................... 6
E.
Specific Requirements ......................................................................................................... 6
F.
DELIVERABLES / REPORTS ................................................................................................. 15
CALENDAR OF EVENTS ......................................................................................................... 18
G.
NETWORKING / BIDDERS CONFERENCES .......................................................................... 18
COUNTY PROCEDURES, TERMS, AND CONDITIONS ............................................................... 19
H.
CONTRACT EVALUATION AND ASSESSMENT .................................................................... 19
I.
NOTICE OF RECOMMENDATION TO AWARD .................................................................... 20
J.
TERM / TERMINATION / RENEWAL ................................................................................... 21
K.
BRAND NAMES AND APPROVED EQUIVALENTS ............................................................... 21
L.
QUANTITIES ....................................................................................................................... 22
M.
PRICING .............................................................................................................................. 22
N.
AWARD .............................................................................................................................. 23
O.
METHOD OF ORDERING .................................................................................................... 24
P.
INVOICING ......................................................................................................................... 25
Q.
COUNTY PROVISIONS ........................................................... Error! Bookmark not defined.
R.
ACCOUNT MANAGER / SUPPORT STAFF .............................. Error! Bookmark not defined.
INSTRUCTIONS TO BIDDERS ................................................................................................. 26
S.
GENERAL REQUIREMENTS ................................................................................................. 26
T.
COUNTY CONTACTS ........................................................................................................... 26
U.
SUBMITTAL OF BIDS .......................................................................................................... 27
V.
RESPONSE FORMAT ........................................................................................................... 28
ATTACHMENTS
Exhibit A – Bid Response Packet
Exhibit B – Insurance Requirements
Exhibit C– RFQ Vendor Bid List
Exhibit D – Environmental Criteria
RFQ No. 900963
Page 4
Specifications, Terms & Conditions
For Office Supplies
I.
STATEMENT OF WORK
A.
INTENT
It is the intent of these specifications, terms and conditions to describe the supply and
next day delivery of office supplies required by the County.
The County intends to award a three-year contract (with option to renew) to the lowest
responsible bidder(s) who meet(s) the requirements of these specifications, terms and
conditions. It is the County’s intent to increase participation of certified Small Local
Emerging Businesses (SLEB). In order to participate herein, a business must satisfy the
locality requirements and be certified by the County as a small local or emerging local
business.
It is the intent of these specifications, terms and conditions to procure the most
environmentally preferable products with equivalent or higher performance and at
equal or lower cost than traditional products. Specific requirements from the County’s
Sustainability Program related to this Bid are included in the appropriate Bid sections.
B.
SCOPE
This Request for Quotation (RFQ) contains office products that are purchased by all
Alameda County departments. BIDDERS ARE REQUIRED TO BID ALL PRODUCTS LISTED
IN THE ALAMEDA COUNTY ONLINE BID PROCESS. Additionally, the County is asking for
pricing of products not specifically listed in Alameda County Online Bid Process.
Generally excluded from this RFQ are durable goods such as furniture, typewriters, copiers,
radios, sound systems, personal computers, copy paper and toner cartridges.
C.
BACKGROUND
The County of Alameda has more than 9,000 employees in more than 21 agencies and
departments located in approximately 169 leased and owned facilities.
Alameda County requires inside delivery of office supplies to an estimated 158 distinct
street addresses. This estimate is based on ship to addresses used for office supply
purchases during the year (7/01/2012 - 6/30/2013). One street address may have multiple
delivery locations. The awarded contractor(s) shall invoice accurately and separately each
of the 28 County Business Units and their departments. Some locations, such as the
County Administration Building, require delivery personnel and their packages to pass
through security inspections.
RFQ No. 900963
Page 5
Specifications, Terms & Conditions
For Office Supplies
The County spent approximately $1,333,500 for fiscal year 2012 on Office Supplies, placing
33,500 orders for a quantity of 135,200 items and over 8,000 products. Actual dollar
volume is not guaranteed and may be more or less.
Alameda County has a strong commitment to sustainability. The Board of Supervisors has
passed numerous policies that promote purchasing practices that reduce the County’s
environmental impact, including the Climate Action Plan (R-2010-170) and the
Environmentally Preferable Purchasing Policy (R-2011-108). As part of this commitment,
Alameda County intends to partner with the selected vendor to identify and implement
actions that will conserve natural resources, create markets for recycled content products,
and reduce pollution, water use and greenhouse gas emissions related to the products and
services provided as part of this contract.
D.
BIDDER QUALIFICATIONS
1.
E.
Bidder Minimum Qualifications
a.
Certified by the County as a SLEB by the bid submittal due date. All bidders
must provide a SLEB information sheet with their response. This is page 9
in Exhibit A.
b.
Bidder shall be regularly and continuously engaged in the business of
providing office supplies for at least two (2) years.
c.
Bidder shall be an office supplies manufacturer or dealer.
d.
Bidder shall possess all permits, licenses and professional credentials
necessary to supply product and perform services as specified under this
RFQ.
SPECIFIC REQUIREMENTS
1.
Product Pricing
Bidder shall provide fixed pricing for the office supplies specified in the Alameda
County Online Bid Process bid form. Prices will be fixed for three (3) years.
Off-contract products are those products without fixed contract pricing. Bidder
shall provide a guaranteed minimum fixed discount off of the vendors
catalog price for off contract items. This discount must be valid for the
duration of any agreement, and will apply to any and all Office Supplies
ordered from the vendor’s catalog(s) whether they be in print form or
RFQ No. 900963
Page 6
Specifications, Terms & Conditions
For Office Supplies
items available for ordering online. The primary objective is for each
vendor to provide its entire catalog(s) of products so that County agencies
may order a broad range of products as appropriate for their needs.
c.
2.
Contractor shall provide delivery within 24 business hours, or one (1)
business day, after receipt of an order.
(1)
Packing slips shall accompany all orders. Packing slips shall
reference a purchase order, the name of the person who placed the
order, the delivery address, a description of each item ordered,
quantity ordered, quantity shipped, and quantity back ordered.
(2)
Backorders shall be delivered within 72 business hours, or three (3)
business days.
Environmentally Preferable Products / Service Plan: The County intends to
partner with the Contractor to identify and promote the purchase of
environmentally preferable products, also referred to as green products, and to
identify opportunities to reduce the impact of office supply services, including
but not limited to packaging, delivery, business operations and marketing.
a.
The County will collaborate with the Contractor to define green product
criteria, and identify products that meet those criteria. Exhibit E –
Environmental Criteria provides a draft list of criteria that the Contractor
may use to begin to define green products. The County reserves the right
to make changes to these criteria, and welcomes Contractor input on
these criteria.
b.
The Contractor is required to clearly identify green products in the online
and print catalogue and promote these products, with a preference for oncontract products, to County users.
c.
At least annually, the Contractor shall review and identify new green
products and shall seek review and approval by the County to add to green
product offerings available to County users. Products marketed as green
shall either meet the Environmental Criteria (Exhibit E, most recent draft),
or shall have received written approval from the County.
d.
The Contractor shall identify and propose environmentally preferable
options for County specialty items, where feasible, for consideration by
the County. Examples of specialty items that should be reviewed are
County QIC envelopes, custom folders, and custom calendars.
RFQ No. 900963
Page 7
Specifications, Terms & Conditions
For Office Supplies
e.
3.
Within the first sixty (60) days of the contract, and annually thereafter, the
Contractor shall provide the County an environmental services plan that
describes current and planned initiatives that seek to reduce the
environmental impact of the contractor’s services and operations.
Examples of such initiatives include, but are not limited to:
(1)
Optimization of fleet efficiency through delivery route optimization,
fuel efficiency, advanced technology, or other strategies;
(2)
Reuse and/or minimization of delivery packaging;
(3)
Business and facility initiatives such as energy or water efficient
fixtures and operation, recycling or reuse of materials generated in
normal business operations, transitioning to electronic business
processes that reduce paper use;
(4)
Supply chain initiatives that seek to encourage brand owners and
manufacturers of the products Contractor supplies to provide more
environmentally preferable products;
(5)
Certifications or awards Contractor has received highlighting
achievements in this area, such as Green Business Certification.
Contractor’s Office Supplies Catalog
Bidder(s) must provide at least one (1) copy of each of its own full line catalog(s)
that include the full array of products offered with bid response. This catalog(s)
should contain pictures of the items, catalog numbers, prices and brand names.
Bidder(s) must also provide access to Bidder’s online website, if available, for
County review.
a.
Online Catalog for County Office Products
(1)
A catalog shall be provided by the contractor for all contract products
at no cost to the County. This catalog shall be customized to the
County’s contract to show products awarded under this contract and
clearly indicate green products. Pricing listed shall be the County’s
contract pricing, and shall be the amount invoiced to departments
ordering the contract products.
(2)
The online catalog shall be updated as needed to reflect product
and pricing changes.
RFQ No. 900963
Page 8
Specifications, Terms & Conditions
For Office Supplies
(3)
The County customized online catalog must be accessible and
viewable by all County employees, but shall limit ordering to
authorized individuals.
(4)
The County customized online catalog must have a hard block
feature, whereby individual products that are excluded from this
contract may not be ordered. See Excluded Items (Hard Block), page
11, for a list of items excluded from this contract.
(5)
The County customized online catalog must have a soft block
feature, whereby green products are suggested as an equivalent
alternative when a targeted product is selected by a user.
