Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2005-0641 Temp Reso # 10679 March 22, 2005 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2005 - 6U A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AMENDMENT NO. 2 TO THE AGREEMENT WITH OFFICE DEPOT, INC., RAISING THE GROSS PROFIT FLOOR FOR SPECIALTY ITEM PURCHASES FROM 15% TO 20% AND DECREASING THE COST OF HIGH -VOLUME CONTRACT CORE ITEMS, RESULTING IN AN OVERALL ANNUAL DECREASE IN OFFICE SUPPLY COSTS FOR THE CITY AND PARTICIPATING AGENCIES OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, serving as "lead agency" for the Southeast Florida Governmental Purchasing Cooperative (Co -Op) awarded RFP 01-15R, "Office Supplies" to Office Depot, Inc. on November 14, 2001, as evidenced by Exhibit "A"; and WHEREAS, the City Commission subsequently approved the third renewal of the original agreement and executed Amendment No. 1, for the term December 1, 2004 through November 30, 2005, as evidenced by Exhibit "B"; and WHEREAS, the City has successfully negotiated a substantial additional discount for the high -volume, contract core items used by the City and the Co -Op, which will result in a total contract savings of approximately $750,000 annually to Temp Reso # 10679 March 22, 2005 Page 2 all participating agencies, as evidenced by the revised pricing attached as Exhibit I "C"; and WHEREAS, in order to provide the City with such a substantial discount, it was necessary to raise the Gross Profit Floor for specialty items from 15% to 20%, which would result in an increase on specialty items only of approximately $5,000 annually; and WHEREAS, it is in the best interest of the City and the Co -Op to permit the increase in the Gross Profit Floor, which will be offset by an approximate annual savings of $750,000 through the price decreases on the high -volume contract core items; and WHEREAS, Office Depot, Inc. has agreed to institute these changes by execution of Amendment No. 2 to the Agreement, as evidenced by Exhibit "D"; and WHEREAS, the participating members of the Southeast Florida Governmental Purchasing Cooperative, through its office supply sub -committee, have agreed to the terms of Amendment No. 2; and WHEREAS, sufficient funds are available in all Departments' Operating budgets for office supplies; and WHEREAS, the Purchasing and Contracts Manager recommends execution of Amendment No. 2, approving the substantial net decrease in the annual cost of office supplies for the City and participating agencies of the Southeast Florida Governmental Purchasing Cooperative; and I I H 7 L Temp Reso # 10679 March 22, 2005 Page 3 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to execute Amendment No. 2 between the City of Tamarac and Office Depot, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The execution of Amendment No. 2 to the original Agreement with Office Depot, Inc. raising the gross profit floor for specialty items to 20% and decreasing the cost of high -volume, contract core items resulting in an overall annual decrease in office supply costs for the City and participating agencies of the Southeast Florida Governmental Purchasing Cooperative is hereby approved. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp Reso # 10679 March 22, 2005 Page 4 SECTION 5: This Resolution shall become effective immediately I upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 13 th day of April, 2005. JOE SCHRE113ER MAYOR ATTEST: RECORD OF COMMISSION VOTE: MARION SWENSON, CMC MAYOR SCHREIBER _A, CITY CLERK DIST 1: COMM. PORTNER 'Af e- DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS- I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHE&- S.d��VT CITY ATTORNEY W TR10679 EXHIBIT "A" PROPOSED CITY COMMISSION A,&.P&-Nv City Commission Meeting of: November 14, 2001 Cut Off Date: October 31, 2001 ]Et 18 S 4:30 ILA ILT W 11 4311, W 1) Temporary Resolution Number: 9578 Item Title: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE OFFICIALS TO AWARD RFP 01-15R ENTITLED "OFFICE SUPPLIES" AND ACCEPT AND EXECUTE AN AGREEMENT WITH OFFICE DEPOT, INC. ON BEHALF OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE FOR A ONE-YEAR PERIOD WITH FOUR ADDITIONAL ONE-YEAR RENEWAL OPTIONS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. The initiating Department Director will place below, in sequence of transmittal, the names of each department that must initial their review in order for this item to be placed on the City Commission agenda. De 1) Purchasing 2.) Finance 3.) Risk Management 4.) CMO 5.) City Attorney 6.) City Manager 7.) City Clerk 8.) 9.) 10.) Initiating Department Director's Signature Initials for Initials for Approval Disapproval Date ITT M_ lot UAAGENDAS\TEMP RE$OSW9S78 Ofte SuppliesXAgendb 9578.doe Form Revised 6/13197 PROPOSED AGENDA ITEM Temp. Reso. #9578: STAFF APPROVAL RECOMMENDED Z YES R NO The proposed Agenda item is being submitted for Staffs approval and recommendation for City Commission action on Novernber 14, 2001. Original documentation is attached herewith for distribution and inclusion on the City Commission Agenda. PROPOSED AGENDA ITEM A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE OFFICIALS TO AWARD RFP 01-15R ENTITLED "OFFICE SUPPLIES" AND ACCEPT AND EXECUTE AN AGREEMENT WITH OFFICE DEPOT, INC. ON BEHALF OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE FOR A ONE-YEAR PERIOD WITH FOUR ADDITIONAL ONE-YEAR RENEWAL OPTIONS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. PURPOSE ORIZE THE AWARD OF RFP 01-15R ENTITLED "OFFICE SUPPLIES" ON OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE ;§14-41E PURCHASE OF OFFICE SUPPLIES FROM OFFICE DEPOT, INC. STAFF RECOMMENDATION1 It is thq recommendation of the Director of Finance and Purchasing and Contracts Manager * rP #01-15R for "Office Supplies" be awarded to and an agreement be accepted and that R executed with Office Depot, Inc. ADVISORY BOARD RECOMMENDATION n-1 C:) N/A C:) CD FUNDING DATA There qp SLM.