Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-289Temp Reso #8796 Page 1 October 11, 1999 J City of Tamarac, FLORIDA RESOLUTION NO. R-99 o� 9 q A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE A ONE YEAR RENEWAL OF RFP #98-20R ENTITLED "OFFICE SUPPLIES" ISSUED TO OFFICE DEPOT ON BEHALF OF THE BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. 'J WHEREAS, the City of Tamarac serving as "lead agency" for the Broward Governmental Cooperative Purchasing Group awarded RFP #98-20R for the purchase of office supplies to Office Depot on June 24, 1998; and WHEREAS, RFP #98-20R allows for two (2) additional one (1) year renewals, with this being the first year to renew the contract; and WHEREAS, Office Depot has agreed to renew the proposal, a copy of which is attached hereto as Exhibit A; and WHEREAS, sufficient funds are available in all Departments Operating funds; and 1 Temp Reso #8796 Page 2 October 11, 1999 WHEREAS, it is the recommendation of the Assistant City Manager / Interim Director of Finance and Purchasing and Contracts Manager to extend RFP #98-20R for one year on behalf of the Broward Governmental Cooperative Purchasing Group to Office Depot; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the residents of the City of Tamarac to extend RFP #98-20R for the purchase of office supplies on behalf of the Broward Governmental Cooperative Purchasing Group to Office Depot. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City officials are hereby authorized to approve RFP #98-20R for the purchase of office supplies for a one year period expiring on December 1, 2000, to Office Depot on behalf of the Broward Governmental Cooperative Purchasing Group. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp Reso #8796 Page 3 October 11, 1999 1 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. z2 PASSED, ADOPTED AND APPROVED thiso�/'day of A$0-pv , 1999. ATTEST: '�X� CAROL GOL ,4�tAE CITY CLERK I HEREBY CERTIFY that I Have approved this RESOLUTION as to form. MITCHELL S. CITY ATTORN 1 JOE SCHREIBER MAYOR 1:jL::(:M0F MAYOR.QgMtB DIST 1:,,.. Mml Pgam. DIST 2: _ __VIM MISHKIN,,� r„ DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Oct.- 1 1 -99 09 = 29 TEMP RESO 8796 EXHIBIT A lec City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724.2450 Facsimile (954) 724-2408 Webslto: www.talnorac.org October 8, 1999 Linda S. Sykes District Sales Manager Office Depot 13794 NW 4" Street, Suite 200 Sunrise, FL 33325 Dear Ms. Sykes: Our contract with your company for the purchase of Office Supplies is due to expire on November 30, 1999. As specified under Contract Terms of the Proposal Requirements listed in RFP Number 98-20R, we have an option to renew the existing contract for two additional one year periods on behalf of the Broward County Cooperative Purchasing Group. This is the first year to renew the contract. Please advise if a one-year extension would be acceptable to your company. Please complete the appropriate area below and return this form to the Purchasing Division no later than Tuesday, October 19th, 1999. If you have any questions, do not hesitate to contact me. Sincerely, -.41W /J� Anne Lodato Senior Buyer I hereby agree to a one-year extension of the e subject contract. I am unable to provide a one-year extension of the subject contract I� Date Equal Upportun&V Ermoloyer ACORQM CERTIFICATE OF LIABILITY INSURANCE DATE(MMMUfM PRDDLICER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION M a r s h U S A, I n c. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Sedgwick of Florida, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P . 0 . Box 9 5 8 4 2 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lake Mary, FL 32195-8421 in Lake AFFORDING COVERAGE OFFICE DEPOT INC&SUBSIDIARIES & VIKING OFFICE PRODUCTS 2200 OLD GERMANTOWN ROAD DELRAY BEACH FL 33445 INSURER A: TravelersIndemnity C INSURERB: Federal Insurance Co. INSURER C: INSURER D: INSURER E: ,vvctwu�a THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN( ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED 01 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE POLICY NUMBER TIOn(MN LOAg GENERAL tu+aLm S A 1 2 0 D 3 3 1 7 9 8 8/ 2 1/ 9 9 1 1/ 0 1/ 9 S EACH OCCURRENCE Is 1 0 0 0 0 0 0 COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) S 1 0 0 0 0 0 0 CLAIMS MADE L11 OCCUR MED EXP (Anyone person) S PERSONAL & ADV INJURY Is 1 0 0 0 0 0 0 GENERAL AGGREGATE S7000000 GEN't, AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY II) JECT I Lac AUTOMOBILE UABIU Y A P 1 2 0 D 3 2 8 6 9 8 8/ 2 1/ 9 9 1 1/ 0 1/ 9 COMBINED SINGLE LIMIT XANY AUTO AP120D329898 8/21/9 11/O1/9 (Ea accident) $ 0 ALL OWNED AUTOS A P 1 2 0 D 3 3 0 5 9 8 8/ 2 1/ 9 91 1 1/ O 1/ 9 BODILY INJURY S SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON -OWNED AUTO (Per accident) $ PROPERTY DAMAGE $ (Per accident) I E LIABILITY I LAUTO ONLY - EA ACCIDENT $ ANY AUTO — - -• El OTHER THAN EA ACC S AUTO ONLY: AGG Is — LEXCESS UAelLInr 9 9 7 9 0 8 5 8 6 0 8/ 2 1/ 9 91 11 O 1/ 9 9 EACH OCCURENCE s 2 0 0 0 0 0 0 OCCUR CLAIMS MADE L���JJJ L �� AGGREGATE $ 2 0 0 0 O O O is DEDUCTIBLI= S RETENTION S $ WORDS COMPEN&AT1oN AND I U B 1 2 0 0 3 2 5 0 9 9 8/ 2 1/ 991 1 1/ 0 1/ 99 X; WC STATU- OrH- EMPLOYERS' UA9ILTTY UB120D327499 TORY LIMITS :_ ER I E.L. EACH ACCIDENT is 1000000 UB122D032699 E.L. DISEASE -EACH EMPLOYEEMPLOYEEI S E.L. DISEASE -POLICY LIMIT $ 1 0 0 0 0 0 0 OTHER.. rAPTION OF.OPERATK7NSAX=TIONS/VEHI1 CLE5/F7tt XUS10NS ADDED ENDORSEMENTS/SPECIAL 1 " PROVISIONS Sedgwick is not listing exclusions or Special Proviskww, CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED ONLY WITH RESPECT TO THE NEGLIGENCE OF AND CONTRACT WITH OFFICE DEPOT, INC. CERTIFICATE HOLDER I X I ADwmAL INSURED; INSURER LETTER A 46TY OF TAMARAC TN: ANNE LADTO 25 N.W.88TH AVE. TAMARAC FL 33321 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THIS EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABI ND U IN TTS S OR REPRESENTATIVES, ACORD 25-S (7/97) Page 1 of 2 4- 1 R* 89 (C)ACORD CORPORATION 1988 Temp Reso # 8796 Exhibit A n 11 REQUEST FOR PROPOSAL RFP # 98-20R OFFICE SUPPLIES FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 'City of Tamarac rinance uepartment, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Stanley D. Hawthorne Director of finance DATE: April 9, 1998 REQUEST FOR PROPOSALS RFP NO.98-20R The City of Tamarac, Florida, as the lead agency for the Broward Governmental Co -Operative Purchasing Group, will receive sealed Proposals at the Purchasing Office, City Hall, 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401, for furnishing the following: 0 OFFICE SUPPLIES Sealed proposals must be received and time stamped in by the Purchasing Office, either by mail or hand delivery, no later than 2:00 p.m. local time on Wednesday, May 13, 1998. Any proposal received after this time will be returned unopened. Proposal packages containing specifications and proposal requirements will be available for review and may be obtained from the Purchasing Office at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. A Pre -Proposal Conference will be held at 2:00 PM on Thursday, April 23, 1998, in the City Hall, Conference Room #1, 7525 N.W. 88`h Avenue, Tamarac, Florida 33321-2401. Award will be made by the City of Tamarac. Each participating governmental entity will execute its own contract with the vendor in accordance with its respective purchasing policies and procedures. Each participating governmental entity will issue its own purchase orders, required separate billings, be responsible for payment to the vendor awarded this contract, and issue its own tax exemption certificates as required by the Vendor. It is understood and agreed that the City of Tamarac shall not be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Vendor as a result of this proposal. 