(6)
The catalog must clearly identify green products. Green products
are ones that meet environmental criteria such as post-consumer
recycled content, energy efficiency, reduced toxicity, or reduced
waste. See Exhibit E – Environmental Criteria for a list of
environmental criteria as defined by the County.
(7)
The contractor shall continually seek new green products that are
equivalent in quality and cost to traditional products to add to the
County’s contract catalog. General Services Agency (GSA)Procurement & Support Services and Sustainability shall be notified
on a quarterly basis of new environmentally preferable products
that the contractor has added, or is planning to add, to the catalog.
(8)
The contractor(s) shall obtain final, signed approval by the County
for the online catalog. At the time of award a suitable and
adequate timeline for the design and construction of the online
catalog shall be established by the contractor and the County.
(9)
The catalog shall include a search function that allows users to use
key environmental criteria terms to search for products with those
features (e.g., recycled notebook returns search results of
notebooks with recycled content).
(10)
The catalog search function shall prioritize general product search
results by listing contracted items and green product alternatives
before off-contract items. For example, a search for Notebook
returns contracted notebooks and both on-and-off-contract
environmentally preferable alternatives ahead of off-contract
notebooks.
RFQ No. 900963
Page 9
Specifications, Terms & Conditions
For Office Supplies
(11)
To assure maximum accessibility and functionality to the online
catalog, the County discourages the use of pop-up windows.
(12)
Hard Copy Catalog for County Office Products
The contractor shall provide a copy of their full-line hard copy
catalog to departments upon request.
When requested to provide a hard copy catalog, the contractor
shall also provide a copy of their green products catalog, if
available.
All hard copy catalogs shall be printed double sided on a minimum
of 10% post-consumer recycled content paper.
Printed catalog revisions with updated pricing and new product
offerings shall be made annually and distributed
automatically to all users that have previously requested
one.
Care must be exercised to ensure that catalogs clearly identify the
contract products, the package quantity, the ordering units,
whether the product is green as defined in this bid, and the
post-consumer recycled content percentage, if applicable.
The contractor(s) shall obtain final, signed approval by the County
for the hard copy catalog. At the time of award a suitable
and adequate timeline for the design and construction of the
hard copy catalog shall be established by the contractor and
the County.
4.
Ordering Process
a.
Contractor shall maintain a toll-free telephone (manned by a live-operator
during normal business hours), internet and fax for order processing and
customer service support.
b.
Individual department orders will be sent to the contractor, preferably, via
electronic ordering system (internet) through the vendor’s website. In
cases where electronic ordering is down or not possible contractor shall
receive and process orders via telephone or fax.
c.
Contractor(s) shall supply the “brand” referenced in their response to the
Alameda County Online Bid Process. No substitutions of Contract Products
RFQ No. 900963
Page 10
Specifications, Terms & Conditions
For Office Supplies
shall be allowed without written permission from the GSA -Procurement &
Support Services Department. In the event that a required product is no
longer available, a substitute product may be recommended. The
contractor will provide a written notification from the manufacturer that
the product is no longer available and suggest a suitable substitute. The
County reserves the right to be the sole judge of what is equal and
acceptable as a substitute and may require the contractor to provide
additional information and/or samples of the substitute/replacement
product at no cost to the County.
d.
e.
5.
Customized products are to be billed per order like any other product.
Contractor shall be responsible for assigning permanent product codes to
these products. These product codes will be referenced on packing slips,
invoices, and usage reports. Custom products should be delivered within
ten (10) working days from receipt of order.
Per mutual agreement of contractor and County, products may be added to
or deleted from the contracted item list.
Excluded Items (Hard Block)
a.
Contractor shall have the capability to restrict agencies or departments from
ordering products that are excluded from this bid such as but not limited to:
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(10)
(11)
(12)
(13)
b.
Paper for computer, fax and photocopy machines
Computers
Photocopy machines, scanners, and other imaging devices
Janitorial supplies and equipment
Over-the-counter drugs
Cleaning Chemicals
Microwaves
Audio/Visual Equipment
Sound Systems and radios
Purchase and rental of furniture
First aid kits and refill item for first aid kits
Food
Other products as determined by the County
Contractor shall provide information to ordering departments about the
County’s policy on blocked items when they attempt to order blocked
items.
RFQ No. 900963
Page 11
Specifications, Terms & Conditions
For Office Supplies
c.
6.
Alternative Items (Soft Block)
a.
b.
c.
d.
7.
The County reserves the right to amend the list of excluded products at
any time.
Contractor(s) shall have the capability to suggest alternative products
when a County user selects a product that has an equivalent green
product available.
When ordering online, the alternative items shall be proposed
automatically at the time users click on the item.
When ordering by phone, sales staff shall be knowledgeable about the
County’s policy and about alternative green products to suggest to the
user.
The contractor shall collaborate with the County to identify equivalent
environmentally preferable products, both on and off contract, as
described in Exhibit E – Environmental Criteria.
Training
a.
b.
Contractor shall provide training and education to County users on green
office products and other related topics, such as order consolidation to
reduce emissions from delivery, packaging reduction strategies, or other
programs offered by the Contractor.
Training and education strategies may include, but are not limited to, the
following:
(1)
Producing education materials including flyers, posters, or email
announcements
(2)
Providing environmentally preferable product samples to end users
to test
(3)
Participating in events, such as the tabling at the County’s
Employee Health Fair or other outreach events (limited to no more
than four (4) times per year)
c.
Contractor shall develop and implement training in coordination with the
County and shall be responsible for all costs associated with the program.
d.
Contractor shall obtain final signed approval from the County prior to
publishing or distributing materials to County users.
RFQ No. 900963
Page 12
Specifications, Terms & Conditions
For Office Supplies
e.
8.
In the case of a multiple award of this contract, the County expects all
awarded Contractors to collaborate with the County to produce training
and education products that are consistent across all contractors.
Stocking Requirements
Contractor must maintain an adequate stock of office supply materials necessary to
support the normal day to day operations of the County and to minimize back
orders. Contractor must be able to stock and distribute proprietary items to the
County.
a.
Specific Delivery Requirements:
Contractor shall provide delivery within 24 hours, or one (1) business day,
after receipt of an order.
Contractor must provide next day delivery of stock items and delivery
within ten (10) days for non-stock items.
No minimum charge for merchandise or minimum order quantities will be
allowed. However, contractor is encouraged to educate
departments on strategies for reducing deliveries and the
associated greenhouse gas emissions such as:
(a)
Consolidating orders until a minimum dollar value order
threshold is met (e.g. $50)
(b)
Limiting the frequency of orders to once a month, every two
weeks, or other interval that is reasonable to the needs of
the department
(c)
Assisting with coordination of delivery dates among
individual delivery points within one facility
(d)
Other strategies as agreed upon by the contractor and the
County
All items ordered shall be shipped as ordered. Items not immediately
available (back ordered) shall be so indicated in the packing slip by
the contractor.
RFQ No. 900963
Page 13
Specifications, Terms & Conditions
For Office Supplies
Backorders shall be delivered within 72 business hours, or three (3)
business days
Deliveries are to be made by contractor’s own equipment to the ordering
agency or department and to the desk of the person placing the
order(s). Due care shall be exercised in packing, handling and
shipping to ensure that the ordered supplies arrive to the final
destination in excellent condition.
Customized rubber stamps, signs, name plates and signature stamp
products must be delivered to the end user no later than ten (10)
day after receipt of order. Any customized products delivered after
ten (10) days of receipt of order will be considered a back order.
Contractor must possess a fleet of trucks or other delivery service vehicles
that can make immediate delivery to all designated delivery points,
countywide, within 24 hours after an order is received by
contractor. All deliveries are to be Freight On Board (F.O.B.)
Destination to the location designated by the ordering department.
No additional charges will be accepted.
Contractor may not idle delivery vehicles while making inside deliveries to
ordering agencies or departments.
9.
Returns, Credits & Backorders:
a.
Returns: Contractor will be notified by telephone (or e-mail) within 15
working days after receipt of any incorrectly ordered, delivered or defective
item(s). The contractor shall provide the department with return
instructions. Contractor shall pick up the item(s) and return to contractor’s
facility for processing. No service charges or restocking fees for items
returned as a result of damage, incorrect material deliveries, ordering error
in description or quantities, or material overages shall be invoiced to the
County.
b.
Credits: Contractor shall issue a credit memo to the ordering department.
The credit memo should reference the product that was returned or
reason for credit, the Purchase Order (PO) number, the person who placed
the order and other descriptive information. Each ordering department
should receive a monthly summary statement of itemized debits and credits.
c.
Backorders: Required delivery from receipt of original order to fill back
orders is within ten (10) working days with the provision that the County
RFQ No. 900963
Page 14
Specifications, Terms & Conditions
For Office Supplies
may waive this requirement for bona fide business reasons. In the event
that back ordered items cannot be filled within this time frame, the
contractor shall immediately purchase these items from local sources and
deliver them to the ordering department at contract pricing. No additional
charges will be allowed.
F.
DELIVERABLES / REPORTS
1.
Contractor shall provide electronic quarterly usage reports and detailed product
order reports to the County of Alameda GSA-Procurement & Support Services and
Sustainability Departments. The reports shall be provided to the County at no
charge at designated intervals, as well as by request, and shall include all purchases
made as a result of this contract. These reports shall be submitted in Microsoft
Excel format.
