Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-041TEMP. RESO # 10357 — March 1, 2004 Page 1 Revision #1 — March 3, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004- q-1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE PURCHASE OF CONFERENCE ROOM, EMERGENCY OPERATIONS CENTER, OFFICE AND FIRE STATION FURNITURE FOR TAMARAC FIRE RESCUE STATION #15 FROM THOMAS W. RUFF & CO. IN AN AMOUNT NOT TO EXCEED $40,500, UNDER STATE OF FLORIDA CONTRACT NO. 425-001 -01 -1, UTILIZING FUNDS FROM THE FEMA GRANT EMW-2003- FG-09220 AND FUNDS APPROPRIATED IN THE FY04 BUDGET; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac has constructed a new fire rescue station including an Emergency Operations Center (EOC) for the City; and WHEREAS, the training room/EOC, conference room and living quarters for the firefighters must be outfitted with new furnishings; and WHEREAS, the Thomas W. Ruff & Co. has offered to extend the applicable terms and conditions of State of Florida Contract No. 425-001-01-1, valid through March 31, 2004, titled "Furniture: Office and Files" attached hereto as Exhibit A, which provides for participation by local governmental entities; and WHEREAS, Thomas W. Ruff & Co. has provided a quotation which enumerates cost for delivery and installation of furniture in accordance with the requirements of the State of Florida Contract, a copy of said quotation attached hereto as Exhibit B; and r, TEMP. RESO # 10357 — March 1, 2004 Page 2 Revision #1 — March 3, 2004 WHEREAS, the total cost of these furnishings was quoted at $40,457.06 by Thomas W. Ruff & Co.; and WHEREAS, a portion of these funds are budgeted in accounts 120-4520-522- 52-15 (Office Furniture) and 120-4520-522-64-02 (Equipment $750 or less); and WHEREAS, a portion of these funds were received under FEMA Grant EMW- 2003-FG-09220, Account #153-4520-522-52-15 (Project GT04C); and WHEREAS, City Code §6-154 allows the Purchasing Officer to join with other units of Government in cooperative purchasing when the best interest of the City will be served; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing and Contracts Manager that this purchase be awarded to Thomas W. Ruff & Co.; and 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 authorize the purchase of conference room, Emergency Operations Center, office and fire station furniture for Tamarac Fire Rescue Station #15 from Thomas W. Ruff & Co. in an amount not to exceed $40,500, under State of Florida Contract No. 425-001 -01 -1, utilizing funds from the FEMA Grant EMW-2003-FG-09220 and funds appropriated in the FY04 budget. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF TAMARAC, FLORIDA: L.- TEMP. RESO # 10357 — March 1, 2004 Page 3 Revision #1 — March 3, 2004 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. SECTION 2: That the appropriate City officials are hereby authorized to purchase conference room, Emergency Operations Center, office and fire station furniture for Tamarac Fire Rescue Station #15 from Thomas W. Ruff & Co. in an amount not to exceed $40,500, under State of Florida Contract No. 425-001-01-1, utilizing funds from the FEMA Grant EMW-2003-FG-09220 and funds appropriated in the FY04 budget. 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 effect the validity of the remaining portions or applications of this Resolution. 1 TEMP. RESO # 10357 — March 1, 2004 Page 4 Revision #1 — March 3, 2004 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 10`" day of March, 2004. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITC . ELL S. F CITY ATTOR EY JOE SCHREIBER In MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALAB DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS 1 • FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH Governor July 14, 2003 MEMORANDUM NO.: TO: User Agency (425-001-01-1)-4 FROM: Director, State Purchasing SUBJECT: Contract No. 425-001-01-1 Title: Furniture: Office & Files The following changes have been made to the subject contract: TR 10357 EXHIBIT "A" V WILLIAM S. SIMON Secretary Suite 315 This contract has been revised to add Amendment 1 in support of MyFloridaMarketPlace. The amendment can be viewed below. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Brenda Wells at (850) 488-6904, Suncom 278-6904, wellsb dms.state.fl.us. DSP/bw/meb STATE PURCHASING o 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 Telephone: 850-488-8440 a Fax: 850-488-5498 MyFlorlda. corn OW FLORIDA DEPARTMENT OF TM MANAGEMENT SERVICES JEB BUSH WILLIAM S. SIMON Governor Secretary State Term Contract No. 425-001-01-1 Amendment No. 1 THIS AMENDMENT, effective as of the last date signed below, is by and between the State of Florida Department of Management Services (the "Department") and the entity identified below as Contractor (the "Contractor") (collectively, the "Parties"), and amends State Term Contract No. 425-001-01-1 (the "Contract"). WHEREAS the Department is implementing an electronic procurement system, currently known as MyFloridaMarketPlace, (the "System") with the assistance of a third -party agent, Accenture LLP ("Accenture"); and WHEREAS the Department wishes to include the Contractor and the Contract in the System; and WHEREAS the Contractor desires to participate in the System; and • WHEREAS the Contract allows modifications in the event an electronic procurement system is implemented. THEREFORE, in consideration of the mutual promises contained below, and other good and valuable consideration receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Registration. The Department shall allow the Contractor, following effective registration with Accenture, to participate in the System. The Contractor shall register in the System within ten (10) business days of the effective date of this Amendment. Contractor shall visit www.myfloridamarketplace.com and follow the appropriate instruction in order to register. 2. Transaction Fee. Effective April 1, 2003, the Contract provision entitled "Surcharge User Fee and Summary of Total Sales" is deleted and replaced with the following "Transaction Fee" section. This Transaction Fee is in lieu of, and not in addition to, the surcharge fee authorized by section 287.1345, Florida Statutes (2002). Transaction Fee The Department has instituted a statewide eProcurement System ("System"), with the assistance of a third -party agent, Accenture LLP ("Accenture"). All transactions from this Contract shall be deemed a "transaction processed through the eProcurement STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 3 399-0950 Telephone: 850-488-8440 • Fax: 850-488-5498 System" as that term is used in the contract between the Department and Accenture. Pursuant to section 287.057(23), Florida Statutes (2002), a Transaction Fee of one percent (1.0%) of the total dollar amount of each purchase order shall apply to all purchases from this Contract. The fee shall be paid by the Contractor, and shall not be added to purchase orders as a separate item. Because the Transaction Fee will be used, in part, to compensate Accenture for the development, operation, and maintenance of the System, Accenture is an intended third -party beneficiary of this paragraph imposing the Transaction Fee on transactions from this Contract. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, whether within or without the State accounting system, Accenture shall either (1) establish with the Customer an automated process for billing and collecting the Transaction Fee from payments that are made to the Contractor or (2) rely upon the Contractor to self -report and pay the Transaction Fee pursuant to processes that Accenture may establish. By submission of these reports and corresponding Contractor deposits, Contractor is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State. Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor's failure to perform or comply with specifications or requirements of the applicable purchase order or Contract. Contractors shall be responsible for reporting sales and paying Transaction Fees resulting from sales made by authorized resellers. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM BIDDING ON DEPARTMENT CONTRACTS. 3. Electronic Invoicing. Notwithstanding any provision of the Contract, the Contractor shall supply electronic invoices in lieu of paper -based invoices for those transactions processed through the System. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms -- EDI 810, cXML, or web -based invoice entry within the ASN. I ] 4. Catalog Data. Accenture is responsible for converting Contract catalog information into a format supported by the System. To accomplish this conversion, the Contractor shall provide certain information in electronic format directly to Accenture; alternatively, the Contractor may follow the "punchout" solution described in more detail below. Within ten (10) days of written notice from Accenture, Contractor shall provide all information necessary to facilitate electronic purchases from this contract, or shall contact Accenture and begin work on the "punchout" solution described below. Such information may include, but is not limited to, Contractor name, SKU, brand/manufacturer, product name and brief description, unit of measure, and price. Contractor shall provide this information in the format requested by Accenture. No costs or expenses associated with providing this information shall be charged to the Department, Customers, or Accenture. With Contractor's timely assistance, Accenture shall create and maintain web -based placement of the requested contract information. "Punchout" Alternative The Contractor may offer, as an alternative to providing the information discussed above, an online "punchout" solution, in which the Customer accesses the Contractor's website directly from the System, rather than the System maintaining the Contractor's data. This solution must allow the Customer to reach the Contractor's site, browse for contracted items only, and return to the System with a list of items ready to be inserted into a requisition. If Contractor selects this alternative, it must meet the following requirements: • The solution must conform to cXML 1.0 or 1.1 standards. • The solution must conform to the technical specifications and implementation requirements provided by Accenture, and the Contractor must work with Accenture to ensure successful integration of the punchout solution into the System • The solution must have the capability to provide only those products awarded under the contract, and block any non -contract item(s) from being added to the requisition. Warranty For the purposes of this section, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the Department and Accenture the right and license to use, reproduce, transmit, distribute and publicly display within the System the information outlined above. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the Department and Accenture the right and license to reproduce and display within the System the Contractor's trademarks, system marks, logos, trade dress or other branding designation that identifies the products made available by the Contractor under the Contract. If the Contractor is not the manufacturer, it shall be the Contractor's responsibility to obtain authorization from the manufacturer to comply with the provisions of this section, including securing any intellectual property rights of the manufacturer. If the Contractor is the manufacturer, it shall only authorize dealers, outlets, distributors, value-added resellers, etc. within their network that can comply with the provisions of the Contract. n LJ 0 0 S. Additional Modifications. The Department reserves the right to further revise the collection and reporting requirements in conjunction with alterations to the System. 6. Conflict. In the event any of the terms herein conflict with the terms of the Contract, the terms of this Amendment shall control. All other terms of the Contract remain in full force and effect. Contractor waives and releases any and all claims for additional compensation arising out of or relating to this Amendment. 7. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. SO AGREED: CONTRACTOR Contractor Name Address By: Date Its: STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES Date Approved as to form and legality by the Department General Counsel's Office: Date • MyRoada. cam FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH WILLIAM S. SIMON Governor Secretary Suite 315 July 10, 2003 MEMORANDUM NO.: (425-001-01-1)-3 TO: User Agency FROM: Director, State Purchasing SUBJECT: Contract No. 425-001-01-1 Title: Furniture: Office & Files The following changes have been made to the subject contract: The following vendors have been removed from the subject contract due to their failure to sign the MyFloridaMarketPlace Amendment: • Bernhardt Furniture Industries • Design Resource • Dowcraft • Packard Industries Any questions or problems in delivery or service that may arise regarding this contract should be directed to Brenda Wells at (850) 488-6904, Suncom 278-6904, wellsb a dms.state.fl.us. DSP/bw/meb STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 'r-i—k.. - Qcn AQQ anon . 