halton catholic district school board purchasing services ... 11-12 stationery and... · 1 halton...

Post on 30-Aug-2018

216 Views

Category:

Documents

0 Downloads

Preview:

Click to see full reader

TRANSCRIPT

1

HALTON CATHOLIC DISTRICT SCHOOL BOARD PURCHASING SERVICES ON BEHALF OF THE HALTON COOPERATIVE PURCHASING GROUP

REQUEST FOR PROPOSAL

RFP #11-12

STATIONERY AND RELATED PRODUCTS

Issue Date: Friday, November 4, 2011 Issued by: Halton Catholic District School Board Closing Date: Friday, November 25, 2011

2

HALTON CATHOLIC DISTRICT SCHOOL BOARD PURCHASING SERVICES ON BEHALF OF THE HALTON COOPERATIVE PURCHASING GROUP

Request for Proposal RFP#11-12

STATIONERY AND RELATED PRODUCTS

TABLE OF CONTENTS

1. General Information Page 3

2. Acceptance of Proposal Page 4

3. Terms and Conditions Page 5

4. Evaluation Criteria Page 20

5. Bidder Checklist Page 21

6. Bid Submission Label Page 22

7. Schedule A – Top 200 Items Page 23

8. Schedule B – Delivery Locations List Page 29

9. Schedule C – HCPG Member Profile Page 37

10. Appendix A – Cost and Service Analysis Form Page 38

11. Appendix B – Bidder Profile Form Page 41

12. Appendix C– Bidder References Form Page 42

3

HALTON CATHOLIC DISTRICT SCHOOL BOARD PURCHASING SERVICES ON BEHALF OF THE HALTON COOPERATIVE PURCHASING GROUP

REQUEST FOR PROPOSAL RFP #11-12

STATIONERY AND RELATED PRODUCTS

INFORMATION TO BIDDERS

Sealed proposals shall be submitted on the attached proposal form to:

Daniel Tkalcic, Purchasing Officer, Purchasing Services Halton Catholic District School Board

P.O. Box 5308, 802 Drury Lane, Burlington, Ontario. L7R 4L3

Before the specified closing time of 12:00:00 PM (EST) on the closing date requested.

CLOSING DATE OF THIS PROPOSAL – Friday, November 25, 2011, 12:00:00 p.m. All proposals must comply in accordance with all regulations, terms, conditions and specifications set forth in the proposal document. Restrictive or conditional statements by the bidder on the Request for Proposal (RFP) will subject the proposal to disqualification. Any clarification of the Request for Proposal documents required by the submitter, prior to submission of its proposal shall be requested through the Purchasing Department of the Halton Catholic District School Board. Any such clarifications so given shall not in any way alter the proposal documents and the Bidder and the Halton Cooperative Purchasing Group (HCPG) hereby agree that in no case shall oral arrangements be considered. No Officer, Agent or Employee of the HCPG is authorized to alter orally any portion of the document. The Halton Cooperative Purchasing Group reserves the right to accept or reject any proposal, whichever, in the HCPG’s opinion is in its own best interest. Late bids will not be considered or accepted. Faxed or emailed bids will not be considered or accepted. Bids not appropriately signed as an original document will be rejected.

FOR FURTHER INFORMATION OR ENQUIRIES, PLEASE CONTACT

HALTON CATHOLIC DISTRICT SCHOOL BOARD

DANIEL TKALCIC, PURCHASING OFFICER, PURCHASING SERVICES

802 Drury Lane, Burlington, Ontario L7R 4L3 Telephone: 905-632-6300, ext. 132

Fax: 905-632-3766 E-mail: tkalcicd@hcdsb.org

4

HALTON CATHOLIC DISTRICT SCHOOL BOARD PURCHASING SERVICES ON BEHALF OF THE HALTON COOPERATIVE PURCHASING GROUP

I/We do hereby agree to supply and/or install the materials, equipment and services as provided herein in accordance with the terms and conditions of this proposal. No other conditions shall apply. I/We have read, understood and agree to abide by all terms and conditions contained in this document and we are authorized by the Bidder to bind the firm. I/We declare that this proposal is made without collusion, knowledge, comparison of figures or arrangement with any other company, firm or person submitting a proposal for the same work and is in all respect fair and without collusion or fraud. I/We declare that to our knowledge no member of the Board of Trustees, and no officer or employee of the Board is, will be, or has become interested, directly or indirectly, as a contracting party, partner, or in the supplies; work or business in connection with the said Contract, or in any portion thereof, or of any supplies to be used therein, or in any monies to be derived there from. Acceptance of this Proposal will be made by Purchase Order (where applicable)

FAILURE TO SIGN THIS DOCUMENT OR AFFIX YOUR CORPORATE SEAL WILL RESULT IN YOUR BID BEING REJECTED. I/WE HAVE READ, UNDERSTAND AND AGREE TO ABIDE BY ALL TERMS AND CONDITIONS CONTAINED IN THIS DOCUMENT AND WE ARE AUTHORIZED BY THE BIDDER TO BIND THE FIRM.

PAYMENT TERMS: ________________________________________________________________________ COMPANY: ________________________________________________________________________ DATE: ________________________________________________________________________ AUTHORIZED SIGNATURE: ________________________________________________________________________ PRINT NAME: ________________________________________________________________________ TITLE: ________________________________________________________________________ PHONE NUMBER: ________________________________________________________________________ FAX NUMBER: ________________________________________________________________________ E-MAIL: ________________________________________________________________________ Note: A purchase order number will not be issued to a successful bidder unless all required documentation as noted above has been received and has been confirmed as being in order.

5

PROPOSAL TERMS AND CONDITIONS 1. CONTRACT

The contract will be governed by and interpreted in accordance with the Laws of the Province of Ontario. These standard terms and conditions form a part of this document and apply in like force to the contracts for the purchase of goods and services. All Bidders will be bound by the terms and conditions set forth, except as specifically qualified in Special Provisions issued in connection with any individual document. 2. SCOPE

To cover the supply and delivery of all stationery and related supplies/services, unless otherwise specified within individual Agency Agreements. 3. OBJECTIVE

To request competitive proposals and establish, for the term noted herein, a supplier of stationery and related supplies/services to meet the requirements of fifteen (15) participating agencies that make up part of the Halton Cooperative Purchasing Group (HCPG). To enter into a contract arrangement with the successful bidder that incorporates the systems contracting philosophy. This technique is designed to assist the buyer and seller to improve the ordering of repetitively used, low dollar value supplies with an absolute minimum of administrative expense. The benefits include a simplified paperwork process, improved service level, electronic ordering, reduced overall cost and the reduction and/or elimination of inventory carried by the buyer. As well as the potential for an immediate payment structure. 4. HALTON CO-OPERATIVE PURCHASING GROUP

Within this document, the Halton Co-operative Purchasing Group (herein after referred to as HCPG) shall refer, collectively and individually, to a consortium of organizations, including but not limited to the following agencies and any related sub-agencies plus other co-operative groups as noted in the bid document. The HCPG is not a legal entity. HCPG refers to the calling agency and the following participating agencies:

Burlington Public Library (Central) 2231 New Street Burlington ON L7R 1J4 T: 905-639-3611 Fax: 905-681-7277

City of Burlington 426 Brant Street, Box 5013 Burlington ON L7R 3Z6 T: 905-335-7600 Fax: 905-335-7663

Halton District School Board 2050 Guelph Line Burlington ON L7R 3Z2 T: 905-335-3663 F: 905-315-8930

Halton Catholic District School Board 802 Drury Lane, P.O. Box 5308 Burlington ON L4R 4L3 T: 905-632-6300 F: 905-333-4661

Burlington Hydro Inc. 1340 Brant St. Burlington ON L7R 3Z7 T: 905-332-2266 F: 905-332-9224

Halton Children’s Aid Society 1445 Norjohn Court Burlington, ON L7L 0E6 T: 905-333-4441 F: 905-333-1844

6

Regional Municipality of Halton 1151 Bronte Road Oakville ON L6H 3L1 T: 905-825-6000 F: 905-825-3463

Halton Regional Police Services 1151 Bronte Road Oakville ON L6H 5C7 T: 905-825-4747 F: 905-825-2764

Town of Oakville P.O. Box 310, 1225 Trafalgar Road Oakville ON L6J 5A6 T: 905-338-4197 F: 905-815-2019

Oakville Public Library 120 Navy Street Oakville ON L6J 2Z4 T: 905-815-2031 F: 905-815-2024

Oakville Hydro P.O. Box 1900, 861 Redwood Square Oakville ON L6J 5E3 T: 905-825-9400

Conservation Halton 2596 Britannia road West, R.R. # 2 Milton ON L9T 2X6 T: 905-336-1158 F: 905-336-7014

Town of Milton 150 Mary Street Milton ON L9T 6Z5 T: 905-878-7252 F: 905-878-4231

Town of Halton Hills 1 Halton Hills Drive Halton Hills ON L7G 5G2 T: 905-873-2601 F: 905-873-2347

Sheridan College PO Box 2500, Stn Main Oakville, ON L6L 7T7 T: 905-845-9430

Definitions: Calling Agency: The agency within the HCPG which co-ordinates the Bid Call and assumes the associated legal responsibility for the Bid Call, on behalf of the HCPG. Contract Co-ordinator: That representative of the Calling Agency who is responsible for the bid call and who is the primary contact person. Agency Participation: Agencies who originally did not participate in the initial bid have the option to participate at the expiry of their individual contract agreements upon the agreement of both parties, (the agency & the supplier). Each participating co-operative agency will schedule its specific requirements for delivery, drop-off points and packaging, which may be on an individual basis. Delivery is made on an as required basis, unless otherwise indicated.

7

Award: Award will be made by individual purchase order by participating HCPG member agencies unless otherwise stated. Assignment of Contact: The successful bidder shall not assign the contract, or part of, without the prior written approval of HCPG. Liability Insurance and Indemnification: a. Upon award of this Contract, and prior to signing of Contract documents, the bidder shall obtain, pay for and

maintain a comprehensive policy of public liability and property damage insurance in respect of any one accident to the limit of at least $2,000,000.00, exclusive of interest and legal costs against loss or damages resulting from bodily injury to or death of one or more persons and loss of or damages to property and such policy shall name all participating agencies, as additional insured thereunder.

b. This policy may be subject to the approval of the Agency Solicitor and shall be kept in full force until the date of acceptance and maintenance period of the entire work by the Project Engineer/Coordinator or Designated Official.

c. The bidder shall indemnify and hold harmless, the participating agencies, the Consultant, and their respective agents, appointees, directors, officers and employees and any other public agencies also named as additional insured on the insurance certificate required in paragraph (a) above, from and against claims, demands, losses, expenses, costs, damages, actions, suits or proceedings that arise out of or are attributable to the Contractor's performance of the Contract. Nothing in this paragraph shall limit any claim that the participating agencies may have under the insurance coverage to be provided under paragraph (a).