§@ funds in all operating departments accounts. ..0 . _ _%0 uj��o _W_ U_ �_ LUO — INSURANCE CertifIcRe affia& SUBMITTED BY, APPROVED BY: Date: Date: / "Aa/a I I UAAGEENDA&TEMP RESOSW9578 Office Supplies%Agsride 9578.doc Form Revised 6113W CITY OF TAMARAC INTEROFFICE MEMORANDUM FINANCE DEPARTMENT PURCHASING DIVISION TO: JEFF MILLER, CITY MANAGER THROUGH: ROBERT LANGE, CPM, DIRECTOR OF FINANCE FROM: LYNDA FLURRY, PURCHASING AND CONTRACTS MANAGER Recommendation: DATE: 26 OCTOBER 2001 RE: TEMP RESO #9578 AWARD OF RFP 01-ISR ENTITLED "OFFICE SUPPLIES The Director of Finance and the Purchasing and Contracts Manager recommend the City Manager place the above -referenced item on the consent agenda for the November 14, 2001 Commission meeting. Issue: The current contract for office supplies will expire on November 30, 2001 and it is necessary to select a provider to continue the service. Background: Due to the upcoming expiration of the agreement with Office Depot, the City solicited Proposals for Office Supplies on behalf of the City and the Southeast Florida Governmental Purchasing Cooperative on August 29, 2001. A Proposal Evaluation Committee was appointed consisting of six members of the Southeast Florida Governmental Purchasing Cooperative. After advertisement in the Sun Sentinel and mailing the RFP document to thirty one potential Proposers, seven proposals were received. Upon completion of the proposal evaluations and deliberations, it was decided to invite four Proposers to make presentations for further consideration. The presentations were held on Friday, October 5th. At the end of the presentations, the Evaluation Committee met and after more extensive discussion and consideration, finalized the evaluation and ranking of the firms. The final ranking of the Committee is* #1 Office Depot, #2 Corporate Express, #3 Apricot and #4 Boise Cascade. It was the consensus of the Evaluation Committee to recommend Office Depot as the office supplies provider. If you have any questions, please do not hesitate contacting me. Temp Reso #9578 Page 1 October 17,2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001- 0 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE OFFICIALS TO AWARD RFP 01-15R ENTITLED "OFFICE SUPPLIES" AND ACCEPT AND EXECUTE AN AGREEMENT WITH OFFICE DEPOT, INC. ON BEHALF OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE FOR A ONE-YEAR PERIOD WITH FOUR ADDITIONAL ONE-YEAR RENEWAL OPTIONS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac served as "lead agency" on the Southeast Florida Governmental Purchasing Cooperative Request For Proposal (RFP) 0 1 -1 5R for the purchase of office supplies; and WHEREAS, twenty six (26) governmental agencies will utilize this RFP to purchase approximately $2.5 million in supplies; and WHEREAS, proposals were solicited from thirty-one (31) vendors and seven (7) proposals were received as follows and evaluated as per the Request for Proposals attached hereto as Exhibit "A": 1 . Apricot Office Supplies 2. Best Wholesale 3. Boise Cascade 4. Corporate Express 5. Halsey Griffith 6. Office Depot 7. Roth Office Supplies; and Temp Reso #9578 Page 2 October 17,2001 WHEREAS, after extensive evaluation and consideration by the Evaluation Committee consisting of representatives from six participating Southeast Florida Governmental Purchasing Cooperative agencies, four proposers were invited to make presentations to the Evaluation Committee as follows: 1 . Apricot Office Supplies 2. Boise Cascade 3. Corporate Express 4. Office Depot; and WHEREAS, Office Depot, Inc. was determined to be the most responsive, .responsible proposer, based on a total ranking of proposal and presentation scores as per the tabulation attached hereto as Exhibit "B"; and WHEREAS, the term of RFP 01-15R is for a period beginning December 1, 2001 through November 30, 2002 with the option to renew for four (4) additional one year periods, not to exceed a total award period of five (5) years; and WHEREAS, sufficient funds are available from all Departments' Operating funds; and WHEREAS, it is the recommendation of the Director of Finance and Purchasing and Contracts Manager that RFP #01-15R for "Office Supplies" be awarded to and an agreement be accepted and executed with Office Depot, Inc. on behalf of the Southeast Florida Governmental Purchasing Cooperative, for a period of one year with four (4) additional one (1) year renewal options. Temp Reso #9578 Page 3 October 17, 2001 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to award to and accept and execute an agreement with Office Depot, Inc. on behalf of the Southeast Florida Governmental Purchasing Cooperative, for a period of one year with four (4) additional one (1) year renewal options. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1; The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City officials are hereby authorized to award to and accept and execute an agreement with Office Depot, Inc. on behalf of the Southeast Florida Governmental Purchasing Cooperative for a period of one-year with four (4) additional one (1) year renewal options, a copy of said Agreement attached hereto as Exhibit "C", SECTION 3: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp Reso #9578 Page 4 October 17, 2001 ISECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 14 1h day of November, 2001. ATTEST: 14ievzA - 4 ' 4161-0-71% - MARION SWENSON, CM�-- CITY CLERK I HEREBY CERTIFY that I have approved this REWLUTION as to form. ITCHELL SNK)aFT CITY ATTORNEY4 I F4wr 1 W.7—Z; pug-w-or'P.R. "w-mipolmi— JOE SCHREIBER 1"'— MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM, MISHKIN DIST 3: V/M SULTANOF— DIST 4: COMM. ROBERTS AGREEMENT BETWEEN THE CITY OF TAMARAC UKIrk OFFICE DEP )T, INC. THIS AGREEMENT is made and entered into this day of '-IAI�442001 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Avenue, Tamarac, FL 33321 (the "City") and Office Depot, Inc., a Delaware corporation with principal offices located at 2200 Old Germantown Road, Delray Beach, FL 33445 (the "Contractor") to provide for Office Supplies. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement, These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to provide and deliver Office Supplies as per the terms and conditions included within Request for Proposal (RFP) 01-15R. b) Contractor shall supervise the work force to ensure that all of Contractor's workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. c) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this A . greement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work underthis Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. The insurance required hereunder may be through Contractor's qualified self-insurance program. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance, Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractorshall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be effective beginning December 1, 2001 thru November 30, 2002, with the option to renew for four (4) additional one (1) year periods, not to exceed a total contract period of five (5) years, based on performance and mutual agreement. 