12— QSn_AQQ.SAOQ • • MyFlonda. oom =.. r FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH WILLIAM S. SIMON Governor Secretary Suite 315 April 30, 2002 MEMORANDUM NO.: (425-001-01-1)-2 TO: User Agency FROM: Director, State Purchasing SUBJECT: Contract No. 425-001-01-1 Title: Furniture: Office & Files The following changes have been made to the subject contract: • Vendors added to the subject contract: a Bernhardt Furniture Industries o Buro Design o Cannon Chair Mfg., Inc. o Concord Products Co., Inc. o Harter o Humanscale Corp. Q Inwood Office Furniture a Jofco, Inc. a L.U.I. Corp. o Krug, Inc. a Neutral Posture, Inc. o Office Specialty o Source International • These changes also include additional listings of Concord Products Co., Inc. and Office Specialty to the Product Listing in the contract as a supplier of Lateral Files. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Brenda Wells at (850) 488-6904, Suncom 278-6904, wellsb dms.state.fl.us. DSP/bw/meb STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 T n 1 n .. h n--. Q 4 A_ A Q F_ 4 A A A - r n .. Q 4 A_ A Q Q_ 4 A O Q n LJ MyFlonda. cam FLORIDA DEPARTMENT OF MANAGEMENT SERVICES ? CEO ME JEB BUSH WILLIAM S. SIMON Governor Secretary September 14, 2001 MEMORANDUM NO: (425-001-01-1) - 1 TO: Department Addressed FROM: Matthew R. Jeppson Director, State Purchasing SUBJECT: Contract No. 425-001-01-1 Title: Furniture: Office & Files Please make the following changes in the subject contract: Add: Certification Contractors List* and the following new contractors** Allseating Corp. (A) CompuChair, Inc. (A) DMI Office Furniture (A) EckAdams, The Company (A) Groupe Lacasse USA, Inc. (A) Jasper Seating/Community (A) Montisa Office Furniture (A) Sitmatic (A) Systematix (A) Teknion, Inc. (A) Via, Inc. (A) WorkRite Ergonomics Access. , Inc. (A) The change also includes additional listing of Montisa Office Furniture to the Product Listing in the contract as a supplier of lateral files. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Brenda Wells at (850) 488-6904, Suncom 278-6904. MRJ/bw/ STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 rPi- ti o• Qcn..AQQ.cAnn . V..— Qcn AQQ cnaa MyRonda.com FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JEB BUSH WILLIAM S. SIMON Governor Secretary Suite 315 CERTIFICATION OF CONTRACT TITLE: Furniture, Office and Files CONTRACT NO.: 425-001-01-1 BID NO.: 13-425-001-F EFFECTIVE: April 20, 2001 through March 31, 2004 SUPERSEDES: 425-001-97-1 and 425-050-97-1 CONTRACTOR(S): See Attached List A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Conference and Public Area Furniture by all State of Florida agencies and institutions, ishereinafter reference to as "Eligible Users". Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the contractors specified, 11 C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Eligible User shall order at the priced indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Eligible Users shall report any vendor failure to perform according to the requirements of this contract on Form PUR 7017. Eligible Users must file Form PUR 7029 with the Department should the vendor fail to correct problems in the performance of the contract for the prescribed period of time for correction. STATE PURCHASING • 4050 ESPLANADE WAY, SUITE 350, TALLAHASSEE, FLORIDA 32399-0950 rai= ti -• Qcn_AQQ.Qnnn . r acn_n4c_sno4 E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073, should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 prior to the expiration date of this contract. Authorized Signature (date) 1: !MA Attachments • CONTRACT ADMINISTRATOR FOR ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF: BRENDA WELLS PHONE: (850) 488-6904 SUNCOM 278-6904 E-MAIL: wellsb dms.state.fl.us • • SPECIAL CONDITIONS POSE MW The purpose of this bid is to establish a 36-month contract for the purchase of Office Furniture by all State of Florida agencies and other eligible users in accordance with the Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from April 1, 2000 through March 31, 2003. In addition to the terms of renewal, if any, as contained in General Conditions, Paragraph 19, this contract may be renewed based upon satisfactory performance by the contractor. The renewal price will be determined at the appropriate time. OPTIONAL CONTRACT USAGE In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. SCOPE This Invitation covers all office furniture previously solicited under the bids for "Office Furniture" and "Files; Lateral and Vertical". All products offered under this contract shall be new and unused and in current production - remanufactured or refurbished products are not part of this offering. No series shall be *dered for award under this solicitation if already awarded under another State contract. ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $30,000,000 annually under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. CALENDAR OF EVENTS DEADLINE FOR WRITTEN INQUIRIES POSTING OF ANSWERS TO QUESTIONS ON INTERNET I-8-110432:019 BID EVALUATION POSTING OF INTENDED AWARD is DEADLINE FOR INTERNET CONNECTION CONTRACT EFFECTIVE DATE 10/20/00 - 12/12/00 11 / 10/00 11 / 17/00 12/06/00 12/07/00 — 12/ 18/00 12/19/00 02/ 16/01 04/01 /01 3 INFORMATION: Questions regarding this solicitation should be directed in writing to Brenda Wells via email at: well sb(a�dms.state. fl.us or by fax at (850) 488-5498, no later than the deadline listed in the Calendar ents. Answers to all questions presented in that time frame will be posted on the State Purchasing web s on the date listed in the Calendar of Events. FEDERAL GOVERNMENT AGENCIES In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal agencies which may desire to purchase under the terms and conditions of the contract. QUALIFICATIONS Only bids submitted by product manufacturers will be considered for evaluation. Contract orders may be directed to a manufacturer's representative or to servicing dealers, but only those bids signed and presented by the product manufacturer will be considered for contract award. All bidders shall provide technical documentation of products bid, including illustrations, product specifications, price lists and finishes. Failure to supply this information will result in disqualification of your bid. State Purchasing reserves the right to require bidders to submit samples of the proposed products before making a final determination of acceptability. TESTING Laboratory testing is required for all lateral and vertical steel files offered in response to this Invitation. To be t dered for award, the manufacturer must have the files listed on a current GSA contract, and must submit nr9ame pricing or better for the State of Florida. Also, sample laterals and verticals must also meet the specifications and pass the testing procedures detailed in the attached "Lateral File Cabinet Specifications and Testing Procedures" and "Vertical File Cabinet Specifications and Testing Procedures". Verification of specifications and testing must be submitted by the bidder in the form of the original signed lab report from one of the facilities listed in this Invitation or an ISO Certified Testing Lab. Test reports from other sources will not be accepted. Failure to submit testing documentation with the Invitation response shall result in disqualification of the bid. Only the lateral and vertical steel files meeting all specifications, tested, and approved shall be awarded under this contract. (Rev. 17 Nov. 00) BUSINESS REGISTRATION APPLICATION Contractors must have a revised, current and complete Vendor Registration Application identified as the "Business Registration Application" on file with the Department of Management Services. If you updated your information on or after December 22, 1999, no additional information is required. You may download this form by accessing the Vendor Registration System at: http://fcn.state.fl.us/dms/venreg. Completion of this form is mandatory for those vendors who are under contract with the State, and for those servicing dealers who will be receiving orders and/or direct payment for State Contract sales. SPECIAL ACCOMMODATION S person requiring a special accommodation at the Division of Purchasing because of a disability should he Division of Purchasing at (850) 488-8440 at least five (5) workdays prior to the opening date. If you are hearing or speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1 (800) 955-8771 (TDD). TECHNICAL DOCUMENTATION t*roducts bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When nt nical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the bidder non -responsive, unless State Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products offered through technical documentation available within State Purchasing as of the date and time of bid opening. Such authority of State Purchasing shall in no way relieve the bidder from the ultimate responsibility to submit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to State Purchasing. The State shall not be responsible for the accuracy of the technical documentation in its possession. SERVICING DEALERS Bidders are required to name at least one servicing dealer for each of the geographical regions, as indicated on the form following the pricing pages. Each dealer named will be responsible for delivery and installation of products, as well as providing needed assistance to the Users, as defined in the Eligible Users paragraph, General Conditions. There must be a minimum of two (2) different dealers named, with each dealer servicing no more than two (2) districts, see enclosed map. Bidders are encouraged to use certified Minority Business Enterprise dealers. All servicing dealers participating in this contract are required to register with State Purchasing and their resulting SPURS numbers shall be included with their contact information. Failure to comply with this requirement will result in disqualification of bid. very delays and service complaints will be monitored on a quarterly basis. Documented inability to plWorm under the conditions of the contract may result in cancellation. DELIVERY METHODS - DEFINITION OF TERMS Non -Installed Orders: On non -installed orders, items delivered to the ordering agency shall be unloaded by the delivering carrier and placed on the agency's loading dock. If there is no loading dock, items shall be unloaded by the delivery carrier and placed in a space immediately adjacent to the carrier's vehicle at the delivery location. Inside Delivery, Non -Installed: On orders specifying inside (non -installed) delivery, items shall be unloaded and delivered, in the shipping carton, to the ordering agency by the delivering carrier and placed inside the door on the first or ground level floor of the building. Installed Delivery: On installed orders, (open, set in place, ready for use) the contract supplier or the delivering carrier, acting as the contractor's agent, shall be responsible for receipt, inspection, and assembly of items delivered in the area designated by the ordering agency, as well as prompt removal and disposal of all debris which is a result of the delivery. The ordering agency shall be responsible for the immediate removal of any existing furniture from the area in which the contract items are to be installed. Elevator(s) must be made available if more than one story. If no elevator is available, delivery will be made to the ground floor, or additional delivery fees may be negotiated. 