Workplace Safety & Insurance Board Clearance Requirements a. The HCPG requires all contractors that provide labour and installation services at any HCPG facility and/or on any

HCPG owned properties to be in full compliance with all requirements imposed upon them by the Workplace Safety Insurance Board. All certificates of training and Safety Policies and Manuals must be available for presentation upon request.

b. All Bidders are required to furnish their Workplace Safety & Insurance Board Account Number.

c. Bidders are required to submit a recent copy of their NEER or CAD-7 Statement or any other report issued by WSIB which shows the cost and frequency of jobsite injuries and claims. Bidders must provide a letter from WSIB stating that due to the size of the firm or the length or time in business, they do not qualify for the CAD-7 program.

Accessibility for Ontarians with Disabilities Act (AODA)

a. The AODA was passed in 2005 and its goal is to have a fully accessible Ontario by 2025. As part of that goal, Ontario Regulation 429/07, also known as the Accessibility Standards for Customer Service was enacted. A provision of this Regulation is that all Municipalities and their suppliers and contractors will comply with the requirements of the regulation by January 1, 2010. In order to comply, all suppliers and contractors with more than 20 employees must have provided training in accordance with the regulation to all its employees and must be able to provide proof that training has occurred. The Form of Proposal in this contract requires that you certify that your firm is compliant with the regulation and you are able to provide proof of training if requested.

8

b. The Town of Milton is bound by the Standards under the Accessibility for Ontarians with Disabilities Act, 2005 as legislated by the Provincial Government. It is a requirement that successful bidders have their employees, who provide goods/services on behalf of the Town, to complete the Confirmation of Acceptance form acknowledging that they have read and accept the information provided in the "Guidelines for Delivering Accessible Customer Service at the Town of Milton". Please follow the link below to read the guidelines and complete the form. http://www.milton.ca/business/purchasing.htm

Contractor Performance Report

a. At project completion, the Project Coordinator/Engineer and the Project Buyer in each participating agency will conduct an evaluation of the contractor’s overall performance with input from the Agency’s Inspectors or consultants if applicable. This evaluation will be reviewed with the contractor and recommendations will be put forward as to the contractors overall suitability of future HCPG work. It must also be noted that while overall performance is being evaluated, the HCPG reserves the right to suspend a bidder for extreme or repeated inadequate grades on any issues related to health and safety.

Usage Reports

a. Bidder must provide a usage report on a quarterly basis, if requested. The usage report must be a comprehensive report electronically in a current Excel format. The report must be capable of sorting by product category, by quantity purchased, by purchasing agency, and by total dollars. The usage report must also be capable of sorting by “green” certification (i.e. FSC and/or SFI) as applicable.

5. CONTRACT DURATION

The contract will be for a term of three (3) years, with two (2) one-year renewals, subject to stated conditions, commencing approximately February 1, 2012.

6. SUBMISSION PROCEDURES

Proposals must be completed on the forms provided. A total of NINE (9) copies of the proposal submission and product catalogue must be submitted. It is also requested that a visual depiction with written specification accompany every item quoted in Schedule A. Proposals not completed as requested may be rejected by the HCPG acting in its absolute discretion. Proposals must be signed, in the spaces provided, in ink, in longhand, by the submitter or such person who is authorized by the submitter, the Board may accept the signature as being that of a person that is authorized to submit a proposal. Any unsigned Proposal will be declared invalid. Each proposal submission form (where applicable) must be submitted completely for the proposal to be considered. 7. ADJUST QUANTITIES OR SERVICES

The Halton Cooperative Purchasing Group and any named Agency reserves the right to adjust quantities or services in response to changes in need or additional requirements. The proposal unit price will be firm for the term of the contract, subject to adjustments that may be negotiated as a result of any such changes.

9

8. RENEWAL The Halton Cooperative Purchasing Group and any named agency reserves the right to formally renew each Agency’s contract in whole or in part, for a total contract term of up to two (2) years, namely 2016 and 2017. The following outlines some of the criteria that may be considered by the HCPG or any named agency in the renewal decision:

- past or present level of service - quality of service or products supplied - cost negotiations - past proven ability and expertise of the Bidder - fill rate abilities - value added initiatives

Other criteria may be used as the HCPG or any named Agency deems suitable. 9. TERMINATION

Should the HCPG deem the service, product or the equipment provided by the successful bidder unsatisfactory anytime during the term of the contract, the contract may be cancelled upon thirty (30) days written notice by the HCPG. 10. BIDDERS KNOWLEDGE

The submission of the proposal shall be deemed proof that the bidder(s) is satisfied as to all the provisions of the proposal, of all the conditions which may be encountered, of what materials/services they will be required to supply, or any other matter which may enter into the carrying out of conditions of the proposal, to a satisfactory conclusion. No claims will be entertained by the HCPG based on the assertion by the bidder(s) that they were uninformed as to any of the provisions or conditions intended to be covered by this proposal. 11. BIDDER RESPONSIBILITIES

Bidders shall carefully examine and study all of the documentation in order to satisfy themselves by examination as to all conditions affecting the scope of work to fulfill the contract. The HCPG shall not be held liable for any errors or omissions in any part of this RFP. While every effort has been made to ensure accurate representation of information, the information is not guaranteed or warranted to be accurate by the Board. The HCPG is not liable for any costs incurred by the Bidder in the preparation of their response to the Proposal or presentation/interviews, if required. Furthermore, the HCPG shall not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any Bidder, prior or subsequent to, or by reason of the acceptance, or non-acceptance, withdrawal by the HCPG of any Proposal, or by reason of any delay in the award of the Proposal. 12. BID FORMAT

No oral, telegraphic, telephone or facsimile proposals will be considered.

Proposals which are late, illegible, presented in pencil, or unsigned, will be rejected. Where other information is requested, this information forms a part of the proposal and must be completed. The envelope must be clearly marked with the appropriate proposal name and number on the outside of each envelope. The envelope must be clearly marked with the company name of the bidder

10

13. ALTERATIONS & CANCELLATION OF PROPOSAL The Halton Cooperative Purchasing Group reserves the right to alter the date of this proposal or to cancel this proposal without any penalty or cost to the HCPG or any Agency named. 14. BID OWNERSHIP

All information obtained by the Bidder in connection with this proposal is the property of the Halton Catholic School Board or any Agency named, and must be treated as confidential and only used for the purpose of replying to this Proposal, and for fulfillment of any subsequent contract. 15. ADDENDUM

Any changes or revisions will be issued, in writing, as a formal addendum. The addendum will be posted on the Biddingo website: www.bidding.com and Ontario Public Buyers Association website: www.opba.ca. All questions pertaining to this proposal must be in writing, addressed to: Daniel Tkalcic, Purchasing Officer, Purchasing Services, by email tkalcicd@hcdsb.org or fax (905-632-3766). Should questions raised by a bidder necessitate an addendum to this Request for Proposal, the addendum will be posted on the Biddingo website: www.bidding.com and Ontario Public Buyers Association website: www.opba.ca.. All questions shall be forwarded in writing at least five (5) days prior to the closing date of the RFP. It is the responsibility of each bidder to check these websites often for Addenda. Each addendum (if applicable) must be acknowledged in the bidder’s proposal as received and signed. Failure to do so will result in the bid being rejected. 16. ADDITIONAL SERVICES

Any additional services or programs you, the bidders are prepared to offer are to be clearly outlined on your Company’s letterhead and enclosed with this proposal. If any of the additional services and/or programs identified will result in additional costs to the HCPG, they must be clearly presented and submitted with your proposal. 17. IRREVOCABLE RESPONSE

The proposal submitted is irrevocable by the bidder and will remain in effect and open for acceptance for a minimum period of 90 days following the closing date unless otherwise specified in writing. 18. AWARD STRATEGY

The lowest or any proposal is not necessarily accepted unless otherwise stated; the HCPG reserves the right to accept any portion thereof. The final award will be based on the highest scoring proponent on an acceptable bid that complies with the provisions of this bid solicitation, including specifications, contractual terms and conditions, and who can reasonably be expected to provide satisfactory performance on the proposed contract based on the Evaluation Criteria on page 20 of this RFP. No proposal shall be deemed to be accepted by the HCPG until such time as notice in writing of the acceptance thereof has been forwarded by the HCPG to the successful bidder hereinafter disclosed. Upon issuance of a purchase order, the Request for Proposal document shall serve as a binding contract between the successful bidder and the HCPG. The award of this contract is subject to approval by HCPG participating Agencies, Councils and/or Boards.

11

19. TIE BREAKER

Should tie bids be received on any item or list of items with other things being equal, the Board will take into consideration the nature of the service given by any or all of the Proponents concerned in any previous dealings they may have had with the Board. Under no circumstances will HCPG permit the subdivision of orders to tied Proponents. Should all of these situations not define a clear tie breaker, a coin toss will prevail. 20. BIDDER FACILITY VISIT

Members of the HCPG may request to visit the short listed Proponents’ facility to ensure the proponent is capable of meeting the requirements under this RFP. Failure by the Proponent to demonstrate the contract can be carried out as specified in this RFP or failure to comply with this request will result in the Proponent no longer being considered for an award. 21. DEBRIEFING

The HCPG, at the request of the Bidder who responded to the RFP, will conduct a debriefing after the award of the contract to the unsuccessful Bidder as to why that Bidder’s proposal was not selected. Bidders must submit their request for debriefing within thirty (30) days of award of the bid to Daniel Tkalcic via email to tkalcicd@hcdsb.org. 22. CLAIMS

Claims made in the proposal shall constitute contractual warranties. Any provision in the proposal may be included in the contract as a direct provision thereof at the option of the HCPG. The contract shall contain the terms and conditions and be in the format prescribed by the HCPG. The HCPG considers each provision in this proposal of importance and will not accept alterations which destroy the fundamental intent thereof. If alterations are suggested, their wording should be carefully considered, since an unacceptable alteration to any provision may affect the acceptability of the bidder’s proposal. 23. VERBAL ARRANGEMENTS

In all cases of misunderstanding and disputes, verbal arrangements will not be considered, but the bidder must produce written authority in support of their contentions, and shall advance no claim in the absence of such written authority, or use, or attempt to use any conversation with any parties against the HCPG or in prosecuting any claim against the HCPG or any named Agency. 24. SAFETY AND PROTECTION

All Bidder employees will be responsible for (if required):

1) Occupational Health and Safety Act - HCPG is committed to promoting health and safety in the workplace by preventing accidents, injuries and occupational illnesses. In keeping with this policy, all Bidders (and, where applicable, their sub-contractors) should be aware of, and abide by, the Occupational Health and Safety Act, R.S.O. 1990 prior to commencing, during and after completion of all work activities engaged in on agency premises.

2) The bidder is responsible to ensure their employees or agents conduct their business on any/all named agencies

sites in such a manner as to not cause injury or mishap.