6) Contract Sum The pricing for this contract is based upon a fixed price for the proposal contract items and 53% off list price for the balance of the Business Services Division (BSD) catalog with a 15% Gross Profit (GP) floor. Virtual items in the BSD catalog (marked as a blue S) are 15% off list; Furniture is 35% off list with a 1 % (GP) floor; Business Machines are at Market price; and Paper is floating according to market price. K 6) Payments Payment shall be made within thirty- (30) days after the City's receipt and approval of Contractor's invoices, prepared in such form and detail as the City may specify. Undisputed invoices not paid within thirty- (30) days of notice that invoices are past due, shall bear interest at the rate of 1.5% per month. 7) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including aftorneys'fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 8) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-d iscrimi nation. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 9) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered underthis Agreement shall be those of the Contractor. 3 10) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11) Notice . Whenevereither party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 CONTRACTOR Linda S. Sykes, DSM Office Depot, Inc. 13794 NW 4" Street, Suite 200 Sunrise, FL 33325 12) Termination With a Copy To: City Attorney at the same address. With a Copy to: Office of General Counsel Office Depot, Inc. 2200 Old Germantown Road Delray Beach, FL 33445 This Agreement may be terminated by City or Contractor for cause or by either party for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 4 13) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Should this Agreement be terminated for lack of funding, all invoices for services and/or commodities supplied under the Agreement shall be paid in full. 14) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 15) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 16) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 17) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City, 61 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Office Depot, Inc., signing by and through its Senior Vice President East, duly authorized to execute same. ATTEST: Marion Swensdn, CMC City Clerk Date: /I/, ATTEST: 11Z- --� I ) — (Corporate SecVtary 13RIAN D. DAN Assistant Secretary Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Schreiber, Mayor Date: � .0.4 J6ffrey L. �Milf4r, City Manager Date: S as to form and legal S. Waft, 9VAttorney OFFICE DEPOT, INC. Authorized Sign�ture Cindy Campbell, Senior Vice President East Type/Print Name of Officer Date: -,5,-1 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Cindy Campbell, Senior Vice President East, Office Depot, Inc. a Delaware corporation, to me known to be the person(s) described herein and who executed the foregoing instrument and acknowledged before me that he executed the same. WITNESS my hand and official seal this,9'44t day of 2001. XOTARY-P. a at Large JANP,,L- N1 OBST FLORIDA 1,%0. C051W il"Ly 13,2007. (Name of Notary Public: Print, Stamp, or Type as Commissioned) 1,fPersonally known to me or ) Produced Identification Type of I.D, Produced ( ) DID take an oath, or ( 611D'ID NOT take an oath . VA Ci�y of Tarnarac Purchasing and Contracts Divisioo AMENDMENT#1 TO THE AGREEMENT BETWEEN THE CITY OF TAMARAC AND AND OFFICE DEPOT, INC. TR10679 EXHIBITT This Amendment to the November 14, 2001 Agreement between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Office Depot, Inc., a Delaware corporation, with principal offices located at 2200 Old Germantown Road, Delray Beach FL 33445, is made and entered into this 24th day of November j 2004. WHEREAS, the City and the Contractor entered into an Agreement dated November 14, 2001, awarded as a result of RFP 01 -1 5R, entitled Office Supplies, issued on behalf of the Southeast Florida Governmental Purchasing Cooperative; WHEREAS, both parties wish to amend the original Agreement dated November 14, 2001; said amendment to include a one-year renewal term; and WHEREAS, the Contractor represents that it is currently capable of continuing to provide the necessary quantities of office supplies to the City and the Southeast Florida Purchasing Cooperative; and NOW, THEREFORE, in consideration of the promises contained herein, the parties hereto agree to amend Article 4 of the original agreement as follows: 1 . 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be effective beginning December 1, 2GW 2004 thru November 30, 2Q04 2005, with the option to renew for fGUF (4) one (1) additional one (1) year periods, not to exceed a total contract period of five (5) years, based on performance and mutual agreement. 2. All other provisions of the original agreement dated November 14, 2001 remain in effect as written. Words struck through are deletions from the agreement. Words underlined are additions to the agreement K' F- . - ".�' r2q..." IN WITNESS 7�'HEREOF. 1he piirties )ceby h:ivc made and executed tlis Amordment to Agre-c-mc!n't on the respec-live catos ;rc'::,,r slaz:t' S,gnature, :he Colty Cf Tamarac signing by and thrOLI�jh itS Mayor and City Manager and Office Depot, Inc., signing by 3nd through ils Semor Vice Frosideni, duly aul')011ZWd lo uxvcule �,,ame. ATTEST: Mka�i,--)nsvirclis nn, WC, City Clerk ATTEST a I (Corporate 1), Assi�;tant Zriz,n—D. nan Tyoee'Pri-il Name (A Corporatc- I Secy (ccp,ponATE SFAL) P ' �Aw CITY OF TAMARAC �/Ioe Schreik)(-�r, Mayor Dale -n —ag r A J D a, n A[:-'(,%VVd S1 I suff ivivill'y: �'Mitchii—ls -Kr'c-)fl. Cily Allor' . cy — -- Date Oflice. Qe __ppl. ne. Cc�,iripa N4wnc JU 4_ 0 sic] n —�Igr ature 0 tosident --micha-e-j, F.