5 DELIVERY FROM STOCK QMWers are encouraged to offer, as an option, pricing for deliveries not to exceed 30 days after receipt of r. Bidders must indicate model number, minimum/maximum quantities, and any additional charge. State Purchasing reserves the right to accept or reject any individual item(s) offered under this option. DELIVERY REQUIREMENTS Delivery of all contract items (with the exception of special finish, custom fabric, or customized orders) is required within 90 days from receipt of purchase order containing complete ordering information; contract number, commodity number, item description, manufacturer's model number and street delivery address (not Post Office Box). Any known factors (including vacation period, factory inventory, etc.) that may disrupt this delivery schedule must be clearly stated in the bid along with the specific information on how orders will be processed during such periods. Delay in delivery beyond the time specified in the bid must be justified to the ordering agency, in writing, and if required, the contract supplier shall provide temporary furniture on a rent- free basis. Furthermore, items not delivered within the required delivery schedule may result in the contractor being found in default by State Purchasing in accordance with nonconformance to contract conditions paragraph, General Conditions. Delivery delays and service complaints will be reviewed on a quarterly basis. Documented inability to perform under conditions of the contract may be cause for cancellation. INSTALLATION COSTS/SPACE PLANNING FEES llation charges shall be listed as a per -item fee or percentage of price fee, on the price sheets. Installing t shall be responsible for receipt, inspection, and assembly of items at the location listed on the purchase order. All "installed" items shall be made ready -for -use, with removal and disposal of all debris and shipping materials. The ordering agency shall be responsible for removal of any existing furniture from the area in which the contract items are to be installed. Elevators must be made available if more than one story. If no elevator is available, delivery shall be made to the ground floor, or additional fees for installation may be negotiated. The installation charges shall also apply to any required reconfiguration of systems furniture during the term of the contract. Space planning fees for systems and modular furniture shall be listed as an hourly fee on the price sheet. CONFORMANCE TO CODES The installing dealer shall be responsible for verifying furniture space plan/configuration fits the given space and all aisles and openings and doors meet the local fire and safety coded and are in conformance with ADA regulations. Also, upon the request of the State or of a using agency, the contractor shall be responsible for providing written verification of their products conformance to current fire and flammability codes, as regulated by the State of Florida. NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of section 247A (e) of the Immigration and Naturalization Act. If the contractor knowingly employs unauthorized aliens, such violation 9 be cause for unilateral cancellation of the contract. PUBLIC ENTITY CRIMES Otyrson or affiliate who has been placed on the convicted vendor list following a conviction for a public crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. ETHICAL BUSINESS PRACTICES Any manufacturer awarded business as a result of this Invitation shall work in partnership with the State to ensure a successful and valuable contract, and ethical practices are required of State employees, contractors, and all parties representing the contractor. All work performed under this contract shall be reported to the Inspector General of the State of Florida, and may be cause for removal from this contract. SURCHARGE USER FEE AND SUMMARY OF TOTAL SALES State Purchasing hereby imposes a vendor surcharge user fee of 1 % on contractors' sales under any contract resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and cannot be added as a separate item. Use of this contract will be optional by State Agencies. If a State Agency elects to purchase from a source other than the resulting State contract, such purchases shall be in accordance with Chapter 287, F.S., and 60A Florida Administrative Code. *r receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the State of Florida no later than 15 days after the end of each quarter. Vendor user fee should be noted on the check and remitted to: State of Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5438 Contract supplier shall furnish the State Purchasing a detailed summary of sales at the end of each contract quarter (see attached Vendor User Fee Report form). By submission of these Sales Summary reports and corresponding vendor surcharge deposits, the contractor(s) is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida. A reporting information form is included within this solicitation -- this form must be completed and signed. Failure to execute and include this form with ,your bid will be grounds for disqualification. Failure to comply with these requirements will result in the contract supplier being found in default, in which case any and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the defaulting contractor and may result in immediate, unilateral cancellation of your contract by State Purchasing. r1 L J SALES REQUIREMENTS s will be reviewed on a quarterly basis. Should no sales be recorded in two consecutive contract quarters, contract supplier may be placed in probationary status. Should no sales be recorded for three consecutive quarters, the contract supplier may be removed from the contract. PURCHASES UNDER $2500 Agencies have the option to purchase from non contract vendors provided the cost is below $2,500. State agencies are encouraged to use the State Visa Card for all purchases under $2,500. PRICES Prices shall be submitted in the form of. 1.) A discount off manufacturer's current published price list with the GSA -approved discount structure or better, in effect at the time of bid opening. A copy of your GSA contract must be submitted with the bid. OR- 2.) The published GSA discounted price lists, in effect at the time of bid opening. All pricing shall duplicate GSA price lists and discounts for every item offered. A copy of the price list quoted and documentation of the GSA approved contract with discount structure must be submitted with the bid. Any GSA revision of pricing and products shall be submitted to State Purchasing with the State reserving fcight to accept or reject within 30 days, or cancel the contract. Any increase accepted shall not become tive until approved by State Purchasing. (Rev. 17 Nov. 00) Pricing submitted for balance -of -line items shall be within 5% of the discount offered for similar items. State Purchasing reserves the right to adept or reject any items submitted. State Purchasing reserves the right to reject items offered whose discounts are less favorable than those offered to other entities in the State (i.e., city or county contracts), and reject items that do not offer the best value to the State. FILL- IN PRICING The bidder must also honor "fill-in" orders at the same pricing and discount for 90 days after substantial completion of a single job, delivered to a single location. NEW PRODUCTS/MANUFACTURERS New products will be considered for addition to the contract only at the written request of using agencies and if determined to be in the best interest of the State, contingent upon receipt of completed bid documents and product review. The addition of manufacturers will be considered only at the time of the contract anniversary date, or such time determined by State Purchasing, to be in the best interest of the State. s QUANTITY DISCOUNTS wier is urged to offer additional discounts for one time delivery of large single orders of any assortment of sin the space provided on the price sheets. Such discounts will not be considered in the evaluation of the bid. SPECIAL SALES OFFERS All purchases made from State contracts by State agencies, institutions and political subdivisions must be in strict adherence to all terms, conditions and prices contained therein; therefore, all contract suppliers and their representatives are required to present any "special" price proposals directly to State Purchasing. Please note that any proposals that extend beyond the terms currently in effect must be submitted as a pricing revision for use by any State contract customer, and must be approved by State Purchasing prior to presentation. CONTRACT ADMINISTRATION The contract resulting from this Solicitation will become a public document. The State of Florida, State Purchasing, is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute contract and product information to users of State Term Contracts. The following components and activities are required of each contractor: • Each contractor shall develop and maintain a State contract Web Page on the Internet WWW to post approved contract information. The contractor's web page will be linked from the State Contract web site, and be dedicated to the State of Florida Contract. Access to the site and its' information cannot be password protected. Each vendor's State Contract Web Page must be built and then maintained over the life of the State Term Contract to be compatible with the most recent version of browser software being used by State Purchasing. As of the writing of this solicitation, Netscape Navigator 4.0 is the State Purchasing browser standard. State Purchasing intends to upgrade to new browser versions as they become available and fully tested, at its discretion. Except in the event of unforeseen technological interruptions or forces fo nature, continued disruption of service or inadequate access may be grounds for the contract link to be broken and/or contract cancellation. • Each contractor's State Contract Web Page must include the following information in the format provided in this solicitation: price sheet(s), ordering instructions, and servicing dealer listing. Format examples are attached. Though not required at this time, it is highly recommended that graphics and/or audio based information also be used. Additional links may be included to access additional product literature, the vendor's home page, or any other pertinent information. The Universal Resource Locator (URL) for the State Contract Web Page must be supplied to State Purchasing no later than February 16, 2001. �J 0 CONTRACT REVISIONS *ugh contractors are responsible for maintaining their own contract information through their State tract Web Page any revisions to the originally a raved contract information must be authorized in writing by State Purchasing prior to implementation. A revision authorization Form is included in this document, and should be submitted with any request to revise pricing and/or terms, ordering instructions, or servicing dealer listing. Upon review of a State Contract Web Page, should unauthorized information be discovered within the site, the contract link may be immediately suspended until the information is appropriately revised, or until the contract is cancelled. ADDITION/DELETION OF VENDORS AND PRODUCTS OFFERED State Purchasing reserves the right to add or delete vendors and products within 180 days after such action by GSA, as published in the Federal Supply Schedule and all "Supplements". All other provisions of the "Addition/Deletion of Items" paragraph, General Conditions, shall prevail. DOCUMENTS TO BE SUPPLIED WITH THIS BID The following documents shall be submitted along with and in addition to the bid package. Do not submit bid or documents in a ring binder as these cannot fit on our file shelves. 1) The manufacturer's current published price list (in effect by the bid opening date) shall be supplied with the bid. 2) Documentation of GSA discount levels must be included. 3) All product information and specifications. 4) All product and price lists pertaining to quick -ship or in -stock programs. 5) Manufacturer's environmental policy or environmental mission statement. 6) Test Results for Lateral and/or Vertical Files if being submitted. RE UIREMENTS OF BIDDERS 1) Printed paper copies of this contract will not be automatically distributed to contractors or users. Contractors can view their current contract through the State Purchasing web site at htt :// urchasin .state.fl.us. 2) Color brochures and fabric/finish cards must be provided to all users upon request. All price lists and literature will be provided at no charge to the users or the State. 3) State Purchasing shall review and approve all literature, price lists, and promotional materials before distribution to agencies and political subdivisions. Failure to comply with this requirement may result in the contractor being found in default. 4) State Purchasing will provide mailing label diskettes to contractors after approval of literature, etc. CHANGE ORDERS Issuance of a purchase order under a contract resulting from this bid is a binding agreement. Purchasers should carefully check the accuracy of the order. Change orders or revisions are thereafter subject to the following: All requests for changes must be submitted in written form. Changes in the number of units (additions or deletions), commodity number, description, features or colors can only be made subject to the approval of the contractor. 10 2) Changes or revisions in the method of delivery or the designated delivery destination can only be made subject to the approval of the contractor. Multiple delivery points must be clearly indicated on the purchase order. When multiple delivery locations are required, enter "See Below" in the "Ship To" box on the purchase order. List delivery locations and instructions in the body of the purchase order, as well as the commodity number and quantity for each location. 