1 • DATE: April 9, 1998 RFP NO.98-20R BROWARD GOVERNMENTAL CO-OPERATIVE PURCHASING GROUP MUNICIPALITIES AND OTHER GOVERNMENTAL ENTITIES WHICH ARE NOT MEMBERS OF THE BROWARD CO-OP PURCHASING GROUP ARE STRICTLY PROHIBITED FROM UTILIZING ANY CONTRACT OR PURCHASE ORDER RESULTING FROM THIS PROPOSAL AWARD. HOWEVER, OTHER CO-OP MEMBERS MAY PARTICIPATE IN THIS CONTRACT, ON ANY CONTRACT EXTENSION TERM, IF APPROVED BY THE LEAD AGENCY. NEW CO-OP MEMBERS MAY PARTICIPATE IN ANY CONTRACT ON ACCEPTANCE AND APPROVAL BY THE LEAD AGENCY. Proposals are subject to the attached terms and conditions contained in the General Terms and Conditions. The City of Tamarac reserves the right to reject any or all proposals to waive any informalities A irregularities in any proposals received, to re -advertise for proposals, to award in whole or in part to one or more offerors, or take any other such actions that may be deemed to be in the best interests of the CITY. 114W lmo�- Anne Lodato Buyer E Mail: Annei@tamarac.org Publish: Sunday, 04/12/98 & 04/19/98 LJ 2 BROWARD GOVERNMENTAL ���Q,,►►rrti�o- ENTAL COOPERATIVE o .PURCHASING GROUP y in(BROWARD CO-OP) w -Ol Q • TO OUR PROSPECTIVE CONTRACTORS: 'The attached Invitation for Bid or Request for Proposals represents a cooperative procurement for the Governmental Cooperative Purchasing Group. Broward For the past several years, approximately twenty-six (Zfi) government entities have participated in Cooperative Purchasing in Broward County. The CO-OP was formed in an effort to provide cost savings and cost avoidanc all entities by utilizingthe b P aUve buying power of combined requirements for common, basic items. es to The Government Agencies participating in this particular procurement and s ar in the attached document. their respective delivery locations listed • All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency". All responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. - • The Contract/purchase order terms of each entity will prevail for t requirements. he individual participating entity. Invoicing instructions, delivery locations, and insurance requirements will be in accordance with the respective agency • Any reference in the documents to a single entity or location will, in fact, be understood as referring to all Participating entities referenced in the documents and cover lett4r unless specifically noted otherwise. • The awarded Contractors) shall be responsible for advising the lead agency of those participants who fail to Place orders as a result of this award during the contract period. • The Contractor(s) shall furnish the Lead Agency period. Sales Summary shall include contract nu ber(s)a contractor'snaame,she tannually during the contract ota during the reporting period and the total dollar amount of purchases by commoditty,l of each commodity sold • RA_._._ . .. . _ his bid award. However, other Broward Co -Op membersmayn contrac or urchase ord r resulting from during the contract term, or on any contract extension term, if pprapproved in their contract for new usage, members may participate in any contract on acceptance and approval by a the lead agency. New Co -Op • pproval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. 3 BROWARD CO - OP "IVORfCUVG TOGETHER TO REDUCE COSTS" H z ¢a U F a a I //w z 55w = to U I d w a0a LUa= O LL w aCjLL_ OWO O = 00 �w a °= Z LLL z w Lu O (7 ❑ O ix m 0 o a o a o o a o a o 0 o Q v o o Q Q a o 0 (D o c o 0 0 o c o o c v o d o 0 0 0 0 0 o c v 0 0 0 0 0 0 o v o o Q Q o a o o a o o a v v o o a v o Q a a o o G a Q v o o o Q v a o a O 0 O N tf7 W a" m 0 LO r, Cr) Ch N to CV N r v Cr7 e- T.- r. r �t O 4"l tt] r Nt'7NtntpthOh4n.-Nqr� r co N V6Rl tg tti eq EP1I69 ers tri b'i is �Ii K} u! eri b4 eR !Fs fA 1iY t+A fA ors m, 00v0wqTONf�to m CD m Q inV to N (� r tD o C•S f� [O C'7 tD Q 9 r N r Y 4 to r A .- f: CSr, ti tp O r• qr N 0 o to a LO n rn M t` m r- 'r <sIIIIaILnrA� U. a m 0 m Cb M M o M M �t Cf CA � RC to ti oo ao v cD o Q N tD M� 'Tt0Ntor hNerrto 4q g N N N N o Q co f► , in cD u7 CO N � �1 t6 P vw m m w w CO n N Cf N O Ci r Nr 4 ` ' �aLnr CD(Mmrn0)rnmm(MCDC) v o cn OOatpotD Ncc O Qto00otrjtoOCN tnay.-wacr Mrnmr tnCm M0P1`tnv� t4'""°O�4gtn�"'atntrtn.-a�v.-wNv.-tn co Lf l Crf 't! +� f` a f• . = r` tD CD M N f► O t0D f: ti N N N N o w fl- M V 1%- 0 tD to M CD CO r• N Cf N O cn m r- v v r, v r%- rn m a) cm to C C» 1 1 1 ti = to to to to to to In 'W to Lvn to to to ul to to to to d cn rn rn rn rn to m o m m to v rn m m rn rn CD cn m CD rn Coll ,n CY o cn a t7�cD m cn cn m m0wty_j cn r� ch o en CcrfMMc�+� m CL LL_ «J 'T ' U- - J LL_ J LL t� Cri cry cn + r O o N a J LL. LL LL J r to Y LL o r cn N tll Cori en mcm cn m m u � J J(n ��LL •. Ci LL LL -v 'a -a v) > fn m q o '4 m a m 'E m ra to .a u C)0000inLili2-1-j C C7 cn LL N t to — Cry cn . cn mC m C m -jJ coca tua m yLLLLa dip d �4UL a r Y to a, E cco .0 a .0 ro . =�mxEEE-Jc :m20acLcLu.c'n M cn M cn LL� Ij0 E a19ILa' p ' o �CD Lli O t0 V i m N m O L) m m $ '0 3> CL m -am�m > ch'ca �m0. Q > ca m �� ca >> r¢n toU m c �m o,a� =v ca EN (¢v m00U d) N Otcnm❑ U W tD 2rdW O?N c x � O U¢� 0 O O Z 2 Z o Z W a z w 0 O T' � r Q r o a Q o a 0 v o �_ r� to Z cn ❑ M to O LO a V LO M O ton O N ti O M Q C Q O Ln N kn Q QV IM r tD N N r c`7 v C 4 N to Q M r^ r r N r ti to M E LL y to t+if Lei ro Cn tp 0 O Ut0a� �V a a fn CU N O cc 'a m 0 m m c M Cl 0 cvv g c 5 J C , (D 0 a .� M C co ?_ ro x E E o .� E o 0 0 to ❑ m13 a�°❑❑°rV UU❑ �0.atn�_. w 0 0 0 c 0 19 o p 0 0 O O 0 0 0 0 r y O g q cC i 1.2:j i 4 0 0 0 H U LL U 0 6 C) 0 C� U U U 0' Cr + r^ U U U 1= • • . CITY OF TAMARAC REQUEST FOR PROPOSAL (RFP) RFP NO. 98-20R The City of Tamarac, as the lead agency of the Broward Governmental Co -Operative Purchasing Group, is issuing a Request for Proposal (RFP) to obtain the services of a qualified firm to provide office supplies. The City of Tamarac reserves the right to accept or reject any one or all proposals, or any part of any proposal, to waive any informality in any proposal, and to award the purchase in the best interest of the City of Tamarac. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Proposers including but not limited to Request for Quotes, Request for Proposal and Request for Bid. As such the words "bid" and "proposal" are used inter -changeably in reference to all offer; submitted by prospective proposers. 1, SUBMISSION OF THE PROPOSAL: The Proposer is directed to deliver sealed proposals to the Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: May 13, 1998 BEFORE; 2:00 p.m. At this time the Proposals will be opened, the names of all Proposers will be announced. All proposals shall be confidential pursuant to the Florida Statues, Chapter 119, *entitled Public Records 119.07 (2)(m). All Proposers and their representatives are invited to attend. The Proposer must show the RFP number, RFP name, time and date of the RFP opening on the outside of the sealed RFP package. Delivery of the sealed proposals to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Proposer. Late Proposals will be returned unopened to the Proposer. It is the Proposer's responsibility to read and understand the requirements of this RFP. Unless otherwise specified the Proposer must use the proposal form furnished in the Proposal packet. Proposers are required to state exactly what they intend to fumish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this proposal, no matter how slight. If variations are not stated in the proposal, it shall be construed that the proposal fully complies with all conditions identified in this RFP. The Proposer shall submit one (1) ORIGINAL and (9) NINE copies of the proposal. The ORIGINAL RFP must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Proposals having erasers or corrections must be initialed in ink by the Proposer. All prices, terms and conditions quoted in the submitted proposal shall be firm for acceptance for sixty •days from the date of the RFP opening unless otherwise stated by the City. 2. WITHDRAWAL OF PROPOSAL: Any Proposer may withdraw its proposal prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. 5 3. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the convict vendor list following a conviction for public entity crime may not submit a proposal on a contra provide any goods or services to a public entity, may not be awarded or perform work as a supplier or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 4. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities as required. S. PRICES, PAYMENTS AND DISCOUNTS: RFP prices shall be fixed and firm to the extent required under Proposal Requirements. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment. Proposers are encouraged to provide prompt payment terms in the space provided on the Proposal Form. If no payment discount is offered, the Proposer shall enter zero (0) for the percentage discount to indicate net 30 days. If the Proposer does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 6. DELIVERY: All items shall be delivered F.O.B. destination. All delivery cost and charges mu s included in the proposal price. All exceptions shall be noted. Failure to do so may be taus rejection of the proposal. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the proposal. 7. BRAND NAMES: Manufacture's name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. APPROVED EQUAL. is added to these specifications to avoid ruling out qualified competition. Where equal is bid, the Proposer must submit brochures or specifications in detail or provide samples. The City shall be the sole judge of equality. 8. SAMPLES AND DEMONSTRATIONS: When requested, samples are to be furnished free of charge to the City. If a sample is requested, it must be delivered within seven days of the request unless otherwise stated in the proposal. Each sample must be marked with the Proposers name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Proposer. 9. CONDITIONS OF MATERIALS: All materials and products supplied by the Proposer in conjunction with this RFP shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or d s Wo fconform to thepecifications, the City reserves the right to return the product to the Proposer cost to the City. IV 10. COPYRIGHTS OR PATENT RIGHTS: The Proposer warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this proposal. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 11. SAFETY STANDARDS: The Proposer warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 12. PERFORMANCE: Failure on the part of the Proposer to comply with the conditions, teens, specifications and requirement of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Proposer, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 13. DEFAULT: In the event that the Proposer defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Proposer or other source during the remaining term of the contract. Under this arrangement the City will charge the Proposer any excess cost occasioned or incurred thereby and shall apply to any RFP bond required. 14. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Proposer, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Proposer must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Proposer shall promptly discontinue all work at the time and, to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. 15. ASSIGNMENT and/or SUBCONTRACTING. The Proposer shall not transfer or assign the performance required by this proposal without the prior written consent of the City. Any award issued pursuant to this proposal and monies that may become due hereunder are not assignable except with prior written consent of the City. 16. EMPLOYEES: Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 17. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption IVertificate will be provided where applicable upon request. 18. COLLUSION: The Proposer, by affixing its signature to this proposal, certifies that its proposal 7 0 is made without previous understanding, agreement, or connection either with any previous firms or corporations offering a Proposal for the same items, or with the City. The Proposer also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 19. RFP PREPARATION EXPENSE: The Proposer preparing a proposal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a RFP with the understanding that no claim for reimbursement shall be submitted to the City for the expense of RFP preparation and/or presentation. 20. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Proposer of supplying such product(s) as specified. 21. INSURANCE REQUIREMENTS: Proposer agrees that he or she will, in the performance of work and services under this Agreement, comply with all Federal, State and Local laws and regulations now in effect, or hereinafter enacted during the tern of this Agreement that are applicable to Vendor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Proposer shall maintain in full force and effect during the life of the contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Proposer shall indemnify and hold the City harmless from any damage resulting to them for failure* either Proposer or any subcontractor to take out or maintain such insurance. The following are required types and minimum limits of insurance coverage which the Proposer agrees to maintain during the term of this contract: GENERAL LIABILITY Comprehensive Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage PER OCCURRENCE $1,000,000 Independent Contractors Cross Liability and Severability of Interest Clause AUTOMOBILE LIABILITY PER PERSON Comprehensive $50,000 Owned Hired Non -Owned WORKERS' COMPENSATION STATUTORY AMOUNT AGGREGATE $2,000,000 PER OCCURRENCE $100,000 0 E. Neither Proposer nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. Such certificates shall be approved by the City. ALL INSURANCE COMPANIES PROVIDED SHOULD: Be rated at least A VII per Bests Key Rating Guide; be licensed to do business in Florida. All policies provided should be Occurrence not Claims Made forms. The Proposers liability insurance policies should be endorsed to add the City of Tamarac as an Additional Insured. The Proposer shall be responsible for all deductibles. The Proposer's liability insurance shall be primary to any liability insurance policies carried by the City. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or re mail. newal refused until at least thirty (30) calendar days written notice has been given to the City by certified 22. INDEMNIFICATION: The Proposer shall indemnify and hold harmless the City of Tamarac, its . elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or wilful misconduct of the City of Tamarac or its elected or appointed officials and employees. 23. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Technical Specifications outlined in this RFP, the Special Conditions and/or the Technical specifications shall prevail. The Proposer shall examine all RFP documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing Office. The City shall not be responsible for oral interpretations given by any City employee or it's representative. An award of proposal will not be effective until 72 hours after the adoption by City Council. The City shall issue a written Addendum if substantial changes which impact the submission of the FPs is required. A copy of such addenda will be mailed or distributed each Proposer receiving the proposal. via facsimile transmission to W OFFICE SUPPLIES PROPOSAL REQUIREMENTS RFP 98-20R 1-1 SCOPE: It is the intention of the City of Tamarac as the Office Supply lead agency of the Broward Governmental Cooperative Purchasing Group (Co -Op) to establish a yearly contract for the services of a qualified office supply vendor to furnish the majority of office supplies/equipment required by the members of the Broward Governmental Cooperative Purchasing Group (See Co -Op Member listing) per the requirements listed herein. CONTRACT TERMS: The purpose of this Request for Proposal is to establish an initial eighteen (18) month contract and subject to two (2) additional one (1) year periods, not to exceed three and a half (31/2 ) years, based on performance and mutual agreement. At the end of the contract period, the City/Co-Op may extend the Contract on a month by month basis, up to a maximum of 6 months, under the same terms and conditions if it is in the City/Co-Op's best interest. The Co -Op contract resulting from this proposal is expected to commence approximately June 1, 1998 through November 30, 1999 with the ability to extend the contract for two subsequent one year periods, not to exceed a total contract period of three and a half (3 1 /2) years, based on performance and mutual agreement. CONTRACT VOLUME: Items attached on the Bid Summary Sheets are a random sampling of ou needs throughout the years. Dollar Volume is estimated to be $843,000.00 per year and cannot bio guaranteed. Our needs could also exceed this amount. Items will be ordered on an as needed, when needed basis. ESCALATION/DE-ESCALATION CLAUSE: The City/Co-Op acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator will be accepted if increases/decreases have occurred within the industry and are properly documented. Cost adjustments will be reviewed on an annual basis and shall be submitted 30 days prior to the annual anniversary date. The City/Co-Op may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract upon giving sixty (60) days notice to the contractor. There shall be no changes to the Percentage Discount offered off Catalog Pricing. Fixed prices are requested for high -volume items. A discount percentage is required for additional catalog items that may be required by the City/Co-Op during the contract term. The discount is to be listed on the Request For Proposal Form. Assembly may be required. If assembly is required, the assembly fee may not exceed 5% of the cost of the item. is 10 The Co -Op Agency will not assume the cost for special packaging unless it is requested by the Co-0p Agency in writing or the need for such is indicated on the proposal and approved b PP y the Agency. ADDITIONAL HI -VOLUME FIRM UNIT PRICING: After award and during the term of the contract, each agency may submit to the vendor a list of additional high firm prices for these items utilizing the same formula that was used to establish the originally -volume items. The vendor will quote quoted items in the RFP. The firm prices quoted for these additional items will remain firm during the term of the contract and be subject to the same increase/decrease in pricing stipulated herein upon renewal of the contract. A copy of this additional Hi -Volume list is to be forwarded to the lead agency, City of Tamarac, Attention: Anne Lodato. PROBATION PERIOD: The first (6) six months of the contract will be considered probationary. The probationary period may be extended for additional (6) six month periods if the City/Co-Op deems necessary. The Co -Op Lead Agency, City of Tamarac, will notify the vendor of any contract deficiencies verbally and/or in writing. The situation must be remedied immediately and the Lead Agency shall be notified when corrections have been completed. If, in the opinion of the Lead Agency, the deficiencies observed are not satisfactorily corrected within a reasonable amount of time, the Lead Agency/Co-Op reserves the right to terminate the Contract per the Termination of Contract Provision. QUALIFICATIONS OF PROPOSER: This Proposal shall be awarded only to a responsible vendor qualified to provide the supplies specified. The vendor shall submit the following information with their qualified package. A. Provide a list and brief description of similar accounts satisfactorily completed denoting location, dates of contracts, names and addresses of owners. Similar accounts shall mean: accounts of similar sized dollar volume, type of contract items, number of delivery sites and number of people in organization. B. Number of years organization has been in business. C- Submission of Quality Control Program in regards to stocking of orders. D. Summary of Delivery Method/Service that will be used and delivery time frame orders would be arriving at City/Co-Op locations. E. Listing of office hours and statement verifying number of office personnel available during these hours for the coordination of service and questions regarding supplies. F. Listing of staff that would be assigned to City/Co-Op accounts with phone number, beepers, cell phone etc. and their responsibilities, with an appropriate number of Sales Representatives and Customer Service Account Representatives to provide sufficient support. �• Listing of Warehouse Facilities. 