The County will work with the contractor(s) to finalize the format of these reports
upon contract award. The County reserves the right to make changes to the report
and to request additional information if deemed necessary. These reports will be
issued within three (3) weeks of the close of the previous quarter or of the request
date. Electronic and copies of these reports shall be sent to additional County
business units upon request. Ad hoc reports shall be provided by the contractor as
required at no additional cost. Below is a description of the minimum information
that will be included in the reports and the formatting requirements.
a.
Quarterly Usage Report
(1)
The purpose of this report will be to provide a summary of all
purchases made under this contract. Information shall be provided in
one (1) worksheet (not multiple tabs) with no spaces between data in
columns or rows. Each horizontal line shall contain the data for all
contract purchases of a single product and shall be formatted to
include, and sort by, all key categories listed below.
(2)
Key categories shall be defined as:
(a)
Item part number
(b)
Item description (e.g., brand, size, color, etc.)
(c)
Unit of measure (e.g., each, box)
(d)
Quantity of units purchased
RFQ No. 900963
Page 15
Specifications, Terms & Conditions
For Office Supplies
b.
(e)
Number of times orders were placed
(f)
Total sales
(g)
Average sales price
(h)
Percentage of post-consumer content
(i)
Percentage of total recycled content (e.g., post- and preconsumer recycled content)
(j)
Identification of refillable, rechargeable products
(k)
Identification of third party certifications
Detailed Product Order Reports
(1)
The purpose of this report will be to identify detailed ordering
information for a single product or subset of products. Information
shall be provided in one worksheet (not multiple tabs) with no spaces
between data in columns or rows.
(2)
Each horizontal line shall contain the data for a single transaction and
shall be formatted to include, and sort by, all key categories listed
below.
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)
Account Number
Customer Name
Item part number
Item description (e.g., brand, size, color, etc.)
Unit of measure (e.g., each, box)
Units purchased (i.e., order quantity)
Unit price (i.e., charge to customer)
Total order cost
Percentage of post-consumer content
Percentage of total recycled content (e.g., post- and preconsumer recycled content)
Identification of refillable, rechargeable products
Identification of third party certifications
Number of individual pieces per unit
Shipped quantity (if not same as order quantity)
RFQ No. 900963
Page 16
Specifications, Terms & Conditions
For Office Supplies
c.
Contract Summary Report
The contractor shall provide an electronic Contract Summary Report to the
County Contract Administrator on a quarterly basis. The Contract Summary
Report must contain at a minimum, but not limited to, the data elements
specified below:
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(10)
(11)
(12)
(13)
(14)
(15)
(16)
(17)
(18)
(19)
Total Purchases (Dollar Value):
County Department Agencies only
Per Month
Year-to-Date
Number of Orders
Average Order Size in Dollar Value
Order Line Fill Rate
Average Number of Lines per Order
Total Number of Lines
Total Number of Lines Filled
On-Time Delivery Rate
Total Number of Deliveries
Total Number of On-Time Deliveries
Average Days to Ship Orders
Number of Backorders
Average Days to Ship Backorders
Number of Returns
Number of Damaged/Defective Products
Year-to-Date Total Returns (Dollar Value)
RFQ No. 900963
Page 17
Specifications, Terms & Conditions
For Office Supplies
II.
CALENDAR OF EVENTS
Event
Request Issued
Written Questions Due
Networking/Bidders
Conference #1
Date/Location
August 5, 2014
by 5:00 p.m. on August 18, 2014
August 14, 2014 @ 10:00 a.m. at: General Services
Agency
Room 1107, 11th Floor
1401 Lakeside Drive
Oakland, CA 94612
OR remotely @
https://gsaalamedacounty.ado
beconnect.com/admin/showevent-catalog
Networking/Bidders
August 18, 2014 @ 10:30 a.m. at: Dublin Public Library
Conference #2
Program Room
200 Civic Plaza
Dublin, CA 94568
Addendum Issued
August 29, 2014
Response Due
September 19, 2014 by 2:00 p.m.
Evaluation Period
Through October 3, 2014
Award Date
October 17, 2014
Contract Start Date
January 1, 2015
*Includes a tutorial of how to register and use Online Bid Process
Note: Award and start dates are approximate.
It is the responsibility of each bidder to be familiar with all of the specifications, terms and
conditions and the site condition. By the submission of a Bid, the Bidder certifies that if awarded
a contract they will make no claim against the County based upon ignorance of conditions or
misunderstanding of the specifications.
G.
NETWORKING / BIDDERS CONFERENCES
1.
The bidders conference held on August 14, 2014 will have an online conference
option enabled for remote participation. Bidders can opt to participate via a
computer with a stable internet connection (the recommended Bandwidth is
512Kbps) at http://gsaalamedacounty.adobeconnect.com/admin/show-eventcatalog. In order to get the best experience, the County recommends that
RFQ No. 900963
Page 18
Specifications, Terms & Conditions
For Office Supplies
bidders who participate remotely use equipment with audio output such as
speakers, headsets, or a telephone. Bidders may also attend this conference in
person.
2.
Networking/bidders conferences will be held to:
a.
b.
c.
d.
III.
Provide an opportunity for Small Local Emerging Businesses (SLEBs) and
large firms to network and develop subcontracting relationships in order to
participate in the contract(s) that may result from this RFQ.
Provide an opportunity for bidders to ask specific questions about the
project and request RFQ clarification.
Provide bidders an opportunity to view a site, receive documents, etc.
necessary to respond to this RFQ.
Provide the County with an opportunity to receive feedback regarding the
project and RFQ.
3.
All questions will be addressed and the list of attendees will be included in an
RFQ Addendum following the networking/bidders conferences in accordance
with the Calendar of Events.
4.
Potential bidders are strongly encouraged, but not required, to attend a
networking/bidders conference in order to further facilitate subcontracting
relationships. Vendors who attend a networking/bidders conference will be
added to the Vendor Bid List (see Exhibit C). Failure to participate in a
networking/bidders conference will in no way relieve the contractor from furnishing
goods and/or services required in accordance with these specifications, terms and
conditions. Attendance at a networking/bidders conference is strongly encouraged
and recommended but is not mandatory.
COUNTY PROCEDURES, TERMS, AND CONDITIONS
H.
CONTRACT EVALUATION AND ASSESSMENT
During the initial sixty (60) day period of any contract, which may be awarded to
contractor persons designated by the County, the County will meet with the contractor
to evaluate office supply delivery system performance and to identify any issues or
potential problems.
The County reserves the right to determine, at its sole discretion, whether:
1.
Contractor has complied with all terms of this RFQ; and
RFQ No. 900963
Page 19
Specifications, Terms & Conditions
For Office Supplies
2.
Any problems or potential problems with the proposed office supply delivery
system were evidenced which make it unlikely (even with possible modifications)
that such office supply delivery system has met the County requirements.
If, as a result of such determination, the County concludes that it is not satisfied with
Contractor, Contractor’s performance under any awarded contract and/or Contractor’s
goods and/or services as contracted for therein, the contractor will be notified of
contract termination effective forty-five (45) days following notice. Contractor shall be
responsible for the removal of any equipment/system at no charge to the County. The
County will have the right to invite the next lowest bidder to enter into a contract. The
County also reserves the right to re-bid this project if it is determined to be in its best
interest to do so.
I.
NOTICE OF RECOMMENDATION TO AWARD
1.
At the conclusion of the RFQ response evaluation process (“Evaluation Process”),
all bidders will be notified in writing by e-mail or fax, and certified mail, of the
contract award recommendation, if any, by GSA–Procurement & Support
Services. The document providing this notification is the Notice of
Recommendation to Award.
The Notice of Recommendation to Award will provide the following information:
The name of the bidder being recommended for contract award; and
The names of all other parties that submitted proposals.
2.
At the conclusion of the RFQ process, debriefings for unsuccessful bidders will be
scheduled and provided upon written request and will be restricted to discussion
of the unsuccessful offeror’s bid.
Under no circumstances will any discussion be conducted with regard to contract
negotiations with the successful bidder.
Debriefing may include review of successful bidder’s proposal with redactions as
appropriate.
3.
The submitted proposals shall be made available upon request no later than five
(5) calendar days before approval of the award and contract is scheduled to be
heard by GSA.
RFQ No. 900963
Page 20
Specifications, Terms & Conditions
For Office Supplies
J.
K.
TERM / TERMINATION / RENEWAL
1.
The term of the contract, which may be awarded pursuant to this RFQ, will be
three (3) years.
2.
The County has and reserves the right to suspend, terminate or abandon the
execution of any work by the contractor without cause at any time upon giving to
the contractor prior written notice. In the event that the County should
abandon, terminate or suspend the contractor’s work, the contractor shall be
entitled to payment for services provided hereunder prior to the effective date of
said suspension, termination or abandonment. The County may terminate the
contract at any time without written notice upon a material breach of contract
and substandard or unsatisfactory performance by the contractor. In the event
of termination with cause, the County reserves the right to seek any and all
damages from the contractor. In the event of such termination with or without
cause, the County reserves the right to invite the next highest ranked bidder to
enter into a contract or re-bid the project if it is determined to be in its best
interest to do so.
3.
The County may, at its sole option, terminate any contract that may be awarded
as a result of this RFQ at the end of any County Fiscal Year, for reason of
non-appropriation of funds. In such event, the County will give contractor at
least thirty (30) days written notice that such function will not be funded for the
next fiscal period. In such event, the County will return any associated
equipment to the contractor in good working order, reasonable wear and tear
excepted.
4.