4) Orders may be cancelled only by obtaining approval from the contractor, and may be subject to a 25% (or greater) re -stocking fee, plus freight charges. Most custom orders cannot be cancelled or returned. LEASING Under the terms and conditions of this contract, there are no provisions for leasing of systems or any other type of furniture. WARRANTY All equipment including material used therein shall be warranted by the contractor against mechanical, electrical, and workmanship defects. In the event defects become evident within the warranty period, the contractor shall either repair or replace the defective parts and materials at no additional cost to the purchaser. The contractor shall be liable to the purchaser for supply of information and material necessary for mandatory revisions determined by the manufacturer at no additional cost to the purchaser for the duration of the warranty period. The duration of this full parts warranty period shall be at least 5 years (except for fabric and tematic cylinders, which shall be warranted for a minimum of 1 year). The warranty period shall start with ate of equipment acceptance and shall be extended to include times during which the equipment is out of service for warranty repair. The warranty shall apply to all equipment provided under any contract resulting from this bid regardless of the location within the State of Florida. VENDOR RESPONSE SYSTEM To access an interactive Voice Response Systems for vendor payment inquiry, vendors may call (850) 413- 7269 between 7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by State Agencies. The system can accommodate English and Spanish speaking callers. SECTION 946.515 FLORIDA STATUTES It is expressly understood and agreed that any articles which are the subject of, or required to carry out this contract shall be purchased from the corporation identified under Chapter 946, F.S. in the same manner and under the same procedures set forth in Section 946.515(2), (4), F.S.; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. 11 Available products, pricing and delivery schedules may be obtained by contacting: www.pridefl.us, or PRIDE of Florida 2720 Blair Stone Road Suite G Tallahassee, Florida 32301 Telephone: (850) 487-3774 Fax: (850) 488-1299 VISA ACCEPTANCE The State of Florida has implemented a purchasing card program, using the Visa platform. Vendors may receive payment from state agencies by the purchasing card in the same manner as other Visa purchases. Visa acceptance is mandatory, but is not the exclusive method of payment. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction page of the bid. DISCRIMINATION In accordance with Section 287.34, Florida Statutes, an entity of affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on lease of real property to a public entity, may not award or perform work 4m ontractor, supplier, subcontractor, or consultant under contract with any public entity, and may not t act business with any public entity. INSURANCE, WORKER'S COMPENSATION The contractor shall take out and maintain during the life of this agreement, Worker's Compensation Insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Worker's Compensation law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. INSURANCE, CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE The contractor shall take out and maintain during the life of this agreement COMPREHENSIVE GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect him from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this agreement whether such operations are by himself or by anyone directly or indirectly employed by him, and the amount of such insurance shall be the minimum limits as follows: AO CONTRACTOR'S COMPREHENSIVE GENERAL $300,000.00 LIABILITY COVERAGES, BODILY INJURY Each Occurrence, & PROPERTY DAMAGE Combined Single Limit 12 B. AUTOMOBILE LIABILITY $100,000.00 COVERAGES, BODILY INJURY Each Occurrence, M & PROPERTY DAMAGE Combined Single Limit Insuring clause for both BODILY INJURY and PROPERTY DAMAGE shall be amended to provide coverage on an OCCURRENCE BASIS. EVALUATION/AWARD Award shall be made statewide for each manufacturer's office furniture product offering currently available on GSA schedule, on a multiple award basis. Lateral and vertical steel file cabinets shall be awarded statewide for each manufacturer's offering currently available on GSA schedule and meeting required specifications and testing, on a multiple award basis. State Purchasing reserves the right to make awards as outlined in the Awards Paragraph, General Conditions, if determined to be in the best interest of the State. All other provisions of the Awards Paragraph, General Conditions, shall prevail. • • 13 SYSTEMS & MODULAR FURNITURE: TRUCTIONS TO ORDERING AGENCY- PURCHASING PROCEDURES AND SERVICING 13MLER RESPONSIBILITIES The following steps should be taken by the purchaser and the servicing dealer in order to use this contract: I. SYSTEM SELECTION Purchaser shall list their project requirements and review the system literature and finishes provided by the manufacturer. Then, using the contract pricing/discount and the selection matrix, the purchaser should determine which system most closely meets the needs and the budget of their project. Do not ask for quotes from every contractor - use the matrix and catalogs to determine your needs. Any contractor has the right to invoice for Space Planning services if floorplans and/or component price lists are prepared. II. SITE VISIT A. Purchaser shall call servicing dealer and arrange a mutually convenient time for the dealer to visit the site. B. The date and time for the site visit shall not exceed seven (7) working days after the purchaser initiates the call. MC. Purchaser shall make a listing of personnel and requirements to be accommodated, and provide a floor plan or blueprint for the dealer to begin the planning process. The project budget and proposed completion date should also be discussed at this time. • D. Servicing dealer shall visit the site of the proposed work and familiarize himself with the extent of the project and any conditions that might affect the installation of the product. The servicing dealer is responsible for obtaining accurate on -site measurements. Reviewing plans in no way relieves the servicing dealer of this responsibility. E. Servicing dealer shall prepare the space plan and layout, the component list, and the installation cost. The hourly rate for this work shall be as noted in the contract price sheets. The dealer shall submit to the purchaser a written list of product (with finishes noted) with all products costs and space planning & installation costs, a floor plan, and delivery dates with an installation timetable. F. The servicing dealer may charge the purchaser for the space plan preparation if no purchase order is issued. G. The purchaser shall not require the servicing dealer to provide mockups. If there are questions about the product that require viewing the product, the purchaser shall visit existing installations. 14 III. INSTALLATION • A. All installation work shall be performed in a complete and workmanlike manner. Installers shall be required to have a means of identification, such as a badge, or be readily identifiable (shirt logo, etc.)as being an employee of the dealer when on site. B. All changes or modifications to the original project order shall be made in writing to the servicing dealer before the work is executed. C. Before installation is started, the dealer/installer shall arrange for access to the premises, and note delivery ramps, stairways and corridors. D. All hardware electrical connections to building service shall be done by an electrical contractor, and such service shall be arranged by the purchaser. E. All installed panels shall be vertical and all panel runs shall be straight and without noticeable variation. All panels shall be leveled upon installation completion. F. All surfaces shall be free of scratches, marks, dents, tears or other damage when the installation is completed. G. All property shall be protected against damage by reason of the dealer's/installer's operations in the performance of the contract. H. The servicing dealer shall not be responsible for moving any computer equipment, electronic equipment, copiers, libraries, or file rooms, or any other unusually furnished areas. Such items shall be removed from the area before the dealer commences work. Delays: If the purchaser experiences a problem that causes the scheduled delivery/installation date to be delayed, or if the site is not accessible or safe, and adequate storage space is not available during installation, the furnishings will be stored until delivery or installation can be accomplished. Invoices will be sent to the agency upon delivery of the furniture to the designated storage facility. 80% of the payment is required 30 days after the furniture enters storage; the remaining 20% is due upon completion. The purchaser shall notify the servicing dealer, in writing, of any problems, discrepancies, or defective items. If the servicing dealer, after receipt of any such written notice fails within 72 hours to commence at the job site with performance of the work necessary to complete or remedy all defects, clean-up, etc., the purchaser shall be entitled to have such work remedied and the servicing dealer shall be full liable for all cost and expenses reasonably incurred by the purchaser. K. Servicing dealer shall arrange for a "User Orientation" seminar with the purchaser's staff. 15 LATERAL STEEL FILE CABINET SPECIFICATIONS AND TESTING PROCEDURES This specification covers lateral filing cabinets, steel, that will provide for filing letter -and legal -size materials laterally (side -by -side) and front -to -back of the cabinets, in a variety of methods. REQUIREMENTS 1.. General: The lateral filing cabinets shall be of a single depth to accommodate filing legal- or letter -size materials laterally (side -by -side) and front -to -back in the same cabinet, with optional accessories. All filing cabinets shall meet the requirements of the specifications and testing detailed herein. The lateral steel file cabinets described herein must be standard and continuing items in the manufacturer's product line and shall be identified by regular catalog numbers from the published catalog. 2. Materials: All materials used shall be free from defects that affect serviceability or appearance of the finished product. A) Steel:_ Steel sheets used in fabrication of the file cabinets shall be commercial quality. All steel shall be smooth, free from rust, scale, pits, scratches, laps and buckles affecting strength. B) Finish: Final finish for the cabinet, drawers and drawer surfaces shall be enamel of the baking type or powdercoat. Colors and application shall be in accordance with the manufacturer's own specifications but shall be required to pass the "Finish Tests" specified herein. Wev. 17 Nov. 00) C) Construction: All welding and mechanical attachments shall provide rigidity to the completely assembled unit to prevent misalignment, sagging, binding of parts or other damage to cause interference with the operation of drawers and suspension, lock mechanism and other moving parts, when loaded and tested as specified herein. Any exterior welds shall be smooth; interior welds shall be finished to eliminate sharp edges or rough surfaces that might cause personal injury. D) Drawers and Shelves: File drawers shall be a solid, fixed front type, with double wall construction at least 2" in height of drawer front. Shelves shall be a roll -out type with receding doors. Drawers and shelves options shall provide for filing letter and legal size materials laterally (side -by -side) and front -to -back, in a variety of methods; provisions for hanging file folders may be integral with the drawer and shelf design or may be a separate attachment. Drawers and shelves shall also be separate attachment. Drawers and shelves shall also be designed to hold vertical dividers (inserts) on not less than two-inch (2") centers across the full compartment width. When called for, no less than three (3) dividers shall be furnished with each compartment. Drawers and shelves shall fit squarely in their openings. The ends shall be formed and finished to eliminate roughness and sharp edges which affect serviceability or appearance, or which might cause personal injury. (Rev. 17 Nov. 00) is 16 E) Suspension: Drawer and roll -out shelf suspension system shall be of the progressive type with free rolling rollers, balls or fixed journal rollers of the ball bearing or roller bearing type, shall be factory lubricated and shall travel easily, quietly and smoothly. Suspension shall allow a filling compartment to extend outward until V ompartment back is out of the