12

25. SUB-CONTRACTING Unless otherwise stated in this document, it is mutually agreed and understood that the successful bidder will not assign, transfer, convey, sublet, or otherwise dispose of the contract or the right, title or interest therein, or the bidder power to execute such contract to any other person, firm, company or corporation without the previous written consent of the HCPG. 26. CONDITION OF GOODS

Unless otherwise specified in these proposal documents, goods, materials and supplies must be new items, fit the purpose for which they are being acquired, and be free from defect. Any item which fails in any way to meet the specifications of the proposal is subject to rejection or may be paid for on a negotiated adjusted price basis between the HCPG and the successful bidder. The decision of the HCPG pertaining to items being rejected shall be final. 27. LOSS AND DAMAGE RISK

With respect to equipment and supplies purchased, the HCPG shall be relieved from all risks of loss and damage to equipment and supplies during the periods of transportation, installation, and relocations and during the time the equipment and supplies are in the possession of the HCPG until acceptance of the equipment or supplies by the HCPG. At such time, the risk of loss or damage to said equipment and supplies shall pass to the HCPG. The successful bidder shall not be responsible for damage to equipment or supplies occasioned by the negligence of the HCPG or its employees. 28. SAMPLES

If applicable, samples when required, must be submitted strictly in accordance with instructions, otherwise your proposal may not be considered. Samples must be furnished free of charge and must be accompanied by descriptive memorandum invoices indicating if the Bidder requires their return, provided they have not been used or made useless by tests. Samples will be held at Bidders risk and subject to bidder’s expense. When the Proposal indicates that an item to be purchased is to be equivalent to a sample, such samples will be on display in the Purchasing Department, unless another location is specified. Failure on the part of the bidder to examine sample(s) shall not entitle them to any relief from the conditions imposed by the Bid. 29. INSPECTIONS

HCPG reserves the right to inspect the products/equipment/services offered prior to award of the contract. The inspection of all commodities including, where necessary, the conducting of chemical and physical tests to determine whether or not the specifications are being complied with, shall be made in the manner prescribed by HCPG. 30. ESTIMATED QUANTITIES

Any quantities indicated are estimates only and the HCPG is merely providing a usage established over the past year. The quantities are furnished without any liability to the HCPG.

13

31. INVOICING REQUIREMENTS Any items purchased via Purchase Order by the HCPG agency members will be invoiced to their particular location. Payments may be deferred, at the option of HCPG, if the following information is not shown on invoices:

a) Purchase order number b) Purchaser’s name and ship to location c) Complete product description d) HST where applicable (shown separately) e) Bidder’s name, address and GST registration number f) Date of invoice

Any items purchased via Purchasing Card/VISA by the HCPG agency members will be invoiced to their particular location. Payments may be deferred, at the option of HCPG, if the following information is not shown on invoices:

a) Purchaser’s name and ship to location b) Complete product description c) HST where applicable (shown separately) d) Bidder’s name, address and HST registration number

Statements, if required by an individual agency, must be mailed separately to the appropriate Agency’s Accounts Payable Department at the end of each month and must comprise of a minimum of the following information:

A) a separate monthly statement by agency billing account number, indicating items purchased and

illustrating at minimum, Bidder part number, Bidder order number, description of product, quantity ordered, quantity shipped, unit cost, extension and separate application of HST.

B) a separate statement summary gathering all the transactions of the month. The summary will have as a

minimum for each Agency the following:

i.) Agency account number ii.) total number ordered iii.) total number shipped iv.) total dollar sales v.) total HST vi.) grand total by each agency account number

In all cases of dispute, the Supplier shall assume the responsibility of providing proof of delivery of materials acceptable to the Agencies in order to justify a claim for payment against such a delivery. 32. DAMAGED GOODS

Any material received in a damaged/defective condition must be removed and replaced immediately at the expense of the Bidder. The HCPG will not bear any of this cost. 33. DISPUTES

In the event of any dispute or claim arising between the Board and the bidder as to their respective rights and obligations under the contract, either party may file the other, written notice of such dispute or claim. The notifications of dispute or claim shall be made within thirty (30) calendar days of the dispute or cause of action arising.

14

If the dispute or claim cannot be resolved through negotiation to the satisfaction of both parties, then the Board shall have the right any time to submit the particular matter to arbitration in accordance with the Arbitration Act (Ontario). If the Board does not exercise its right to submit the matter to arbitration, then either party may submit the dispute to such judicial tribunal as the circumstances may require. 34. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT

Information provided by a bidder may be released in accordance with the Municipal Freedom of Information and Protection of privacy Act, R.S.O. 1990, c. M.56 as amended. A bidder should identify any information in its bid or any accompanying documentation for which confidentiality is to be maintained by the Owner, by clearly marking same “CONFIDENTIAL”. The confidentiality of such information will be maintained by the Owner, except where an order by the Information and Privacy Commission or a Court or other governmental authority having jurisdiction requires the Owner to do otherwise. Notwithstanding the foregoing, prior to the Owner’s determination that any parts of this bid are to be disclosed as required by law, the bidder shall be provided with written notice of the potential disclosure and accorded all rights that it may have in law including the right to challenge such disclosure. In addition, bidders are hereby notified that their bids will, as necessary, be disclosed on a confidential basis to the Owner’s advisors retained for the purposes of evaluating or participating in the evaluation of the bid. 35. PAYMENT TERMS

A prompt payment discount may be offered, to be considered in the analysis. Please indicate your firms prompt payment discount where specified on Appendix A. If no payment terms are indicated, then payment will be based on Net 30 days from receipt of the invoice. Some participating Agencies use Purchasing Card/VISA as a method of payment. Bidder must indicate that VISA is accepted where specified on Appendix A. 36. FUNDING OUT CLAUSE

The HCPG or any named Agency may terminate the contract upon thirty (30) days written notice to the Bidder at the of end of the fiscal period in any year if the HCPG or any named Agency fails to appropriate funds to enable continued payment of multi-year contracts/purchase orders, the HCPG or any named Agency may cancel their contract without termination charges, provided the successful bidder receives thirty (30) days written notice of such termination from the HCPG. An agency who after funding out, will be obligated to re-enter this contract if funds are later made available. 37. COLLUSION

The Bidder declares that the proposal is not made in connection with any other Bidder submitting a proposal. 38. WARRANTY

Please specify beside the description, any items that are covered by a warranty, and what the warranty is. 39. CSA APPROVAL

All electrical equipment is to bear an ESA approved label or CSA /UL label.

15

40. MSDS SHEETS Items containing the phrase @MSDS (Material Safety Data Sheets) sheets must be attached to the proposal: All MSDS sheets that are indicated must have the required current sheets attached to your proposal reply. Otherwise, these items will not be considered when selecting Bidders. 41. IMPLEMENTATION OF PROPOSAL

The bidder must provide in the proposal, a detailed schedule for implementation of this proposal, including but not restricted to, start and finish date, training schedule and strategy to make this a seamless transition for all Agency locations 42. REQUISITIONS AND ORDERING INSTRUCTIONS

The supplier shall be responsible for conducting an adequate number of instructional seminars annually to introduce and implement their system, including on-line ordering systems. The supplier will also be responsible for conducting refresher seminars and new product introductions to staff as required. NOTE: SAMPLES OF CATALOGUE, REQUISITIONS AND REQUISITIONER’S INSTRUCTION PACKAGE: Samples of a catalogue, material requisitions, monthly summary statements, backorder reports, credits, return of goods and available management reports must be included with the proposal submission. The supplier shall be required to edit each requisition (paper or electronic) for proper data content and authorization signature and dollar limit as approved by HCPG Agency. Any requisitions not complying with required procedures or limitations may not be filled and must be referred back to the individual HCPG Agency Representative. Online ordering must be available, with training provided to each participating agency. 43. SERVICE LEVEL

Failure to meet ongoing order completion targets of 97% within 30 days from start of contract will result in cancellation of the contract.

Orders must be delivered by next business day, unless otherwise indicated.

Back Orders must not exceed a maximum of 2% of all line items ordered during any one year period, with 98% of all items delivered within 10 days of date of order pickup (weekends and holidays excepted)

The supplier will constantly monitor the back order level, and may be required to report this level to the HCPG Agency representatives on a weekly basis. It is a preference that all agencies within the HCPG be serviced by one sales representative. A change in sales rep or management team during the term of this contract will require 60 days written notice.

16

44. MANAGEMENT OF CONTRACT

The supplier will be responsible for the management of the systems Contract. This will include calling on each agency on intervals defined by each agency and overseeing the day to day operation of the accounts and a telephone contact to provide instant response with regard to product information, product availability and rush orders. The supplier will provide to each agency as requested, an electronically produced usage report based on the items noted below:

MONTHLY SPEND BY AGENCY MONTHLY SPEND BY AGENCY DEPARTMENT MONTHLY SPEND BY AGENCY AND LINE ITEM MONTHLY SPEND BY AGENCY DEPARTMENT AND LINE ITEM MONTHLY BACKORDER RATE ANNUAL SUMMARIES OF EACH REPORT ABOVE AVERAGE ORDER SIZES BY AGENCY DOLLAR SPEND BY AGENCY VIA PURCHASE ORDER AND PURCHASING CARD ANNUAL REPORT OF GREEN PURCHASE

45. TYPES OF ORDERS

“Regular Orders” shall include orders for all standard items included in this Systems Contract, including the supplier’s catalogue. “Special Item Orders” shall be all orders for items not included as standard items in this contract or in the supplier’s catalogue. “Special Orders” may be processed through this contract with the agreement of both the Supplier and the Agencies representative with due regard to appropriate landed value and lead time. 46. DELIVERY OF MATERIAL

The supplier shall be responsible for delivery of all materials ordered under contract to the designated locations (Schedule B) within each agency (over 300 delivery locations within the Region of Halton), unless otherwise advised, at no additional cost. Throughout the period of the contract, each agency reserves the right to add or delete delivery locations or pickup points. Should the merchandise be damaged in transportation or unloading, the supplier shall be responsible and bear all cost of repairs and/or repackaging or disposal and if necessary, shall replace the merchandise so damaged within 24 hours. The supplier will be required to make all deliveries for each requisition received to the designated locations(s) including desktop deliveries. Some agencies require multiple locations within a facility of facilities. The supplier will be required to deliver as advised by the Agency. F.O.B. Point - The F.O.B. point shall be the destination point for each of the HCPG agencies contained either in this document or on the purchase order and pricing shall include the cost of all measures required for the Bidder to deliver applicable goods and services to that point. Time is of the Essence - Time is of the essence for the delivery or provision of the goods and services requested herein. The delivery date must be adhered to as HCPG is relying upon that date to maintain its operation. Failure to comply with the time schedule herein, in providing the goods and services may result in HCPG taking action to obtain an alternative supply. Any increase in cost may be reimbursed by the Bidder.

17

In the event it is necessary to back order certain materials, these must be forwarded F.O.B. destination, with any/all freight costs incurred being the responsibility of the shipper. Should back ordered items go beyond 1-2 weeks from receipt of official purchase order the successful bidder will call the Purchasing Services Department to discuss the status of the order.