By mutual agreement, any contract which may be awarded pursuant to this RFQ,
may be extended for an additional two (2)-year term at agreed prices with all
other terms and conditions remaining the same.
BRAND NAMES AND APPROVED EQUIVALENTS
1.
Any references to manufacturers, trade names, brand names and/or catalog
numbers are intended to be descriptive, but not restrictive, unless otherwise
stated, and are intended to indicate the quality level desired. Bidders may offer any
equivalent product that meets or exceeds the specifications. Bids based on
equivalent products must:
a.
Clearly describe the alternate offered and indicate how it differs from the
product specified; and
RFQ No. 900963
Page 21
Specifications, Terms & Conditions
For Office Supplies
b.
L.
2.
The County reserves the right to be the sole judge of what is equal and acceptable
and may require Bidder to provide additional information and/or samples.
3.
If Bidder does not specify otherwise, it is understood that the referenced brand will
be supplied.
QUANTITIES
1.
M.
Include complete descriptive literature and/or specifications as proof that
the proposed alternate will be equal to or better than the product named in
this bid as PDF attachments to your online bid submission.
Quantities listed herein are annual estimates based on past usage, and are not to
be construed as a commitment. No minimum or maximum is guaranteed or
implied.
PRICING
1.
The contract pricing may be adjusted annually based on the increase or decrease
in the U.S. Department of Labor, Bureau of Labor Statistics Consumer Price Index
for All Urban Consumers (CPI-U) (http://www.bls.gov/cpi/#) tables under the all
items index: for the San Francisco-Oakland-San Jose, area for the most recently
published percentage change for the twelve-month period preceding the
contract anniversary date, which shall be the effective date for any rate
adjustment or 3%, whichever of the two (2) rates is lower.
2.
Unless otherwise stated, Bidder agrees that, in the event of a price decline, the
benefit of such lower price shall be extended to the County.
3.
All prices are to be F.O.B. destination. Any freight/delivery charges are to be
included.
4.
Any price increases or decreases for subsequent contract terms may be
negotiated between contractor and County only after completion of the initial
term.
5.
All prices quoted shall be in United States dollars and "whole cent," no cent
fractions shall be used. There are no exceptions.
6.
Price quotes shall include any and all payment incentives available to the County.
RFQ No. 900963
Page 22
Specifications, Terms & Conditions
For Office Supplies
N.
7.
Bidders are advised that in the evaluation of cost, if applicable, it will be assumed
that the unit price quoted is correct in the case of a discrepancy between the unit
price and an extension.
8.
Federal and State minimum wage laws apply. The County has no requirements
for living wages. The County is not imposing any additional requirements
regarding wages.
AWARD
1.
The award will be made to the lowest responsible bidder who meets the
requirements of these specifications, terms and conditions.
2.
Awards may also be made to the subsequent lowest responsible bidders who will
be considered the Back-up contractors and who will be called in ascending order
of amount of their quotation.
3.
Small and Emerging Locally Owned Business: The County is vitally interested in
promoting the growth of small and emerging local businesses by means of
increasing the participation of these businesses in the County’s purchase of
goods and services.
As a result of the County’s commitment to advance the economic opportunities
of these businesses, Bidders must meet the County’s Small and Emerging Locally
Owned Business requirements in order to be considered for the contract award.
These requirements can be found online at:
http://acgov.org/auditor/sleb/overview.htm
For purposes of this bid, applicable industries include, but are not limited to, the
following NAICS Code(s): 424120 and 453210.
A small business is defined by the United States Small Business Administration
(SBA) as having no more than the number of employees or average annual gross
receipts over the last three (3) years required per SBA standards based on the
small business's appropriate NAICS code.
An emerging business, as defined by the County, is one that has less than onehalf (1/2) of the preceding amount and has been in business less than five (5)
years.
4.
The County reserves the right to reject any or all responses that materially differ
from any terms contained in this RFQ or from any Exhibits attached hereto, to
waive informalities and minor irregularities in responses received, and to provide
RFQ No. 900963
Page 23
Specifications, Terms & Conditions
For Office Supplies
an opportunity for bidders to correct minor and immaterial errors contained in
their submissions. The decision as to what constitutes a minor irregularity shall
be made solely at the discretion of the County.
5.
The County reserves the right to award to a single or multiple contractors.
6.
The County has the right to decline to award this contract or any part thereof for
any reason.
7.
A contract must be negotiated, finalized, and signed by the recommended
awardee prior to GSA approval.
8.
Final Standard Agreement terms and conditions will be negotiated with the
selected bidder. Bidder may access a copy of the Standard Services Agreement
template can be found online at:
http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf
The template contains minimal Agreement boilerplate language only.
O.
9.
The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s
proposal, may be incorporated into and made a part of any contract that may be
awarded as a result of this RFQ.
10.
OTHER AGENCIES: Other tax supported agencies within the State of California
that have not contracted for their own requirements may desire to participate in
this contract. The contractor is requested to service these agencies and will be
given the opportunity to accept or reject the additional requirements. If the
contractor elects to supply other agencies, orders will be placed directly by the
agency and payments made directly by the agency.
METHOD OF ORDERING
1.
A written PO and signed Standard Agreement contract will be issued upon award.
2.
POs and Standard Agreements will be faxed, transmitted electronically or mailed.
3.
POs and payments for products and/or services will be issued only in the name of
contractor.
4.
Contractor shall adapt to changes to the method of ordering procedures as
required by the County during the term of the contract.
5.
Change orders shall be agreed upon by contractor and County and issued as
needed in writing by County.
RFQ No. 900963
Page 24
Specifications, Terms & Conditions
For Office Supplies
P.
Q.
INVOICING
1.
Contractor shall invoice the requesting department, unless otherwise advised,
upon satisfactory receipt of product and/or performance of services.
2.
County will use best efforts to make payment within 30 days following receipt
and review of invoice and upon complete satisfactory receipt of product and
performance of services.
3.
County shall notify contractor of any adjustments required to invoice.
4.
Invoices shall contain County PO number, invoice number, remit to address and
itemized products and/or services description and price as quoted and shall be
accompanied by acceptable proof of delivery.
5.
Contractor shall utilize standardized invoice upon request.
6.
Invoices shall only be issued by the contractor who is awarded a contract.
7.
Payments will be issued to and invoices must be received from the same
contractor whose name is specified on the POs.
8.
The County will pay contractor monthly or as agreed upon, not to exceed the
total quoted in the bid response.
ACCOUNT MANAGER / SUPPORT STAFF
1.
Contractor shall provide a dedicated competent account manager who shall be
responsible for the County account/contract. The account manager shall receive
all orders from the County and shall be the primary contact for all issues
regarding Bidder’s response to this RFQ and any contract which may arise
pursuant to this RFQ.
2.
Contractor shall also provide adequate, competent support staff that shall be
able to service the County during normal working hours, Monday through Friday.
Such representative(s) shall be knowledgeable about the contract, products
offered and able to identify and resolve quickly any issues including but not
limited to order and invoicing problems.
3.
Contractor account manager shall be familiar with County requirements and
standards and work with the County Agency contacts and GSA -Procurement &
Support Services staff to ensure that established standards are adhered to.
RFQ No. 900963
Page 25
Specifications, Terms & Conditions
For Office Supplies
4.
IV.
Contractor account manager shall keep the County Specialist informed of
requests from departments, and changes from Original Equipment
Manufacturers (OEMs) and their contracted products, as required.
INSTRUCTIONS TO BIDDERS
R.
S.
GENERAL REQUIREMENTS
1.
Proper conduct is expected of contractor’s personnel when on County premises.
This includes adhering to no-smoking ordinances, the drug-free work place policy,
not using alcoholic beverages and treating employees courteously.
2.
County has the right to request removal of any contractor employee or
subcontractor who does not properly conduct himself/herself/itself or perform
quality work.
3.
Contractor personnel shall be easily identifiable as non-County employees (i.e. work
uniforms, badges, etc.).
COUNTY CONTACTS
GSA–Procurement & Support Services is managing the competitive process for this
project on behalf of the County. All contact during the competitive process is to be
through the GSA–Procurement & Support Services Department only.
The evaluation phase of the competitive process shall begin upon receipt of sealed bids
until a contract has been awarded.
All questions regarding these specifications, terms and conditions are to be submitted in
writing, preferably via e-mail by 5:00 p.m. on August 18, 2014 to:
John Butchart, Procurement & Contracting Specialist
Alameda County, GSA–Procurement & Support Services
1401 Lakeside Drive, Suite 907
Oakland, CA 94612
E-Mail: john.butchart@acgov.org
PHONE: (510) 208-9602
The GSA Contracting Opportunities website will be the official notification posting place
of all Requests for Interest, Proposals, Quotes and Addenda. Go to
http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp
to view current contracting opportunities.
RFQ No. 900963
Page 26
Specifications, Terms & Conditions
For Office Supplies
T.
SUBMITTAL OF BIDS
1.
All bids must be must be completed and successfully downloaded through
Alameda County online bid process BY 2:00 p.m. on the due date specified in the
Calendar of Events. Technical difficulties in downloading/submitting documents
through the Alameda County online bid process shall not extend the due date
and time.
2.
Bidders must also submit an attached electronic copy of their proposal. The
electronic copy must be in a single file (MS Excel, version XP or more recent), and
shall be an exact scanned image of the original electronic Exhibit E – Bid
Response Spreadsheet, including additional required documentation.
3.