cabinet, but not more than 1-1/4 inches. Suspension members, including channels, shall be finished following the best commercial standards for proper protection and durability. Suspension shall not cause binding when opening or closing drawers or shelves. Suspension system supporting each drawer or shelf shall assure smooth and easy operation of the drawer or shelf and withstand the test requirements listed herein. F) Operation: Extension of the drawers or shelves may be manual or automatic (door actuated) and shall comply with the "Push Pull" tests specified herein. Drawers in the closed position shall remain closed (no creeping open). G) Locking Device: Locks shall be supplied as an option and, when requested, shall be of a tumbler type or approved equivalent. The lock shall secure all filing compartments and/or doors simultaneously (gang lock). No less than 150 different key changes shall be offered. Master key option must be available. Duplicate keys shall be furnished with each locking cabinet. H) Safety Interlock: All cabinets shall be provided with a positive mechanical interlock mechanism. The mechanism shall be such that under the condition where one compartment is extended beyond the fully closed position, no other compartment in the cabinet can be extended more than 1-1/2 inches beyond the face of the cabinet. I) Out Stops and Bumpers: The cabinet shall have out stops to prevent drawers or shelves from falling out of the cabinet when they are fully extended and in -stops or bumpers to prevent metal -to -metal contact between Sear of the drawers, shelves, suspension, and tracks and the back of the cabinet case. Bumpers shall be of er composition or other resilient material and shall be installed in a manner to withstand a normal rebound without damage. J) Glides: A minimum of 4 leveling glides shall be provided. The base of the glide shall be not less than 0.75" dia. and shall have a corrosion -resistant finish or plastic surface that is smooth so as not to abrade floor surfaces. K) Bolts, Nuts, Screws and Accessories: The bolts, nuts, screws and accessories shall be made to resist rust by electro-galvanizing or by zinc, chromium or cadmium plating, as commercially produced by manufacturers of these items unless otherwise specified herein. Counterweight kits must be available for the manufacturer's series bid. L) Caution Label: A label bearing a statement similar to the following should be permanently affixed to the interior surface of a side panel of the top compartment of each cabinet so as to be readily visible to the user when the compartment is open: • 17 10►:I\0 12-ws "Caution : Bottom compartments should be loaded first, to minimize possibility of the cabinet tipping over." p_les• All bidders shall submit lab tests for the following item: (Rev. 17 Nov. 00) "one (1) legal size lateral file cabinet, 42 inches wide, 5 tier, with lock, 4 solid front drawers equipped with hanging frames for side -to -side filing and fifth tier to be roll -out shelf with 3-adjustable dividers and receding door" Samples shall be new current production items at the time of this bid. It is the bidder's responsibility to have all samples completely assembled per the independent test laboratory instructions for receiving. In order to avoid having test panel cut from the roll -out shelf door, bidders shall deliver one (1) approximately 4" x 8" painted production steel panel of the same material and thickness as used in the production of the door front for examination and testing. Failure to enclose complete test results from one of the labs listed in this document or an ISO Certified Testing Lab will result in rejection of the bid. File samples which, when tested, fail to meet the specifications shall be basis for rejection of the related bid. (Rev. 17 Nov. 00) dom Samples: Random samples may be selected from delivered commodities, in order to assure ormance with this specification and the standard sample throughout the term of the contract. Inspection and testing shall be in accordance with specifications listed herein. Specification(s) or Model Changes If the components or construction of the file cabinet changes during the contract period, the file cabinet must be retested and test reports submitted to the contract administrator. File cabinets tested must be representative of the offered items for each product line. The contractor is responsible for the performance of all inspection requirement specified herein. • 18 TEST INSPECTION PROCEDURE LATERAL STEEL FILE CABINETS POT I, INSPECTION PROCEDURE: Inspect lateral file cabinets for the following: 1. Overall workmanship (no sharp edges, smoothness of exposed surfaces, and tightness of all fastening devices). 2. Check operation and diameter of leveling glides per specifications. 3. Check for presence of compartment options and for ease of installation. 4. Check operation for lock and gang lock capability. 5. Check for presence of "Caution Label". 6. Check that drawers have stops and bumpers. 7. Check that drawer fronts have double wall construction. PART IL TEST PROCEDURE: 1. Finish Tests: A test panel approximately 4" X 8" furnished (or cut from the file drawer or roll -out shelf door) shall be bent at room temperature around a 1/8-inch-diameter rod to 180 degrees without cracking, flaking or loss of finish. Using an inside surface of a file drawer or shelf as a test surface, conduct the following finish tests: A) Adhesion test: The test surface shall be scored with a razor blade through the film coat to the base metal in such a manner to produce a grid of 1/8-inch squares (one -square -inch area approximately). A one inch wide strip of pressure sensitive, transparent, cellophane tape shall be applied firmly to the grid surface and then quickly pulled from the surface. The dried film shall not be removed from the panel when the tape is removed as per ASTM D3359 Classification No. 5. B) Hardness test: The dried film on the test surface shall withstand the firm stroke of a 2H pencil held at a 45-degree-angle and pushed across the film surface without evidence of marring when viewed at an oblique angle in a strong light. 2. Pull Test: The shelf or drawer under test shall be evenly loaded with typical filing materials (84 pounds in 42" drawer). The test shall be conducted after approximately 100 cycles of opening using a force gauge (or equivalent method) attached to the center pull area. A test bracket may be used to make the connection. The pull force required must not be greater than 9 pounds to open over the anti -rebound and not greater than 5 pounds for full extension of the drawer or roll -out shelf. The suspensions are not to be cleaned or lubricated during the test. Drawers and roll -out shelves shall operate easily, quietly and smoothly without binding after the test. • (Rev. 17 Nov. 00) 19 3. Static load test: All compartments in the cabinet shall be fully loaded with filing material as specified in Paragraph 2 above. The load material shall be filed in a lateral manner (from side to side) in each compartment. Dividers shall be positioned to retain the filed material. The cabinet shall then be tilted on one of its sides at an angle of 60 to 65 degrees with respect to the floor surface so that the loaded material bears against the divider. The cabinet shall remain in this position for not less than 3 hours. At the end of the 3-hour period, the cabinet shall be leveled and examined. The cabinet shall have failed the test if any cabinet part or component is damaged or permanently distorted, or if the pull force to operate drawers and shelves exceeds the push/pull force specified in Paragraph 2. 4. Interlock Mechanism test: One compartment in the cabinet shall be opened not less than 6 inches from its fully closed position. All other compartments shall be fully closed. A horizontal force (pull) not to exceed 30 pounds shall be applied to the front of closed compartments to test the operation of the interlock mechanism. It shall require manual closing of the open compartment before a second compartment can be opened, or, the open compartment shall automatically recede toward its closed position with the opening of a second compartment. With one compartment open, the interlock mechanism will be considered unacceptable if any other compartment opens more than 1-1/2 inches beyond the face of the cabinet. 5. Stability Test: Position the file cabinet on a level surface and level. Extend the top drawer or roll -out shelf to its fullest extension and load uniformly with filing material as specified in Paragraph 2 above. The file cabinet shall withstand a 10 pound minimum horizontal force to the normal hand pull location of the extended drawer or roll -out shelf without tipping. • .7 20 VERTICAL STEEL FILE CABINET SPECIFICATIONS AND TESTING PROCEDURES Ove s specification covers conventional style, vertical steel file cabinets which are designed to hold general filing material. 1. General: The vertical steel file cabinets offered shall accommodate legal and letter size materials, with optional accessories. All filing cabinets shall meet the requirements of the specifications and testing detailed herein. Vertical steel file cabinets described herein must be standard and continuing items in the manufacturer's product line and shall be identified by regular catalog numbers from his published catalog. 2. Materials: All materials used shall be free from defects that affect serviceability or appearance of the finished product. A) Steel: Steel sheets used in the fabrication of the file cabinets shall be commercial quality. All steel shall be smooth, free from rust, scale, pits, scratches, laps and buckles affecting strength. B) Finish: Final finish for the cabinet, drawer and drawer surfaces shall be enamel of the baking type or powdercoat. Colors and application shall be in accordance with the manufacturer's own specifications but shall be required to pass the "Finish Tests" specified herein. (Rev. 17 Nov. 00) C) Construction: All welding and mechanical attachments shall provide rigidity to the completely assembled unit to prevent misalignment, sagging, binding of parts or other damage to cause interference • with the operation of drawers and suspension, lock mechanism and other moving parts, when loaded and tested as specified herein. Any exterior welds shall be smooth, interior welds shall be finished to eliminate sharp edges or rough surfaces that might cause personal injury. D) Cabinet Case: The cabinet case shall consist of front, top, sides, back and bottom. The sides, top and back of the cabinet case shall have smooth even surfaces and shall be without holes or indentations except for scored knockouts. There shall be not less than 5 interior vertical reinforcing members. One reinforcing member shall be located approximately in each corner and one centered on each side. The cabinet case shall be rigidly formed, sufficiently braced, reinforced and welded in order to withstand heavy usage, without warping, twisting or distortion enough to impair the operation of the drawers or cause defects which might affect serviceability of any part of the cabinet. .7 Cabinet Case Metal Gauges: Minimum thickness of metal components for cabinet case shall be as follows: Top 20 Gauge Sides 22 Gauge Back 24 Gauge Bottom 24 Gauge Interior Vertical 20 Gauge Interior Horizontal 20 Gauge 041 E) Drawers: Drawer front shall be of double wall construction at least 2" in height. The inside drawer front shall be metal. The drawer assembly shall result in a drawer that is properly aligned. The drawer front shall fit squarely into the drawer opening. Each drawer shall have a handhold with beaded or rounded grip in rear of drawer for drawer removal. (Rev. 17 Nov. 00) Drawer Dimensions: Minimum inside drawer dimensions (clear net filing space with follower block in most rearward position) shall be as follows: Height Width Depth Minimum Minimum Minimum Inches Inches Inches Drawer Legal Size Drawer Letter Size 10.25 15.25 10.25 12.25 26.26 26.25 Inside drawer height shall be measured from clear drawer bottom to bottom of clear drawer opening for the full width and depth of drawer. Inside depth shall be measured from the inside drawer front to the front of the follower block in its most rearward position. Drawer Metal Gauges: Minimum thickness of metal components of drawer shall be as follows: Outside Front 22 Gauge Inside Front 24 Gauge Body and Back 26 Gauge Drawer Suspension: Drawer suspension system shall be of the progressive type with free rolling rollers, balls or fixed journal rollers of the ball bearing or roller bearing type, and shall travel easily, quietly and smoothly. There shall be a minimum of six main bearing rollers supporting the drawer. When only free rollers or free rolling balls are used, there shall be no less than a total of ten in supporting the drawer. Suspension members, including case channels, shall be finished following the best commercial standards for proper protection and durability. Suspension slide members shall be 16 gauge minimum with 18 gauge minimum cross members. Suspension system supporting each drawer shall assure smooth and easy operation of the drawer and withstand the test requirements specified herein. G) Follower -Block: One follower -block shall be furnished with each file drawer. The follower -block shall be the friction locking type or shall be held in place by engaging slots or formations in the drawer sides. The follower -block shall be held securely in a right angle position to the drawer sides at any point of required travel. The follower -block shall not be movable rearward until activated by a safety device on the plate. Minimum thickness of the follower -block plate shall be 22 gauge. H) Stops: All drawers shall be provided with a stop which will prevent the drawer from hitting the back of the cabinet on the inward movement and with a positive stop which will prevent the drawer from falling out when fully extended. The stops encountered on the inward movement shall be equipped with bumpers of rubber or other comparable material. The stops shall prevent the unintentional removal of drawers but the drawers shall be easily disengaged from the stops and removed from the cabinet when desired, without the need of tools. 