11 0 H. Does your company have a quality initiative program in place? (If so, please describe it briefly). I. What type of measuring (or benchmaking) system do you have in place to ensure continuous improvement. Failure to submit the above requested information may be held against Vendor. BILLING REQUIREMENTS: Agencies billing requirements vary. Each agency has specific billing requirements that must be met. Vendor is to indicate types of billing available. Please submit sample invoices and various billing methods and cycles. The Vendor shall insure that all delivery slips clearly state the purchase order number, date of delivery, carrier or method of delivery, total carton count delivered, item description, quantity delivered and quantity backordered and any other agency requirements. PRICINGIORDERING: Vendor is to state firm price including all delivery and handling charges.10 Discount percentage off current vendor catalog pricing except the furniture, copiers, computers, and electronic sections are also to include all delivery and handling charges. If agencies require pricing on furniture, copiers, computers and electronic sections, they may call the vendor for a specific price quote. PLEASE LIST THE EXCLUDED SECTIONS ON PAGE 45 (ATTACHMENT A). For the Purpose of this RFP, items listed will reflect only one stock number for a specific group of items. Agencies may order writing instruments in fine or medium or in any color; black, blue, red, etc. and the pricing will be the same as quoted herein. Colored refers to any color of the item listed in the Vendor Catalog. Pricing will remain constant for any color listed in the current Vendor catalog. ORDER FORM AND CATALOGS FOR CONTRACT ITEMS: Awarded vendor will be responsible for developing and producing an "easy order form". The form will display a majority of the high volume contract items with columns for quantity, contract #, and description. This form will be faxed to the awarded vendor by the various Departments as a method of placing orders. The "easy order form" shall be completed in 5 days from notice of award. The awarded vendor will be responsible for developing and producing a personalized catalog with the City/Co-Op contract bid items. Catalog shall have reference picture, contract item # and catalog item # and a short description. Catalog shall be indexed by category. Awarded vendor would provide as many copies as requested by each participating agency. 0 Catalog and easy order form to be reviewed and updated on an annual basis to reflect City/Co-Op needs. 12 INVENTORY: The Vendor shall have access to adequate inventory to attain 100% fill rate on the high use items, and a 95% fill rate on all catalog items. A 100%fill rate mean ° s that 100 /° of the high use items will be delivered within 48 hours after receipt of order. A 95% fill rate means that 95% of all items ordered through the catalog will be delivered within 96 hours after receipt of order. All line items must be shipped complete if requested. The City/Co-Op reserves the right to require proof of access to inventory. The Vendor shall notify the Ordering Agencies Purchasing Department when out of stock on any item due to circumstances beyond their control. The City/Co-op Agencies reserve the right to procure out of stock items from other sources in these circumstances. Special order items should be delivered within 14 calendar days after receipt of a purchase order. Vendor should notify the Agency Purchasing Department if special order items were ordered. SHIPMENTS: Deliveries are to list PO numbers on all boxes and if for more than one final destination, the final destination is to be indicated on the boxes. DELIVERY & ACCEPTANCE: Deliveries will be limited to locations within Broward County Florida. Delivery is to be F.O.B. destination. Minimum order requirements shall not exceed $25.00 per delivery location address. Vendors are to list PO numbers and any other agency requirements on all boxes delivered. The material remains the property of the seller until final acceptance by the agency's end user. If deliveries are dropped off, shortages/overages will be reported within 2 working days of the specific agency. 0 Delivery will consist of dock -side deliveries and in -side deliveries. In -side delivery may include one or more final destinations within a single destination location address. Agencies may add or delete delivery address locations. If the shipment is designated to be delivered to one location and is ultimately for more than one final destination, the final destination (i.e. Building and Room #) for the product may be required by some agencies to be indicated on each boxes. The material delivered under this proposal must comply with the terms herein, and be fully in accord with specifications and of the highest quality. It is understood and agreed that any item offered or shipped as a result of this proposal shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. Unless otherwise stipulated in the proposal, all manufactured items and fabricated assemblies shall carry U.L. approved or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. AUTOMATIC RETURNS: An order will be placed with the understanding that all items delivered must meet the approval of the Using Department. Material not acceptable will be returned for credit. Vendor to state return authorization address for material damaged in shipment, wrong merchandise shipped, and/or duplicate shipments. Material to be returned at vendor expense. Authorization for material ordered in error by City/Co-Op members will be through a vendor representative via telephone or expediter request; material to be returned at Owner's expense, if shipped other than vendor truck. Restocking charges will not be accepted for any item(s) shipped in error or damaged materials. 13 0 CATALOGS: Successful vendor must supply free of charge sufficient catalogs, to be distributed to all Co -Op Agencies. Catalogs must be received no later than one month after notice of award. SAMPLES, PRODUCT LITERATURE AND CATALOGS: Vendors may be required to submit a sample of item(s) bid for evaluation within seven (7) calendar days upon request from City and/or the Co -Op. Each individual sample must be labeled with vendor's name, RFP number, and item number. There will be no charge for samples. Vendor should also submit photographs, drawings, manufacturer's catalogues or product literature on the items requested. Literature should be clearly marked as to each item number. Failure on the part of the vendor to submit the requested samples, literature and/or catalogues when requested may result in their proposal being declared non- responsive. QUARTERLY/ ANNUAL REPORTING REQUIREMENTS: Vendor is required to submit quarterly reports to each agency. After award, each agency will discuss the report layout format and when the reports should be prepared. A copy of the report should be sent to the lead agency. Vendor is required to attend Co -Op meetings as requested by lead agency. CONTRACT EVALUATION: After award, the Co -Op members may perform site visits at their discretion. Site visits may be utilized as a method to evaluate performance of the contract Other methods of evaluation may include the service and performance criteria listed as a means of propos� evaluation and criteria listed as a requirement of this proposal. SUBSTITUTIONS: After award, no substitutions of materials will not be accepted unless approved in writing by each agency. SELECTION PROCESS: An Evaluation Committee composed of representatives from several of the participating Co -Op agencies will be responsible for selecting the most qualified firm based on qualifications, product information, costs, service, experience/past performance, billing and quarterly/annual reporting as provided in the submitted proposal. The vendors meeting all requirements and determined by the committee to be the most qualified, will be asked to make a detailed presentation to the evaluation committee. The item list is broken down by lots, however, the award will only be presented to one vendor. Each firm should submit documents that provide evidence of capability to provide the commodities and services required for the committee's review for short listing purposes. The short listed firms will then be contacted via telephone and a follow-up letter to prepare for a presentation to the committee so that a final vendor can be selected. On receipt of the proposals, a list will be compiled of the names and addresses of the vendors. This list will be posted within two (2) working days in the City of Tamarac's Purchasing Division. All vendors will be investigated as to organization, ability to perform, and experience. The City/Co-Op reserves the right to reject any proposal which does not meet the required qualifications and/or fails to complete the entire Proposal and/or submit as required under "Proposal Requirements". 