47. QUALITY

All material purchased under this contract shall meet or exceed commonly accepted industry standards as to quality of materials for commercial use and workmanship and shall be warranted as such. All materials found to be inferior, in the opinion of the Agency, shall be returned to the Supplier for full purchase credit at no additional cost to the Agency. 48. MINIMUM STOCK

The Bidder shall maintain adequate inventory to supply on demand any reasonable request within required service levels for the supply of stationery supplies required to maintain the daily operation of each Agency representative. The Bidder’s warehouse shall be subject to audit at the discretion of the Agencies, to ensure that adequate stock is maintained. 49. PRICING

All prices will be current for the duration of the contract. Pricing is to be quoted FOB destination, HST extra. The Bidders HST REGISTRATION NUMBER must be clearly indicated on all invoices. All pricing shall include shipping, duty, custom clearances, exchange and all other charges. Where applicable, in the event of any discrepancy between the unit price and the extended total price, the unit price shall govern. Where applicable the proposal must be extended and totaled. All references to dollar amounts, herein, will be in Canadian funds, unless otherwise specified.

50. PRICING – TOP 200 ITEMS – SCHEDULE A

The costing pages attached (Schedule A) is the top 200 items, representing the core products listing (approximately 20% of annual spend), purchased by the HCPG, and is to be priced by the bidder. The specification for each product required is listed in Schedule A, and is not meant to be brand specific. Sample part numbers have been provided and are meant only as a guide. Sample part numbers can be found on www.eway.ca. When “Unit of Measure” is recorded as “box”, “package”,” lot”, “set”, the bidder must state the quantity of each item found in the “box”, “package”,” lot”, “set”. Bidder must submit both a hard copy and soft copy of Schedule A. In the event of a discrepancy between the hard copy and soft copy, the hard copy will prevail. Bidder may request an electronic copy of Schedule A from Daniel Tkalcic via email tkalcicd@hcdsb.org. Under no circumstances may the listing order of Schedule A be altered in any way.

Prices quoted shall be based on net pricing and are to remain firm for a period of three years from date of proposal acceptance. For contract renewal option years, in the event of an increase or decrease in the absolute net cost of one or more items or product lines by the manufacturer, the Supplier may request a price increase or decrease from the Contract Coordinator at the end of each firm pricing window. All price changes are negotiable, and must be presented in writing to the Coordinator along with documented evidence of net cost increases or decreases as the case may be. price changes

18

shall not exceed the Consumer Price Index (CPI) as established for the current renewal year. Price changes shall become effective thirty (30) calendar days following written notification from the Coordinator of the new accepted price, and must remain firm for a minimum twelve (12) month period.

In the event that suitable pricing cannot be negotiated, participating agencies reserve the right to cancel the contract upon ninety (90) calendar days written notice. Prices for product supplied during this ninety (90) day period will be at existing prices prior to price increase notification.

Discounts provided on other Bidder catalogue products not appearing on the identified items listing (Schedule ‘A’), will be firm for a period of three (3) years from proposal acceptance and will be subject to similar negotiation as outlined above. 51. PRICING – SCHEDULES:

Bidder’s are to provide a “list less discount” based on their current published and electronic catalogue for all other products available, not found in Schedule A – Top 200 Items.

Failure to complete the stationery costing pages in their entirety may result in the submission being ruled incomplete and irregular, and therefore may be rejected. All proposals submitted as part of this call become the property of HCPG and as such, are subject to the Freedom of Information and Protection of Privacy Act. 52. HCPG MEMBER PROFILE

Purchasing behavior by HCPG member agencies can be seen in Schedule C. This purchasing behavior should only be used as a guide to develop a pricing structure for Bidder’s proposal. The information found in Schedule C are estimates only and are not guaranteed by any agency within HCPG. 53. PACKAGING

Each order (requisition) will be separately packaged and labeled with the requisitioner’s name and location.

54. BACK ORDER OR SUBSTITUTION

Where the Supplier is unable to fill a requirement from stock, all items available shall be shipped and unavailable items shall be entered as a back order. Back orders written up by the Supplier shall cross reference the original requisition/invoice number. In no case shall the total quantities shipped exceed the quantity indicated on the original requisition.

The Supplier will then contact the requisitioner to advise them of the expected delivery date or to obtain agreement on a substitution or cancellation. Where a substitution is acceptable, the Supplier shall correct the stock number and description on the requisition to agree with that of the substituted material, indicate the authority for the substitution, delivery of material, and consider the order complete.

19

55. RECEIPT OF MATERIAL Upon receipt of material, the requisitioner, or delegate shall inspect the number of packages that have been delivered, and sign for receipt of material subject to count and inspection. When materials or quantities are incorrect, the requisitioner shall contact the Supplier to arrange for return of, or additional, or replacement of materials, as the case may be. The Supplier’s accounting system shall provide for adjustments or credits resulting from the above. While a receiving signature can be obtained in the appropriate central receiving area, this must not be construed to be acceptance of the goods received, their quality or quantity, but is simply the receipt of a package or packages subject to count and inspection. The requisitioner alone will ascertain the correctness and/or acceptability of the goods and contact the supplier within ten (10) days of receipt of the goods.

56. VALUE ADDED SERVICES

Any additional services or programs you, the bidder are prepared to offer are to be clearly outlined on your Company’s letterhead and enclosed with this proposal. If any of the additional services and/or programs identified will result in additional costs to the Halton Co-operative Purchasing Group, they must be clearly presented and submitted with your proposal. 57. ENVIRONMENTAL AND SOCIAL RESPONSIBILITY

Submissions should include certified green product alternatives wherever possible. Vendors need to carry out their work, according to all applicable laws and regulations, in an environmentally responsible manner. Vendors interested in providing services to the agencies within the HCPG are presented with an opportunity to verify your commitment to sustainable, environmental and social responsibility. Company initiatives relating to “green” products and environmental standards should also be included. 58. SERVICE

The supplier will provide as part of the proposal document a list of key personnel in the supplier organization that will service this contract. 59. REFERENCES

Each proposal will include the names, addresses, telephone numbers, contact names and email addresses (Appendix D) for a minimum of five (5) companies (preferably 1 School Board and 1 Municipality). References shall be of recent and current contracts of a similar scope or magnitude as required by the HCPG.

20

EVALUATION CRITERIA All things considered equal the following items compose the criteria for the selection of a Bidder. Proposal submissions should satisfy all criteria points wherever possible:

Quality, expertise and background of the individual or firm

Service level (the ability to provide furniture, equipment, and services as requested)

Ability to deliver on time and complete

Financial offer (specification and cost analysis)

Value added services

Interviews will be required for up to (3) three shortlisted bidders on December 15, 2011. Date subject to change. Evaluation criteria for interview will be separate from the criteria below.

All proposals submitted are to provide information as indicated in the Evaluation Criteria. Bidders are to use the headings and the items within as illustrated below.

Evaluation Criteria Table

1) Company Profile POINTS = 10 a) Ownership and Number of years in business b) List proposed team members to service HCPG agency accounts,

including background and experience

2) Customer Service POINTS = 30 a) Significant experience (company and account team) with a project of this scope b) Ability to provide services as per scope c) Customer Service (availability of staff and support capabilities) d) Handling/processes of backorders and product returns e) Turn-around time to set up accounts for start of this contract f) Turn-around time to set up new accounts during length of this contract g) Providing training for agencies at the start of this contract and during length of contract h) Periodic review for efficiencies and best practices

3) Product/Delivery POINTS = 20

a) Ability to meet product specifications as requested b) Online ordering capabilities c) Delivery/lead times d) Ability to fulfil orders as requested (inventory/warehousing/distribution capabilities) e) Fleet/uniformed and badged delivery personnel/identified vehicles

4) Price/Financial Offering POINTS = 30

a) Cost of core list – Schedule A b) Discount structure on catalogue items outside of Schedule A

5) Value Added POINTS = 10

a) Greening initiatives/Environmental Practices related to this contract b) Other - Financial concessions such as payment discount, rebate program, etc c) Other - Such as promotions, calendar program, etc.

21

BIDDER’S CHECKLIST: Please review the checklist below to ensure all minimum requirements of this RFP #11-12 are met.

SIGNED ACCEPTANCE OF PROPOSAL, PAGE 4

PROPOSAL SUBMISSION o SUBMISSION PER EVALUATION CRITERIA o TOTAL OF NINE (9) COPIES OF PROPOSAL SUBMISSION, INCLUDING CATALOGUE, ONE (1)

MARKED AS ORIGINAL

COMPLETED SCHEDULE ‘A’

o HARD COPY o SOFT (ELECTRONIC) COPY o PRODUCT DEPICTIONS AND SPECIFICATIONS TO ACCOMPANY SCHEDULE A

SAMPLES OF: o MATERIAL REQUISITIONS o MONTHLY SUMMARY STATEMENTS o BACKORDER REPORTS o CREDITS o RETURN OF GOODS FORMS

COMPLETED APPENDIX A

COMPLETED APPENDIX B

COMPLETED APPENDIX C

SIGNED ADDENDA, IF ANY

COMPLETED SUBMISSION LABEL ATTACHED TO THE OUTSIDE OF BID ENVELOPE, PAGE 22

22

Submission Label: Please complete all information and attach this label on the OUTSIDE of your bid submission envelope(s) to clearly identify the submission and the Bidder information.

Bid to be submitted to: Daniel Tkalcic, Purchasing Officer, Purchasing Services, Halton Catholic District School Board, Purchasing Department, 802 Drury Lane, P.O. Box 5308, Burlington, Ontario L7R 4L3

REQUEST FOR PROPOSAL NUMBER

RFP#11-12

STATIONERY AND RELATED PRODUCTS

CLOSES: Friday, November 25, 2011

BEFORE 12:00:00 P.M. (EST)

BIDDER NAME (Print): _______________________________________ CONTACT NAME (Print): _______________________________________ CONTACT TITLE (Print): _______________________________________ PHONE: _______________________________________ EMAIL: _______________________________________