No email (electronic) or facsimile bids will be considered.
4.
All costs required for the preparation and submission of a bid shall be borne by
Bidder.
5.
Only one bid response will be accepted from any one person, partnership,
corporation, or other entity; however, several alternatives may be included in
one response. For purposes of this requirement, “partnership” shall mean, and is
limited to, a legal partnership formed under one or more of the provisions of the
California or other state’s Corporations Code or an equivalent statute.
6.
All other information regarding the bid responses will be held as confidential until
such time as the General Services Agency has completed its evaluation, a
recommendation to award has been made by the General Services Agency, and
the contract has been fully negotiated with the intended awardee named in the
recommendation to award/non-award notification(s). The submitted proposals
shall be made available upon request no later than five (5) calendar days before
the recommendation to award and enter into a contract by the General Services
Agency. All parties submitting proposals, either qualified or unqualified, will
receive mailed recommend to award/non-award notification(s), which will
include the name of the bidder to be recommended for award of this project. In
addition, award information will be posted on the County’s “Contracting
Opportunities” website, mentioned above.
7.
Each bid received, with the name of the bidder, shall be entered on a record, and
each record with the successful bid indicated thereon shall, after the award of
the order or contract, be open to public inspection.
8.
California Government Code Section 4552: In submitting a bid to a public
purchasing body, the bidder offers and agrees that if the bid is accepted, it will
RFQ No. 900963
Page 27
Specifications, Terms & Conditions
For Office Supplies
assign to the purchasing body all rights, title, and interest in and to all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under
the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of
Division 7 of the Business and Professions Code), arising from purchases of goods,
materials, or services by the bidder for sale to the purchasing body pursuant to
the bid. Such assignment shall be made and become effective at the time the
purchasing body tenders final payment to the bidder.
U.
9.
Bidder expressly acknowledges that it is aware that if a false claim is knowingly
submitted (as the terms “claim” and “knowingly” are defined in the California
False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil
remedies set forth in the California False Claim Act. It may also be considered
fraud and the contractor may be subject to criminal prosecution.
10.
The undersigned Bidder certifies that it is, at the time of bidding, and shall be
throughout the period of the contract, licensed by the State of California to do
the type of work required under the terms of the Contract Documents. Bidder
further certifies that it is regularly engaged in the general class and type of work
called for in the Bid Documents.
11.
The undersigned Bidder certifies that it is not, at the time of bidding, on the
California Department of General Services (DGS) list of persons determined to be
engaged in investment activities in Iran or otherwise in violation of the Iran
Contracting Act of 2010 (Public Contract Code Section 2200-2208).
12.
It is understood that County reserves the right to reject this bid and that the bid
shall remain open to acceptance and is irrevocable for a period of one hundred
eighty (180) days, unless otherwise specified in the Bid Documents.
RESPONSE FORMAT
1.
Bid responses must be submitted online through Alameda County online bid
process.
2.
Bid responses are to be straightforward, clear, concise and specific to the
information requested.
3.
In order for bids to be considered complete, Bidder must provide responses to all
information requested. See Exhibit A – Bid Response Packet.
4.
Bid responses, in whole or in part, are NOT to be marked confidential or
proprietary. County may refuse to consider any bid response or part thereof so
marked. Bid responses submitted in response to this RFQ may be subject to
RFQ No. 900963
Page 28
Specifications, Terms & Conditions
For Office Supplies
public disclosure. County shall not be liable in any way for disclosure of any such
records. Please refer to the County’s website at:
http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for
more information regarding Proprietary and Confidential Information policies.
RFQ No. 900963
Page 29
EXHIBIT A
BID RESPONSE PACKET
RFQ No. 900963 – Office Supplies
To:
The County of Alameda
From:
(Official Name of Bidder)
 AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFQ, BIDDERS ARE TO SUBMIT
ONE (1) ELECTRONIC COPY OF THE BID IN MS EXCEL FORMAT (VERSION XP OR MORE
RECENT). THE ELECTRONIC COPY MUST HAVE ALL APPROPRIATE PAGES SIGNED
 ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED THROUGH
ONLINE BID PROCESS AS PDF ATTACHMENT(S) IN TOTAL WITH ALL REQUIRED DOCUMENTS
ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF
EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED
AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED
“N/A”
 BIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR
OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER
COUNTY-PROVIDED DOCUMENT
 ALL NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE
PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR
TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID
 BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFQ DOCUMENT AND AS SPECIFIED IN THE
ONLINE BID PROCESS EVENT
 BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE
BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN
TOTAL
 IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING
EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFQ, INCLUDING THOSE TO THE
COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS,
AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID
RESPONSE TO BE CONSIDERED COMPLETE
Exhibit A – RFQ No. 900963
Page 1
BIDDER INFORMATION AND ACCEPTANCE
1.
The undersigned declares that the Bid Documents, including, without limitation, the RFQ, Addenda,
and Exhibits have been read.
2.
The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in
accordance with the Specifications, Terms & Conditions of the Bid Documents of RFQ No. 900963
Office Supplies.
3.
The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid
including, but not limited to, the requirements under the County Provisions, and that each Bidder who
is awarded a contract shall be, in fact, a prime contractor, not a subcontractor, to County, and agrees
that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County
in accordance with the intent of the Bid Documents.
4.
The undersigned acknowledges receipt and acceptance of all addenda.
5.
The undersigned agrees to the following terms, conditions, certifications, and requirements found on
the County’s website:

Bid Protests / Appeals Process
[http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy
[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010
[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements
[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program
[http://acgov.org/auditor/sleb/overview.htm]

First Source
[http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System
[http://acgov.org/auditor/sleb/elation.htm]

General Requirements
[http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information
[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]
Exhibit A – RFQ No. 900963
Page 2
6.
The undersigned acknowledges that Bidder will be in good standing in the State of California, with all
the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all
obligations in connection with this RFQ and associated Bid Documents.
7.
It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions
and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a
contract they will make no claim against the County based upon ignorance of conditions or
misunderstanding of the specifications.
8.
Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its
officers, agents and employees, harmless from liability of an nature or kind, including cost and
expenses, for infringement or use of any patent, copyright or other proprietary right, secret process,
patented or unpatented invention, article or appliance furnished or used in connection with the
contract or purchase order.
9.
Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid
Response Packet, the contractor agrees to meet the minimum insurance requirements stated in the
RFQ. This documentation must be provided to the County, prior to award, and shall include an
insurance certificate and additional insured certificate, naming the County of Alameda, which meets
the minimum insurance requirements, as stated in the RFQ.
10.
The undersigned acknowledges:
Bidder is a certified SLEB (Bidder must provide its SLEB Certification Number in the SLEB
INFORMATION SHEET)
Exhibit A – RFQ No. 900963
Page 3
Official Name of Bidder:
Street Address Line 1:
Street Address Line 2:
City:
State:
Zip Code:
Webpage:
Type of Entity / Organizational Structure (check one):
Corporation
Joint Venture
Limited Liability Partnership
Partnership
Limited Liability Corporation
Non-Profit / Church
Other:
Jurisdiction of Organization Structure:
Date of Organization Structure:
Federal Tax Identification Number:
Primary Contact Information:
Name / Title:
Telephone Number:
Fax Number:
E-mail Address:
SIGNATURE:
Name and Title of Signer:
Dated this
day of
20
Exhibit A – RFQ No. 900963
Page 4
Alameda County Online Bid Process
Online Bid Process
https://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT
Please see attached Excel Spreadsheet, “Bid Form.”
COST SHALL BE SUBMITTED THROUGH THE ALAMEDA COUNTY ONLINE BID PROCESS AS IS. NO
ALTERATIONS OR CHANGES OF ANY KIND ARE PERMITTED. Bid responses that do not comply will be
subject to rejection in total. The cost quoted shall include all taxes and all other charges, including
travel expenses, and is the cost the County will pay for the three-year term of any contract that is a
result of this bid.
Quantities listed In the Alameda County Online Bid Process are estimates and are not to be construed
as a commitment. No minimum or maximum is guaranteed or implied.
By submission of through the Alameda County Online Bid Process Bidder certifies to County that all
representations, certifications, and statements made by Bidder, as set forth in each entry in the
Alameda County Online Bid Process and attachments are true and correct and are made under
penalty of perjury pursuant to the laws of California.
Exhibit A – RFQ No. 900963
Page 5
REQUIRED DOCUMENTATION AND SUBMITTALS
All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid
Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation,
in the order listed below and clearly label each section with the appropriate title (i.e. Table of
Contents, Letter of Transmittal, Key Personnel, etc.) and attached it as PDF file(s) to their online bid
submissions through Online Bid Process.
1.
Table of Contents: Bid responses shall include a table of contents listing the individual
sections of the quotation and their corresponding page numbers.
2.
Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities
and approach in providing its goods and/or services to the County, and provide a brief
synopsis of the highlights of the Proposal and overall benefits of the Proposal to the
County. This synopsis should not exceed three (3) pages in length and should be easily
understood.
3.
Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete
Exhibit A – Bid Response Packet.
(a)
Bidder Information and Acceptance:
(1)
(b)
SLEB Information Sheet:
(1)
(c)
Every Bidder must select one choice under Item 10 of page 3 of Exhibit A
and must fill out, submit a signed page 4 of Exhibit A.
Every bidder must fill out and submit a signed SLEB Information Sheet,
(found on page 9 of Exhibit A).