14 • EVALUATION COMMITTEE. Responsive Proposals are evaluated by an Evaluation Committee. Committee members are not to be contacted during the proposal selection process. The Committee will evaluate all responsive proposals to determine which proposal best meets the needs of City/Broward Governmental Co -Operative Purchasing Group based on the criteria stated. Evaluation will be made by a Committee established for this purpose, composed of volunteer Co-op Members with a maximum of one voting volunteer per participating agency. Recommendation of award of the contract shall be based on all information submitted by the vendor in the sealed proposal, a thorough review of all references provided, interviews if deemed necessary with the short listed firms and certain objective and subjective considerations; Experience/Past Performance, Financial, and Personnel/Organization. The City/Co-Op reserves the right to award the contract to the Vendor who will best serve the interest of the City/Co-Op. The City/Co-Op reserves the right to accept or reject any or all proposals. The City/Co-Op reserves the right to waive minor variations to the specifications and the proposal process if it is in its best interest. Minor variation(s) are to be determined by the City/Co-Op only, not by the Vendor. AWARD/EVALUATION CRITERIA: •Proposals will be evaluated by the Evaluation Committee, and then vendor selected on the basis of the following criteria, each weighted as indicated hereinafter. All responsive vendors will be investigated as to experience, financial condition, personnel, organization, and ability to perform. The City reserves the right to reject any vendor that does not meet the qualifications stated in the proposal. The City shall be the sole judge of compliance and/or qualification. Service: 30% 2. Price: 30% 3. Experience/Past Performance 15% 4. Billing 20% 5. Quarterly Annual Reporting 5% SERVICE: A. ABILITY TO PERFORM: 1. Dockside 2. Inside Delivery 3. Representative Pick up Orders at entity location B. RETURNS HISTORY & POLICY C. BACK -ORDER HISTORY 15 D. INVENTORY - Vendor to indicate average monthly local inventory. Local shall mean a warehouse capable of delivery to the tri-county area. Vendor to indicate location of warehouse and square footage of storage area. E. ABILITY TO DELIVER ORDERS WITHIN TIME STATED HEREIN F. PROMPT PRICE DISCREPANCY RESOLUTIONS PRICING: Lowest and best overall price based on both firm unit pricing of the items specified and percentage off entire current Vendor Catalog. SUBSTITUTIONS FOR BIDDING PURPOSES: No substitutions will be accepted with exceptions indicated. If model # has been discontinued by the manufacturer, vendor is to bid the same style but indicate the correct model #. Vendor is to provide detailed specifications including a picture of the product and confirmation from the manufacturer that the product has been discontinued by them. Vendor to indicate Brand & model # of recycled products bid. Indicate if additional discounts are available for dockside deliveries. EXPERIENCEIPAST PERFORMANCE: The submitting Vendor will supply a list of individual clients of similar size and type of contract to serve as references regarding the success and capabilities of the contractor's past programs. The enclosed qualification form must be completed and returned with the proposal. The contractor should have demonstrated satisfactory three (3) year past performance in the area of service stipulated in this proposal. BILLINGIINVOICES - (Submit Samples): Indicate if additional discounts are available for fast payments. Invoices are to be accurate, clear, and precise. All prices shall be listed with a maximum of two decimal places. Invoices must list at a minimum, the purchase order number, item description, quantity shipped, quantity back -ordered and credits. Credits are to reference the appropriate purchase order number. PO Vs are to be listed on invoices, cartons of items shipped, shipping documents, and credits. Billing requirements vary by agency. All agency requirements must be met. Vendors should meet the following requirements in order to be considered for this contract: 1. Have the capacity to perform. 2. Have successfully executed a contract similar in nature and/or dollar value within the past three (3) years. 3. Have a satisfactory three (3) year record of past performance. 4. Provide details of existing contracts of similar size and nature including phone numbers, contact person's name. 5. Provide details of any contracts that were cancelled. 6. Provide the address, square footage and estimated monthly inventory in $ of your warehouse facility. • `[: 107. Provide a sample evaluation form to be used by each participating agency to evaluate the vendors performance. 8. Explain any technological innovations regarding order, billing, etc. that will be available to the participating agencies. 9. A component part of the evaluation process will be for the vendor to specify their catalog discount, supply said catalog and the committee will randomly select twenty (20) items and calculate the applied discount to determine the lowest vendor. • LJ • .{ COMPANY NAME: (Please Print): Phone: Bay %5 _ 7 a a 1 Fait: 9 s�116 .a FORE SUBMITTING, YOUR PROPOSAL. MAKE SURE YOU.�'F''�=~ A' 1. Carefully read the SPECIFICATIONS and then properly .fill out the PROPOSAL FORM (Attachment A ). :;� : �;L . J .. ,:.�;.�;.. •, 2. Fill out and sign the PROPOSAL SUBMISSION FORM (Attachment I). 3. Sign the PROPOSAL CERTIFICATION FORM (Attachment 2). 4. Fill out PROPOSAL VARIANCE FORM (Attachment 3). 5. Fill out the OFFEROR'S QUALIFICATION STATEMENT (Attachment 4 ). , . 6. Fill out the ACKNOWLEDGEMENT (Attachment 5 and have it properly notarized.) 7. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment 6). 8. Clearly mark the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the envelope. 9. Submit ONE (COLORED) AND NINE (9) PHOTOCOPIES of your proposal. 10 Make sure your PROPOSAL is submitted prior to the deadline. Late Proposals will not be accepted. 11- Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR PROPOSAL. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. C] W y ATTACHMENT A v BID SUMMARY -OFFICE SUPPLY CO-OP RFP - PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER - ITEM QTY & DESCRIPTION •' '• `''` - -- MANUFACTURER! UNIT .'-. NO. UNIT • - . . _ .. „ �... ITEM # :. __': P CE 0T#1:ADHESIVES/G UES/TAPES: - 1 240 Glue Sticks, Jumbo, UHU . ' ., :.•a"" :' AVE $- PKGS .26 oz (10/pkg) •�a pk 00166 2. 320.. Cement, Rubber, 4 oz: _ : g,9lv $ a8D3p5 •.. DEN k P PKGS Brush in Cap (12/pkg) 08450 - _ . .... 3• 250 Dispenser, Tape, Desk 3M Scotch I. 3 8 eon $ EACH for 1/2" & 314" x 36 yds MMM C38 (Any Color) (1/pkg) - 4. 2691 Tape with Dispenser 3M Scotch $ 51 cep PKGS 3/4".x 300" (24/pkg) MMM 105 5. 1136 Tape, Cellophane, Magic 3M Scotch rt 32 6x $ Ms 52- BOXES 3/4" Refill 1" Core MMM 620034x36 3/4" x 36 yds (121pkg) 6• 1042 Tape, Cellophane, Magic PKGS 1/2" Refill 1" Core (12/pkg) 7. 1120 Tape, transparent, magic PKGS 314" W, 1" Core (12/pkg) 8. 500 Ultra Color -Tape, all colors ROLLS 3/4" x 36 yds Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. justrpI , jtBwj�be requested after award. BIDDER'S SICIATURE 3M Scotch 12-�qpk$ 13L31q - ag MMM 810-1/2x36 3M Scotch 110. 62PK $ 1 S I, W MMM 810EG34x36 3M Scotch 1. O QL $ MMM 809LE,PK,PU Firm price must be lower than discount or RfWMA-'w_ v-Mvr • � I 19 ATTACHMENT A BID SUMMARY -.,OFFICE SUPPLY CO --OP RFP, PROPOSAL PRICE LIST FORM THIS -IS AN INVITATION FOR PRICE QUOTATION ONLY ' NOT AN ORDER ITEM ,QTY & DESCRIPTION : MANUFACTURER/ -.UNIT DLO:_ UNIT .... ,� .... ITEM # . PRICE LQT#1:ADHESIVES/GLUEAES:: r 41 "xfi0 9. 1084 Tape,, Masking, 1 yds 3M Scotch % • 57pk $ ? 1 al. S'• PKGS . Bulk, All Purpose - MMM 2600-1X60 3"-core size (9/pkg) 10. 1540 Tape, Masking, 2"x60 yds 3M Scotch $LBL3qf, 00 PKGS Bulk, All Purpose . 3" core size (6/pkg) 11. 689 Tape, Clear Shipping CTN 2" x 55 yds, Self Adhesive 3" core (36/ctn) 12. 100 Tape, Filament, 3" core PKGS 314" x 60 yds (12/pkg) 3M Scotch a dt• 3kl- $ MMM 3710-2-CL 3M Scotch 31- 32p1c.