23

SCHEDULE A –TOP 200 ITEMS

24

SCHEDULE A –TOP 200 ITEMS – CON’T

25

SCHEDULE A –TOP 200 ITEMS – CON’T

26

SCHEDULE A –TOP 200 ITEMS – CON’T

27

SCHEDULE A –TOP 200 ITEMS – CON’T

28

SCHEDULE A –TOP 200 ITEMS – CON’T

29

SCHEDULE B – DELIVERY LOCATIONS LIST BURLINGTON HYDRO INC 1340 BRANT ST BURLINGTON ON L7R3Z7 BURLINGTON PERFORMING ARTS CTR 440 LOCUST ST BURLINGTON ON L7S1T7 BURLINGTON PUBLIC LIBRARY 2331 NEW ST BURLINGTON ON L7R1J4 BURLINGTON PUBLIC LIBRARY 355 PLAINS RD E BURLINGTON ON L7T2C7 BURLINGTON PUBLIC LIBRARY 676 APPLEBY LINE BURLINGTON ON L7L5Y1 CORP OF THE CITY OF BURLINGTON 100 NIPISSING RD MILTON ON L9T5B2 CORP OF THE CITY OF BURLINGTON 1201 APPLYBY LINE BURLINGTON ON L7L5H9 CORP OF THE CITY OF BURLINGTON 1255 FAIRVIEW ST BURLINGTON ON L7S1Y3 CORP OF THE CITY OF BURLINGTON 1255 FAIRVIEW ST BURLINGTON ON L7S1Y3 CORP OF THE CITY OF BURLINGTON 1265 TYANDAGA PARK BURLINGTON ON L7P1N1 CORP OF THE CITY OF BURLINGTON 1340 LAKESHORE RD BURLINGTON ON L7S1B1 CORP OF THE CITY OF BURLINGTON 1886 ITABASHI WAY BURLINGTON ON L7M4J8 CORP OF THE CITY OF BURLINGTON 1996 ITABASHI WAY BURLINGTON ON L7M4J8 CORP OF THE CITY OF BURLINGTON 2051 PLAINS ROAD BURLINGTON ON L7R5A5 CORP OF THE CITY OF BURLINGTON 2205 MOUNT FOREST DR BURLINGTON ON L7P1H8 CORP OF THE CITY OF BURLINGTON 2255 BRANT ST BURLINGTON ON L7P4P4 CORP OF THE CITY OF BURLINGTON 2285 NEW ST BURLINGTON ON L7R1J4 CORP OF THE CITY OF BURLINGTON 2300 DUNCASTER DR BURLINGTON ON L7P4P4 CORP OF THE CITY OF BURLINGTON 2311 NEW ST BURLINGTON ON L7R1J4 CORP OF THE CITY OF BURLINGTON 2424 INDUSTRIAL ST BURLINGTON ON L7P3N9 CORP OF THE CITY OF BURLINGTON 2425 UPPER MIDDLE RD BURLINGTON ON L7P3N9 CORP OF THE CITY OF BURLINGTON 3230 FAIRVIEW ST BURLINGTON ON L7N3H5 CORP OF THE CITY OF BURLINGTON 3330 HARVESTER RD BURLINGTON ON L7N3M8 CORP OF THE CITY OF BURLINGTON 390 BRANT ST BURLINGTON ON L7R3Z6 CORP OF THE CITY OF BURLINGTON 4015 MAINWAY BURLINGTON ON L7M2L7 CORP OF THE CITY OF BURLINGTON 4235 NEW ST BURLINGTON ON L7L1T3 CORP OF THE CITY OF BURLINGTON 4250 LAKESHORE RD BURLINGTON ON L7R3Z6 CORP OF THE CITY OF BURLINGTON 4250 LAKESHORE RD BURLINGTON ON L7R3Z6 CORP OF THE CITY OF BURLINGTON 426 BRANT ST BURLINGTON ON L7R3Z6 CORP OF THE CITY OF BURLINGTON 460 BRANT ST BURLINGTON ON L7R3Z6 CORP OF THE CITY OF BURLINGTON 494 TOWNSEND AVE BURLINGTON ON L7T2B2 CORP OF THE CITY OF BURLINGTON 50 FAIRWOOD PL BURLINGTON ON L7T1E5 CORP OF THE CITY OF BURLINGTON 5151 NEW ST BURLINGTON ON L7L1V3 CORP OF THE CITY OF BURLINGTON 519 DRURY LANE BURLINGTON ON L7R2X3 CORP OF THE CITY OF BURLINGTON 711 APPLEBY LINE BURLINGTON ON L7L2Y6 DOWNTOWN OAKVILLE B.I.A. 146 LAKESHORE RD E OAKVILLE ON L6J1H4 HALTON BOARD OF EDUCATION 3190 HARVESTER RD BURLINGTON ON L7N3T1 HALTON CAS 325 MAIN ST E MILTON ON L9T1P5 HALTON CATHOLIC DISTRICT 1120 MAIN ST E MILTON ON L9T4B6 HALTON CATHOLIC DISTRICT 1190 WESTVIEW TERR OAKVILLE ON L6M3N2 HALTON CATHOLIC DISTRICT 120 SINCLAIR AVE GEORGETOWN ON L7G1J4 HALTON CATHOLIC DISTRICT 1201 HERITAGE WAY OAKVILLE ON L6M3A4 HALTON CATHOLIC DISTRICT 124 DORVAL DR OAKVILLE ON L6K2W1 HALTON CATHOLIC DISTRICT 1240 TUPPER DR MILTON ON L9T6T7 HALTON CATHOLIC DISTRICT 1280 BRAESIDE DR OAKVILLE ON L6J2A4 HALTON CATHOLIC DISTRICT 1359 BAYSHIRE DR OAKVILLE ON L6H6C7 HALTON CATHOLIC DISTRICT 137 DIXON DRIVE MILTON ON L9T5P7

30

SCHEDULE B – DELIVERY LOCATIONS LIST HALTON CATHOLIC DISTRICT 141 MARTIN ST MILTON ON L9T2R3 HALTON CATHOLIC DISTRICT 1420 GROSVENOR RD OAKVILLE ON L6H2X8 HALTON CATHOLIC DISTRICT 145 MILLBANK DR OAKVILLE ON L6H6G3 HALTON CATHOLIC DISTRICT 147 MILL ST W ACTON ON L7J1G7 HALTON CATHOLIC DISTRICT 1480 MANSFIELD DR OAKVILLE ON L6H1K4 HALTON CATHOLIC DISTRICT 1550 NOTTINGHILL GATE OAKVILLE ON L6M1S2 HALTON CATHOLIC DISTRICT 161 GUELPH ST GEORGETOWN ON L7G4A6 HALTON CATHOLIC DISTRICT 165 SEWELL DR OAKVILLE ON L6H1E3 HALTON CATHOLIC DISTRICT 171 SPEERS RD OAKVILLE ON L6K3W8 HALTON CATHOLIC DISTRICT 200 KENWOOD AVE BURLINGTON ON L7L4L8 HALTON CATHOLIC DISTRICT 2123 HIXON ST OAKVILLE ON L6L1T3 HALTON CATHOLIC DISTRICT 2130 KINGSRIDGE DR OAKVILLE ON L6M4Z2 HALTON CATHOLIC DISTRICT 2141 DEER RUN AVE BURLINGTON ON L7M4C7 HALTON CATHOLIC DISTRICT 2145 UPPER MIDDLE RD BURLINGTON ON L7P3P4 HALTON CATHOLIC DISTRICT 222 MAPLE AVE HALTON HILLS ON L7G1X2 HALTON CATHOLIC DISTRICT 2222 COUNTRY CLUB DR BURLINGTON ON L7M4S5 HALTON CATHOLIC DISTRICT 2227 PARKWAY DR BURLINGTON ON L7P1S9 HALTON CATHOLIC DISTRICT 2405 REBECCA ST OAKVILLE ON L6L2B1 HALTON CATHOLIC DISTRICT 255 MORDEN RD OAKVILLE ON L6K2S2 HALTON CATHOLIC DISTRICT 261 PLAINS RD E BURLINGTON ON L7T2C7 HALTON CATHOLIC DISTRICT 2750 KINGSWAY DR OAKVILLE ON L6J7G5 HALTON CATHOLIC DISTRICT 3201 LANSDOWN DR BURLINGTON ON L7M1K1 HALTON CATHOLIC DISTRICT 3230 WOODWARD AVE BURLINGTON ON L7N3P1 HALTON CATHOLIC DISTRICT 391 RIVER GLEN BLVD OAKVILLE ON L6H5X5 HALTON CATHOLIC DISTRICT 4056 NEW ST BURLINGTON ON L7L1S9 HALTON CATHOLIC DISTRICT 407 BARBER DR GEORGETOWN ON L7G5H7 HALTON CATHOLIC DISTRICT 477 WARMINSTER DR OAKVILLE ON L6L4N4 HALTON CATHOLIC DISTRICT 5070 DRYDEN AVE BURLINGTON ON L7L6Y3 HALTON CATHOLIC DISTRICT 5150 UPPER MIDDLE RD BURLINGTON ON L7L0E5 HALTON CATHOLIC DISTRICT 5205 NEW ST BURLINGTON ON L7L1V3 HALTON CATHOLIC DISTRICT 530 CUMBERLAND AVE BURLINGTON ON L7N2X2 HALTON CATHOLIC DISTRICT 650 BENNETT BLVD MILTON ON L9T6A4 HALTON CATHOLIC DISTRICT 653 BRANT ST BURLINGTON ON L7R2H1 HALTON CATHOLIC DISTRICT 709 BOLINGBROKE DRIVE MILTON ON L9T6Z3 HALTON CATHOLIC DISTRICT 73 MILLER DR HALTON HILLS ON L7G5T2 HALTON CATHOLIC DISTRICT 760 BRANT ST BURLINGTON ON L7R4B6 HALTON CATHOLIC DISTRICT 802 DRURY LANE BURLINGTON ON L7R3Y2 HALTON CATHOLIC DISTRICT 841 SAVOLINE BLVD MILTON ON L9T0Z1 HALTON CATHOLIC DISTRICT 2333 HEADON FOREST DRIVE BURLINGTON ON L7M3X6 HALTON CATHOLIC DISTRICT 540 COMMERCIAL ST MILTON ON L9T3R2 HALTON CATHOLIC DISTRICT 2400 SUTTON SR BURLINGTON ON L7L7A9 HALTON CATHOLIC DISTRICT 2227 PARKWAY DR BURLINGTON ON L7P1S9 HALTON CATHOLIC DISTRICT 2912 WESTOAK TRAILS BLVD OAKVILLE ON L6M4T7 HALTON CATHOLIC DISTRICT 1050 NOTTINGHILL GATE OAKVILLE ON L6M2G3 HALTON CATHOLIC DISTRICT 2420 6 TH LINE OAKVILLE ON L6H3N8 HALTON CHILDRENS AID SOCEITY 2145 UPPER MIDDLE ROAD BURLINGTON ON L7P4G1 HALTON CHILDRENS AID SOCEITY 3141 WOODWARD AVENUE BURLINGTON ON L7N2M3