—Ca2sgxgve Typu;'Print NLr-ie of ignior Vice Presidur-il Assistant Dlic OFFICE DEPOT, INC. ASSISTANT SECRETARY'S CERTIFICATE The undersigned, Brian D. Dan, hereby certifies that he is the Assistant Secretary of Office Depot, Inc., a corporation incorporated under the General Corporation Law of the State of Delaware (the "Corporation"), and that, as such, he is authorized to execute this Cerrificate on behalf of the Corporation, and further certifies that: 1. The Corporation is a corporation duly incorporated and in good standing under the laws of the State of Delaware; and 2. Michael F. Cosgrove is Vice President, Business Services Group, for the Corporation and as such he is authorized to execute bids and contracts for the sale of office supplies on behalf of the Corporation. IN WITNESS WHEREOF, the undersigned has hereunder set his hand as of this A -'I*L day of &Xmh�� 2004 OFFICE DEPOT, INC. By: Brian D. D(an,,Vice President, Asst. General Counsel and Asst, Secretary of Tamarac F_3 1711:4 Z 10117114 il, k IUA TO THE AGREEMENT BETWEEN THE CITY OF TAMARAC UN11 OFFICE DEPOT, INC. and Contracts Division This Amendment to the November 14, 2001 Agreement between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Office Depot, Inc., a Delaware corporation, with principal offices located at 2200 Old Germantown Road, Delray Beach FL 33445 (the I i , L 2005. Contractor), is made and entered into this ILL_ day of a � WHEREAS, the City and the Contractor entered into an Agreement dated November 14, 2001, as a result of RFP 01-15R, "Office Supplies" and issued on behalf of the Southeast Florida Governmental Purchasing Cooperative (Go -Op); and WHEREAS, both parties wish to amend the original Agreement dated November 14, 2001 to address recently negotiated changes in discounts; and WHEREAS, the Contractor has revised the discount on the high -volume, contract core items list, based on actual buying patterns of the City and the Co -Op, a copy of said pricing is attached hereto as Attachment "A"; and NOW, THEREFORE, in consideration of the promises contained herein, the parties hereby agree to amend Article 5 of the original agreement as follows: 1 . 5) Contract Sum The pricing for this contract is based upon a fixed price for the proposal contract items as enumerated in Attachment "A" hereto, and 53% off list price for the balance of the Business Services Division (BSD) catalog with a 4 45-0k 20% Gross Profit (GP) floor. Virtual items in the BSD catalog (marked as a blue S) are 15% off list; Furniture is 35% off list with a 1 % (GP) floor; Business Machines are at Market price; and Paper is floating according to market price, except as otherwise provided in Attachment "A". 2. All other provisions of the original agreement dated November 14, 2001 remain in effect as written. Words struck through are deletions from the agreement. Words underlined are additions to the agreement of Tamarac and Contracts Division IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing by and through its Mayor and City Manager and Office Depot, Inc., signing by and through its Senior Vice President, duly authorized to execute same. ATTEST: Marion Swensoh, CMC City Clerk 13 IM , mWill F, F-AvIkOfts Signature of'roNorate Secretary th'—Z ri-7-A 4 Anne Zuckerman Type/Print Name o Corporate Secy. TAA- (CORPORATE SEAL) CITY OF TAMARAC (/,,"e 8chreiber, Mayor A te JeffreV L� Miller, City Manager asftq.,Wn and legc-)rsufficiency- Mitchell Office Depot, Inc. Company-Na_Me , Sigrfature Michael Cosgrove Type/Print Name of)kNW Vice President ,�&J/D Dbte 3 of Tamarac -0 Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT 6--1rA1;&122V9];JIt87T1 4e 'a10 '41 :SS COUNTY OF i d I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Michael Cosgrove, YOWVice President of Office Depot, Inc., a Delaware Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of IWAM—ju '2005. A - &&Aju 0� 4 ", Signature of Notary Public Sig RE! an, e DIANA L REINS My COMMISSION # 01) 173294 EXPIRES! DowntAr 09. xm p Name of Nota-T-aluic 0 Personally known to me or 0,/ Produced Identification Type of I.D. Produced F] DID take an oath, or T/ DID NOT take an oath. 4 ATTACHMENT A Office Depot Revised High Volume Core Pricing Offke DxpoT 21 -Mar-05 SKU # IDescription Ulm NEW $ 754931 CRAYONS,COLORIFIC,8CT BX $ 0.26 453911 HOLDER,PAD,O/D,POI,Y FRONT EA $ 1.28 427483 DSKPAD,M0,DDL,22X] 7,BLACK EA $ 2.87 679993 GREAT WHITE LASER PAPER RM $ 3.70 196998 WATER,BOTTLES,24/CASE CA $ 4.58 566401 CARTRIDGE,rNK,H1145A,2PK,B 013 $ 48.59 343454 PAPER,COPY,8,5XI 1,28#,COL RM $ 6.94 348037 PAPER,COPY,8.5XI 1,BOND CA $ 21,56 348045 I)APER,COPY,14",84BR CA $ 27.80 495200 PAPEFCOPY, 11 ",31-1 P,84BR CA $ 23.49 940650 PAPER,COIIY,RECYCLED,8.5XI CA $ 2294 680017 jPAPER,LTR,20#,RECY,MULTI CA $ 26,62 940593 IPAPER,MULTIPURP,l 1",20#j CA $ 22,94 609679 1 PAPER,LSR,X BFJGHT,8X1 1,5 RM $ 3,86 751441 1 PAPER,LASER,OD,24LB,104 B RM $ 3.27 345660 PAPER,COPY,8-5Xl 1,YEL,5M/ RM $ 2.94 345637 PAPER,COPIER.,20#,LTR,BLU, RM $ 294 345645 PAPER,COPY,8.5XI 1,GRN,5M/ RM $ 2,94 345652 PAIIER,COPY,8.5XI 1,PNK,5M/ RM $ 2.94 478123 8.5XI I SALMON 500-CT RM $ 2,94 345686 IPAPER,COPY,8,SXI 1,GRD,5M/ RM $ 2.94 478156 PAPER,COPY,500-CT,8.5XI 1, RM $ 2.94 919519 PAPER,CPY,I.TR,20#,CHERRY RM $ 2,94 272261 PA1,ER,LTR,24#,OPAQUE,YELL RM $ 3.79 813212 PAPER,COMP,14-7/8XI 1,GREE CA $ 22.02 840215 PAPER,ADD,2-25X150,II`K,W1 I EA $ 0,27 302174 IPAPER,ADD,2-25XI 30,12PK,W PK $ 2.91 844555 ENVELOPE,4.J2X9.5,WOVN,50 BX $ 4,69 348201 ENVELOPE,410,24.1,13WHT,50 BX $ 5.16 844787 ENVELOPEWIN,# 10,24#,50013 BX $ 7.32 $44738 ENVELOPE,CLASP,#28,9XI 2,1 BX $ 4.00 844746 ENVELOPE,CLASP, I OX I 3,28LB BX $ 493 524405 jBOOK,STEN0,6X9,70CT,GREEN EA $ 0.48 991992 CLIPBOARD,I.TR,9XI2-1/2 EA $ 0,49 174276 CLIPBOARD,LEGAL SIZE EA $ 0,52 470591 CLIPBOAR.D,LETTER SIZE,2PK OP $ 1,02 306902 PAD,PERF,5X8,LGL,WHT,RLD, DZ $ 2,61 305466 PAD,PERF,8.5XI 1,OD,LGL RI DZ $ 4.65 305706 IPAD,PERF,8.5XI 1,01), 1 2PK,L DZ $ 4.65 374381 NOTES,P0ST-IT,POP UP,6PK, P6 $ 5.00 374391 POS'r-1TNOTES,3X3,5PK,AQT P5 $ 3.93 404079 PAD,NOTE,POST-IT,3"X3", 12 DZ $ 8.90 941971 i3OS'r-IT,NOTE-PAD,2X3,YELL EA $ 0,38 941880 POST-IT,NOTE-PAD,3X3 YELL EA $ 0,51_ 1 941997 jPAD,NOTE,P0ST-IT,3"X4",YE FA $ 0.72 1 941930 jPOST-1T,NOTF-PAD,3X5,YELL FA $ 0.73 368720 PAD,NOTE,HIGH LAND, 1.5X2,Y PK $ 1.21 172460 PAD,NTE,POS-l', 1.5"X2",12PK PK $ 3.34 368746 PAD,NTE,HIGHLAND,3"X5",12 PK $ 3,88 172510 PAD,NTE,3"X3--,12PK,YEL DZ $ 8,09 550657 FLAG,TAPE," SIGN HERE",2/P PK $ 2.77 519648 11300K,PHONE MESSAGE,S PI RAL EA $ 1.85 848861 IBOOK,PHONE,MESSAGE,400SET EA $ 2.24 738671 ICOVER,I)OCUMENT,6PK,NAVY P6 $ 3.71 738651 ICOVER,DOCUMENT,6PK,BLACK P6 $ 3.71 311415 1 MONEY RCPT BK 2PT CARB EA $ 0,81 162354 IMONFY/RENT RECEIPT BK 3PT EA $ 3,07 810838 IFOLDER,FILE,LETTER,1/3 CU BX $ 5,06 315515 IFOLDER,FILE,LTR,1/3 CUT,M BX $ 5,81 810846 IFOLDER,FILE,LEGAL,1/3 CUT BX $ 6,59 315630 IFOLDFR,FILE,LGL,1/3 CUT,M BX $ 7.70 500181 jFOI,DER,CLASS,LTR,2/5, I DIV EA $ 1.25 500561 IFOLDER,CLSIFICATN,LGL,2DI EA $ 1.33 489718 IFOLDER,CLASS,LTR,2/5,2-DI EA $ 1.41 488874 IFOLDER,CLASS,LGL,2/5,2-DI EA $ 1.45 936104 IFOLDER,6-IN-1,LGL,FTR,REC EA $ 1,71 936161 jFOLDER,C1,ASIF,LTR,2DIV,PS EA $ 1.08 936203 FOI,I)ER,PRSBD,6 SEC, LTR EA $ 1,08 936260 FOI 'T)ER,CLASS,LTR,FAS,2DIV EA $ 1,98 936252 IFOLDER,CLASS,LTR,FAS,2DIV