References:
(1)
Bidders must use the templates on pages 10 and 11 of this Exhibit A – Bid
Response Packet to provide references.
(2)
Bidders are to provide a list of 3 current and 3 former clients. References
must be satisfactory as deemed solely by County. References should have
similar scope, volume and requirements to those outlined in these
specifications, terms and conditions.
 Bidders must verify the contact information for all references provided is
current and valid.
 Bidders are strongly encouraged to notify all references that the County may
be contacting them to obtain a reference.
(3)
Bidder shall provide on a separate sheet(s), complete reference
information for all public institutions or agencies for which it provides or
has provided comparable product, systems and services. Each reference
shall include the project name and location, the scope of services
Exhibit A – RFQ No. 900963
Page 6
(4)
(d)
Exceptions, Clarifications, Amendments:
(1)
(2)
4.
performed and the name, address, telephone and fax numbers of the
person who may be contacted for reference information.
The County may contact some or all of the references provided in order to
determine Bidder’s performance record on work similar to that described
in this request. The County reserves the right to contact references other
than those provided in the Response and to use the information gained
from them in the evaluation process.
This shall include clarifications, exceptions and amendments, if any, to the
RFQ and associated Bid Documents, and shall be submitted with your bid
response using the template on page 12 of this Exhibit A – Bid Response
Packet.
THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS,
AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.
Key Personnel: Bid responses shall include a complete list of all key personnel
associated with the RFQ. This list must include all key personnel who will provide
services/training to County staff and all key personnel who will provide maintenance
and support services. For each person on the list, the following information shall be
included:
(a)
(b)
(c)
(d)
(e)
The person’s relationship with Bidder, including job title and years of employment
with Bidder;
The role that the person will play in connection with the RFQ;
Address, telephone, fax numbers, and e-mail address;
Person’s educational background; and
Person’s relevant experience, certifications, and/or merits.
5.
Description of the proposed method to deliver office supplies: Bid response shall
include a description of the proposed method to deliver office supplies. The description
shall specify how the proposed deliveries will meet or exceed the requirements of the
County and shall explain any advantages that this proposed method would have over
other possible delivery methods. The description shall include any disadvantages or
limitations that the County should be aware of in evaluating the quotation.
6.
Description of the Proposed Services: Bid response shall include a description of the
terms and conditions of services to be provided during the contract. The description
must: (1) specify how the services in the bid response will meet or exceed the
requirements of the County; (2) explain any special resources, procedures or
approaches that make the services of Bidder particularly advantageous to the County;
and (3) identify any limitations or restrictions of Bidder in providing the services that the
County should be aware of in evaluating its Response to this RFQ.
Exhibit A – RFQ No. 900963
Page 7
7.
Dun & Bradstreet Supplier Qualifier Report
(a)
8.
Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how
to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at
http://www.dnb.com/government/contractor-management-portal.html
Bid Form Exhibit E: Bid response shall include an electronic copy of the Bid Form Exhibit
E spreadsheet in MS Excel format, version XP or more recent.
Exhibit A – RFQ No. 900963
Page 8
SMALL LOCAL EMERGING BUSINESS (SLEB)
INFORMATION SHEET
RFQ No. 900963 – Office Supplies
In order to meet the Small Local Emerging Business (SLEB) requirements of this RFQ, all bidders must complete this form as
required below.
BIDDER IS A CERTIFIED SLEB (sign at bottom of page)
SLEB BIDDER Business Name:
SLEB Certification #:
SLEB Certification Expiration Date:
NAICS Codes Included in Certification:
Bidder Printed Name/Title:____________________________________________________________________________
Street Address: _____________________________________________City_____________State______ Zip Code______
Bidder Signature:
Date:
Exhibit A – RFQ No. 900963
Page 9
CURRENT REFERENCES
RFQ No. 900963 – Office Supplies
Bidder Name:
Company Name:
Address:
Contact Person:
Telephone Number:
City, State, Zip:
Services Provided / Date(s) of Service:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Services Provided / Date(s) of Service:
Contact Person:
Telephone Number:
E-mail Address:
Exhibit A – RFQ No. 900963
Page 10
FORMER REFERENCES
RFQ No. 900963 – Office Supplies
Bidder Name:
Company Name:
Address:
Contact Person:
Telephone Number:
City, State, Zip:
Services Provided / Date(s) of Service:
E-mail Address:
Company Name:
Address:
City, State, Zip:
Contact Person:
Telephone Number:
E-mail Address:
Services Provided / Date(s) of Service:
Company Name:
Address:
Contact Person:
Telephone Number:
City, State, Zip:
E-mail Address:
Services Provided / Date(s) of Service:
Exhibit A – RFQ No. 900963
Page 11
EXCEPTIONS, CLARIFICATIONS, AMENDMENTS
RFQ No. 900963 – Office Supplies
Bidder Name:
List below requests for clarifications, exceptions and amendments, if any, to the RFQ and associated
Bid Documents, and submit with your bid response.
The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid
disqualification.
Reference to:
Description
Page No. Section Item No.
p. 23
D
1.c.
Vendor takes exception to…
*Print additional pages as necessary
Exhibit A – RFQ No. 900963
Page 12
EXHIBIT B
INSURANCE REQUIREMENTS
Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid
Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFQ, prior to
award. This documentation must be provided to the County, prior to award, and shall include an
insurance certificate and additional insured certificate, naming the County of Alameda, which meets
the minimum insurance requirements, as stated in this Exhibit B– Insurance Requirements.
The following page contains the minimum insurance limits, required by the County of Alameda, to be
held by the contractor performing on this RFQ:
*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***
Exhibit B – RFQ No. 900963
Page 1
Exhibit B
CONTRACTORS INSURANCE REQUIREMENTS SYSTEM
Without limiting any other obligation or liability under this Agreement, the contractor, at its sole cost and expense, shall secure and keep in force
during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:
TYPE OF INSURANCE COVERAGES
MINIMUM LIMITS
A
Commercial General Liability
$1,000,000 per occurrence (CSL)
Premises Liability; Products and Completed Operations; Contractual
Bodily Injury and Property Damage
Liability; Personal Injury and Advertising Liability
B
Commercial or Business Automobile Liability
$1,000,000 per occurrence (CSL)
All owned vehicles, hired or leased vehicles, non-owned, borrowed and
Any Auto
permissive uses. Personal Automobile Liability is acceptable for
Bodily Injury and Property Damage
individual contractors with no transportation or hauling related activities
C
Workers’ Compensation (WC) and Employers Liability (EL)
WC: Statutory Limits
Required for all contractors with employees
EL: $100,000 per accident for bodily injury or disease
D
Endorsements and Conditions:
1. ADDITIONAL INSURED: All insurance required above with the exception of Personal Automobile Liability, Workers’
Compensation and Employers Liability, shall be endorsed to name as additional insured: County of Alameda, its Board of
Supervisors, the individual members thereof, and all County officers, agents, employees and representatives.
2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the
following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire
term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with
the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this
Agreement.
3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the
Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by
the contractor shall not reduce or limit contractor’s contractual obligation to indemnify and defend the Indemnified Parties.
4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII
or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible
amounts acceptable to the County. Acceptance of contractor’s insurance by County shall not relieve or decrease the liability of
contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the
sole responsibility of the contractor.
5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall
furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of
the requirements stated herein.
6. JOINT VENTURES: If contractor is an association, partnership or other joint business venture, required insurance shall be
provided by any one of the following methods:
– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party),
or at minimum named as an “Additional Insured” on the other’s policies.
– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.
7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice
to the County of cancellation.
8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, contractor shall provide Certificate(s) of
Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance
coverage is in effect. The County reserves the rights to require the contractor to provide complete, certified copies of all
required insurance policies. The require certificate(s) and endorsements must be sent to:
- Department/Agency issuing the contract
- With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)
Certificate C-1
Page 1 of 1
Form 2001-1 (Rev. 03/15/06)
Exhibit B – RFQ No. 900963
Page 2
EXHIBIT C
VENDOR BID LIST
RFQ No. 900963 – Office Supplies
Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No.
900963 and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for
informational purposes to assist bidders in making contact with other businesses as needed to
develop local small and emerging business subcontracting relationships to meet the requirements of
the Small Local Emerging Business (SLEB) Program:
http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.