31

SCHEDULE B – DELIVERY LOCATIONS LIST HALTON CHILDREN'S AID SOCIETY 1445 NORJOHN COURT BURLINGTON ON L7L0E6 HALTON CHILDREN'S AID SOCIETY 69 ACTON BLVD ACTON ON L7J2H4 HALTON DISTRICT SCHOOL BOARD 1055 MCCRANEY ST E OAKVILLE ON L6H1H9 HALTON DISTRICT SCHOOL BOARD 1079 LINBROOK RD OAKVILLE ON L6J2L2 HALTON DISTRICT SCHOOL BOARD 11139 22ND SIDE RD LIMEHOUSE ON L0P1H0 HALTON DISTRICT SCHOOL BOARD 1114 WOODWARD AVE MILTON ON L9T5P5 HALTON DISTRICT SCHOOL BOARD 1123 GLENASHTON DR OAKVILLE ON L6H5M1 HALTON DISTRICT SCHOOL BOARD 11325 GUELPH LINE CAMPBELLVILLE QC L0P1B0 HALTON DISTRICT SCHOOL BOARD 1160 OLD ABBEY LANE OAKVILLE ON L6M1S4 HALTON DISTRICT SCHOOL BOARD 1160 REBECCA ST OAKVILLE ON L6L1Y9 HALTON DISTRICT SCHOOL BOARD 1195 BRIDGE RD OAKVILLE ON L6L2C3 HALTON DISTRICT SCHOOL BOARD 1199 COSTIGAN RD MILTON ON L9T6N8 HALTON DISTRICT SCHOOL BOARD 1-2526 SPEERS RD OAKVILLE ON L6L5M2 HALTON DISTRICT SCHOOL BOARD 1289 HERITAGE WAY OAKVILLE ON L6M3E1 HALTON DISTRICT SCHOOL BOARD 12923 HWY 25 N ACTON ON L7J2M2 HALTON DISTRICT SCHOOL BOARD 13068 15 SIDE RD GEORGTOWN ON L7G4S5 HALTON DISTRICT SCHOOL BOARD 13074 5 SIDE RD GEORGETOWN ON L7G4S5 HALTON DISTRICT SCHOOL BOARD 133 BALSAM DR OAKVILLE ON L6J3X4 HALTON DISTRICT SCHOOL BOARD 1330 MONTCLAIR DR OAKVILLE ON L6H1Z5 HALTON DISTRICT SCHOOL BOARD 1350 HEADON RD BURLINGTON ON L7M1V8 HALTON DISTRICT SCHOOL BOARD 1385 GAINSBOROUGH DR OAKVILLE ON L6H2H7 HALTON DISTRICT SCHOOL BOARD 1406 PINE GLEN RD OAKVILLE ON L6M4B9 HALTON DISTRICT SCHOOL BOARD 143 TOWNSEND AVE E BURLINGTON ON L7T1Z1 HALTON DISTRICT SCHOOL BOARD 1433 BALDWIN ST BURLINGTON ON L7S1K4 HALTON DISTRICT SCHOOL BOARD 1434 OXFORD AVE OAKVILLE ON L6H1T4 HALTON DISTRICT SCHOOL BOARD 14365 DANBY RD GEORGETOWN ON L7G6L8 HALTON DISTRICT SCHOOL BOARD 1450 ARROWHEAD RD OAKVILLE ON L6H7P9 HALTON DISTRICT SCHOOL BOARD 1455 GLENN ABBEY GATE OAKVILLE ON L7M2V7 HALTON DISTRICT SCHOOL BOARD 1460 DEVON RD OAKVILLE ON L6J3L6 HALTON DISTRICT SCHOOL BOARD 150 RIDGE DR OAKVILLE ON L6H1B8 HALTON DISTRICT SCHOOL BOARD 1511 SIXTH LINE OAKVILLE ON L6H1X8 HALTON DISTRICT SCHOOL BOARD 1522 MOUNTAIN GROVE AVE BURLINGTON ON L7P2H5 HALTON DISTRICT SCHOOL BOARD 1551 PILGRIM'S WAY OAKVILLE ON L6M2W7 HALTON DISTRICT SCHOOL BOARD 1555 LANCASTER DR OAKVILLE ON L6H3H4 HALTON DISTRICT SCHOOL BOARD 1641 HERITAGE WAY OAKVILLE ON L6M2Z4 HALTON DISTRICT SCHOOL BOARD 165 CHARNWOOD DR OAKVILLE ON L6J5H2 HALTON DISTRICT SCHOOL BOARD 170 EATON ST GEORGETOWN ON L7G5V6 HALTON DISTRICT SCHOOL BOARD 180 MORDEN RD OAKVILLE ON L6K2S3 HALTON DISTRICT SCHOOL BOARD 180 WILSON DR MILTON ON L9T3J9 HALTON DISTRICT SCHOOL BOARD 184 GUELPH ST GEORGETOWN ON L7G4A7 HALTON DISTRICT SCHOOL BOARD 184 MARTIN ST MILTON ON L9T2R4 HALTON DISTRICT SCHOOL BOARD 203-550 ONTARIO ST S MILTON ON L9T5E4 HALTON DISTRICT SCHOOL BOARD 2054 MOUNTAINSIDE DR BURLINGTON ON L7P1A8 HALTON DISTRICT SCHOOL BOARD 2071 FOURTH LINE OAKVILLE ON L6M3K1 HALTON DISTRICT SCHOOL BOARD 21 CEDAR RD ACTON ON L7J2V2 HALTON DISTRICT SCHOOL BOARD 2102 BERWICK DR BURLINGTON ON L7M4W6 HALTON DISTRICT SCHOOL BOARD 2120 CLEAVER AVE BURLINGTON ON L7M3P9

32

SCHEDULE B – DELIVERY LOCATIONS LIST HALTON DISTRICT SCHOOL BOARD 2122 DUNDAS ST E BURLINGTON ON L7R3X4 HALTON DISTRICT SCHOOL BOARD 2145 GRAND OAK TRAIL OAKVILLE ON L6M4S7 HALTON DISTRICT SCHOOL BOARD 215 THOMAS ST MILTON ON L9T2E5 HALTON DISTRICT SCHOOL BOARD 2150 SAMWAY RD OAKVILLE ON L6L2P6 HALTON DISTRICT SCHOOL BOARD 2171 PROSPECT ST BURLINGTON ON L7R1Z6 HALTON DISTRICT SCHOOL BOARD 2173 MUNN'S AVE OAKVILLE ON L6H3S9 HALTON DISTRICT SCHOOL BOARD 2175 CAVENDISH BURLINGTON ON L7P3J8 HALTON DISTRICT SCHOOL BOARD 2187 LAKESHORE RD BURLINGTON ON L7S1A8 HALTON DISTRICT SCHOOL BOARD 221 ALLAN ST N OAKVILLE ON L6J3P2 HALTON DISTRICT SCHOOL BOARD 2220 CALDWELL DR OAKVILLE ON L6H6B5 HALTON DISTRICT SCHOOL BOARD 2223 SUTTON DR BURLINGTON ON L7L0B1 HALTON DISTRICT SCHOOL BOARD 2243 LAKESHORE RD E BURLINGTON ON L7R1B1 HALTON DISTRICT SCHOOL BOARD 2255 PINE GLEN RD OAKVILLE ON L6M0G5 HALTON DISTRICT SCHOOL BOARD 2266 HIXON ST OAKVILLE ON L6L1T4 HALTON DISTRICT SCHOOL BOARD 233 DELREX BLVD GEORGETOWN ON L7G4G1 HALTON DISTRICT SCHOOL BOARD 2330 DUNCASTER DR BURLINGTON ON L7P4C3 HALTON DISTRICT SCHOOL BOARD 2399 MOUNTAINSIDE DR BURLINGTON ON L7P1C6 HALTON DISTRICT SCHOOL BOARD 245 COMMERCIAL ST MILTON ON L9T2J3 HALTON DISTRICT SCHOOL BOARD 2510 CAVENDISH DR BURLINGTON ON L7P4K5 HALTON DISTRICT SCHOOL BOARD 288 MAPLE GROVE DR OAKVILLE ON L6J4V5 HALTON DISTRICT SCHOOL BOARD 3110 PARKGATE CRES BURLINGTON ON L7M1C7 HALTON DISTRICT SCHOOL BOARD 320 COXE BLVD MILTON ON L9T4M5 HALTON DISTRICT SCHOOL BOARD 3233 BRANDON GATE DR MISSISSAUGA ON L4T3V8 HALTON DISTRICT SCHOOL BOARD 3250 NEW ST BURLINGTON ON L7N2M3 HALTON DISTRICT SCHOOL BOARD 327 REYNOLDS ST 4 W OAKVILLE ON L6J3L7 HALTON DISTRICT SCHOOL BOARD 3365 SPRUCE AVE BURLINGTON ON L7N1J7 HALTON DISTRICT SCHOOL BOARD 338 CAIRNCROFT RD OAKVILLE ON L6J1T4 HALTON DISTRICT SCHOOL BOARD 345 TUCK DR BURLINGTON ON L7L2R2 HALTON DISTRICT SCHOOL BOARD 351 HIGHSIDE DR MILTON ON L9T1W8 HALTON DISTRICT SCHOOL BOARD 351 SCOTT BOULEVARD MILTON ON L9T0T1 HALTON DISTRICT SCHOOL BOARD 396 WILLIAMS AVE MILTON ON L9T2G4 HALTON DISTRICT SCHOOL BOARD 41 MOORE PARK CRES GEORGETOWN ON L7G2T3 HALTON DISTRICT SCHOOL BOARD 41 SCHOOL LANE ACTON ON L7J1B9 HALTON DISTRICT SCHOOL BOARD 4181 NEW ST BURLINGTON ON L7L1T3 HALTON DISTRICT SCHOOL BOARD 4313 CLUBVIEW DR BURLINGTON ON L7M4A1 HALTON DISTRICT SCHOOL BOARD 4350 LONGMOOR DR BURLINGTON ON L7L1X7 HALTON DISTRICT SCHOOL BOARD 475 IROQUOIS SHORE RD OAKVILLE ON L6H1M3 HALTON DISTRICT SCHOOL BOARD 481 PLAINS RD E BURLINGTON ON L7T2E2 HALTON DISTRICT SCHOOL BOARD 512 MAIN ST GLEN WILLIAMS ON L7G3S8 HALTON DISTRICT SCHOOL BOARD 5121 MEADOWHILL RD BURLINGTON ON L7L3K7 HALTON DISTRICT SCHOOL BOARD 5140 PINEDALE AVE BURLINGTON ON L7L3V4 HALTON DISTRICT SCHOOL BOARD 5151 DRYDEN AVE BURLINGTON ON L7L7J3 HALTON DISTRICT SCHOOL BOARD 5280 SPRUCE AVE BURLINGTON ON L7L1N3 HALTON DISTRICT SCHOOL BOARD 529 FOURTH LINE OAKVILLE ON L6L5A8 HALTON DISTRICT SCHOOL BOARD 565 WOODVIEW RD BURLINGTON ON L7N2Z9 HALTON DISTRICT SCHOOL BOARD 59 REXWAY DR GEORGETOWN ON L7G1P9 HALTON DISTRICT SCHOOL BOARD 6 HYDE PARK DR GEORGETOWN ON L7G2B6