EA $ 1.98 907425 jF0LDER,CLASS,LTR,ST-CUT,2 EA $ 1.90 937896 1 FOLDER,CLASS,LGL,ST-CUT, I EA $ 1,90 937870 IFOLDER,CLASS,LTR,ST-CUT,2 EA $ 1.90 937946 IPOCKET,STRT ETLTR 1,75" EA $ 0.83 937961 POCKET,STRT ET LTR 3,5't M EA $ 0.92 937979 POCKET,LGL,MLA,S-rRCUT,DBL EA $ 0.96 705350 POCKET,STRT ETLGL 3.5" T FA $ 1.63 937920 POCKET,STRT FT LTR 5.25"T EA $ 1,68 956961 POCKET,SllELF,LGL,3.5"C,MT EA $ 1.26 371761 I'OCKET,FILE,LTR,3.5,EXP EA $ 1.39 938100 F0LDER,FILE,LTR,3.5"EXP,D FA $ 1.44 938175 jFOLDER,FILE,LTR,5.25"EXP, EA $ 1.61 371725 jFILE,PCKT,LTR,5-1/4,EXP EA $ 1.86 371707 POCK E�T,FILE,LGL,5.25,EXP EA $ 2.19 998658 WALLET,EXP,3.5"C, I 1.75X9. EA $ 1.71 503086 WALLET,EXP,5.25"C, I 1.75X9 EA $ 1.90 489401 WALLET, 5 1/4" EXP, LGL, FA $ 2.67 327935 FILE,PCKTS,LTR,RFD,EXP 3, EA $ 1.14 992685 POCKET,FILE,LTR,5 1/4" CA EA $ 0.53 535153 POCKET,FILE,LGL,5 1/4"CAP EA $ 0.66 964965 POCKET,FILE,LGI.,3.5",DK.B EA $ 0.81 992651 POCKET,FIIE,LTR,5.25"C,ST EA $ 1,18 957050 POCKET,FILE,LTR,2IN,STRT, EA $ 0.23 957092 FILE,POCKET,2",LGL, BULK EA $ 0.25 957084 FILE,POCKET,1.5%LGL,BULK EA $ 0.25 937508 I.IACKFT,FILE,LTR,1",EXP,MA EA $ 0,25 937565 j.JACKET,FILE,LETTER,STR,2-- JEA s o ' 2 937524 jJACKET,FILE,LEGAL,STR,l "E JEA $ 810994 FOLDER RANGING LTR 115 CU BX $ 4,33 810929 FOLDER RANGING LTR 1/3 CU BX $ 4,75 810945 FOLDER HANGING LGL 1/3 CU BX $ 5.99 345926 TAB,FILE,HGNG,3.51N,25/PK PK $ 0,71 939140 FOLDER,PARTIN,2 DIV,LGL,2 EA $ 4,43 774149 FLDR,CLASS,I,TR,2PKT,GY EA $ 3.02 756445 FLDR,CLASS,LGL,2PKT,GY EA $ 3.43 876916 BOX,OD,LTR/LGL,ECONO,4/PK PK $ 3.06 876835 BOX,LTR/LGL,OD,HVY DUTY,4 PK $ 5,63 101196 BOX,STORAGE,LTR/LGI,,QUICK. EA $ 1,09 990721 ICARD,INDX,RLD,3XS,gPT,IC/ PK $ 0.35 396291 jBINDER,PL,VIEW,I",WHlTE EA $ 1,25 396941 113INDER,PL,VIEW,.5",Wl IT EA $ 1,25 396311 IBINDER,PL,VIEW,l ",13LACK. EA $ 1.25 396921 jBINDER,PL,VIEW,5",BLACK EA $ 1,25 729525 IBINDER,VIJE,3RG,l IX8.5,VC EA $ 1.42 396251 jBINDER,PL,VIEW,1,5",WHlTE EA $ 1,55 396271 jBINDER,PL,VIEW,1.5",BLACK EA $ 1.55 878728 IBINDER,VUE,3RG,l IX8,5,15 EA $ 1.69 396241 IBINDER,PL,VTEW,2",WHITE EA $ 1.79 396231 BINDER,PL,VIEW,2",BLACK EA $ 1.79 729624 BTNDER,OVERLAY,CLEAR,2",W EA $ 1.98 729640 BINDER,VUE,3RG,l I X8.5,3"C EA $ 3.30 356774 BINDER,ECONO,R-RNG,1.5",W EA $ 2.39 602353 BNDER,FLEXIBLE,PRES, I %BL �,A $ 2,02 493114 BINDER,D-RING, 1.5",VUE,WH EA $ 3,13 492405 BINDER,3RG,VNL, I IX8.5,1 '13 EA $ o.90 356824 BINDER,3 RO, I I X8.5,1 ",LH,B EA $ 1,04 356840 IBINDER,3RG,l IX8-5,2"C,LFI, EA $ 2.00 502062 jRmBNDR FLAT BACK 3" BLACK FA $ 3,17 409838 IBINDER,RR,LBL,LCK,3",BLAC EA $ 3.66 934760 ICOVERREPORT,LTR,1/2",I)KI3 EA $ 0.42 934331 ICOVER,PSBD,l I XR.5,CLTH,DK E A $ 0.74 501510 COVER,REPORT,8.5X] 1,2/PK, OP $ 2.93 470179 MAKER,INDEX,5 TAB,I,SR,5/S S,I, $ 13,08 933150 INDFX,3-RG,l lX8.5,8 COLOR ST $ 1.45 912080 1,ABEL,PRIVATE,OD MULTI,5 ST $ 0,68 470195 INDEX, I I X8.5,1-5TAB,MULTI ST $ 0,90 470203 JINDEXJ lX8.5,ImI0TAB,MUl,'I' ST $ 1.72 470211 JINDEX,l IX8.5,1-15TAB,MULT ST $ 2.43 993238 ITABS,INDEX,IIREMIUM,5/ST,W ST $ 0.50 349029 INDEX,8TAB,WRITE-ON,WHIT ST $ 0.74 814608 INDEX,5 TAB MULTI -COLOR ST $ 0.15 814830 INDEX, 8 TAB, MULTImCOLOR ST $ 0.24 814822 INDEX, 8 TAB, CLEAR ST $ 0.24 653428 INDEX,RG BK,5TAB, 11 X8.5,C ST $ 0.30 653444 IINDEX,RG BK. 8TAB,l lX8.5,A ST $ 0.42 653451 JINDEX,RG BK. 8TABJ I X8,5,C ST $ 0.42 933515 INDEX,INSERT, I I X8.5,CLEAR Sli, $ 0.59 315820 INDEX,RING,8-TAB,8.5XI I,C ST $ 0,59 933531 INDEX,INSERT, I lX8,5,CT.EAR IST s 1.02 920884 INDEX,LQL EXI I,I,TR,# 1-25,S IST 1,29 920926 INDEX,LGL EXH,LTR,A-Z,SID ST $ 1.33 239400 TAPE,LETTERING,.5",BLACK/ EA $ 8,54 364364 LABEL,LSR,ADDR,WHT,3000CT BX $ 19.96 513172 CLIP,BADGE,25/PK PK $ 2.32 160275 TAPE,HIGHLAND,48MMXI00M,T RL $ 1.06 908210 STAPLER,ECON,FUI.L STRIP,B EA $ 2.49 427111 STAPLE REMOVER,BLACK EA $ 0.21 127270 STAPLE,REMOVER,3/PK ASSRT PK $ 0,54 749601 STAPLE, 1 /4", 1 5-25SHT,5000 BX $ 0.30 320960 STAPLE, I /4",SF 1, 1 5-25SHT, BX $ 0.43 221051 STAPLE, 1 /4", 15-25 SHT,500 BX $ 1.66 720461 RULER,W/BNDR HOLES, t 2",PL EA $ 0.06 458612 SCISSORS,STRT,8",2/PK,BLK OP $ 909788 RUBBERHAND,#33,1/4 LB BX ..2.87 $ 0.57 429415 CLIP,BINDER,SMALL,12/BOX BX $ 0,14 909309 CLIP,BINDER,MINI, 1/41N, 12 BX $ 0.16 808857 CLIP,BINDER,SMALL,12/BX BX $ 0.16 429431 CLIP,BINDER,MEDIUM, B x $ 0.36 808865 CLIP,BINDER,MED,12 CLIPS/ BX $ 0.38 308957 CL,IP,BINDER,LARGF,,2JN,12B BX $ 1,09 825182 ICLIP,BINDER,SM,3/41N,144/ PK $ 1.79 825190 ICLIP,BINDER,MED,1.25IN,12 PK $ 4.79 429266 ICLIP,PAPFR,#1 REG,SMOOTH, BX $ 0,09 429175 ICI,IP,PAPER,JUMBO,SMOOTH,l BX $ 0.24 308478 ICLIP,PAPER,#1 REG,SMOOTH, TP $ 0.84 808891 ICLIP,PAPER,RFG,#I,WRLDBRN PK $ 1.05 308239 ICLIP,PAPEIZ,JUMBO,SMOOTH,l TP $ 2.64 808907 jCLIP,PAPER,JUMBO,WRLDBRND PK $ 3,26 495333 PIN,PUSH,AST,IOOIBX BX $ 0.39 495499 PIN,PUSH,100BX,CLEAR BX $ 0.39 963421 FASTENER,COMPLETE,2-75'tCC BX $ 0.82 936542 BASE,FASTENER,2,75"CC,2" I BX $ 1.02 910208 GLUF STICK,BULK PACK,290 EA $ 0.25 910224 JGLUE STIC,PURPLE,,26 OZ. EA $ 0,25 910430 ll'APE,INVISIBLE,3/4"X36YD RL $ 0.63 508192 ITAPE,MENDING,l ILD,3/4XIO00 PK $ 4.30 173013 ITAPE,MAGIC,3M,1/2XI296 RL $ 1.19 173047 ITAPE,MAGIC,3M,3/4XI296 RL $ 1.57 415380 TAPE,MAGIC,3M,3/4XI 296,4P P4 $ 6,58 575341 TAPE,ACITAPE_75Xl 296",OD TP $ 6.85 489461 TAPE,MGC,SCTH,3/4"XIOOO", TP $ 13.82 173336 DISPENSER,TAPE,DSKTOP,3/4 EA $ 1.42 256771 PEN,BLPT,C-MATE,RETR,MED, DZ $ 4.34 256791 IPEN,BLPT,C-MATE,RETR,MED, DZ $ 4.34 811950 IPEN,CI,IC,STIC,BIC,BLACK DZ $ 3,22 751171 IPEN , GRP,COMFORTMT,WD,BLA DZ $ 6,13 751181 IIEN,(3RP,COMFORTM'I',MFD,BLU DZ $ 6,13 423582 PEN,ROUNDSTIC,BIC,MED,BLA DZ $ 0,87 423574 PEN , ROTJNDs,rlC,BIC,MED,BLU DZ $ 0.87 848903 PEN,OFFICE DEPOT,MEDIUM,B DZ $ 0.57 848929 PEN,OFFICE DEPOT,MED,12PK JDZ s 0.57 181594 PEN,BALI, PT,MEDIUM,STICK, JDZ $ 0.8 181578 PEN,BALL PT,MEDIUM,STICK, BX $ 0.82 181586 PEN,BALL PT,MEDIUM,STICK, BX $ 0.82 112220 PEN,GRIP/ROUND STIC,DOZ,B DZ $ 1.37 216071 PEN,ROLLER.BALL,JIMNIE,DOZ DZ $ 7,96 196048 REFILL,PEN,STAY-PUT,BLACK EA $ 0.69 196055 REFII..L,PEN,STAY-PIJT,BLIJI-, EA $ 0.69 196063 PFN,BALLPOINT,STAY-PUT,Bl, EA $ 1.15 526587 REFILL,GEL,XT,,FN,2PK,BLUf OP $ 0,82 419907 TAPE,CORRECTION,MONO,2PK, OP $ 3,04 254089 TAPE,CORRECTION,LP DRYLIN PK $ 3.07 429639 TAPE,CORRECTION,BIC, IPK EA $ 1,17 576481 TAPE,CORRECTION,2PK,WHITE OP $ 1.62 909119 FLUID,CORRECTION,MULTIPUR EA $ 027 909101 FI,UID,CORRECTION,.SOZ,WI-11 EA $ 0.71 182121 FLUID,CORRECTION,CANARY Y EA $ 0,79 273461 WITE-OUT,EZ QUICK DRY,3PK P3 $ 2.19 358234 WITE OUT MULTI WHITE 12PK DZ $ 4.85 203349 MARKER,SHARPIE,FINE,DZ,BI, DZ $ 5.87 928168 MARKER,DRY