0 22 I) Locking Device: Locks shall be supplied as an option, and when requested, shall be of a tumbler type or approved equivalent. The locking mechanism shall be a positive mechanical mechanism operated by a chrome plated plunger type lock. Plunger springs out when unlocked with the key and locked by pushing the plunger in until it catches. The locking mechanism shall secure all file drawers simultaneously (gang lock) and shall be so constructed that the drawers left open may be closed and positively locked after the cabinet is locked, without distorting the locking mechanism. Locks shall have not less than 150 key changes. Duplicate keys shall be furnished with each lock. J) Drawer Latch: Drawer shall have a positive acting spring latch mechanism capable of holding loaded drawer closed at any tilt angle. The latch release button shall have free movement only in the horizontal plane parallel to the drawer front. The release button shall fit snugly to the drawer front and shall be located convenient to drawer pull so that one -hand operation will simultaneously release the latch and permit the drawer to be opened. K) Operation: Drawers shall open and close smoothly and shall comply with the drawer pull test specified herein. Drawers in the closed position shall remain closed (no creeping open). Samples_: All bidders shall submit lab tests for the following item: "one (1) vertical file cabinet, legal size, with four (4) drawers and lock" *mples shall be new current production items at the time of this bid. It is the bidder's responsibility to have all amples completely assembled per the independent test laboratory instructions for receiving. In order to avoid having test panel cut from the drawer face, bidders shall deliver one (1) approximately 4" x 8" painted production steel panel of the same material and thickness as used in the production of the drawer face for examination and testing. Failure to enclose complete test results from one of the labs listed in this document or an ISO Certified Testing Lab will result in rejection of the bid. File samples which, when tested, fail to meet the specifications shall be basis for rejection of the related bid. (Rev. 17 Nov. 00) Random Samples: Random samples may be selected from delivered commodities, in order to assure conformance with this specification and the standard sample throughout the term of the contract. Inspection and testing shall be in accordance with specifications listed herein. Specification (s) or Model Chances: If the components or construction of the file cabinet changes during the contract period, the file cabinet must be retested and test reports submitted to the contract administrator. File cabinets tested must be representative of the offered items for each product line. The contractor is responsible for the performance of all inspection requirements specified herein. 23 TEST INSPECTION PROCEDURE VERTICAL STEEL FILECABINETS *ART I, INSPECTION PROCEDURE: Inspect vertical file cabinets for the following: 1. Overall workmanship (no sharp edges, smoothness of exposed surfaces, and tightness of all fastening devices). 2. Drawer dimensions per specifications 3. Check that drawers have stops and bumpers per specifications PART II, TEST PROCEDURE: 1. Finish Tests: A test panel approximately 4" X 8" furnished (or cut from the file drawer or roll -out shelf door) shall be bent at room temperature around a 1/8-inch-diameter rod to 180 degrees without cracking, flaking or loss of finish. Using the inside surface of a file drawer or shelf as a test surface, conduct the following finish tests: A) Adhesion test: The test surface shall be scored with a razor blade through the film coat to the base metal in such a manner to produce a grid of 1/8-inch squares (one -square -inch area approximately). A one inch wide strip of pressure sensitive, transparent, cellophane tape shall be applied firmly to the grid surface and then quickly pulled from the surface. The dried film shall not be removed from the panel when the tape is removed as per ASTM D3359 Classification No. 5. B) Hardness test: The dried film on the test surface shall withstand the firm stroke of a 2H pencil held at a 45-degree-angle and pushed across the film surface without evidence of marring when viewed at an oblique angle in a strong light. 2. Stability Test: The filing cabinet shall be placed on a level test surface in its normal operating position. Extend the bottom drawer to its fullest extension and load uniformly with typical filing material, 781bs. (legal size material 8.5" X 14") for legal size. Close the bottom drawer and extend the top drawer to its fullest extension and load identical to the bottom drawer. The vertical file shall withstand a 15-pound horizontal force applied to the normal hand pull location of the extended drawer without tipping. All vertical files that do not meet this requirement are considered unstable and shall have failed the test. 3. Rack Test: The filing cabinet shall be placed in a level position. Each drawer of the cabinet shall be loaded with weights of typical filing material such as paper guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawers in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). Examinations and observations shall be made to determine the impairment, if any, of the ease of operation of the drawers, the locks, or other movable devices under conditions of loaded level uniform support. The drawer pull test as specified below shall be conducted at this time. The drawer operating force shall not exceed 6 pounds or 8 �unds as applicable. (Rev. 17 Nov. 00) 24 The loaded cabinet shall then be raised not less than one inch to a position of being supported at two diagonally opposite corners. The area of support shall not be greater than 6 inches from each corner. The loaded cabinet shall 41eam in this position for a minimum of 24 hours. The cabinet shall be returned to a level position and shall be examined to determine the impairment, if any, of the ease of operation of the drawers, the locks and locking mechanism, the latches or other movable devices. The drawer pull test specified below shall again be conducted. The cabinet shall be considered as having failed the test if the drawer operating force exceeds 6 pounds or 8 pounds as applicable. 4. Drawer Full Test. The filing cabinet shall be placed in a level position. The drawer to be tested shall be loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs.per drawer (legal size material 8.5" X 14" The test shall be conducted by using a force gage or passing a limp cord, attached to the center of the drawer pull, over the sheave with a weight applied to the free end. The force required to start the loaded drawer forward and to move it to its full outward limit shall be recorded. After approximately 100 cycles the drawer operating force to open and close the drawer for the full distance of its travels shall not exceed 6 pounds for letter size drawers and shall not exceed 8 pounds for legal size drawers. These figures include overcoming the load imposed by anti -rebound feature. The suspensions are not to be cleaned or lubricated during the test. 5. Static Load Test: Each drawer of the cabinet shall be loaded with typical filing material, such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). The compressor in each drawer shall be drawn up tight. The cabinet shall be tipped over on its back on a furniture moving dolly and shall remain in that position for not less than three hours. The cabinet shall then be returned to an upright position. The cabinet shall then be examined for damage to the exterior, the drawers, compressors and locks and for any displacement or damage to the drawer contents. 6. Cabinet Frame Side Racking Test: The filing cabinet shall be placed on a level floor surface or test platform and restrained from side skid movement by a 4 inch high stop or barrier placed flush against the side of the cabinet secured to the floor surface or test platform. Each drawer of the cabinet shall be loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer (78 lbs. for legal size). All drawers shall be opened 8 to 10 inches from their closed position. Using a test setup consisting of a hydraulic actuator and a mechanical force gauge or a weight and pulley arrangement apply a 35 pound force to the cabinet side at the upper front corner. The cabinet shall be subjected to the load for 30 minutes. Tipping over while the 35 pound load is a failure and cause for rejection. At the conclusion of the 30 minute test period, with the 35 pound load still applied, there shall be no deflection in the cabinet or drawers sufficient to prevent any of the drawers from being fully closed by hand. (The cabinet frame shall not be manipulated to assist closing the drawers). The drawers shall be examined and closed from top drawers down to the bottom . drawer. The load shall then be removed, the cabinet leveled, and all drawers subjected to the drawer pull test in paragraph 4. Failure of any of the drawers to close while the load is still applied after the 30 minute time period and failure of any of the drawers to comply with the drawer pull test shall be cause to reject the cabinet. 25 7. Lock Test: The filing cabinet shall be placed in a level position and secured to the floor or test platform. Each drawer of the cabinet shall be loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). Disengage the thumb latch so only the lock will be tested. Close and lock the vertical file cabinet. Apply a horizontal outward force of 50 pounds at the center of the hand pull. There shall be three attempts to open each drawer. The locking system will be considered inoperable if any drawer opens during the pull test. 8. Drawer Latch Test: The filing cabinet shall be placed in a level position and secured to the floor or test platform. Each drawer of the cabinet shall be loaded with typical filing material such as paper, guide cards and folders, or their equivalent weight, which shall be equally distributed from front to back of drawer in the following amounts: Legal size - 78 lbs. per drawer (legal size material 8.5" X 14"). Close and latch the drawer (Do not lock). Apply a horizontal outward force of 50 pounds at the center of the hand pull. The latching system will have failed if any drawer opens during the pull test. • C7 OR • • Introduction HOW TO USE THIS CONTRACT 1.Pricing Information 2. Ordering Information 3. Commodity Numbers Product Listing Frequently Asked Questions • 27 INTRODUCTION Welcome to the State of Florida Office Furniture and Files Contract. This site is dedicated to professionals tasked with specifying and procuring furniture. The web site links will lead you to the manufacturers pages dedicated the State of Florida Contract. Each manufacturer's page is not identical, but all will have the essential information: ordering instructions, price sheet, and servicing dealers, as specified for this contract. In addition, some manufacturers may provide additional information, such as help/questions, product information, configuration assistance and e-mail correspondence. For those agency/contract users who have the technical ability, some contractors have the ability to receive orders on-line. We hope you find the condensed "Office Furniture and Files" Contract more convenient and easier to use than before. This contract now contains all products previously solicited under the bids for "Office Furniture" and "Files; Lateral and Vertical". Please note several important changes in the contract: • This contract will require that all contractors maintain their own State contract information web site — either through a main company web site, or through a separate site. The contractor's site will be connected to the main State contract site as maintained by State Purchasing. • Only the manufacturers listed for offering the Lateral and Vertical Steel Files will be considered for the purchase of files. These manufacturers have passed independent laboratory testing for their product and awarded for this contract. ANY OTHER LATERAL OR VERTICAL STEEL FILES PURCHASED WILL NOT BE CONSIDERED A STATE CONTRACT PURCHASE. 