33

SCHEDULE B – DELIVERY LOCATIONS LIST HALTON DISTRICT SCHOOL BOARD 638 BRANT ST BURLINGTON ON L7P2H8 HALTON DISTRICT SCHOOL BOARD 649 LAURIER AVE MILTON ON L9T4N4 HALTON DISTRICT SCHOOL BOARD 6611 PANTON ST KILBRIDE ON L7P0L8 HALTON DISTRICT SCHOOL BOARD 70 GUELPH ST GEORGETOWN ON L7G3Z5 HALTON DISTRICT SCHOOL BOARD 75 WEBER DR GEORGETOWN ON L7G1C5 HALTON DISTRICT SCHOOL BOARD 840 SCOTT BLVD MILTON ON L9T2C9 HALTON DISTRICT SCHOOL BOARD 8465 BOSTON CHURCH RD MILTON ON L9T2X9 HALTON DISTRICT SCHOOL BOARD 850 BENNETT BLVD MILTON ON L9T6X9 HALTON DISTRICT SCHOOL BOARD 9-465 MORDEN RD OAKVILLE ON L6K3W6 HALTON DISTRICT SCHOOL BOARD 96 GUELPH ST GEORGETOWN ON L7G3Z5 HALTON DISTRICT SCHOOL BOARD RR #1 263 BRITANNIA RD E HORNBY ON L0P1E0 HALTON DISTRICT SCHOOL BOARD RR 2 13068 15 SIDE RD GEORGETOWN ON L7G4S5 HALTON DISTRICT SCHOOL BOARD RR 2 13074 5 SIDE RD GEORGETOWN ON L7G4S5 HALTON DISTRICT SCHOOL BOARD RR#2 69 FLATT RD BURLINGTON ON L7R3X5 HALTON DISTRICT SCHOOL BOARD 2474 SUTTON DRIVE BURLINGTON ON L7L0G2 HALTON DISTRICT SCHOOL BOARD 2860 KINGSWAY DRIVE OAKVILLE ON L6J6R3 HALTON DISTRICT SCHOOL BOARD 607 DYNES RD BURLINGTON ON L7N2V4 HALTON DISTRICT SCHOOL BOARD 660 GREENWOOD RD BURLINGTON ON L7T3P3 HALTON DISTRICT SCHOOL BOARD 1285 MONTCLAIR DRIVE OAKVILLE ON L6H1Z3 HALTON DISTRICT SCHOOL BOARD 357 BARTOS DR OAKVILLE ON L6K3E5 HALTON DISTRICT SCHOOL BOARD 2561 VALLEYRIDGE DRIVE OAKVILLE ON L6M5H4 HALTON DISTRICT SCHOOL BOARD 650 YATES DRIVE MILTON ON L9T7P6 HALTON DISTRICT SCHOOL BOARD 69 FLATT ROAD BURLINGTON ON L7R3X5 HALTON DISTRICT SCHOOL BOARD 2050 GUELPH LINE BURLINGTON ON L7P5A8 HALTON REGION CONSERVATION 2259 MILBOROUGH LINE CAMPBELLVILLE QC L0P1B0 HALTON REGION CONSERVATION 2596 BRITANNIA RD W BURLINGTON ON L7P0G3 HALTON REGION CONSERVATION 3115 CONSERVATION ROAD MILTON ON L9T2X3 HALTON REGION CONSERVATION 4052 MILBUROUGH LINE CAMPBELLVILLE ON L0P1B0 HALTON REGION CONSERVATION 4985 CAMPBELLVILLE SIDERD CAMPBELLVILLE ON L0P1B0 HALTON REGIONAL POLICE ASSOCIA 2333 WYECROFT ROAD OAKVILLE ON L6L6L4 KELSO/GLEN EDEN SKI AREA 5234 KELSON RD MILTON ON L9T2X7 KERR VILLAGE B.I.A. 323 KERR ST OAKVILLE ON L6K3B6 MILTON CENTRE FOR THE ARTS 1010 MAIN STREET EAST MILTON ON L9T6H7 MILTON PUBLIC LIBRARY 407 PINE ST MILTON ON L9T1L3 MILTON PUBLIC LIBRARY 945 FOURTH LINE MILTON ON L9T6P8 MISCHA WEISZ CENTRE 1900 MAIN STREET WEST HAMILTON ON L8S4R8 OAKVILLE HYDRO ELECTRICITY 861 REDWOOD SQUARE OAKVILLE ON L6L6N3 OAKVILLE PUBLIC LIBRARY 1051 GLENASHTON DR OAKVILLE ON L6H6Z4 OAKVILLE PUBLIC LIBRARY 1070 MCCRANEY ST E OAKVILLE ON L6H2R6 OAKVILLE PUBLIC LIBRARY 1148 WINSTON CHURCHHILL B OAKVILLE ON L6J0A3 OAKVILLE PUBLIC LIBRARY 120 NAVY ST OAKVILLE ON L6J2Z4 OAKVILLE PUBLIC LIBRARY 1274 REBECCA ST OAKVILLE ON L6L1Z2 REG OF HALTON PLANNING&PUB WKS 1075 N SERVICE RD OAKVILLE ON L6M2G2 REG OF HALTON PLANNING&PUB WKS 1125 B LAKESHORE RD BURLINGTON ON L7S1A8 REG OF HALTON PLANNING&PUB WKS 1385 LAKESHORE RD W OAKVILLE ON L6L1B3 REG OF HALTON PLANNING&PUB WKS 1600 STELLES AVE MILTON ON L9T1Y7 REG OF HALTON PLANNING&PUB WKS 161 FULTON ST MILTON ON L9T2J8

34

SCHEDULE B – DELIVERY LOCATIONS LIST REG OF HALTON PLANNING&PUB WKS 202 CHURCHILL RD S ACTON ON L7J2J7 REG OF HALTON PLANNING&PUB WKS 21 KERR ST OAKVILLE ON L6K3V5 REG OF HALTON PLANNING&PUB WKS 2195 NORTH SERVICE RD OAKVILLE ON L6J6E1 REG OF HALTON PLANNING&PUB WKS 2477 LAKESHORE RD E OAKVILLE ON L6J1N7 REG OF HALTON PLANNING&PUB WKS 3380 REBECCA STREET OAKVILLE ON L6L6W2 REG OF HALTON PLANNING&PUB WKS 4449 HWY 25 OAKVILLE ON L6K3V5 REG OF HALTON PLANNING&PUB WKS 8140 5TH LINE GEORGETOWN ON L7G4S6 REG OF HALTON SOCIAL&COMM SRVS 1150 BRONTE RD OAKVILLE ON L6M3L1 REG OF HALTON SOCIAL&COMM SRVS 1256 SEDGEWICK CR OAKVILLE ON L6L1X6 REG OF HALTON SOCIAL&COMM SRVS 185 MAIN ST S GEORGETOWN ON L7G3G1 REG OF HALTON SOCIAL&COMM SRVS 185 ONTARIO ST S MILTON ON L9T2M4 REG OF HALTON SOCIAL&COMM SRVS 19 WILLOW ST ACTON ON L7J1Z6 REG OF HALTON SOCIAL&COMM SRVS 203 GEORGIAN DRIVE OAKVILLE ON L6H7H9 REG OF HALTON SOCIAL&COMM SRVS 215 ONTARIO ST S MILTON ON L9T4N5 REG OF HALTON SOCIAL&COMM SRVS 217 MAIN ST E MILTON ON L9T1N9 REG OF HALTON SOCIAL&COMM SRVS 232 GUELPH ST GEORGETOWN ON L7G4B1 REG OF HALTON SOCIAL&COMM SRVS 232 SOUTH SERVICE RD OAKVILLE ON L6J2X5 REG OF HALTON SOCIAL&COMM SRVS 235 GUELPH STREET GEORGETOWN ON L7G4A8 REG OF HALTON SOCIAL&COMM SRVS 2441 LAKESHORE ROAD OAKVILLE ON L6K5V5 REG OF HALTON SOCIAL&COMM SRVS 271 KERR ST OAKVILLE ON L6K3S2 REG OF HALTON SOCIAL&COMM SRVS 301A MARGARET DR OAKVILLE ON L6K3P3 REG OF HALTON SOCIAL&COMM SRVS 40 ONTARIO ST MILTON ON L9T3L4 REG OF HALTON SOCIAL&COMM SRVS 410 JOHN ST BURLINGTON ON L7R2X4 REG OF HALTON SOCIAL&COMM SRVS 470 BRONTE ST MILTON ON L9T2J4 REG OF HALTON SOCIAL&COMM SRVS 500 CLARIDGE RD BURLINGTON ON L7N2S3 REG OF HALTON SOCIAL&COMM SRVS 510 CLARIDGE RD BURLINGTON ON L7N0A2 REG OF HALTON SOCIAL&COMM SRVS 5200 CORPORATE DR BURLINGTON ON L7L7G7 REG OF HALTON SOCIAL&COMM SRVS 53 BOND ST OAKVILLE ON L6K1L8 REG OF HALTON SOCIAL&COMM SRVS 5353 LAKESHORE RD UNIT 2 OAKVILLE ON L6L2X4 REG OF HALTON SOCIAL&COMM SRVS 65 MAPLE AVE GEORGETOWN ON L7G1X8 REG OF HALTON SOCIAL&COMM SRVS 690 DORVAL DR OAKVILLE ON L7R2M1 REG OF HALTON SOCIAL&COMM SRVS 917 NIPISSING RD MILTON ON L9T5E3 REG OF HALTON SOCIAL&COMM SRVS 93 MAIN ST S GEORGETOWN ON L7G3E5 REGION MUNICIPALITY OF HALTON 1179 BRONTE RD OAKVILLE ON L6M4G3 REGION OF HALTON - COMMUNITY 12 MARTIN ST MILTON ON L9T2P9 REGION OF HALTON - COMMUNITY 440 ELIZABETH ST BURLINGTON ON L7R2M1 REGION OF HALTON PLANNING & PU 1179 BRONTE RD WOODLANDS OAKVILLE ON L6M4G3 REGION OF HALTON-CORP SERVICES 2195 N SERVICE RD W OAKVILLE ON L6M3H8 REGION OF HALTON-CORP SERVICES 241 MAPLE AVE GEORGETOWN ON L7G1W5 REGION OF HALTON-CORP SERVICES 275 MOUNTAINVIEW RD S GEORGETOWN ON L7G5K8 REGION OF HALTON-CORP SERVICES 5400 HWY 25 MILTON ON L9T2X5 REGION OF HALTON-CORP SERVICES 690 DORVAL DR OAKVILLE ON L6K3W7 REGION OF HALTON-CORP SERVICES 5181 KELSO RD., MUSEUM MILTON ON L9T2X7