ERASE,REG,8/ST ps $ 4.96 307512 ERASER,DRY ERASE,EXPO FA $ 1,38 204057 ICLEANER,BOAIZD,DRY ERASE,8 EA $ 1.40 259251 MARKER,CHISEL TIP,EXPO2,B DZ $ 7,70 259271 MARKER,CHISEL TIP,EXPO 2 DZ $ 7.70 926113 MARKER,HI-LITER,FLYEL FA $ 0,29 422569 PENCIL,0.7MM,FORTE PRO Il EA $ 0.91 696310 PENCIL,MECH,LOGO,0.5MM,BL EA $ 1,57 181529 PENCIL,42 POLY LEAD,DISP, DZ $ 2.38 116939 PENCJL,LEAD,W/ERASER,"M[R DZ $ 097 733601 PENCIL,#2,OD,72/BX BX $ 2,66 501833 SUIARPENER,PENCIL,BARREL FA $ 0,26 530072 IREFL,DSKCAL,2CLR,3 1/2X6 EA $ 2.37 530136 1 REFL,DSKCAL,D1,Y,3 1/2 X6 EA $ 0,95 531264 IDESKPAD,M0,DDL,22X]7,Bl..Y, EA $ 1,84 531288 jDSKPAD,MO,RCYLD,22Xl7,BLK EA $ 3.02 531448 IDESKPAD,12MO,22XI7,BLK EA $ 4.75 529808 IPLNR,MNTHLY,9XI I,BLK EA $ 7,14 432751 1 BA,rTERY,EVEREADY,AI-KL,N,AA PK $ 5,11 432661 IBATTERY,EVEREADY,ALKALN,D PK $ 5.94 656353 BATTERY,ENFRGIZER MAX AAA PK $ 6.61 696526 BATTERY,SIZE AA,ALKALINE, BX $ 5.62 445511 BATTERY,AAA,ENERGIZER,24/ BX $ 5.87 221481 WASTEBASKET,28QT,BLK FA $ 1,89 494708 CONTAINER,SLIM JIM,WE REC EA $ 22.12 204602 ITOWELETTE,WASI I-N-DRI,20-C BX $ 1,29 983379 ICUP,HOT,W/HANDLE,80Z,50CT PK $ 2,49 983346 ICUP,COLD,PAIIER,80Z, I OOPK PK $ 2.76 486555 ICUP,HOT,120Z,SOCT PK $ 3.08 347518 FORK,JR,PLST,MED WT,100BX ITU $ 2.67 503576 WATER,BOTTLES,24/CASE CA $ 4.58 733251 SURGE,STANLEY,208JOLJI,ES,6 EA $ 6.37 458455 PADDED FOLDING CHAIR/GRAY JEA s I ! 59 239780 CERTIFICATE,W/SEAI,S,BLU,2 JPK $ 1,20 524017 FRAME,DELUXE,WOOD, I I "X8.5 EA $ 2.64 430074 DOCUMENT FRAME 8.5Xl 1 31'K P3 $ 3.18 251389 CHALK,DUSTLESS,12/BOX,Wl 11 BX $ 0.21 309443 ERASER,FELT,DELUXE EA $ 0.72 119295 500VA BATTERY BACK UPS W/ EA $ 42.43 267751 JPHONE WIPES, IOOCT EA $ 2.39 643923 DUSTER,CLEANING,AIR,OD EA $ 3.33 811563 DUSTER,AIR,10 OZ,2PK OP $ 5.64 405891 DISK,OFFICE DEPOT,3,5,)BM BX $ 1.61 431437 DISKETTE,30 FOR 25,3,5,30 BX $ 5.59 441661 CASE,CD,JFWEL,OD-25 PK $ 3,48 525667 CASSETTE,VHS120,HIGH EA $ 0.83 569533 TAPE,MICROCASSETTE 60,3/1' P3 $ 1.59 569491 CASSETTE,AUDIO,60MIN,6/PK P6 $ 1.92 569509 TAPE,AUDIO,UR-90,5PK P5 $ 1.99 332554 CASSETTE,AUDIO,UR120,MAX, P4 $ 2.66 569541 CASSETTE,AUDIO,XLII-90,4/ P4 $ 2.80 569558 TAPE,VHS,120MIN,4PK P4 $ 3.54 107401 TAPE,VHS,T-1 60,MAXELL,3PA PK $ 3.76 569566 120 MIN HI-GRADE,VHS,3PK P3 $ 3.76 569525 TAPE,CASSETTE,MICRO,60MIN P9 $ 4.86 352871 CARTRIDGE,INK,BLK,C4844A EA $ 27,20 921251 CARTRTDGE,INK,T032120,BLA EA $ 24.85 808256 TONFR,LJ 2 100 SERIES,96A E A $ 83,45 286934 TONER,ULTRA PRECISE,27X EA $ 106.21 286943 TONER,HP,C4127A,ULTRA PRE EA $ 82.75 775081 ITONER,REMAN,OD96A,LJ2100, EA $ 4822 727381 ICARTRIDGE,I'RINT,C7115A,HP EA $ 51.21 207779 1 PRINT CARTRIDGE,FAX,PC201 EA $ 18.97 239301 ICARTRIDGE,INK,B1,K,51629A EA $ 24.92 239301 ICARTIZIDGE,INK,BLK,51629A EA $ 24.92 154605 jCARTRlDGE,INK,HP#57,TRI-C EA $ 27.89 419672 ICARTRIDGE,INK,HP #56,BLAC EA $ 16.78 384611 ICARTRIDGE,TNK,#1 5,81OC/81 EA $ 23.77 782211 CARTRIDGE,TONFR,TN250,13RO EA $ 22.24 167787 CARTRIDGF,INK,CLR,C I 823D E, A $ 27,69 169771 CARI'RIDGE,INK,BLK,51645A EA $ 24.92 172681 CARTRIDGE,INKJET,HP #78,T EA $ 27.96 483669 RIBBON,OKIDATA M/1, 180-39 �,A $ 2.86 480061 RIBBON,M Ll 00,SERIES/320/3 EA $ 6.32 166645 RIBBON,EASYSTRIKE,SUPERIO EA $ 5.86 338855 PAPER,CONST,9X I 2,SC,ASTD PK $ 0.80 820530 MEMO OPEN END 3X5 3PK PK $ 0.38 588268 BOOK,COMPOsiTiON, I OOSHTS, EA $ 0.48 949339 JCHALK,LOW DUST,3.25",WHT, BX $ 0.35 313676 1 RULER, 12",1 NCI UMETRIC,PLS JEA $ 0,11 536201 IWHISTLE,PI.ASTIC,BLACK I EA I s 0,481 ATTACHMENT"A" Office Depot Revised Core Pr =eDEPOT 18-Mar-05 SKU # IDescription U/m . NEW $ 7S4931 JCRAYONS,COLORIFIC,8CT BX $ 0,26' 453911 HOLDER,PAD,O/D,POLY FRONT EA $ 1.28 427483 DSKPAD,M0,DDL,22X I 7,13LACK EA $ 2,87 679993 GREAT WHITE LASER PAPER RM $ 3.70 196988 WATER,BOTTLES,24/CASE CA $ 4.58 566401 CARTRJDGE,TNK,HP45A,2PK,B OP $ 48.59 343454 PAPER,COPY,8.5X I 1,28#,COI, RM $ 6.94 348037 PAPER,COPY,8.5XI ],BOND CA $ 21,56 348045 PAPER,COPY,14",84BR CA $ 27,80 495200 PAPER,COPY, 11 ",3 HP,84BR CA $ 23.49 940650 PAPER,COPY,RECYCLED,8.SXI CA $ 22.94 680017 PAPER,LTR,20#,RECY,MLJLTI CA $ 26.62 940593 PAPER,MULTIPURP, 11 ",20#, 1 CA $ 22,94 609679 PAPER,LSR,X BRIGHT,8XI 1,5 RM $ 3.86 751441 PAPER,LASER,OD,24LB,104 B RM $ 3,27 345660 PAPER,COPY,8.5XI 1,YEL,5M/ RM $ 2.94 345637 PAPER,COPIER,20#,LTR,BLU, RM $ 2.94 345645 PAPER,COPY,8.5X I 1,GRN,5M/ RM $ 2.94 345652 PAPER,COPY,8.5XI 1,PNK,5M/ RM $ 2.94 478123 8-5XI 1 SALMON 500-CT RM $ 2-94 345686 PAPER,COPY,8.5X I 1,GRD,5M/ RM $ 2,94 478156 PAPER,COPY,500-CT,8.5XI 1, RM $ T94 919519 PAPER,CPY,LTR,20#,CHERRY RM $ 2,94 272261 PAPER,LTR,24#,OPAQUE,YELL RM $ 3.79 813212 PAPER,COMP, I 4-7/8X I I,GREE CA $ 22.02 840215 PAPER,ADD,2.25X 150, 1 PK,WH EA $ 0.27 302174 PAPER,ADD,2.25X I 30,12PK,W PK $ 2,91 844555 ENVELOPE,4-12XQ-5,WOVN,50 BX $ 4,69 348201 ENVELOPE,# I0,24.LB,WHT,50 BX $ 5.16 844787 ENVELOPE,WTN,# I 0,24#,500B BX S 7.32 844738 ENVELOPE,CLASP,#28,9X 12,1 BX $ 4.00 844746 ENVELOPE,CLASP, I OX I 3,28LB BX $ 4.93 524405 BOOK,STENO,6X9,70CT,GREEN EA $ 0,48 991992 CLIPBOARD,LTR,9X 12-1/2 EA $ 0--48 174276 CLIPBOARD,LEGAL SIZE EA $ 0.52 470591 CLIPBOARD,LETTER SIZE,2PK OP $ 1.02 306902 I'AD,PEkF,5XS,LGL,WHT,RLD, DZ $ 2,61 305466 PAD,PEPF,8.5XI 1,01),LGL RL DZ $ 4.65 305706 PAD,PERF,8.5XI I,OD,12PK,L DZ $ 4.65 374381 NOTES,POST-IT,POP UP,6PK, P6 $ 5.00 374391 POST -IT NOTES,3X3,5PK,AQT P5 $ 3.93 404079 PAD,NOTE,POST-IT,3"X3",12 0Z $ 8,90 941971 POST-IT,NOTE-PAD,2X3,YELL EA $ 0.38 941880 POST-IT,NOTE-PAD,3X3 YELL EA $ 0.51 941997 PAD,NOTE,POST-IT,3"X4",YE EA $ 0. 941930 POST-IT,NOTE-PAD,3X5,YELL FA $ 0.73 368720 PAD,NOTE,IllGHLAND,l.SX2,Y PK $ 1.21 172460 PAD,NTE,POST,1.5"X2",12PK PK $ 3,34 368746 PAD,NTE,HIGHLAND,3"X5", 12 PK $ 3.88 172510 PAD,NTE,3"X3',12PK,YEL DZ $ 8.09 550657 FLAG,TAPE,"SIGN HERE",2/P PK $ 2,77 519648 BOOK,PHONE MESSAGE,SPIRAL EA $ 1.85 848861 BOOK,PHONE,MESSAGE,400SET EA $ 2,24 738671 COVER,DOCUMENT,6PK,NAVY P6 $ 3.71 738651 COVER,DOCUMENT,6PK,BLACK P6 s 3.71 311415 NONEY RCPT BK 2PT CAR13 EA $ 0.81 162354 MONEY/RENT RECEIPT BK 3PT EA $ 3-07 810838 FOLDER,FILE,LETTER,1/3 CU BX $ 5,06 315515 FOLDER,FILE,LTR,1/3 CUT,M BX $ 5.81 810846 FOI,DER,FILE,LEGAL, 1/3 CUT BX $ 6,59 315630 , FOLDER,FILE,LGL, 1/3 CUT,M BX $ 7.70 500181 FOLDER,CLASS,LTR,2/5, I DIV EA $ 1.25 500561 FOLDER,CLSIFICATN,LGL,2DI EA $ 1-33 488718 FOLDER,CLASS,LTR,2/5,2-DI EA s 1,41 488874 FOLDER,CLASS,LGL,2/5,2-DI EA $ 1.45 936104 FOLDER,6-IN-1,LGL,FTR,REC EA $ 1.71 936161 IFOLDER,CLASIF,LTR,2DIV,PS EA $ 1.08 936203 FOLDER,PRSBD,6 SEC, LTR EA $ 1.08 936260 FOLDER,CLASS,LTR,FAS,2DIV EA $ 1.98 936252 FOLDER,CLASS,LTR,FAS,2DIV