$ 3 t 3a. 00 MMM 893-3/4 GRAND TOTAL LOT #1: $ a Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discounTor r ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY- NOT AN ORDER ITEM QTY & ; DESCRIPTION MANUFACTURER! UNIT NO. UNIT ' - ITEM # '' - P I E T #2: B DERS: (May be ordered in any color) :. } BINDERS, Hard Cover .-. . . 13. 250 Binder, 3 Ring, Vinyl, 1 " Wilson Jones fj EACH Round ring binder, #36815 No Label:� No Label 02/13ox) 14. 250 Binder, 3 Ring, Vinyl, 1" EACH Round ring binder, With Label (12/box) 1-1 15. 455 Binder, 3 Ring, Vinyl, 2" EACH Round ring binder, No Label (12/Box) 16. 500 Binder, 3 Ring, Vinyl, 2" EACH Round ring binder, With Label (121box) 17. 210 Binder, 3 Ring, Presentation EACH 2", view, clear overlay on front, spine & back Inside pockets front & back 18. 220 Binder, 3 Ring, Presentation EACH 1.5", Black, Overlay on front, spine & back Inside pockets front & back Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustment wi a requested after award. I I I l i J Wilson Jones I- oq ear. $ o1 &0-00 #36815 wAabel `�— Wilson Jones #36817 No Label L2-368- 4NB Wilson Jones a. p0 ea. $ /600 , on #36817 w/label Wilson Jones I. 9 8e,a- $ 4415, 80 WLJ36244W " Wilson Jones 11 58ea, $ 3L11. 100 #WLJ36834NB Firm price must be lower than discount or ./7 Wait, g 21 ATTACHMENT A : BID SUMMARY -OFFICE SUPPLY CO-OP•RFP ' PROPOSAL PRICE LIST FORM . `.:.' THIS IS AN INVITATION FOR PRICE QUOTATION ONLY_ ' NOT AN ORDER ITEM QTY &. DESCRIPTION s' -" `:°�: MANUFACTURER/ UNIT NO. UNIT _ •::��', TEM # `- ., _.._; _RICE LOT. #2: (Cont'd) 18. 220 Binder, 3 Ring, Presentation `<-Wilson Jones EACH 1.5", Black, Overlay ,`'';'� #WLJ36834NB 1GQ- on front, spine & back ;. . _�,-�.�.�`: {; : :: - ; r ,:�•� :,,;�. Inside pockets front & back w . •t P , �' REPORT COVERS: 19. 2160 Cover, Report, 8 Y2 x 11 ACCO ;, 7 3 ea. $ 1671o. 80 EACH Clear Vinyl Cover (10/Box) = :- :#ACC25978 . DATA BINDERS: 20. 375 Binder, Data, -' . Wilson Jones a.q Qom, $ a33.'1S EACH 8 % x 11 (Any Color) #C11-811 Recycled Pressboard (10/13ox) 21. 375 Binder, Data, • r Wilson Jones . 1, 3 i rp. $ EACH 14 7/8 x 11 (Any Color) #C11-1411 Recycled Pressboard (10/Box) MISCELLANEOUS: 22. 745 Index, Set-5 Tab Avery BOXES 11" x 8 1/2" 1-3-811-5 Colors or Clear (24 SETS/Box) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustments ill requested after award. BIDDER'S N URE COMPANY NAM 22 - ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP. PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY :NOT AN ORDER - _ITEM QTY ..: DESCRIPTION �N ° ; MANUFACTURER/ ".r. UNIT O. UNIT t: _ �' ITEM # :�, : - PRICE i LQJ #?: (Cont'd) , _ _ Y `23. 300 Sheet Protectors, Clear C-Line bk - eoxEs 1„.x 8 �i2n .93 Polypropylene C-L 62013 or Top or, Side _Load (501BX) C-L 62313 750 Portfolio, 2 pocket, letter. Smead ".' . EACH (All Colors) `,-. - SMD48B +�. _ Wn GRAND TOTAL LOT #2: $ 10 q ?2• �j S • L Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price mu a lower than discount or adjustment will a requested after award. BIDD S1G RE COMPANY NAM 23 ATTACHMENT A BID SUMMARY -OFFICE SUPPLY CO-0P`RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY = NOT AN ORDER •..F. INTOEM,.QTY $ DESCRIPTION ' •:-•MANUFAC`TURER•/•-UNIT" UNIT M LOT#3:. PARER PRODUCTS. a• C:< q�.�v• .ii''y'r .. .. i.;" :ry i..sµj 5. �I You Were Out . To "s 2 295 Pads, While r _ P 1 33 d� q �. DZ Telephone Message Pads 3002P Pink or Yellow - f -A. 50 sheets/ j •: _.:• pad (12/pkg) .- 26. 233 Pads, Legal Ruled, Lined AMP - a, <j g�Z• $ IeDI• l� ��_. DZ (White or Canary) = ,. 20264 - • . Junior Size 5"x8" 1 50 sheets/pad (12/pkg) 27. 694 Pads, Legal Ruled, Lined AMP 14 tot dz $ 31g9= 3� DZ (White or Canary) 20260 Letter Size 8 1/2" x 11" 50 sheets/pad (12/pkg) 28. 492 Pads, Legal Ruled, Lined DZ (White or Canary) Letter Size 8 1/2" x 11" 50 sheets/pad (12/pkg) 29. 120 Pads, Legal Ruled, Lined DZ (White or Canary) Legal Size 8 1/2" x 14" 50 sheets/pad (12/pkg) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustrryents will lie requested after award. BIDDERV=NATURE TOPS 14. iD letz- $ a (08 I'�... 7532 Tops jy, l q d7 $ rl 7572 0 Firm price must be lower than discount or COMPANY NAM 1' YATTAcHMENT A ' BID SUMMARY :. OFFICE SUPPLY CO-OP� RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY `.NOT AN ORDER ITEM QTY & DESCRIPTION : ^, _:.y- ..: MANUFACTURER/ UNIT NO. UNIT - '�� , ,r� . ITEM #/ IC PAPER PRODUCTS: 30.. .141 Pads, Legal Ruled, Lined ;" -,r, .r- "� :'� =AMP (A,�9dz DZ (White or Canary) - . r .. 20363 . Legal Size 8 10 x 14" 50 sheets/pad (12/pkg) ....J y��' - 31. 217 Pads, Memorandum, White `� '�' t.. .' p yy. Tops 3. DZ 4" x 6", Plain or Lined A. a d2 - #7821 100 sheets/pad 32. 1182 Pads, Steno Notebook w Tops $ 1158.31 EACH 6" x 9" (Any Color Paper) 98801 Greg, Wide or Narrow Ruled 60 #8003 $� sheets/pad 33. 335 Pads, Steno Notebook AMP EACH 6" x 9" recycled, white 25774 80 sheets/pad v 34. 412 Post -It -Notes, Any Color 3M a. $ $ OLL $ J 1$ G, DZ 1-1/2" x 2" (100 sheets/pad) A2-653-YW (12 Pads/Pkg) 35. 180 RECYCLED: 3M S Q,f7 $ LL/0, W PKG Post -It -Notes, 1-1/2"x2" pic 653RP-YW Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. 4djustment will b requested after award. _,Ij; Ll E Firm price must be lower than discount or COMPANY NA 25 ' ;ATTACHMENT A=,��r-•. TBID 'SUMMARY =`OFFICE SUPPLY CO-OP. RFP = . PROPOSAL:PRICE LIST FORM ,: THIS IS AN INVITATION FOR PRICE QUOTATION ONLY..; NOT AN ORDER ,. '"' Y:'• .. .° XK. r:�:. .r .wry :J:r :t•'r, -. ►. k:.l.•}'�?{"z.'�tl�:-s. r ITEM QTY & DESCRIPTION MANUFACTURER/ , UNIT NO. UNIT - r , I -, . '. PRICE , `!I . LOT #3 (CONTI: ,,•; : �, _ �a� • t. ...---• a-, „y 36. 564 Post -It -Notes ;'All colors. :: EA 2" x 3" (100 sheets/pad) ...... ".MMM656 ' _ .. - 5•.,.. _.-N,;.:,....,.:`,-. (12 PadslPkg).: . - 37. 247 Post -It -Pop -Up Notes­-­..-',�yi :'�.. 3M 7 PD recycled, 3"x3", all colors . '„ :`•.` •; MMMR330 r: z, �. �»• : . 38. 3430 Post -It -Notes; Any Color 3M . , 5b $ !g a o• 80 EA 3" x 3" (100 sheets/pad) _. 654 39. 456 RECYCLED: - '. r•. 3M w, EA Post -It -Notes, 37x3" . 654RP-YW 40. 924 Highland Notes, 3"x3" ' : t • 3M as pd $ a?03f ag PD yellow MMM6549YW _ 41. 360 Highland Notes, 3"x5" 3M $ PD all colors MMM6559 42. 394 Post -It -Notes, Any Color 3M , IN Pd $ C � a r.5 to EA 3" x 5" (100 sheets/pad) 655 (12 Pads/Pkg) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm _price must be lower than discount or adjustments will bLequested after award. •11�6 . . �--v I A I (�aa — BIDDER'S. COMPANY NAM 3� ATTACHMENT A BID SUMMARY =`OFFICE SUPPLY CO-OP RFP .: PROPOSAL PRICE LIST FORM ' �f THIS IS AN INVITATION FOR PRICE QUOTATION ONLY-- NOT AN ORDER ITEM QTY & DESCRIPTION :' �' MANUFACTURER/ .r.�, �:. UNIT NO. UNIT I ...Y. -LOOT #3 (CONTI: _ .... _ - 43. 283 Post -It -Notes, 3"X5", ruled'; _. . 3M • ._ ' i-jq POl . $ _. PD. (12 Pads/Pk9) yellow MMM635 aia ,r 44. 251 Post -It -Notes, 476", ruled 3M 46 PD gyp( (12 Pads/Pkg) all colors � _ - - MMM660 45. 869 Post -It fax transmittal 3M �; [(� .. 3E. ..q PD pads, recycled 1-1/2"x4 MMM7671 (50 sheets/Pad -12 pads/ Pkg) �46• 238 File Wallet, Red Rope EA Material drop front 3 1/2" expansion Igl size 15"x10", cloth .ties (10/box) RECYCLED: 90%, 10% PCW Top Opening 47. 238 File Wallet, expanding EA leather like, with elastic cord 15"x10", 3-1/2" Expansion, recycled (10/box) 48. 400 Pocket files, letter, 5-1/4" EA exp, Redrope (50/box) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustm nts will b r quested after award. IA, 11 BIDDER'S SMEAD SMD1056EL - SMEAD SMDL1056E SMEAD gIOP.ct. $ .I sq,00 SMD1534GB Firm price must be lower than discount or COMPANY AM 4A7 ATTACHMENT A BID SUMMARY = OFFICE SUPPLY CO-OP.RFP `` p PROPOSAL PRICE UST FORM''" THIS IS AN INVITATION FOR PRICE QUOTATION ONLY NOT AN ORDER =,ITEM QTY & DESCRIPTION MANUFACTURER/ "UNIT NIT _. R '� ITEM # �� ., ; 4.y,,: ....: �. ••�, . . J � PRICE LOT #3 (CONT): ; • , . „ ,• 49. 378 Pocket files, legal, 3-1/2" _: SMEAD d 3q• Rio EA exp, Redrope (50/box) SMD1526ED . : , 50. 368 File Pockets, Manila.. SMEAD.._�� �5G�-.$ yq. lvpy.l. EA end -tab, reinforced -SMDET'M1526E .. Tyvek, legal 3-1/2" exp . , ... Recycled (25/box) 51. 184 Pocket files, easy access SMEAD 5 lv $ IDS. 0q. EA 'top tad, legal, 1-3/4" �: SMD1516C8 7 exp, recycled, Redrope = (50/box) 52. 650 Pocket files, easy access SMEAD i' 1 $ V l 5P EA top tab, legal, 5-1/4" exp, Redrope (50/bx) 53. 1134 File Pocket, easy access EA top tab, legal, reinforced, Tyvek, 5-1/4 exp Recycled, (10/box) 54. 496 Pocket files, Tyvek gusset, EA recycled, 5-1 /4" legal Note: Price Corrections should be initialed SMD1536GB SMEAD SMDC1536G ,1.14 « � �aga.�t�• SMEAD 4 W(pi p. 2q.11P SMDETMC1536G Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustments will qe requested after award. IN MW9r 174, 28 LAN .� �!� ATTACHMENT A .... BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE UST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY = NOT AN ORDER, r ITEM QTY DESCRIPTION MANUFACTURER/ N NIT # •ITEM 1.'. ' 55. 452 _ Folder, Red, Classification, _ _ _ _� Y;,,.