RFQ No. 900963 - Office Supplies
Business Name
Contact
Phone
Address
City
Email
Alexis Entertainment Group /
Robert A Jacobs &
Associates
Robert Jacobs
( 510 ) 653-2450
7009 BRdway Terrace
Oakland
rjacobs@robertjacobsassociates.com
Integrity Technology
Jackie SmithMcKaig
( 510 ) 940-8194
20017 San Maria Ave
Castro Valley
jackie@integritytechnology.org
TDM Enterprise
Theresa Marmon
( 510 ) 562-0554
289 Cherrywood Ave, # B
San Leandro
theresamarmon@yahoo.com
Jennie Mast
( 510 ) 782-6110
2140 American Ave.
Hayward
jmast@aaoffice.com
Ajay Shah
( 510 ) 623-7255
46583 Fremont Blvd.
Fremont
ajay@aaacompu.com
ADS Reprographic Svc
Mike Attebery
( 925 ) 449-3486
262 Rickenbacker Cir
Livermore
mike@adsrepro.com
Adtiser & Total DVR, Inc
William Lim
( 510 ) 251-8989
324 14th St
Oakland
adtiser@gmail.com
A-Plus Printer Services
Kurt Dowling
( 510 ) 481-9965
16796 Foothill Blvd
San Leandro
kurt@aplusps.com
Associated Business
Machines
Gary Walden
( 510 ) 428-1900
1552 Beach st. # Q
Emeryville
gwalden@abmsf.com
Aurostar Corporation
Vasudeva Kamath
( 510 ) 249-9422
46560 Fremont Blvd., # 201
Fremont
vasudeva@aurostar.net
Best Graphic Image
Dev Sagar
( 510 ) 490-9717
44816 S. Grimmer Blvd
Fremont
dave@bestgraphic.com
Blaisdell's Business Products
Margee Witt
( 510 ) 483-3600
474 Roland Way
Oakland
mwitt@blaisdells.com
Cartridge World
Dominique Woon
( 510 ) 790-2023
39288 Paseo Padre Pkwy
Fremont
fremontcw@yahoo.com
Crystal Data Solutions
Vernon Holloway
( 510 ) 452-1212
610 - 16th St, # 317
Oakland
Crystal_Data@Hotmail.com
Electro Imaging Systems Inc
Nabila Faqirzadeh
( 925 ) 371-4100
6553 Las Positas Rd
Livermore
Nabila@eisonline.net
Ergonomic Seating &
Products
Ted Chow
( 925 ) 736-6176
11860 Dublin Blvd, # D
Dublin
ergonomicseating@yahoo.com
Give Something Back, Inc.
Michael Hannigan
( 800 ) 261-2619
7730 Pardee Ln
Oakland
mhannigan@givesomethingback.com
In and Out Printing Service
Joel Pepe
( 510 ) 351-7007
14628 Wicks Blvd
San Leandro
joel@inandoutprinting.com
Laserlink International, Inc.
Pradeep Singh
( 510 ) 652-8000
1310 63rd St.
Emeryville
mylaserlink@yahoo.com
Monahan Paper Co
Sharon Davalle
( 510 ) 835-4670
175 2nd St
Oakland
purchasing2_monahan@covad.net
New Tech Solutions Inc
RAJESH PATEL
( 510 ) 353-4070
4179 Business Center Dr
Fremont
rajesh@ntsca.com
Office Relief Inc
Brian Vest
( 510 ) 383-1190
516 McCormick St.
San Leandro
brianv@officerelief.com
Parduman Singh Pahwa
DBA The UPS Store
Indee Pahwa
( 510 ) 687-1792
39962 Cedar Blvd
Newark
store3363@theupsstore.com
Return to Work Services
Ana Recinos
( 510 ) 336-1203
3339 Herrier St
Oakland
arrecinos@comcast.net
Systems & Space Inc
Julie Bussell
( 925 ) 426-1955
500 Boulder Ct, # B
Pleasanton
julie@systemsnspace.com
The Swenson Group, Inc.
Jeff Swenson
( 925 ) 960-8910
207 Boeing Ct
Livermore
jswenson@tsgbt.com
AA Office Equipment Co.,
Inc.
AAA Computers &
Technologies
Exhibit C – RFQ No. 900963
Page 1
RFQ No. 900963 - Office Supplies
Business Name
Contact
Phone
Address
City
Email
TonerImaging
Priya Thakkar
( 925 ) 394-0077
4555 Las Positas Rd, # A
Livermore
priya@tonerimaging.com
Treible Stationers, Inc
Kenneth Bolin
( 510 ) 537-3600
20579 Santa Maria Ave.
Castro Valley
treibleinc@msn.com
Vince's Office Supply Inc
DBA The Office City
Jerry Carroll
( 877 ) 484-3633
4771 Arroyo Vista, # A
Livermore
jerryc@theofficecity.com
5 B's Engraving
Joyce
Buhnerkempe
( 510 ) 582-5477
4138 David St
Castro Valley
Aardvark Laser Engraving
Julia Reydel
( 510 ) 451-7303
1617 BRdway
Oakland
ACE Advertising Specialties
Alanna Powell
( 510 ) 742-0223
39120 Argonaut Way, #794
Fremont
Advanced Digital Solutions
SHAHID SHEIKH
( 510 ) 490-6667
44240 Fremont Blvd
Fremont
Analog's Bookstore
Lorraine
Zimmerman
( 510 ) 843-1816
1816 Euclid Ave
Berkeley
ANJ Printer Inc
Richard Miller
( 510 ) 553-0940
130 Doolittle #2,
San Leandro
ANJPrinter@AOL.com
Asap Quality Printing
Jim Moxon
( 510 ) 487-5320
30970 Huntwood Ave # 314
Hayward
ASAPQP@FLASH.NET
Astro Business Technologies
Erika Wilson
( 925 ) 447-4100
7500 National Dr.
Livermore
ewilson@astrobt.com
A-Z WHOLESALE
COMPANY
Mark Evenson
( 925 ) 895-7252
8171 Mulberry Place
Dublin
Baron
Henry Scarpelli
( 510 ) 534-2700
655 Kennedy St
Oakland
BayDot Supply
Zerita Dotson
( 510 ) 451-2123
325 Euclid Ave # 304
Oakland
baydot@comcast.net
Berkeley Typewriter Co
Thomas Wiard
( 510 ) 843-2326
1823 University Ave
Berkeley
berktype@pacbell.net
Bicentennial Book Corp
Sheh-gni Tsai
( 999 ) 999-9999
35813 Blair Pl
Fremont
Blue Angel Agility
Avon Zhang
( 510 ) 827-5981
2342 Shattuck Ave # 800
Berkeley
avon@theblueangel.com
BUSINESS PRODUCT &
SUPPLIES
VIJAY VORA
( 510 ) 293-9898
3151 DIABLO AVE.
Hayward
BPSVIJAY@AOL.COM
Caboodle Cartridge - DBA
Ramen Krishnan
( 510 ) 818-0535
39267 Ceder Blvd.
Newark
krishnan1@sbcglobal.net
California Printer Supplies
Juanita Permillion
( 510 ) 845-3784
2362 San Pablo Ave
Berkeley
caprintersupplies@att.net
Capital Document Services
Julianne Rivard
( 510 ) 523-9664
1046 VERDEMAR DR
Alameda
Cartridge Express
Raul Morales
( 510 ) 252-1051
40757 Grimmer Blvd
Fremont
Central Stationery
Jung Sook Kim
( 510 ) 530-2603
2137 MacArthur Blvd
Oakland
Chussy International
Philip Onwuatogwu
( 510 ) 569-9635
675 Hegenberger Rd., # 213
Oakland
chussy@comcast.net
Claas Concepts Corporation
Steve Claas
( 510 ) 429-8390
1255 Zephyr Ave
Hayward
steve@claasconcepts.com
Corporate Express Imaging
Morgan Watkins
( 800 ) 247-4918
6601 Overlake Place
Newark
morgan.watkins@cexp.com
Deens Electronics, Inc.
Afshaan Hashim
( 510 ) 656-4500
4450 Enterprise St # 116
Fremont
deenselect@msn.com
Deens Electronics, Inc.
Afshaan Hashim
( 510 ) 656-4500
4450 Enterprise St # 116
Fremont
deenselect@msn.com
Elmwood Stationers
Daniel Gipson
( 510 ) 841-3073
2947 College Ave
Berkeley
Ethnic Arts & Facts
Philip Price Ethnic
Arts and Facts
( 510 ) 465-0451
432 Le#r Ave
Oakland
eaf@sirius.com
Exceptional Teaching Aids,
Inc
Philip Mangold
( 510 ) 582-4859
20102 Woodbine Ave
Castro Valley
ExTeaching@aol.com
Falcon Industrial Distributors
Curtis Houtman
( 510 ) 940-3220
225 W. Winton Ave. #117
Hayward
curtis@gofalcon.com
Fremont Rubber Stamp Co
Katherine Davis
( 510 ) 656-8891
44820 S. Grimmer Blvd
Fremont
frstamp@aol.com
Gene's Office Supply Inc
Steve Ignatow
( 510 ) 667-0896
1169 B St
Hayward
Greenlight Payments, Inc.
DBA
Hares Nayabkhil
( 510 ) 415-6119
5050 Hacienda Dr, 1422
Dublin
Guaranteed Products
Howard Scruggs
( 510 ) 796-0169
37444 Sycamore St # 21
Newark
Ikon Office Solutions, Inc.
Marice Stewart
( 510 ) 839-6399
1900 Web#r St. # B
Oakland
mstewart@ikon.com
Independent Business Group
Terry Mitchell
( 510 ) 784-0733
23595 Cabot Blvd # 108
Hayward
TerryM@ibgsolutions.com
julia@aardvarkengraving.com
SHAHID@ADSII.COM
cartridgeexpress@att.net
hares@greenlightpayments.com
Exhibit C – RFQ No. 900963
Page 2
RFQ No. 900963 - Office Supplies
Business Name
Contact
Phone
Address
City
Email
Iris Embroidery
Veena Viswanath
( 510 ) 226-6171
40112 San Carlos Place
Fremont
irisembroidery@sbcglobal.net
J.Thayer Company
Jeff Bonnel
( 925 ) 462-8836
4847 Hopyard Rd, # 4-198
Pleasanton
jeffb@jthayer.com
JG Products, Inc.
Gary Ullom
( 510 ) 785-2200
25637 Nickel Place
Hayward
gary@jgproductsinc.com
JL Broadcasting Supply Inc.