40 PRICING AND ORDERING INFORMATION The Prices/Discounts on this contract duplicate those offered under the GSA Contracts. When GSA authorizes a change in discount or products, this contract will change accordingly (see Special Conditions, page 9-10). Any price lists not available on the Internet sites or any required fabric/color cards should be requested from your local dealer. C7 28 COMMODITY NUMBERS 40he commodity numbers for each type of furniture are listed on the vendor's "Ordering Instructions" Page. The groups of furniture included in this contract: Ergonomic Chairs Wood Chairs Wood Desks, Credenzas, & Tables Systems Furniture Computer Furniture (includes ergonomic accessories) Lateral Steel Files Vertical Steel Files ANY QUESTIONS CONCERNING THE TERMS AND CONDITIONS OF THE CONTRACT SHOULD BE FAXED TO BRENDA WELLS, STATE PURCHASING, AT # 850-488-5498 or email at: wellsb(a,dms. state. fl.us. • • 29 PRODUCT LISTING 40he Product Listing is an example of products offered by manufacturers available on the State of Florida Office Furniture & Files Contract. Onlv the manufacturers listed below are authorized to provide lateral and vertical steel files under this contract: ALLSTEEL KIMBALL ARTOPEX PLUS KNOLL DESIGN OPTIONS KRUEGER (KI) CONCORD PRODUCTS CO., INC. MONTISA GLOBAL OFFICE SPECIALTY HAWORTH SOUTHERN METAL HERMAN MILLER STEELCASE (Rev 30 April 02) SYSTEMS FURNITURE SEATING Open Office Systems Furniture Ergonomic Seating Desking Systems Task Seating Communications Center Workstations Multi -Shift Seating Stacking Open Office Systems Big & Tall Seating Floor -to -Ceiling Partitions Big & Tall Multi -Shift Computer Stations Executive Seating QECHNOLOGY/RISK MANAGEMENT LAN Furniture WAN Furniture Server Racks Lateral Files -Metal Keyboard Supports Cable Management CAD Workstations Adjustable Height Work Surfaces Ergonomic Accessories FILES/STORAGE Lateral Files -Wood Vertical Files -Metal Vertical Files -Wood ADP/Data Storage Metal Storage Cabinets Man Storage edia Storage Shelving/Personal Storage Side Chairs Lounge Seating Training Room Seating Stack Chairs Multi -Purpose Seating Wood Seating CASEGOODS Executive Wood Office Furniture Laminate Office Furniture Metal Office Furniture Computer Desks Laminate Bookcases Wood Files Wood Bookcases CONFERENCE/TRAINING Training Tables Wood Conference Tables Laminate Conference Tables Laminate Conference Accessories Presentation Accessories Computer Training Tables Multi -Purpose Tables Audio/Visual Accessories Conference Storage & Training Storage 30 FREQUENTLY ASKED QUESTIONS *AN I PURCHASE NON -OFFICE FURNITURE FROM THIS CONTRACT? It is not the intent of this contract to furnish non- office spaces, however, if there are items needed for a public or conferencing area, the purchase would be acceptable. WHAT SHOULD I KNOW ABOUT ORDERING LATERAL FILES FROM THIS CONTRACT? The stability of files is assured if they are properly installed and loaded, therefore we strongly recommend all laterals be ordered "Delivered and Installed" from the manufacturer. Follow the instructions that are shipped with the files to ensure that they are properly installed to provide safe performance. Instructions should include information about leveling files and ganging files together. Counterbalance for lateral file units is recommended unless cabinets are ganged from most manufacturers. There may be an additional charge for counterbalance. CAN I PURCHASE FROM A SERVICING DEALER THAT IS NOT LISTED WITHIN A MANUFACTURER'S CONTRACT? Technically, a servicing dealer must be listed as an approved contract dealer prior to order placement. Check with the manufacturer to make sure that you're looking at the most updated version of their dealer listing. If you need further verification of a dealer's approval, you can contact the State Purchasing contract administrator. WHEN INSTALLATION OR SPACE PLANNING FEES ARE LISTED AS "NEGOTIABLE", HOW DO I KNOW IF I'M BEING CHARGED TOO MUCH? Qntractors, or their servicing dealers, will quote installation or space planning fees based on a variety of different — delivery requirements, time -intensive planning, non-standard hours, to name a few. The variation of product will produce a wide range of charges, and therefore, there is no standard charge within the industry for some of these services. Of courses, the final decision will rest with the customer. If the charges are extraordinary, you are not obligated to accept the quote. Just be sure that this issue is negotiated up front, prior to any labor being supplied. CAN I CANCEL A CUSTOM FURNITURE ORDER? Only with the written agreement of the contractor. Be aware that if a custom order has already begun production, contractors are not obligated to accept your request for cancellation. Also, if a contractor agrees to keep the cancelled product, they may charge a re -stocking fee. I'M NOT ABLE TO ACCESS A MANUFACTURER'S CONTRACT WEB SITE — HOW DO I FIND THE INFORMATION THAT I NEED TO PLACE AN ORDER? Just in case the manufacturer has updated their web site, try to "reload" or "refresh" the web site (especially if you've book marked that particular site). If there are other technological problems that hamper access to the site, please report that situation to the State Purchasing contract administrator. State Purchasing may be able to provide you with the necessary information quickly, and can check into restoring access to the manufacturer's site. THIS LIST OF QUESTIONS MAY BE UPDATED PERIODICALLY. SHOULD YOU HAVE ANY OTHER MUESTIONS REGARDING THIS CONTRACT, PLEASE CONTACT THE CONTRACT ADMINISTRATOR, RENDA WELLS, AT 850-488-6904, SUNCOM 278-1985, FAX 850-488-5498, OR BY EMAIL AT: wellsb adms.state.fl.us. 31 • 425-001-01-1 Furniture: Office and Files Effective 04/01/01 through 03/31/04 Certification Special Conditions How to Use This Contract Revisions Email the Administrator Contractor Listing (Rev 30 April 02) laffordable Interior Systems, Inc. http://www.ais-inc.com/DealerNet/GSA3.asp Allseating http://www.allseatin com/florida0l Allsteel, Inc. http//www.allsteeloffice.com/Florida.html American Seating Co. http://www.arnericanseating.com/florida.htm APW Wrightline http://wrightline.com/florida Artopex Plus, Inc. http_//www.burby.com/artopexstate.htm Bodybilt, Inc. http://www.bodybilt.com/GSA/statecontracts/Florida Buro Design htt ://burodesi namerica.com/Govermnent/ overnment.htm CompuChair http://compuchairinc.com/contracts/florida.html Canadian Atlas Furniture Corp. http://www.burby.com/cafstate.htm Cannon Chair Mfg.,Inc: http://www.cannonchair.com/govemment/florida.html 0oncord Products Co.,Inc. http://www.concordproducts.com/contracts.cfm Cramer http://www.cramerinc.com/florida 32 Dauphin North America http://www.dauphin.coin/florida/default,html Wesign Options http://www.desipnoptions.com/florida.htm DMI Office Furniture http://www.dmifurniture.com/florida.htm EckAdams http://www.EckAdams,com/state%20contract/statecontract.htm Executive Office Concepts htti)://www.eocCorp.com/florida.htm Flex-Y-Plan Ind. Inc. http://www.fyp.com/Flweb/flcontracthome.htm Global Ind. Inc. http://www. lg obaltotaloffice.com/flerida-state/ GF Office Furniture, LTD http://www. fg offvice..com/fl Groupe Lacasse USA, Inc. htt://www.cfs rou .info/state Gunlocke Company htt ://www, unlocke.com/GSAflorida/ Harter http://www.harter.com/contracts/florida/florida.html Haworth, Inc. htt ://connect.haworth.com/stateofflorida Iserman Miller, Inc. http://www.hiniexperience.com/florida Hickory Leather Co. http://www.hlc-usa.com HighMark http://"-w.highmarkerizo.com/sfl.htm High Point Furniture Ind. Inc. http_//www.hpfi.com/state_of fl.htm Hon Company http://www.hon.com/jzsa/statecontract/ Howe http://www,thefalconcompanies.com/govemment/florida/howe Humanscale Corp http://www.humanscale.com/florida Indiana Desk Co. http://www.indianadesk.com/floridagov/ Invincible Metal Furniture Co. http://invincibleftirniture.com/Florida Inwood Office Furniture hq://www.inwood.net/home/floridaContracts,html ISE.Inc. http://www.florida.ise-er oig lomics.com lefco, Inc. hq://www.burby.com/iofcostate.htm JSI/Community http://www.jasperseatinq.com/contracts/state of florida/stateofflorida orderin .htm 33 Kimball Int. troll, Inc. Krueger Int.(KI) Krug, Inc. • La-Z-Boy, Inc. Mayline Company Miller Casegoods & Seating Montisa Office Furniture Neutral Posture, Inc: htM://ww-w.fumiture.kimball.com/fzsa florida http://florida,knoll.com ://www,ki.coin/florida www.krug.ca/_files/florida contract.htm ://www.lzbcontract.com/statecontracts http://www.mayline.com/floridacontract http://www.ha_ckimilorida.com http_://www.montisa.com/florida/ http : //www. igQergo. com/floridaContract Nova Solutions, Inc. http://www.novasolutionsinc.conVspecphotos/novagovfla.html Office Specialty: http://www.officespecialty.com/florida/ OFS http://contracts.ofs.com/florida Qmni International, Inc. hanA omniintemational.com/fl/stflcontract.htmI Paoli, Inc. httn://www.paoli.com/statecontracts/florida.htm Pride Enterprises http://www.peol.com/state furniture office files.htm Rosemount Office Systems, Inc. http://www.florida.rosemount-office.com/ SIS-USA, Inc. http://www.sishft.con-i/florida/ordering-information.htm (formally SIS Human Factor) Sit On It Seating http://www.sitonit.net/home/FLContract.htm Sitmatic http://www.sitmatic.com/florida.html Smed International http://www.smednet.com/resources/GSAinfo/extemaIGSAInfo.asp Source International htt://www.sourceseatin .com/florida/state of florida contract.htm Southern Metal http_//southemmetal.com/florida/ 40 p andard Desk http://www.standarddesk.com/std/myflorida.htm --Steelcase, Inc. htt://in2.steelcase.com/stateofflorida 34 Stylex, Inc. http://www.slylexseating.com/stateofflorida Opperior Furniture http://www.sqperior-seating.com/contracts/florida.htm __ _ m/contracts/florida.htm Symbiote, Inc. http_//www.symbiote.com/FloridaState Systematix http://systematix.org/flcontract.html Tab Products Co. http://www.tab.com/solutions/government/florida Teknion http://tekfloridacontract.com Trendway Corp. http://www.trendway_com/contracts Vecta http://www.vecta.coin/florida/fcontractO 1.html Via http://www.viagsa.com/florida.html Viking Acoustical Corp. http://www.vikingusa.com/floridacontract.htm WorkRite http://www.wrea.corr/florida (Rev 10 July 03) 0 0 35 • Ll T140MA5 W. Kurr Ot4D MIAMI tZ0? Cam.mcTacPa�l[way,Mi�%MILT 1 33Qi� 7O: 954.435,7300 Pax; 954.435.7212 iit6er ;bat8 �ustarfi'�rO,�,d�r�ly�rrrX� 84999 3/1/2D04 TAMARAC FIRE RESCUE QUOTE TO: ACCOUNTING DIVISION CITY OF TAMARAC 7525 N.W. 88TH AVENUE Tamarac,FL 33321--2401 United States TAM000 IRITA BERMAN/KHE TR 10357 EXHIBIT "B" Pace I o/ a �bt PrcSl No.. ; SHIP TO: BLAINE LONG CITY OF TAMARAC FIRE RESCUE 7525 N.W. 88TH AVENUE Tamarac, FL 33321-2401 United States P: 1.954.72d.1315 P: 1.95d_724.1315 TerMS NET 10 DAYS Sales LOC.: MIAMI ;p!u,fij' t�'�pQ �,►Jp t�G�i�.�i"+�f�w;f�;:�.,•:_xi'r';�;•�� e''"-:1Jt1iLtiIih i; :1� r •., .,, STATE OF FLORIDA CONTRACT #425-001-01-1 EEG Subsection CLASSROOMS/EOC GRANT 1 48.00 TS30105 STEELCAS 166.98 8,015.04 A LA CARTE,SQUARE BK,MIDBK, FX-D B H, MAINT ADJ SEAT UPHLSTRY:5A23 GREEN OPTIONS F * OPTIONS CASTER "OPT:CASTERS DUAL HRD STD:DUAL WHEEL CASTER HA CTRLMECH *OPT;CONTROL MECH OPTIONS SWV TILT SWIVEL -TILT MECHANISM ARMS *OPT:ARMS ADJWDT C ADJUSTABLE WIDTH `C, ARM Tag For: CLASSROOM 2 12.00 192951 VECTACON 372,00 4,464.00 TABLE-RECT,24X72,1 1/4 T14K,28 1/2H,T BASE,FOLDiNG BEZEL :0014 MATTE BLACK EAGs :6680 RUNNER SLACK VINYL EDGE FOOT :0014 MATTE BLACK LEG :0014 MATTE BLACK MOD PA .9001 NO TOP :2871 S/C BLACKENED BRONZE LAMS Tag For; CLASSROOM 3 12.00 172951 VECTACON 435.71 5,228.52 ':ABLE-RECT,24X84,1 1/4 THK,28 1/2H,T B+kSE,FOLDxNG BEZEL :0014 MATTE BLACK EDGE :6680 RUNNER BLACK VINYL EDGE FOOT :00:4 MATTE BLACK LEG :0014 MATTE BLACK MOD PANE : 9 0 O 1 NO TOP :2811 S/C BLACKENED BRONZE L;LMZ ACCEPTANCE SUBJECT TO TERMS AND CONDITIONS AUEPTEO By —.. TI-I E _—..... ,_. HATE Ed bJd6T : rO POO? TO '-11'W 'ON 3NOHd I Wd I Wf d-�flzi SdWOl�l ldObd A • ll/AVll'1J YY. purr CC k UJ, OJ,j AN Y 4p "UANH Quotation 3201 Commence Parkway, Miramar, HI 33025 Te1:954.435.7300 Pax.954.435.7212 Page 7 of 6 quote Quate _ r ��' I I 4 matte Custa'rT7er L�rdewr'q�'� " ,rdc�►tE t�umbe�s ; M. dr SPd,1in �lVuhi T; v rHf2 f�¢e113alIV n ":79 No 77 84999 3/1./2004 TAXIARAC TIRE RESCUE TAM000 RXi'A eERMAN/KHE 1.:. ,,. ; Via......... ,r, - x .... r.: • • r..,.a.,- - - - ...,, �nq �• I'U.