• f _,F',_; ;; EA red legal, 2 dividers, red SMD19075 ; -•' Or gray,. pressboard, _Recycled. .. P56. . 420 Folder, Classification, . J.1 ea+. � [r7P '8a EA 1 divider, legal red or. _SMEAD SMD13775 gray. 57. 420 File folder, letter, • _ SMEAD 1,;40 6X 41 BX classification, red or SMD13775 - 4R8. gray 421 File Folder, letter, 11 pt, SMEAD (v,qq by BX 1/3 cut assorted, recycled SMD2153L (50/box) 59• 220 File folder, double tab, SMEAD -Pk $ q*70, 80 PKG 1/3, letter asst (121pkg) SMDSS3A Recycled 11 pt asst colors 60. 70 Folder w/fastener, top -tab SMEAD 9,096K s(A5.60 BOX third cut/asst, 1&3, SMD14537 Letter, recycled (SO/box) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. 0 adjustments will be equested after award. Firm price must be lower than discount or 29 .. ,.ATTACHMENT A BID SUMMARY -..OFFICE SUPPLY COOP RFP - V. PROPOSAPRICE LIST FORM, ' : L' THIS IS AN INVITATION FOR PRICE QUOTATION ONLY NOT AN ORDER - ITEM QTY & DESCRIPTION i -, MANUFACTURER/ ISO_, . UNIT ,.; : y':.� - - --- ITEM �'' : • ` PR LOT #3 (CONT): ' + " „! �. .. '1 fit' 4�4i :'�" r1 �w � - "'= .7'��r _•,ice`.\�. 61. 320 . . �' -,.._Frames, Drawer, - ;::;-` x.; OIC -' • : (ap.. . SETS . Letter Size = 1 OICHFLR 98620 �" 'a• r -_:<:r. Notched for easy break=of_f ',• • - ;. ,�' '"`: <- r - ��, 62. 274 Frames, Drawer, - ; OIC' SETS ' Legal Size 98621 Notched for easy break -off 27" long � � •; :r ' .: ... .•Y�;i-'' -y`- _'ice.. 63. 544 Folders, File, Manilla, 11 pt •r SMEAD 7.1p 8 6 X : $/`1 �• 9 a. BOXES legal Size, Third Cut, Asst . SMD2153C M Double Thick Reinforced Tab �. (100/Bx) Recycled 64. 421 Folders, File, Manilla, 11 pt T SMEAD BOXES Letter Size, Third Cut, Asst SMD2153L Double Thick Reinforced Tab (100/Bx) Recycled 65. 322 Folders, File, Manilla, 11 pt Esselete Ll. 3 a hx $ / 39 Is 0 BOXES Letter Size, Half Cut, ESS 75212F Asst Single Thickness Tab (100/Bx) Recycled r Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustr,gent;, will be requested after award. BIDDER'S SI Firm price must be lower than discount or COMPANY'1 30 ATTACHMENT A ;;;. 9, _ BID SUMMARY-, OFFICE SUPPLY CO-OP. RFP~ A... r �y. PROPOSAL•PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY' -'NOT AN ORDER - - ITEM QTY& DESCRIPTION- «..,, MANUFACTURER/ UNIT =:�1 . UNIT_ ., <. - ... _ .. _ _ 4 r- ;•?.� :•i;. •_ •.'�•r f `PRICE a. •: ^:, i , may.:•.. 66. Q.Q , ., .- -Esselte _: ;T Folders File Manilla 11 pt , �- '' bX a 5o BOXES _ _:53 Legal Size, Half Cut, Asst 75312 Single Thickness Tab . : r•' ' �� ,, : : - -c - 100Bx) Recycled ^ 67. 175 Labels, Address Inkjet- • � ' `' -Avery (P y by. • 820 pp BOXES Permanent adhesive, self . - •. • 08162 - sticking, 1-1 /3"x4" . White, colors (350/box) ' r 68. 239 Folders, Hanging, Letter BOXES with tabs & inserts (25/box) • All colors Recycled: 10% PCW 1/5 cut 69. 143 Folders, Hanging, Legal BOXES with tabs & inserts (25/box) Recycled: 10% PCW Legal 1/5 cut 70. 420 Folder, Classification EA Legal (red or gray) - 1 Gusset Partition 2" Expansion Recycled Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. ustments we muested after awar BIDDER'S'SIGNA Smead - 3., 53 bX $ SMDC15H Smead 58 6x $ 54, q q SMDC25H Smead ' aoI ep. $ SMD 18776 Firm price must be lower than discount or !•'� low, �,�•. 31 a.,. .• , � BID .SUMMARY -,OFFICE-SUPPLY CO-OP, RFP '�. PROPOSAL,PAICE LIST FORM ` '-:w'.-• _ ; THIS IS AN INVITATION FOR PRICE'QUOTATION ONLY = NOT AN ORDER'.' ITEM QTY & :� r . DESCRIPTION ''t" =" '' :: -i:MANUFACTURER/ UNIT ' ,.:.. ITEM PRICE. LOT�CONTI: .. •" w - �:• <•,:;;- ,: , TI .. yL ^7 r r. ':%:sir .L:S^ f"w -a•�`i lr`. r tw •,n '.�:. •y : i.yi r:a•o �,..;. 71. 105 yi :t Envelope,10"x13" catalogQUA ': q• 3O - BOXES (100/Box) _ Redi-strip,, . � : iri ; a� 44782'. ,-- _: ' ' '' � ' �: _ rt. . R r .. t r, white, Kraft '';=,��� _ ,�. A% ,• y7-1/2"x10-1l2" 72. 120 Envelope, v QUA I99 by Boxes Clasp, (1 00/bx) brown, Kraft ' . ' =` y=' .37875 • • . �`" y'... '28# gummed flap ... 73. 38 Envelope, 10"x13", clasp, • 7 �, .,-QUA ... ;. 6X.� BOXES. Kraft (100Box) ' 37897 .5 74. 93 Envelope, 3-3/8"x6", clasp, :--QUA- - C,r ,9 a b • $A BOXES gummed flat, 28# (100/box) ;- • 3701.0 75. 97 Envelope, Interdept _ QUA '8,39bx $•$'3.83 BOXES 10 s 13 w/string, two '' ' 63562, Sided (100/box) • - . . 76. 771 Calculator Paper, ROLLS 2-1/4"X150', lint -free Paper Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustnlentsnwill be requested after award. BIDDER' 32 AMP , a3 AL $ 27150 Firm price must be lower than discount or 110.1 10W-1j . ATTACHMENT A BID SUMMARY 7-OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORMf$� • J �•• v/f �i.1 THIS IS AN INVITATION FOR PRICE QUOTATION ONLY = NOT AN ORDER ' ,i•,„ ITEM QTY & DESCRIPTION • MANU FACTURERl: UNIT O UNIT I( ITEM # 4 _ - LQT #3 (CONTI:_ '. NO ` 77. 306 File, Storage Box '" y Fell EACH . letter/legal, al Two e9 owe F °�� . ELQ0025 .. - thicknesses of high test #25 - ' - corrugated fibre board on - r, •r,`• front, back & bottom ' • _ - :;:,,:..r., Retractable Handles, String & button closure. 12"x10-1/415", to, 05 ea- $ .1 52 • L) 1Zx15-1/2"x10-1/4"H 78. 324 File, Storage Box Recycled - Fellowes .q.OlO ea.. $1. 155- EACH 15"x10-1/4"x24"D Legal retractable handle, FEL-00012 - String and button closure. 79. 156 Fite, Storage Box FELLOWES tot q 5&L $ I' C1 8 4. • k0 EACH 4.5 x 10 x 24" FEL-00015 , DocumentsNouchers 80. 166 Book, appt, day 8"xY bk, AGGG L4 . Ego -a- $ $1fl.0 S EA two color 10000 81. 156 Book, appt, appt monthly AAGG 1 j : a 0 ea, $ l061- fly EA 8"x12", bk 47000 Note: Price Corrections should be initialed Quantities are estimated and may increase or, decrease. Firm price must be lower than discount or adjustments W1llhatequested after award. BIDDE SIGN RE CO NY NAME 33 ' .., 'ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP, RFP PROPOSAL PRICE LIST FORM -THIS IS AN INVITATION FOR PRICE QUOTATION ONLY NOT AN ORDER ,ITEM - QTY & DESCRIPTION UFACTURER/ NO. !-UNIT J .r,� :... _ ... "� ITEM # 'f LOT #3 (CONY):'''_ " _ . ''::;� ! .. M .•g. ^�j �S . . Y.114 •, �;�'' r. 82. - .K•F� .. _128 . r+�; ' :.Ya. '•-+. -. - ^Book, appt, week; letter:: _17'•'• �.• r-•; �x t -� � :+.�-rl.yrr ..•� AAGG '1 --�- =f', ,►,��/�.p�, wJ •,;;t3,. EA size, black . :.: ^ 52000 :.:;; .. _ -T, ti �•1 � .. �j.4 .r... 1. v �..F• 14 �Wr i _ 83. 80 . R. Calendar, wall, year, J AAGPM :q�•���, � r19 EA erase, 2 x3 2628 _i T _ �;`$p 84. 800 Calendar refill, desk AAEE erx. $ tp� Cti.00 •• . EA 3.5"W' . 71750 M ='= 85. 107 Dictionary, college, hrdbk HOUGH jQ, ID ca, 9r0 • Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or BIDDER'S SIG 34 91 'ATTACHMENT A BID SUMMARY -OFFICE SUPPLY CO-OP RFP -- PROPOSAL PRICE LIST FORM ' THIS IS AN INVITATION FOR PRICE QUOTATION ONLY ;NQT AN ORDER ITEM QTY & DESCRIPTION ;`:, : <:.,., c:=: : MANUFACTURER/ '_ UNIT . i�':` NO. UNIT .• �:• .. ITEM # .. _`- . . t #4: STAPLES/BINDING CLIPS/FASTENERS/RUBBER BANDS:' 86. 1998 Staples, standard size SVVI ; LL boxes regular point, cardboard box - 35108 87. 399 Staplers/standard size :Sim each metal; full reature, black - - _ ' 44401 . .. - 88. 87 Stapler, electric SWI 1 �� p� $ Each beige or black, uses 06702 standard staples .. - 89. 281 Stapler removers, pinch OIC . tal to. $_ 3►9 10. each type, black or brown 95691 1 1694 Paper clips, #1 Medium ACC ,0q bx s15.2 el Boxes smooth, .034 gauge 0 00/box) 72380 91. 1683 Paper clips, Regular/#4. ACC $-Zlal.41 Boxes Jumbo, .048 gauge (100/bx) 72580 92. 232 Clips, Binder, Small ACC . a i 6x $ 41$�1- Boxes 3/8" cap, 3/4" width 72020 (12/box) 93. 288 Clips, Bulldog #1, 1.25" HUN ,,3y ea,. 01801 Each Magnetic (12/box) 2026 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease djustmnts,uvill b requested after award. BIDDER'S SIGURE Firm price must be lower than discount or 35 --ATTACHMENT A - BID SUMMARY = OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN- INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER • r'l:rr . ITEM QTY & _J, h !�='• ,; �` DESCRIPTION " "': _ MANUFACTURER/ TURER! � - ' UNIT " • UNIT •► _ �.>^ ITEM #•E I -u: PRICE - - -• • L6t_#t4 _(Cont d):_ _ 94. 419 . Clips,. Binder, Small - •r: " ,,, ; a bx �� Boxes 5/8" cap; 1=1/4 width : ` 9920 , :.. 95: 474 Clips, Binder, Medium ;'L OIC bX . _L{(o 96." 357 Clips, Binder,: Large, .` OIC• �,'�(p bX $ •. q. $a. Boxes 99100 ~ N 97. 229 Clips, Bulldog #2, 2.25" HUN #4$eo.. $ �• Each - 2002 ►. 12" 98. 180 Fa 9 width Fasteners, Prong, ACCO 1 t (p l 6X 9�0� Boxes complete 12992 99. 386 Thumb Tacks, Steel, LAB raq by $ 9�•�v Boxes solid head (100/box) 782C - 100. 50 Punch, 1-3 hole, ACC (p. $pr_06 $ 940. DO Each adjustable, 40 sheet, 74350 Black 101. 59 Punch, 2 hole, 1 /4" ACC - 1 a e a. $ IY20• 4'? Each 3.5 sh, black 74050 GRAND TOTAL LOT 4: $ (6i0`1q• 33 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustment�wbe requested after award. r-, n • V. BIDIDERt SIC-AIATURE COMPANY NAME '• ATTACHMENT A �. BID SUMMARY OFFICE SUPPLY CO-OP RFP P. = PROPOSAL PRICE LIST FORM Y`s�==. 1 F. .,w -, THIS IS AN INVITATION FOR PRICE QUOTATION ONLY..-' " " , :! 