Judy Lu
( 201 ) 665-7311
5501 DeMarcus Blvd #365
Dublin
mail_4_jl@yahoo.com
Karcher
Sloan Cooper
( 510 ) 567-0135
1491 Doolittle Dr
San Leandro
KBA Docusys, Inc.
Esteban Duenas
( 510 ) 214-4055
32950 Alvarado Niles Rd., # 505
Union City
esteban.duenas@kbadocusys.com
Ken Johnson & Associates
Karen Johnson
( 510 ) 894-9915
38275 Ballard Dr
Fremont
KJAssoc2000@aol.com
Kerry's Office Supplies
Gerrie Chui
( 510 ) 444-3576
1820 Franklin St
Oakland
kerryscopies@sbcglobal.net
Legacy Business Solutions,
LLC
Doug Brearley
( 510 ) 651-6000
48834 Kato Rd. # 115A
Fremont
dbrearley@legacybiz.net
Miki's Paper
Miki Tameto
( 510 ) 845-9530
1801 4th St
Berkeley
mikispaper@sbcglobal.net
Minit Printing Mail & Office
Bill Quarry
( 510 ) 351-7722
14251 E 14th St
San Leandro
MobileMart Corp.
Mudita Sharma
( 510 ) 732-6230
26940 Hesperian Blvd
Hayward
deepaksharmabay@gmail.com
Nexus IS Inc
Steve Darragh
( 925 ) 226-3313
5200 Franklin Dr, # 120
Pleasanton
steve.darragh@nexusis.com
Office Depot Business Svc
Div
Kim Daly
( 510 ) 497-5579
6700 Auto Mall Pkwy
Fremont
kdaly@officedepot.com
Office Max
TOM WEST
( 510 ) 652-1140
3839 Emery St # 200
Emeryville
TWEST@OFFICEMAX.COM
Paper Heaven
Jules Weiss
( 510 ) 540-7914
2018 Shattuck Ave
Berkeley
Payn's Stationery
Hye Han
( 510 ) 526-3056
1791 Solano Ave
Berkeley
d1nonly@hanmail.net
Piedmont Stationers & Ofc
Supl
Shelly Lowe
( 510 ) 655-2375
4171 Piedmont Ave
Oakland
piedmontstationers@yahoo.com
Printed Affair
Leslie Bond
( 510 ) 654-9903
460 Blvd Way
Oakland
Project A Imports, Inc.
Bill Leung
( 510 ) 259-0098
1930 W. Winton Ave., #5
Hayward
bill.leung123@gmail.com
Quest Ink
ramen krishnan
( 510 ) 224-0670
36746 Port Tidewood st
Newark
ramenkrishnan@questink.net
Rabbit Copiers, Inc
Bill Buckner
( 925 ) 226-1024
6601 Koll Center Pkwy # 250
Pleasanton
billb@rabbitoa.com
Radstons Office Plus
MARVIN HARRIS
( 510 ) 964-9604
1950 Shattuck Ave
Berkeley
MARVIN@RADSTONS.COM
Ray Morgan Company
John Propersi
( 925 ) 400-4162
7042 Commerce Circle
Pleasanton
jpropersi@raymorgan.com
Renewal Paper Corporation
Yasha Spong
( 510 ) 940-5606
4016 Rhoda Ave
Oakland
yasha.spong@renewalpaper.com
Rick & Andrew Associates
LLC
Cynthia Lam
( 510 ) 455-0838
1269 Clarke Lane
Alameda
usatms@yahoo.com
S M Copiers, Inc.
Shapour Mirzai
( 510 ) 582-4522
1122 B St # 101
Hayward
SMCOPIER@AOL.COM
San Ramon Rubber Stamp &
Signs
Samantha Boldt
( 925 ) 838-9542
415 A St
Hayward
Security Safe
Gary Hane
( 510 ) 732-8710
1753 Addison Way
Hayward
Select Business Products Inc
Bruce A. Giron
( 925 ) 263-1318
1650 Alcatraz Ave, # 5
Berkeley
bagiron@selectbpi.com
Staples Inc.
Mike DiIorio
( 510 ) 769-5130
1301 Marina Village Pkwy # 350
Alameda
michael.diiorio@staples.com
Supply Rush
Jeff Bonnel
( 925 ) 462-8836
4847 Hopyard Rd, # 4-198
Pleasanton
jeffb@jthayer.com
Translink Corporation
Michael Chan
( 510 ) 527-4008
120110th St
Berkeley
Twinhead Corporation
Bob Zadoo
( 510 ) 824-6745
48303 Fremont Blvd.
Fremont
julie_meng@gammatechusa.com
Vision Business Products of
CA
Jackie SmithMcKaig
( 510 ) 733-9115
3553 Castro Valley Blvd., # J
Castro Valley
jsmithmckaig@visionbp.com
Voletus LLC
Stuart McCalla
( 510 ) 917-2404
876 Aileen St.
Oakland
info@voletus.com
WOLCO Business Systems
Eric Gayden
( 925 ) 685-2679
100 Swan Way #100
Oakland
ericgayden@yahoo.com
Z Venture Capital Frontiers
Karim Zaman
( 323 ) 730-1617
14472 Wicks Blvd.
San Leandro
karim@thezamangroup.com
Exhibit C – RFQ No. 900963
Page 3
EXHIBIT D
ENVIRONMENTAL CRITERIA
RFQ No. 900963 – Office Supplies
Minimum requirement for all products:
1. No products shall contain greenhouse gas emitters (e.g. “duster” cans containing fluorinated
compounds)
2. No products shall contain persistent bioaccumulative toxins unless this requirement is waived
by the County
Criteria for Identifying Environmentally Preferable (Green) Products
Item
Product Detail
Criteria to be considered green
Binders
Binders
Binders
Binders
Binders
Binders
Binders
Binders
Ring, cardboard or pressboard
Ring, plastic-covered paperboard
Ring, HDPE solid plastic
Ring, PE solid plastic
Ring, PET solid plastic
Ring, Misc solid plastic
Ring, paper covered paperboard
20% postconsumer
75% postconsumer (For Paperboard)
90% postconsumer
30% postconsumer
100% postconsumer
80% postconsumer
75% postconsumer
Dated Good
Calendars - Desk
Calendars - Desk
Non-coated paper
Coated paper
30% postconsumer
10% postconsumer
Desk Accessories
Plastic Desktop
Accessories
Desk organizers, sorters, trays, memo
holders, note and pencil holders; PE
solid plastic
25% postconsumer
Floor Mats
Floor Mats
Floor Mats
Plastic
Rubber
Plastic/Rubber Composite
10% postconsumer
75% postconsumer
100% postconsumer
Envelopes
Envelopes - Paper
Envelopes - Paper
Envelopes - Paper
Envelopes - Plastic
Wove and Kraft
White & colored (incl. Manila)
Kraft, unbleached
30% postconsumer
10% postconsumer
10% postconsumer
25% postconsumer (no vinyl)
Filing and Storage
File folders - paper
File folders - paper
File folders - paper
Interior, manila or colored
Hanging, colored or unbleached
Wallet files, expanding
30% postconsumer
20% postconsumer
20% postconsumer
Exhibit D – RFQ No. 900963
Page 1
File folders - paper
Classification, pressboard
20% postconsumer
File folders - paper
File folders - paper
File folders - plastic
Index - Dividers
Index cards
Report covers
Portfolios
HDPE plastic
20% postconsumer
20% postconsumer
90% postconsumer (no vinyl)
20% postconsumer
20% postconsumer
White, Colored, Lined, Unlined
Protective Mailers
Mailers - Paper,
Industrial Paperboard
Various, ie., photo, document, CD
mailers
45% postconsumer
Mailers - Paper,
Padded
Unbleached or white
5% postconsumer
Mailing - Corrugated
boxes/containers
<300 psi & 300 psi
25% postconsumer
Mailers - Plastic
Padded, various sizes
25% postconsumer (no vinyl)
Post-it Notes and Other Miscellaneous Papers
Self-Stick notes
Notepads, Notebooks
Various colors, pop-up, regular
Steno-books, notebooks, various
sizes and colors
30% postconsumer
30% postconsumer
Other Miscellaneous Papers
Paper - Carbonless
Paper - Continuous
Printed multiple-impact copy forms
Adding Machine
30% postconsumer
30% postconsumer, no BPA
Paper - Text and
Cover
Stationery, cover stock, various sizes
and colors
30% postconsumer
Paper - Cash register
Paper - Checks
Forms Bond
Check Safety Paper
30% postconsumer
10% postconsumer
Paper - Invitations,
Cards
Papeteries
30% postconsumer
Paper - Stationery
Paper - Stationery
Paper - Cotton
Paper - Text or cover
30% postconsumer
30% postconsumer
Food Service Ware
Plates
Cups - Paper
Cups - Plastic
Cutlery
Napkins
Paper based
Meet ASTM D6868
Meet ASTM D6400, no styrofoam
Meet ASTM D6401
30% postconsumer
Other Non-Paper Office Supplies
Metal Supplies
Scissors, paper clips, binder clips
50% postconsumer
Writing Instruments Plastic
Pens, mechanical pencils
Refillable or 50% postconsumer
Highlighters and
markers
Batteries
Wooden Pencils
Highlighters, markers, dry erase
markers
AA, AAA, C, and D for nonemergency use
Water-based, certified AP non-toxic,
conforming to ASTM D-4236; low odor for
dry erase.
Rechargeable
FSC certified
Exhibit D – RFQ No. 900963
Page 2
Download