�i zcrea''e Tag For: CLASSROOM 4 4.00 NAC4239VBL NATIONAL 492.40 ACCESSORIES,AUD10 VISUAL BOARD ,LAMINATE DRAWER/DOOR LAMINATE COLOR 461 GRAPHITE Tag For: CLASSROOM 5 4.00 M1140--084 POLY VISIO 101.66 110 P3 CERAMICSTEEL M W;28 GA 1/2" PB; .005 BACKING; 96"X481r SURF OPT:6100 P3 HIGH GLOSS - WHITE Subsection Sub Total FLORIDA NON- ARABLE SALBS Included In Grand Tota Total END Subsection CLASSROOMS/EOC GRANT BEG Subsectio7 LOBBY 6 6.00 1%T79CC NATIONAL 203.60 REMEDY, SIDE, WOOD FRAM$ PRIMARY UPHOLSTERY GRADE 2 GRADE 2 3977 CATHEDRAL NICHE FINISH MC AMBER 7 1.00 CTW2040MGSMC NATIONAL 326.00 OCCASSIONAL TABLE,MAGAZINE,CON TEMPORARY,LAM,AMBER Subsection LOBBY Subsection KITCHEN £ 18.00ICHA:R-ARMLRSS,NON 202250 VECTACON UPH BASE :1014 BACK SHELL :2011 CAVIAR BLACK 9 3.00 43'200 VECTACON TALE -SQUARE:', 42X42, 1 1/4 THK, 28 :12N BASE :0024 MATTE BLACK CORNER ;STD, OPTION NOT REQU:RED EDGE :6670 RZZZI BLACK VINYL EDGE TOP :2871 SIC BLACKENED BRONZE LAMI ACCEPTANCE SUBJECT TO TERMS ANU CONDITIONS t1%EPTE0 Gv E:d WdGT : ra 1700? TO '-DPW -_•— TITI,F 'ON 3NOHd Subsection Sub Total FLORIDA NON- AXABLE SALES Included In Grand Tota Total, 79.52 285.9E 1,969.60 806.64 20,483.80 0.00 20,483.80 1,221.60 326.00 1,547.60 0.00 1,547.60 11431.36 857.94 DATE - I Wd I W { 33flj St1W0` i : Woad • • • THOMAS W. RUPP & COMPANY MIAMI 3201 Commerce Parkway, Mramar PI 33025 4DTel: 954.4.5.730, P, M,,i4.4,a ,7212 Quotation Page 3 of 6 Oubfiei!lllJ1111BC _ ,r .:"i01iFi1►f r„ t'j7 reseritativ� 84999 3/l/2004 TAMARAC FIRE RESCUE TAMOOO RITA BERMAN/KHE �L,�11A•` -C►��1�l�flty cDsC� " I'1 �, Is rt a;,ni' .r n .,:.. , L, ,.i.,. 1-,:w , T� �ae�ttAn(f0d��tm�y� Subsection Sub Total 2,289,30 FLORIDA NON- AXABLE SALES 0.00 Included In Grand Total Total 2,289.30 END Subsection KITCHEN BEG Subsection 1ST FLOOR DORM LT'S OFFICE #130 10 1,00 TSAFDP3060 STEELCAS 395.59 395.59 DESK -DOUBLE PEDESTAL,30X60 BASIC :7225 SAND (VANADIUM) PULL :9211 NICKEL TOP-SURr:21l50 VANADIUM FIBER OPTIONS * OPTIONS * * PED OPTS *OPT:DOUBLE PED OPTIONS FF, BBF 1-FILE/FILE, 1•-BOX/BOX/F 11 3.00 TS30105 STEELCAS 166.98 500.94 P_ LA CARTE, SQUARE BK, Ml)?BK, FXD A H,MAINT ADJ SEAT UPHLSTRY:5A23 GREEN OPTIONS * OPTIONS * " CASTER *OPT:CASTERS DUAL HRD STD:DUAL WHEEL CASTER HA CTRLMECH *OPT:CONTROL MECH OPTIONS SWV TILT SWIVEL -TILT MECHANISM ARMS *OPT:ARMS AD,IWI]T C ADJUSTABLE WIDTH 'C' ARM Tag For: CLASSROOM 13 1.00 TS210330L STEELCAS 255.34 255.34 TS LATE.RAL FILE-3 DRAWER,30W BASIC :7225 SAND (VANADIUM) LOCK :9201 POLISHED CHROME KEYS :SK SPEC 1-PLUG Subsection Sub Total 1,151.87 FLORIDA NON- AXABLE SALES 0.00 Included In Grand Tota3 Tetal 1,151.87 END Subsection 1ST FLOOR DORM LT'S OFFICE #130 BEG Subsection 1ST FLOOR OFFICE 0139 i4 1.0C TSP,FDP3060 STEELCAS 395.59 395.59 DESK -DOUBLE PEDESTAL,30X60 BASIC :7225 SAND (VANADIUM) PULL :9211 NICKEL TOP-SURF:2T50 VANADIUM FIBER OPTI.=S ` * OPTIONS PED OPTS *OPT:DOUBLE PED OPTIONS FF, FBF 1-FILE/FILE, 1-BOX/BOX/F ACCEPTANCE SUBJECT TO TERMS AND CONU; I IONS ACCEPTED 6v rd wdOE:r© 170O27 TO 'a�w --. TLC : 'ON 3NDH8 DATE I wU I w { -=f_�fl?ti SOW01.1 i : I.J02�S • �J THOMAS W. RUFF & COMPANY MIAMT 3201 Commerce Parkway, Miramar, Fl 33025 Te1:954-435.7300 Fax:954.435.7212 Quotation Page 4 of 6 �u }o fe r{� tl�r iu�nbeC ` ', Prnj N� Nu her DgWl i .,. a , �iapresentative F4999 3/l/2004 TNVQiAC FIRE RESCUE TAM000 RITA BERMAPY/KHE �"�� 9 � r.q �l1»tt�1 Via.. c r 1 i u ,� 1•, ' �� im ,vrrra ;i G�4»tonlVum fp1��.fttfi,,,,,, :ur , ,.i i � ,y. ' i "'/I! •,r i r �, d , J � 15 4.00 TS30105 STEELCAS 166.98 667.192 A LA CARTE,SQUARE BK,MIDSK, FXD B H,MAINT ADJ SEAT UPHLSTRX:5A23 GREEN OPTIONS * * OPTIONS " CASTER "OPT:CASTERS DUAL HRD STD:DUAL WHEEL CASTER KA CTRLMECH *OPT:CUNTROL MECH OPTIONS SWV TILT SWIVEL -TILT MECHANISM ARMS *OPT:ARMS P.DJWDT C AaMSTABLE WIDTH 'C' ARM Tag For: CLASSROOM 17 1.00 TSAF3060 STEELCAS 243.17 243.17 DESK SHELL-30X60 BASIC .7225 SAND (VANADIUM) TOP-SURF:2T50 VANADIUM FIBER Subsection Sub Total 1,306.66 FLORIDA NON-ImXABLE SALES 0.00 Included In Grand Total Total 1,306.68 END Subsection 1ST FLOOR OFFICE #139 EEG Subsection 1ST FLOOR SC OFFICE #132 lE 1.00 21-3066LnMC NATIONAL 403.20 403.20 ARROWOOD,DESK,RXCT SITRFACE,LEF T FULL PEDESTAL,AMBER 19 1.00 21-24')2RHMC NATIONAL 362.40 362.40 ARROWOOD,CREDEN'LA,RZGHT FULL P EDESTAL,FILE/FILE,AMBER 20 1.00 21-15720SCMC NATIONAL 313.60 313.60 ARROWOOp,HXGHBACS ORGANIZER,a SIDE HINGE DOORS,AMBER 21 1.00 TS30105 STEELCAS 166.98 166.98 A LA CARTE,SQUARE BK,MIDBK, FXD B H,MAINT ADJ SEAT VPHLSTRX:5A23 GREEN OPTIONS , OPTIONS CASTER *OPT:CASTERS DUAL HRD STD:DUAL WHEEL CASTER HA CTRLMECH *OPT:CONTROL MECH OPTIONS SWV TILT SWIVEL -TILT MECHANISM ARMS •OPT:ARMS AD.-WDT C ADJUSTABLE WIDTH 'C' ARM Tag FOr: CLASSROOM 2.' 3.00 21-2436LFMC NATIONAL 262.80 7SS-a0 A_RROWOOD,LATERAL FILE,FREEST.IN DING,TW.) DRAWERS, AMER ACCEPTANCE SUBJECT TO TERMS AND CONDITIONS Sd G-Jd0=:r0 t-OOF ZO 'ON 3NOHd DATE 1 wd 1 w € _=1jna SdwO�+i : waaj is 0 THOMAS W. RUFF & COMPANY MIAMT 3201 Commerce Parkway, Miramar, F1 33025 0 Tel:954.435.7300 Fax:954,435.7212 Quotation Page 5 of 6 Ot cite ' Up a �;ISXAJ71��rd+�r��ytttsar � ,t AC1��4 m Prd tea j. ryUm6ar bate: r' N`IJr�ltt("',ci.u/1!1 Ei�i�Yt+asenlafiYe, E4999 3/1/2004 'TAMARAC FIRE RESCUE TAM000 RITA BERMAN/KHE �,, a"• ta4 .tfo ;f,�«; ;;•M1 y.Y k r r . +l;i, ii,.. .N.. �~d ;. �.: , RYPg1'HN,• n (S L,,ynirr,, n Subsection �w:!li i ittcprr ire ,, a, M4 n 1 Exiend' ftowit' dJ :,... rop: 4 +aZU Sub Total 2,034.58 FLORIDA NON- AXABLB SALES 0.00 Included In Grand Total Total 2,034.58 END 5::bsection 7.ST FLOOR BC OFFICE #137 BEG Subsection IST FLOOR DAY ROOM 24 8.00 9K464 LAZHOYCH 435.61 3,484.88 CARLYLE SEREIS RECLINER WOOD ARMS: FINISH TO BE SELECTED UPH : PLATFORM B4 9 43 2 8 XMEitALD Subsection Sub Total 3,484.8E FLORYDA NON- AXABLE SALES 0.00 Included In Gram Total Total 3,484.88 ENID Subsection 1ST FLOOR DAY ROOM BEG Subsection 2ND FLOOR CONFERENCE 25 2.00 6036CW NATIONAL 242.00 484.00 UNIVERSAL,BOOYCASE,OPEN,PREBST P.NDING,WOOp,CORDOVAN Subsection Sub Total 484.00 FLORIDA NON- AXABLE SALES 0.0D Included In Grand Total Total 484.00 END Subsection 2ND FLOOR CONFERENCE BEG Subsection LARGE CONFERENCE ROOM #222 26 4.00 TS4R3060P STEELCAS 233.79 935.16 TABLE-RECTANGLE,POST I=, L£VELER,30X60 LEGS :1207 BLACK TEXTURE TOP-$'jRF:2T50 VANADIUM FIBER OPTIONS * OPTIONS * * LEG OPTS *OPT:LEG OPTIONS CASTERS CASTERS 27 2.00 TS4H306DP STEELCAS 264.79 529.58 TABLE -HALF RO'0ND,POST LEG, LEVELER,3CX60 LEGS :7207 BLACK TEXTURE TOP-S'JRF:2T50 VANADIUM FIBER OPTIONS * OPTIONS * * LEG OPTS *OPT:LEC OPTIONS CASTERS CASTERS 26 1.00 TS40006 STEELCAS 63.30 63.30 TS WALL TRACK -GROUP WORK, 4X96X3 rAS'_C :6000 BLACK 29 1.00 TS40007 STEELCAS 83.96 E3.56 TS M Rv?R BOARD -GROUP WORK, ACCEPTANCE SUBJECT TO 7ERM5 AND CONOMON5 ACCEPTED By qd WdTa::tre trQo?_ TO %A?w TITLE 'ON dNOHd . - -- :)A?E IWUIWf__ (jnH suW01-i1 : W06j Quotation • 11 ,7 1'riVMA') W. KUPIJ & C OMPAN Y NfIAMI 3201 Commerce Parkway, Miramar, FI 33025 Te1:954.436.7300 Fax:954.435.7212 Page 6 of 6 Quote Number Quote p ti Gusto�tet� Ohi+D;KJI'�iRMI CP>tQIX berr F :...'-Z;Gi1�11t lepresentatiy� , - PtoJ-'tJo 84999 3/1/2004 TAMARAC: r'1KE RESCUE TAX000 RITA HFR.MAN/KHE �i_irle'.' ^tit"!s}1Yvty' i6. ., ���'iji'.ef:F3ii"iijli�i� ,;.a'iJ=;:;ri;`�, .ir_ ..L. ..t `• �1�I�t;4a', '�XtQ�ldgidiAt�'ItltYt ,. HANGIUC SVRPACE :2728 CLOUD 30 1.00 TS40008 STEELCAS 72.77 72.77 TS TACK BOARD -GROUP WORK, HANGING BASIC :6000 BLACK 31 1.00 TS40005 STEELCAS 335.82 335.62 TS EASEL -GROUP WORK,MOBILE, 24X36A76 BASIC :6000 BLACK 32 12.00 TS30105 .STEELCAS 166.98 2,003.76 A LA CARTE,SQVARE BK,MIDBK, P'7CD s H, mAXNT ADJ SZAT UPHLSTRY:5A23 GREEN OPTIONS * OPTIONS CASTER `OPT:CASTERS DUAL HRD STD:DUAL WHEEL CASTER HA CTRLMECH 'OPT:CONTROL MECH OPTIONS SWV TILT SWIVEL-TXLT MECHANISM ARMS *OPT:ARMS ADJWDT C ADJUSTABLE WIDTH 'C' ARM Tag For: CLASSROOM Subsection Sub Total 4,024.35 FLORIDA NON- AXABLE SALES 0.00 Included In Grand Tota3 Total 4.024.35 END subsection LARGE CONFERENCE ROOM #222 33 1.00 THOKASWR 3,650.00 3,650.00 RECEIVE, INSPECT, DELIVER AND INSTALL CL'--� ,IP/R`{.yn1�IZ'R.:.r:�. -: �l►�%' '�' sub Total 40,457.06 FLORIDA NON- AXABLE SALES 0.00 Grand Total 4D,d57.06 *******End of Quotation*w�"*r.r ACCEPTANCE SUEJECT 10 7 tkMS AND CONDITIONS ACCEPTED E1' 4d Wd=':ra raaE TO __ �ITLC -.- ON 3NOHd r)ATF ". I Wb I W� Ad(12j Sti4J041 : WO 3J rERTIFI':CATE 6F y, INSURAI�CE awh , ISSUE DATE (MM/D011^� PRODUCER ACCONFERS 0] /07/03 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND �F%2i%7MENT NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE ,Go dia DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 84th St, Ste .409E 416 POLICIES BELOW. o bus OH 4 3 215 -l-1'5 i ��� u_ Q9 COMPANIES AFFORDING COVERAGE COMPANY A ATLANTIC MUTUAL COS LETTER COMPANY / NSURED LETTER 'HOMAS W RUFF AND COMPANY C Any person wne, with Intent to uetraua Ot Kmo4vftjv that tu; IS OMPANY INC LETTER facilitating a fraud against ar, insurer, submits an apelicatiorp 11 S ORLANDO AVENUE COMPANY D 71lilty nt insurance fraud, A I TLAND FL 32751 LETTER COMPANY E LETTER ',OVERAG1=3 TYPE OF INSURANCE R GENERAL LIABILITY OMMERCIAL GENERAL LIABIUTY LAMS MADE OCCUR. OWNER'S b CONTRACTOR'S PROT. AUTOMOBILE LIABILITY NY AUTO L OWNED AUTOS SCHEDULED AUTOS F HIRED AUTOS NON —OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' UASIUTY OTHETRANS I T POLICY NUMBER 7690090420001 �! 0 %_)� / 76900 20 1 ova . v eQ�\`���� 0 769009 420001 7690090420001 I ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD CONTRACT OR OTHER DOCUMENT WITH R SPECT TO WHICH THIS E POLICIES DESCRIBED HEREIN IS SUBJEC� TO ALL THE TERMS, REDUCCD BY PAID CLAIMS. FFECTIVE POLICY EXPIRATION LIMITS D/YY) DATE (MM/DD/YY) 1MT3 01/01/0-4109NERAL AGGREGATE $ 2.( /01/03 101/0004 1 1/01/03 I01/01/04 )UCTS—COMP/OP AGG. ZONAL & ADV. INJURY 10CCURRENCE DAMAGE (Any one fire) EXP. (Any one person) BINED SINGLE 2,000,00 2,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident $ PROPERTY DAMAGE a EACH OCCURRENCE S i n n n n n n STATUTORY LIMITS ;H ACCIDENT EASE —POLICY LIMIT 1 1/01/03 101/01/04 1 $100(, 0 MIT IESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED ON GENERAL LIABILITY AS ERTAINS TO WORK PERFORMED BY THE INSURED. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF TAMARAC MAIL 3_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ATTN STEVEN LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 7525 NW 8 8 TH AVE LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. TAMARAC FL 33321 AUTHOr #D REPRESENTATIVE. CORD 26+5 (il9q) _... DACORD'CORPORATION 1 L•J FaxID: 407-628-1635 To: Steve Date: 7/22/03 08:20 AM Page. 1 of 1 ICATE OF LIABILIT) & Harvey Inc. 6r Suite 200 1 1616 5 W. Ruff & Co oxida, Inc. Company Co r33OYarkway 'INSURANCE OP ID JD DATE(MMIDOIYYYY) RUFT001 07 22 03 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURERA FCCI MUTUAL INSURANCE COMPANY 10178 INSURER B y INSURER C INSURER D INSURER E Pp41CIE5 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING REQUIREMENT, TERM OR CONDITION OF My CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR PERTAIN, THE INSURANCE ATS SHOWN AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH CIES. AGGREGATE MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'L RD TYPE OF INSURANCE POLICY NVMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MM/DO/YY OATS MMlOD/YV LIMITS GENERAL LIABILITY COMMERCIAL GENERA!_ LWBILIT/ EACH pCCLRRENCE q CLAIMS MADE OCCUR PREMISES Irma oCCurence) S MED EXP (Any one person) S PERSONAL 3 Apv INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S 1-7 PRO. PRODUCTS •COMP/OP AGG $ POLICY JE CT LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED ALITOS SCHEDULED AUTOS HIDED AUTOS NON OWNED AUTOS GARAGE LIABILITY ANY AI.ITO EXCESCAJMORELLA LIAGILITY 7 OCCUR ❑ CLAIMS WIDE DEDUCTIBLE RETENTION q WORKERS COMPENSATION AND A EMPLOYERS' LLBILITY ANY �POPPIETOR,PARTNER/FXECUTIVF OFFICER/MEMBER EXCLUDED° If yes, Z!Cnoe nd uer SPECIAL PROVISIONS below OTHER 'COMBINEp SINGLE LIMIT (Ea aCGdent) BODILY INJURY -- (1^cr perponl - BODILY INJURY (Per aCCldenf) 'j• PROPERTY DAMAGE r�.�.�1•• (Per aCGdenl)�- � r AUTO ONLY - EAACCIDEN�Cl�,. E q LV AGG EACH OCCLRRCNCE $ AGGREGATE $ q S S ~ X WC STATU- OTH. TORV LIMITS ER 001WCOOA-11802 01/01/03 01/01/04 EL EACH ACCIDENT $ 500000 E L. DISEASE. EA EMPLOYEE $ 500000 E L DISEASE • POLICY LIMIT S 500000 DESCRIPTION OF OPERATIONS /LOCATIONS (VEHICLES r EXOLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CERTIFICATE HOLDER . City of Tamarac Steve 7525 NW 88th Avenue Tamarac FL 33321 :ORD 25 (2001108) ' CANCELLATION CITTANP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. III CORPORATION 1988