EA $ 1.98 907425 FOLDER,CLASS,LI'R,Sl'-CUI',2 EA $ 1-90 937896 FOLDER,CLASS,LGL,ST-CUT, I EA $ 1.90 937870 IFOLDER,CLASS,LTR,ST-CUT,2 EA $ 1.90 937946 POCKET,STRT ET LTR 1.75" EA $ 0.83 937961 POCKET,STRT ET LTR 3.5" M EA $ 0.92 937979 POCKET,LGL,MLA,STRCUT,DBL EA $ 0.96 705350 POCKET,STRT ET LGL 3.5" T EA $ 1.63 937920 POCKET,STRT ET LTR 5.25"T EA 1.68 956961 POCKET,SHELF,LGL,3.5"C,MT EA 1.26 371761 POCKET,FILE,LTR,3.5,EXP EA $ 1,39 938100 FOLDER,FILE,LTR,3.5"EXP,D EA $ F44 938175 FOLDER,FILE,LTR,5.25"EXP, EA $ 1.61 371725 FILE,PCKT,LTR,5-1/4,EXP EA $ 1.86 371707 POCKET,FILE,I.GL,5.25,EXP FA $ 2.19 998658 WALLET,EXP,3.5"C,l 1,75X9- EA $ 1,71 503086 WALLET,EXP,5,25"C,l 1,75X9 EA $ 1.90 489401 WALLET, 5 1/4" EXP, LGL, EA $ 2,67 327935 FILF,PCKTS,LTR,RFD,EXP 3. EA $ 1.14 992685 POCKET,FILE,LTR,5 1/4" CA EA $ 0.53 535153 POCKET,FILE,LGL,5 1/4"CAP EA $ 0.66 964965 POCKET,FILE,LGL,3.5",DK.B EA $ 0.81 992651 POCKET,FILE,LTR,5.25"C,ST EA $ 1.18 957050 POCKET,FILE,LTR,2IN,STRT, EA $ o.23 957092 FILE,POCKET,2",LGL,BULK EA $ 0.25 957084 FILE,POCKET,1.5",LGL,BULK EA $ 0.25 937508 JACKET,FILE,LTR, I ",EXP,MA EA $ 0.25 937565 JACKET,FILE,LETTER,STR,2" EA $ 0.25 937524 JACKET,FILE,LEGAL,STR, I "E EA $ 0.29 810994 FOLDER RANGING LTR 115 CU RX $ 4,33 810929 FOLDER HANGING LTR 1/3 CU BX $ 4.75 810945 FOLDER RANGING LGL 1/3 CU BX $ 5.99 345926 TAB,FILE,HGNG,3.51N,25/PK PK $ 0,71 939140 FOLDER,PARTTN,2 DIV,LGL,2 EA $ 4, 43 774149 FLDR,CLASS,LTR,2PKT,GY EA $ 3.02 756445 FLDR,CLASS,LGL,2PKT,GY EA s 3.43 876916 BOX,OD,LTR/LGL,ECONO,4/PK PK s 3.06 876835 BOX,I,TR/1,GL,OD,HVY DUTY,4 PK $ 5.63 101196 BOX,STORAGE,LTR/LGL,QUICK EA $ 1,09 990721 CARD,TNDX,RI.D,3X5,8PT,IC/ PK $ 0,35 396291 BINDER,PL,VIEW, I ",WHITE EA $ 1.25 396941 BINDER,PL,VIEW,.5",WHT EA $ 1,25 396311 f3lNDER,PL,VIEW, I ",BLACK EA $ 1.25 396921 BINDER,Pl,,VIEW,.5",BLACK EA $ 1.25 729525 BINDER,VUE,3RG, I I X8.5, I "C EA $ 1.42 396251 BINDER,PL,VIEW,1.5",WHITE EA $ 1.55 396271 BrNDER,PL,VIEW,1.5",BLACK EA $ 1.55 878728 BINDER,VUE,3RG, I I X8.5,1.5 EA $ 1.69 396241 BINDER,PL,VIEW,2",WHITE EA s 1.79 39623J BTNDER,PL,VIEW,2",BLACK EA $ 1.79 729624 BINDER,OVERLAY,CLEAR,2",W EA $ 1.98 729640 BINDER,VUE,3RG,l IX8.5,3"C EA $ 3-30 356774 BINDER,ECONO,R-RNG,1.5",W EA $ 2.39 602353 BNDER,FLEXIBLE,PRES, I ",13L EA $ 2.72 493114 BfNDER,D-RrNG,1.5",VUE,WH EA $ 3-13 492405 BINDER,3RG,VNL, I I X8.5, I "B EA $ 0.90 356824 BINDER,3RG, I I X8.5,I ",LH,B EA $ 1-04 356840 BfNDER,3RG, I I X8,5,2"C,LH, EA $ 2-00 502062 R-BNDR FLAT 13ACK 3 " BLACK EA $ 3,17 409838 BINDER,RR,LBL,LCK,3",BLAC EA $ 3.66 934760 COVER,REPORT,LTR,1/2",DKB EA $ 0.42 934331 COVER,PSBD, I I X8.5,CLTH,DK EA $ 0.74 501510 COVER,REPOPT,8-5XI 1,2/PK, OP $ 2,93 470179 MAKER,INDEX,5 TAB,LSR,5/S ST $ 13.08 933150 INDEX,3-RG, I I X8.5,8 COLOR ST $ 1,45 912080 LABEL,PRIVATE,OD MULTI,S ST $ 0,;8 470195 INDEX, I I X8.5,1-5TAB,MULTI ST $ 0-90 470203 INDEX, I I X8.5,1 -1 OTAB,MULT ST $ 1 , 72 470213 INDEX, I I X8.5, 1 -1 STAB,MULT ST $ 2.43 993238 TABS,fNDEX,PREMIUM,5/ST,W sT $ 0.50 349029 INDEX,8 TAB,WRITE-ON,WHIT ST $ 0,74 814608 INDEX,5 TAB MULTI -COLOR ST $ 0_0 814830 INDEX, 8 TAB, MULTI -COLOR ST $ 0.24 814822 INDEX, 8 TAB, CLEAR ST s 0-24 653428 INDEX,RG BK,5TAB,I IX8.5,C ST $ 0.30 653444 INDEXAG BK 8TAB, I I X8.5,A ST $ 0.42 653451 INDEX,RG BK 8TAB, I I X8.5,C ST $ 0.42 933515 INDEXJNSERT, I I X8.5,CLEAR ST s 0.59 315820 INDEX,RING,8-TAB,8.5XI 1,C ST $ 0.59 933531 INDEX,INSERT, I I X8.5,CLEAR ST $ 1.02 920884 INDEX,LGL EXH,LTR,# 1-25,S IST I s 1.29 1 920926 INDEX,LGL EXH,LTR,A-Z,SID ST $ 1.33 239400 TAPE,LETTERING,.5",BLACK/ EA $ 8-54 364364 LABEL,LSR,ADDR,WHT,300OCT BX $ 19.96 513172 CLIP,BADGE,25/PK PK $ 2.32 160275 TAPE,HIGHLAND,48MMXIOOM,T RL s 1.06 908210 1 STAPLFR,ECON,FULL STRIP,B EA $ 2.49 427111 STAPLE REMOVER,BLACK EA $ 0.21 127270 STAPLE,REMOVER,3/PK ASSRT PK $ 0.54 749601 STAPLE, 1/4",l 5-25SHT,5000 BX $ 0.30 320960 STAPLE, I /4",SFI, I 5-25SHT, BX $ 0.43 221051 STAPLE, 1/4", 15-25 SHT,500 BX $ 1.66 720461 RULER,W/BNDR HOLES,12",PL EA $ 0,06 458612 SCISSORS,STRT,8",2/PK,BLK OP s 2,87 909788 RUBBERBAND,#33,1/4 LB BX $ 0.57 429415 CLIP,BINDER,SMALL,12/BOX BX $ 0.14 909309 CLIP,BINDER,MINI,1/41N,12 BX $ 0.16 808857 CLIP,BINDER,SMALL,12/BX BX s 0.16 429431 CLIP,BfNDER,MEDIUM, BX $ 0-36 909865 CLIP,BINDER,MED,12 CLIPS/ BX $ 0.38 308957 CLIP,BrNDER,LARGE,21N,12B BX $ 1,09 825182 CLIP,BINDER,SM,3/41N,144/ PK $ 1.79 825190 CLIP,BTNDER,MED, 1.251N, 12 PK $ 4-79 429266 CLIP,PAPER,#1 REG,SMOOTH, BX $ 0,08 429175 CLIP,PAPER,JUMBO,SMOOTH,l BX $ 0.24 308478 CLIP,PAPER,#1 REG,SMOOTH, TP $ 0.84 808881 CLIP,PAPER,REG,# 1,WPLDBRN PK $ 1-05 308239 1(:Lll',PAPER,JUMBO,SMOOTH, I TP $ 2.64 809907 CLIP,PAPER,JUMBO,WRLDBRND PK $ 3.26 495333 PIN,PUSII,AST,100/BX BX $ 0.39 495499 PIN,PUSH,IOOBX,CLEAR BX $ 0.39 963421 FASTENER,COMPI,ETE,2.75"CC BX $ 0,82 936542 . BASE,FAsTENER,2.75"CC,2" I BX $ 1,02 910208 IGLUE STICK,BULK PACK,290 EA $ 0,25 910224 GLUE STIC,PURPLE,.26 OZ- EA $ 0125 910430 'rAPE,INVISIBLE,3/4"X36YD RL $ 0.63 508192 TAPE,MENDING,IiLD,3/4XIO00 PK $ 4.30 173013 TAPE,MAGIC,3M,1/2XI296 RL $ 1.19 173047 TAPE,MAGIC,3M,3/4XI296 RL $ 1.57 415380 ITAPE,MAGIC,3M,3/4XI296,4P P4 $ 6.58 575341 TAPE,ACITAPE,.75XI296",OD TP $ 6.85 489461 TAPE,MGC,SCTH,3/4"XIOOO", TP $ 13.82 173336 DISPENSER,TAPE,DSKTOP,3/4 EA $ 142 256771 PEN,BLPT,C-MATE,RETR,MED, DZ $ 4.34 256791 PEN,BLPT,C-MATE,RETR,MED, DZ $ 4,34 811950 PEN,CLIC,STIC,BIC,BLACK oz $ 3,22 751171 PEN,GRP,COMFORTMT,MED,BLA DZ $ 6,13 751181 PEN,GPP,COMFORTMT,MED,BLU DZ $ 6.13 423582 PEN,ROUNDSTIC,BIC,MED,BLA DZ $ 0.87 423574 PEN,ROUNDSTIC,BIC,MED,BLU DZ $ 0.87 848903 P N,OFFICE DEPOT,MEDIUM,B DZ $ .57 848929 PEN,OFFICE DEPOT,MED,12PK DZ $ 757 181594 PEN,BALL PT,MEDIUM,STICK, DZ $ 0.82 181578 PEN,BALL PT,MEDIUM,STICK, BX s 0.82 181586 PEN,BALL PTIMEDIUM,STICK, Bx $ O�82 112220 PEN,GRIP/ROUND STIC,DOZ,B DZ $ 1.37 216071 PEN,ROLLERBALL,JIMNIE,DOZ DZ $ 7.96 196048 REFILL,PEN,STAY-PUT,BLACK EA s 0.69 196055 REFILL,PEN,STAY-PUT,BLUE EA $ 0.69 196063 PEN,BALLPOINT,STAY-PUT,BL EA s 1.15 526587 REFILL,GEL,RT,,FN,2PK,BLU OP $ 0.82 419907 TAPE,CORRECTION,MONO,2PK, OP s 3.04 254089 TAPE,CORRECTION,LP DRYLIN PK $ 3.07 429638 TAPE,CORRECTION,BIC, I PK EA s 1.17 576481 TAPE,CORPECTION,2PK,WIIITF OP $ 1.62 909119 FLUID,CORRECTION,MULTIPUR EA s 0,27 909101 FLUID,CORRECTION,.50Z,WHI EA $ 0-71 182121 FLUID,CORRECTION,CANARY Y EA $ 0,79 273461 WITE-OUT,EZ QUICK DRY,3PK P3 $ 119 358234 WITE OUT MULTI W141TE 12PK D7 s 4.85 203349 MARKER,SHARPIE,FfNE,DZ,BL DZ $ 5.87 929168 MARKER,DRY ERASE,REG,8/ST P8 $ 4.96 307512 ERASER,DRY ERASE,FXPO EA S 1.38 204057 CLEANER,BOARD,DRY ERASE,8 EA $ 1.40 259251 MARKER,CHISEL TIP,EXPO2,B DZ $ 7.70 259271 MARKER,CHISEL TIP,EXPO 2 DZ s 7.70 926113 MARKER,HI-LITER,FLYEL EA $ 0.28 422569 PENCIL,0.7MM,FORTE PRO 11 EA $ 0�91 696310 PENCIL,MECH,LOGO,0.5MM,BL EA s 1.57 181529 PENCIL,42 POLY LEAD,DISP, DZ $ 2.38 116939 PENCIL,LEAD,W/ER-ASER,"MIR DZ $ 0.97 733601 PENCIL,#2,OD,72/BX BX $ 166 501833 SHARPENER,PENCIL,BARREI, EA $ 0,26 530072 REFL,DSKCAL,2CLR,3 1/2X6 EA s 2.37 530136 REFL,DSKCAL,DLY,3 1/2 X6 EA $ 0.95 531264 DESKPAD,M0,DDL,22XI 7,BLK EA $ L84 531288 DSKPAD,M0,RCYLD,22X I 7,BLK EA $ 3 �02 531448 DESKPAD,12MO,22XI7,BLK EA $ 4.75 529808 PLNRMNTHLY,9X I I,BLK EA $ 7.14 432751 BATTERY,EVEREADY,ALKLNAA PK s 5.11 432661 BATTERY,EVEREADY,ALKALN,D PK $ 5.84 656353 BATTERY,ENERGIZER MAX AAA PK $ 6�61 696526 BATTERY,SIZE AA,ALKALINE, BX $ 5. 