35

SCHEDULE B – DELIVERY LOCATIONS LIST REGION OF HALTON-CORP SERVICES 3249 LAKESHORE RD BURLINGTON ON L7N1A7 REG OF HALTON -REG POLICE SRVS 1151 BRONTE RD OAKVILLE ON L6M3L1 REG OF HALTON -REG POLICE SRVS 3800 SOUTHAMPTON BLVD BURLINGTON ON L7M3Y2 REG OF HALTON -REG POLICE SRVS 490 CHILDS DR MILTON ON L9T5G2 REG OF HALTON -REG POLICE SRVS 491 STEELES AVE E MILTON ON L9T1Y7 REG OF HALTON -REG POLICE SRVS 95 OAK WALK DR OAKVILLE ON L6H0G6 THE CENTRE FOR SKILLS DEVELOP 860 HARRINGTON COURT BURLINGTON ON L7N3N4 TOURISM BURLINGTON 414 LOCUST ST BURLINGTON ON L7S1T7 TOWN OF HALTON HILLS 1 HALTON HILLS DR HALTON HILLS ON L7G5G2 TOWN OF HALTON HILLS 10241 EIGHTH LINE GEORGETOWN ON L7G4S5 TOWN OF HALTON HILLS 11620 TRAFALGAR RD GEORGETOWN ON L7G4S4 TOWN OF HALTON HILLS 14007 TEN SIDEROAD HALTON HILLS ON L7G4S5 TOWN OF HALTON HILLS 17 RIVER ST ACTON ON L7J1C2 TOWN OF HALTON HILLS 221 GUELPH ST GEORGETOWN ON L7G4A8 TOWN OF HALTON HILLS 224 MAPLE AVE GEORGETOWN ON L7G1X2 TOWN OF HALTON HILLS 318 GUELPH ST GEORGETOWN ON L7G4B5 TOWN OF HALTON HILLS 415 QUEEN ST E ACTON ON L7J2L8 TOWN OF HALTON HILLS 42 MILL ST GEORGETOWN ON L7G2H7 TOWN OF HALTON HILLS 53 MAPLE AVE GEORGETOWN ON L7G1X8 TOWN OF MILTON 101 NIPISSING RD MILTON ON L9T1R3 TOWN OF MILTON 1100 MAIN ST E MILTON ON L9T6H7 TOWN OF MILTON 150 MARY ST MILTON ON L9T6Z5 TOWN OF MILTON 405 STEELES AVE E MILTON ON L9T3G6 TOWN OF MILTON 43 BROWN ST MILTON ON L9T5H2 TOWN OF MILTON 500 CHILDS DR MILTON ON L9T5G2 TOWN OF MILTON 605 SANTA MARIA BLVD MILTON ON L9T6J5 TOWN OF MILTON COMMUNITY SVS DEPT MILTON ON L9T6Z5 TOWN OF OAKVILLE 1140 SOUTH SERVICE RD W OAKVILLE ON L6L5T7 TOWN OF OAKVILLE 1144 SOUTH SERVICE RD W OAKVILLE ON L6L5T7 TOWN OF OAKVILLE 1225 TRAFALGAR RD OAKVILLE ON L6H0H3 TOWN OF OAKVILLE 125 RANDALL ST OAKVILLE ON L6J1B3 TOWN OF OAKVILLE 130 NAVY ST OAKVILLE ON L6J2Z4 TOWN OF OAKVILLE 1306 LAKESHORE RD OAKVILLE ON L6J1L6 TOWN OF OAKVILLE 133 REBECCA ST OAKVILLE ON L6K1J4 TOWN OF OAKVILLE 1415 THIRD LINE OAKVILLE ON L6M3G2 TOWN OF OAKVILLE 1565 OLD LAKESHORE RD OAKVILLE ON L6L6N1 TOWN OF OAKVILLE 1663 NORTH SERVICE RD OAKVILLE ON L6H7T1 TOWN OF OAKVILLE 2302 BRIDGE RD OAKVILLE ON L6L2G6 TOWN OF OAKVILLE 2400 SIXTH LINE OAKVILLE ON L6H3N8 TOWN OF OAKVILLE 2535 REBECCA ST OAKVILLE ON L6L2B2 TOWN OF OAKVILLE 263 KERR ST OAKVILLE ON L6K3B4 TOWN OF OAKVILLE 3070 NEYAGAWA BLVD OAKVILLE ON L6M4L6 TOWN OF OAKVILLE 363 WARMIINISTER OAKVILLE ON L6L4N1 TOWN OF OAKVILLE 430 WYECROFT RD OAKVILLE ON L6K2G7

36

SCHEDULE B – DELIVERY LOCATIONS LIST TOWN OF OAKVILLE 480 WYECROFT RD OAKVILLE ON L6K2G7 TOWN OF OAKVILLE 8 NAVY ST OAKVILLE ON L6J2Y5 TOWN OF OAKVILLE SIXTEEN MILE SPORTS COMPL OAKVILLE ON L6M4L6 SHERIDAN COLLEGE 7899 MCLAUGLIN ROAD BRAMPTON ON L6Y 5H9 SHERIDAN COLLEGE 4180 DUKE OF YORK BLVD. MISSISSAUGA ON L5B 065 SHERIDAN COLLEGE 1430 TRAFALGAR ROAD OAKVILLE ON L6H 2L1 SHERIDAN COLLEGE 407 IROQUOIS SHORE ROAD OAKVILLE ON L6H 1M3

37

SCHEDULE C – HCPG MEMBER PROFILE

38

APPENDIX A - COST & SERVICE ANALYSIS FORM

1. HIGH CONSUMPTION ITEMS, SCHEDULE ‘A’

A) TOTAL EXTENDED PRICE (from Schedule A) $ ______________________ B) HARMONIZED SALES TAX (H.S.T.) $ ______________________

TOTAL OF LINES A and B $ ______________________

2. DISCOUNT STRUCTURE: List less discount applied to products available from Bidder’s line catalogue and not appearing in Schedule ‘A’. A) ALL STATIONERY ITEMS ______________________ % B) ALL SMALL OFFICE EQUIPMENT ______________________ %

C) ELECTRONIC EQUIPMENT ______________________ %

D) COMPUTER EQUIPMENT ______________________ %

E) INK CARTRIDGES AND TONER ______________________ % F) OTHER: __________________________ ______ ______________________ % __________________________ ______ ______________________ % ________________________________ ______________________ %

GENERAL LINE CATALOGUE EFFECTIVE DATE: __________________________________________________

3. PURCHASING CARD CAPABILITIES A) IT IS A REQUIREMENT THAT THE SUCCESSFUL BIDDER BE PURCHASING CARD (VISA) CAPABLE. COMPLIANT: YES: _____________ NO: ____________

4. TERMS OF PAYMENT STANDARD PAYMENT TERMS ARE NET 30 DAYS AFTER RECEIPT OF INVOICE. NO OTHER TERMS OF PAYMENT ACCEPTED WITHOUT WRITTEN APPROVAL. EARLY PAYMENT DISCOUNT CAN BE OFFERED. EARLY PAYMENT DISCOUNT: _________________________________________________

39

5. USAGE REPORTS BIDDER SHALL PROVIDE ELECTRONIC PRODUCT USAGE REPORTS AS REQUESTED ON ALL ITEMS AS FOLLOWS: STATE COMPLIANCE: YES NO

MONTHLY SPEND BY AGENCY _____ _____ MONTHLY SPEND BY AGENCY DEPARTMENT _____ _____ MONTHLY SPEND BY AGENCY AND LINE ITEM _____ _____ MONTHLY SPEND BY AGENCY DEPARTMENT AND LINE ITEM _____ _____ MONTHLY BACKORDER RATE _____ _____ ANNUAL SUMMARIES OF EACH REPORT ABOVE _____ _____ AVERAGE ORDER SIZES BY AGENCY _____ _____ DOLLAR SPEND BY AGENCY VIA PURCHASE ORDER AND

PURCHASING CARD _____ _____

ANNUAL REPORT OF GREEN PURCHASE _____ _____

6. ON-LINE ORDER PLACEMENT/PAYMENT SYSTEM PLEASE STATE IF YOUR FIRM CAN PROVIDE AT NO ADDITIONAL COST, AN ON-LINE ORDER PLACEMENT PROGRAM WITH AN OPTION FOR “SECURED” ENCRYPTED PURCHASING CARD PAYMENT. STATE IF AVAILABLE: ____________________________________________ PLEASE STATE IF ON-LINE ORDER PROGRAM AUTOMATICALLY PROVIDE S AN OPTION/SUBSTITUTE FOR HOUSE BRANDS OR GREEN PRODUCTS. STATE IF AVAILABLE: ____________________________________________

7. ORDER FULFILMENT & DELIVERY IS NEXT DAY DELIVERY SERVICE OFFERED: YES _____ NO _____ CUT OFF TIME TO PLACE ORDER FOR NEXT DAY DELIVERY: _____________________________ STATE, IF ANY, MINIMUM VALUE FOR ORDERS: $ ___________________________ STATE, IF ANY, MINIMUN VALUE FOR RETURNS: $ ___________________________

A) STATE LEAD/DELIVERY TIME FOR:

TOP200 ITEMS: _____________________________ CATALOGUE ITEMS OUTSIDE OF THE TOP 200 ITEMS: _____________________________

40

OFFICE FURNITURE FROM GLOBAL EXPRESS CATALOGUE: _____________________________

B) ORDER FILL RATE:

STATE CURRENT FILL RATE ON CATALOGUE ITEMS: _____________________________

C) DELIVERY: PLEASE NAME COURIER AGENCY IF OTHER THAN THE PRINCIPAL TO SUPPORT THIS CONTRACT: ___________________________________________________________________________________________ IF DELIVERY IS IN-HOUSE, PLEASE STATE SIZE OF FLEET: ________________________________________

41

APPENDIX ‘B’ –BIDDER PROFILE FORM

PLEASE PRINT

1. FULL TRADE NAME: ______________________________________________________________________ 2. ADDRESS: ____________________________________________________________________________ CITY/TOWN: ______________________ __________ POSTAL CODE: _______________________ 3. NO. OF YEARS AT PRESENT LOCATION: ________________________________________________________ 4. MAILING ADDRESS (IF DIFFERENT FROM ABOVE) __________________________________________________________________________________________ 5. TELEPHONE: ____________________________________________________________________________ 6. TYPE OF BUSINESS: _____________________________________________________________________ 7. NO. OF YEARS IN BUSINESS BASED ON TRADE NAME (ITEM 1 ABOVE): _____________________________ 8. HISTORICAL ORGANIZATION PRIOR TO EXISTING TRADE NAME (ITEM 1 ABOVE): _____________________ 9. COMPANY PRINCIPALS NAME: ___________________________________________________ TITLE: ___________________________________________________ ADDRESS: ___________________________________________________ TELEPHONE: ___________________________________________________ NAME: ___________________________________________________ TITLE: ___________________________________________________ ADDRESS: ___________________________________________________ TELEPHONE: ___________________________________________________

42

APPENDIX C – BIDDER REFERENCES FORM

PLEASE PROVIDE A MINIMUM OF FIVE (5) ACTIVE AND EXISTING REFERENCES (PREFERABLY ONE SCHOOL BOARD AND ONE MUNICIPALITY). REFERENCES SHALL BE OF RECENT AND CURRENT CONTRACTS OF A SIMILAR SCOPE OR MAGNITUDE AS REQUIRED BY THE HCPG.

COMPANY NAME CONTACT NAME, PHONE AND FAX NUMBER AND

EMAIL

LENGTH OF CONTRACT

VALUE OF CONTRACT

top related