5 445511 BATTERY,AAA,ENERGIZER,24/ BX $ 5,87 221481 WASTEBASKET,28QT,BLK EA $ L89 494708 CONTAINER,SLIM JIM,WE REC EA $ 22.12 204602 TOWELFTTE,WASH-N-DRI,20-C BX $ 1-28 983379 CUP,HO'r,W/HANDLE,80Z,50CT PK s 2.49 983346 CUP,COLD,PAPER,80Zj OOPK PK $ 236 486555 CUP,HOT,I20Z,50CT PK $ 3.08 347318 FORK,JR,PLST,MED WT, I OOBX HU $ 2 . 67 503576 WATER,BOTTLES,24/CASE CA $ 4.58 733251 SURGE,STANLEY,208JOULES,6 EA $ 6.37 458455 PADDED FOLDING CHAIR/GRAY EA s 11.59 239780 ICERTIFICATE,W/SEALS,BLU,2 PK S 1.20d 524017 FRAME,DELUXE,WOOD, I I "X8-5 EA 2.64 430074 DOCUMENT FRAME 8.5X I I 3PK. P3 $ 3.18 251389 CliALK,DUSTLESS,12/BOX,WFII BX $ 721 309443 ERASER,FELT,DELUXE EA $ 0.72 119295 500VA BATTERY BACK UPS W/ EA $ 42.43 267751 IPHONE WIPES,IOOCT EA s 2.39 643923 IDUSTER,CLEANING,AIR,OD EA $ 3.33 811563 DUSTER,AIR, 10 OZ,2PK OP $ 5.64 405891 DISK,OFFICE DEPOT,3.5,IBM Bx $ 1.61 431437 DISKETTE,30 FOR 25,3.5,30 BX $ 5,59 441661 CASE,CD,JEWEL,OD-25 PK $ 378 525667 CASSETTE,VHS120,HIGH EA $ 0.83 569533 TAPE,MICROCASSETTE 60,3/P P3 $ 1.59 569491 CASSETTE,AIJDIO,6OMfN,6/PK P6 $ 1.92 569509 TAPE,AUDIO,UR-90,5PK P5 $ 1.99 332554 CASSETTE,AUDIO,URI20,MAX, P4 $ 2.66 569541 CASSETTE,AIJDIO,XLII-90,4/ P4 $ 2.80 569559 TAPE,VHS,120MIN,4PK P4 $ 3.54 107401 TAPE,VHS,T-1 60,MAXELL,3PA PK $ 3,76 569566 120 MIN HI-GR-ADE,VHS,3PK P3 $ 3.76 569525 TAPE,CASSETTE,MICRO,60MIN P9 $ 4.86 352871 ICARTRIDGE,INK,BLK,C4844A EA $ 27.20 921251 CARTRIDGE,INK,T032120,BLA EA $ 24.85 808256 TONER,LJ 2 100 SERIES,96A E A $ 83.45 286934 TONER,UL.TRA PRECISE,27X EA $ 106.21 286943 TONER,HP,C4127A,ULTPA PRE EA $ 82.75 775081 TONER,REMAN,OD96A,LJ21 00, EA $ 48.22 727381 CARTRIDGE,PRINT,C7115A,14P EA $ 51.21 207779 PRINT CARTRIDGE,FAX,PC201 EA $ 18,97 239301 CARTRIDGE,INK,BLK,51629A EA $ 24.92 239301 CARTRIDGE,INK,BLK,51629A EA $ 24.92 154605 CARTRIDGE,INK,HP#57,TRI-C EA $ 27,89 419672 CARTRIDGE,INK,HP #56,BLAC EA $ 16.78 384611 CARTRIDGE,INK,# 15,8 1 OC/81 EA s 23,77 782211 CARTRIDGE,TONER,TN250,BRO EA $ 22.24 167787 CARTRIDGE,INK,CLR,C I 823D EA $ 27.69 169771 CARTRIDGE,INK,BLK,51645A EA $ 24,92 172681 CARTRIDGE,TNKJET,HP 478,T EA $ 27.96 483669 RIBBON,OKIDATA M/L 180-39 EA $ 2,86 480061 RIBBON,MLIOO,SERIES/320/3 EA $ 6.32 166645 RIBBON,EASYSTRIKE,SUPERIO EA $ 5,86 338855 PAPER,CONST,9XI2,SC,ASTD PK $ o7o- 820530 MEMO OPEN END 3X5 3PK PK $ 0,38 588268 BOOK,COMPOSITION, I OOSHTS, EA s 0.48 949339 CHALK,LOW DUST,3.25",WFIT, BX $ 0,35 313676 RULER, 12",fNCIUMETRIC,PLS EA $ 0.11 536201 WHISTLE,PLASTIC,BLACK EA $ 0.48 CE FITIFICATE NUMBER M A R S H": CERTIFICATE. Or INSURANCE::.: NYC-001835148-05 PRODUCER Marsh USA Inc, THIS CEFITIFICATETS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON HE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE 1166 AVENUE OF THE AMERICAS POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE NEW YORK1 0036 AFFORDED BY THE POLICIES DESCRIBED HEREIN. Attn: Nazirn Bourenane email; newyork.certs@marsh,com COMPANIES AFFORDING COVERAGE COMPANY 109650-4-CAS-04-05 4 A DISCOVER PROPERTY& CASUALTY INSURANCE Co. 4 INSURED OFFICE DEPOT INC. & SUBSIDIARIES & VIKING OFFICE PRODUCTS COMPANY a FIDELITY & GUARANTY INS. CO, 2200 OLD GERMANTOWN ROAD DELRAY BEACH, FL 33445 COMPANY C UNITED STATES FIDELITY & GUARANTY COMPANY COMPANY D COVERA.GIE4 JNP ceruncate upersedes and *16ces an reviouslY. Issued certilcate to # d TwpA.Iiq�pe.fio :dotedb:eIo.w. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY KRIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED 08 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRI13ED HEREIN 15 SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDIYY) POLICY EXPIRATION DATE (MM/DDfYY) LIMITS A —GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE LM .N OCCUR D001Q00027 11/01/04 11/01/05 GENERAL AGGREGRATE S 15,000,000 PRODUCT S-COM P/OP A_GG S 2,000.000 PERSONAL & ADV (NJ UAY S 1,200.000 OWNER'S & CONTRACTOR'S PROT 00 EACH OCCURRENCE S 1.200,000 X $400,000 SIR FIRE DAMAGE (Any one firel S 450,000 MED EXP I Any one pei son) S EXCLUDED 1 -_ � z 000, A —AUTOMOBILE LIABILITY DOOlAO0240 (AOS) 1 1/01/04 11 /01,105 A X ANY AUTO DOOIA00238 (TX) 1 4 11/01/05 COMBINED SINGLE LIMIT S 2.000,000 A ALL OWNED AU`TOS SCHEDULED AUTOS 000 1 A00239 (MA) 1/01/04 . 11 11/01/05 BODILY INJURY (Pet pwsm) HI RED AUTOS NON -OWNED AUTOS 01 94131 Lop, low BODILY INJURY (pw acadent) S PROPERTY DAMAGE S GARAGE LIABILITY ANYAUTO AUTO ONLY- EA ACCIDENT $ OTHER THAN AUTO ONLY: EACHACCIuEKr S AGGREGAFE� S EXCESS LIABILMY EACH OCCURRENCE 7) MEIRELLA ORV JLU BFIELLA F AGGREGATE & A 8 B B I --r— OTHE OTHER , U" ER THAN UMBRELLA 111M WORKERS COMPENSATION AND EMPLOYERS' LIABILITY THE PROPRIETOR/ PARTNERSIEXECUTIVE FXI INCL OFFICERS ARE- EXCL D001 W00284 (NJ,NV) D001 W00282 (ACS) D001 W00285 (OR,W1,AK) D001 W00283 (HI) 11/01/04 11/01/04 11/01/04 11/01/04 11/01/05 11/01/05 11/01/05 11/01105 X WC'STLAT11 " OTH- To , "is EL EACH ACCIDENT Z� 1,000,000 — EL DISEASE -POLICY LIWr 1,000,000 1.000,000 OTHIER WORKERS COMPENSATION D001 X00062 SIR (OH) 11 /0 VO4 11/01/05 EXCESS OF SIR 1,00000 (CONT.) DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED ONLY WITH RESPECT TO THE NEGLIGENCE OF AND CONTRACT WITH OFFICE DEPOT INC.. ET AL, CERTIFICATE HOLDER . . .... :tANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION CITY OF TAMARAC DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 30 DAYS ATTN: ANNE LODATO WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN, BI)T FAILURE TO MAIL SUCH 7525 N_VV. 88TH AVE NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE IPJSURER TAMARAC, FL 33321 AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATIVES, OR THE ISSUER OF THIS CERTIFICATE. MARSH USA INC By: Michaela GrasShoff VALIDASOF: IC�22,04