1 t NOT AN ORDER ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT . r O. UNIT ITEM # • .: f ; . ..:: 44 OT # 5: N�TER/BUSINESS MACHINES/COMPUTER SUPPLIES_:.:.: Y%. BIDDER SHOULD INDICATE OEM PRICING. INDICATE GENERIC�,...... r ' _ ..;�* s- PRICING BELOW THE OEM PRICING. USER MAY ELECT TO ' PURCHASE OEM OR GENERIC PRODUCT. ,r:. FOR PURPOSES OF AWARD, OEM PRICING WILL BE UTILIZED =' • Ribbon, Quietwriter 7 & 8 LEX , EACH correcting 1299933 f- w • r . 103. 168 Ribbon, printer, nylon EACH ML590/591, black 104. 180 Correction Ribbon EACH for Wheelwriter, Bk 3,5,6 series II 105. 173 Ribbon, Lift Off Tape/F EACH Daisy W (6/box) 106. 261 Ribbon, Calculator, EACH Nylon, twin spool, Straight -wind version Black & red 1/2" x 7 yds 107. 188 Each Ribbon, Printer, Nylon Black for Okidata ML 182, SK Okidata OK152106001 = LEx arige L. $ lv #13809919 BRT $ s� 3015 Burroughs # b4 eo.. $ 9- D 4 NUKBR80C Okidata 3.2.1 ems. $ (003• NUKBM188 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be. lower than discount or adjustments will be requested after award. 4-07AIlk ___ 6�" BIDDER' SI A E COM A Y NAME 37 w �..,,.:.. •M1. �:•.,,: TTACHMENT A .t.' BID SUMMARY ;'OFFICE SUPPLY CO-OP _== PROPOSAL PRICE LIST ' � • • FORM - w:'1;,.'��t'.�'., ��:�• � , . �a THIS IS AN,INVITATION FOR PRICE QUOTATION ONLY NOT •::.,.. AN ORDER ;: • :,.: • •ITEM QTY & ._ ... �•: - , �,�..... DESCRIPTION ", ,' - .� � •:MANUFACTURER/ UNIT �. F.,, %- - ITEM # ;' : NO. UNIT ?::r : ;:: -- . -�' - s -..PRI E r,�.,• nT # 5 (CONY _'' {j. i/i .V �e ''F �•;-�.i•�..(., •i .fin' - • i.� v "7•. •_ r tii.::'R-V ••.!•••-i`M�: �• 1. T•-rFF J.•A. �• )- N;- t{ry/ 4.•� �. -. .`. •1Ld_�.�lY �7r • - • iJ�4�5'.•..y _1' •_ y:. .•yr4'1r •A. �/ �'-•' . � _�_-tr..�}•• ••h'••'ti• % Y-• •. r� � � _'..� l__Y".-. r�•4� :t'5 +r, .•k4; �i - r •-t r..�•i:• ••I ��' - _ 'ti. �'?.� M �•'•f i� f.`.+.'.�..•ny)'•. �•^� �� 1•�. \• r. �. +Y•.�. ♦ 108. 172 Ribbon, Printer, Nylon '^. <� r.�', Okidata;fll ;�-- •Ir Yam~-N'; ir. � _�... - '- •- , r Each PANKX 1090, B - BM189 .. � .. �� L .�w..•'• ,: err: I •• 'i � _ '•Y..,, _ .. � ti' 109. 245 Diskettes (3.5) HD12MB ' IMN •..v..'�t ... a• ,' ::; . _ , • 4 ; .,t f,�p1V06 > BOXES : , formatted (I0/box) =� _• �. •• 12881 •� 4 •�~+`_ .: � ai •. _�Y t :, \CK:�_..;:-c Tom. (Agencies may utilke S/C � ::<;.r> .... :; • �;.• r ,� .. r �,. Or other contracts) -• : ' n .Zw r nth:-- _ .- -� 'GRAND TOTAL'LOT 5: •�w�+�ti; yy»a•a..,. b D'7-L Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustments will be requested after award. BIDDER'S S 38 COMPANYNAME ! ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP .PROPOSAL PRICE LIST FORMTHIS IS AN INVITATION FOR PRICE QUOTATION ONLY NOT AN ORDER x ITEM QTY & DESCRIPTION - MANUFACTURER/ UNIT'' O. UNIT . ITEM T #6: Writing Instruments/Correction Fluid: '•• �•-- ... ., - ' Pens 1 ( ncludes All ink colors & oint type; fi p ne, medium etc.) 110. , : 764 � Pencils, #2, Recycled - - . _ Eberhard Faber • IOIDd�... $ ` "'fl1v.,.a PKGS (1 dozen/pkg) FAB22714 . , .. 111. 1118 Pencils, Mechanical. ,... Sanford ~: ; 3��� $ • l EACH 0.5mm or 0.7mm lead. SAN65000 Refillable, eraser on top, Pocket clip, assorted barrel Colors, clicker style- 112. 12345 Pen, Ballpoint, rubberized Papermate , 55ea, $ ?947- W EACH barrel, rubber grip, medium PAP96301 or fine point, assorted ' ink colors. 113. 402 Pen, Ballpoint, Dynagrip RT10 Papermate &I e�o_ $c9 q5* ;,,�, EACH plastic barrel, rubber grip, PAP87101 medium or fine point, Assorted ink colors, non - refillable. 114. 1022 Pen, Ballpoint, rubberized Papermate • (O ea.• $ logR, a1('v EACH barrel, retractable, medium PAP95301 point, assorted ink colors. Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower, tha di ount or adjustments will be requested after award. WL BIDD R'S I NATURE CO PANY N E w ATTACHMENT A BID SUMMARY OFFICE SUPPLY CO-OP RFP PROPOSAL'PRICE LIST FORM 77"f . ,�..;. THIS IS AN INVITATION FOR PRICE QUOTATION ONLY;- NOT AN ORDER �- ITEM NO. QTY & UNIT` DESCRIPTION �, `- ' t'' ::;- ,-1 MANUFACTURER! . 'UNIT IIEM LOT #6 (Cont'd): Y ,: .r r sr�!;;? ri.. ,r ;•f. i�`1 ,� , fv . 115. 7523 • Pen, Ballpoint, stic�i, Papermate i° OC. a4.� •. r+1 . ,. - r Y. • EACH plastic barrel, medium for PAP33311 - i �,- =_• '�,,"�' or fine point, assorted :�,- 'ink :# •w.. , ' colors, non refillable. 116. 420 Pen, Fountain, disposable, Pilot - 1Jrg�° Q•- $ la1or'`i��0. EACH assorted ink colors PIL90010 117. 222 Pen, ballpoint, Dynagrip .5a Papermate .aL:31pm, S. �.;.' EACH RT30 plastic barrel, rubber ,. PAP80091�- grip, medium or fine point, '•' assorted ink colors, refillable , 118. 196 Pen refills for jumbo EACH ballpoint, medium or fine point, assorted ink colors. 119. 789 Pen, Erasermate 2, medium EACH Point, assorted ink colors. 120. 1008 Pen, roller ball, medium EACH point, assorted ink colors. 121. 4064 Pen, roller ball, Uniball, EACH Micro fine point, assorted Ink colors. Major Metatfab: "I q706 MJM258401 R08 . Papermate PAP39301 Bic BICMI1BK Sanford SAN60610 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must lower than discpunt or adjustments will be requested after award. - BIDDER'S SI(MATURE NO em lv5ep-. COMPANY 40 ATTACHMENT A BID SUMMARY OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY -_NOT AN ORDER =4 f • . ITEM QTY & DESCRIPTION MANUFACTURER! UNIT O. UNIT ITEM # 'f ' 'PRICE LOT #6 (Cont'd): f • � • : is .'a �++• — ..• — an � r, 122. 1224 Pen, . .-.•,' J._ ._ : .. '��._�=.�•� `,.:•<� �•: porous point, felt tip, Eberhard Faber EACH Medium point, assorted ink FAB61012 :..� colors. 123. 2449 Pen, porous point, razor. Pilot gq $ 90�5r7. Ito EACH point, ultra fine point," PIL35346 .''* assorted ink colors. 124. 1462 Pen, porous point, flair - .' EACH point, guard, medium point,. assorted ink colors. 5. 1789 Highlighter, economy, large EACH Size,chisel tip, assorted ink colors. Papermate PAP84301 Eberhard Faber ,13ea-$ a 3a • �`1 FAB64326 126. 2352 Highlighter, jumbo size, Papermate EACH Chisel tip, assorted PAP20601 fluorescent colors. 127. 196 Highlighter, Brite liner, BIC EACH pen size, chisel tip, BL11YW assorted ink colors. • 128. 358 Highlighter, Hi -Liter, large Avery SETS size, 4 color (yellow/green, 24052 Blue/pink) set. Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than fItii-f or adjustments will be-LZqu mated after award. • , ;tw- $ 51r)• y41 . A3ea-•• s 1-/5.0? 41 ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM " + THIS IS AN INVITATION FOR PRICE QUOTATION ONLY'- t4OT AN ORDER ITEM QTY & • DESCRIPTION `>' MANUFACTURER/ -,UNIT NO.' UNIT , . ' - �� ":' ' . ITEM # '"" _ : PRICE LOT #8 Cont'd :�_.,_. t• - �;� kr_, ..,.� ..,, ;,:y.,' 129. 2644 Markers, Permanent, medium. : *. Berol +,?=.R, •:_`"� ei e,a. yi5 ~ � _• '•L�.•. •rya , ''.- - EACH Size, fine point, -assorted = BER9803 Ink colors:. : • ;;. c';� .� .. °� u . 130. 2528 Markers, Permanent, large. ,; Eberhard Fabev� 1A l eo� ; $ O EACH Size, chisel point,' = FAB64171 assorted ink colors. ri 131. 279 ' Marker, permanent, King Sanford .. _• . _:`.5q ea- ` EACH Size, chisel point,SAN15001. assorted ink colors. 132. 208 Marker, Dry Erase for Avery ..:_•,sa eon $ 01.1 to EACH whiteboards, chisel point AVE24405 : Assorted ink colors. 133. 542 Pen, correction fluid, all Liquid Paper, i.3aeo�. $ �l EACH purpose, white. PAP56201 134. 1889 Correction Fluid, all Liquid Paper . 0 5e0— $ ( 110• %S EACH purpose bond, white 18ml PAP56401 bottle. 135. 1189 Correction Fluid, multi BIC EACH purpose, white, 18ml bottle. WOC12 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower ha 4dicount or adjustments will be requested after award. Ask BIDDER'S URE COMP NY NAM 42 . ATTACHMENT A ► :-...w. .. BID SUMMARY - OFFICE SUPPLY CO-OP RFP y - PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY -.NOT AN ORDER - _ : =_ -ITEM QTY & ' DESCRIPTION MANUFACTURER! UNIT UNIT "' TEM # - PRICE:.- LOT #6 (Cont'd): F262 _ 136.: Correction � Fluid, allPaper e Liquid Pap r 8a.� $ EACH purpose, assorted colors. PAP56801 137. '•. ...3161 Correction tape, Dryline 'r ,.Papeimate- ` i, to Pea. - $ S d, EACH Refill, single line, white. PAP07304 138. 500 Pen, ballpoint, retractable Pilot ea, $ ft,eb EACH Dr. grip, medium point, PIL36100 Assorted ink colors. GRAND TOTAL LOT #6: $ `a_ 5, „833•'� a= Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than iscount or,adjustments will be re uested after award. BIDD SI ATURE COMPANY NAME 43 c. - :. ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP ::�:: "'- •. _. PROPOSAL PRICE .. �: LIST• FORM ; .. �- • <. > ;.-THIS IS AN INVITATION FOR PRICE QUOTATION ONLY "NON TAORDE R ;. .. ., ;;;,�•4r: r, :ITEM .. QTY 8� DESCRIPTION _ ' -: '. MANUFACTURER/ �.1NIT;'`. N9: - UNIT - - 'ITEM # _ r,k ..: _ '• , PRIG..,:.?' *: T#7: :,-'MISCELLANEOUS .1; '� .. a � - ,•;.• :,-•:•� W•• � ti a -,• .�'.._:•_•:��y;;,r!ti 139. S`181 �. , ::='.. r ,.•�:�,.. . r Moistener bottles • �,.� ,; EACH 97800 , •z.- Yr;:"r �� 140. 304 - Ruler, 15"}wood ACMR_ •�`-.:.'..� $.., EACH A. r 141. 252,... Ruler, 12",I wood. ACMR ; 1 e46 W $V ' EACH � :. - � 501B12 � - • •� .. . .... , .. - 142. 547. Clipboard, hardboard ' OiC' EACH 9"x12.5" 143. 213 Clipboard, hardboard OIC 59Cc . $•4•015. to EACH 9"x15.5" 83101 144. 311 Letter Opener, 9" OIC $ EACH bent style 94909 145. 636 Erasers, pencil SAN p3P_a�. $ 9 • a8 EACH 73015 146. 198 Dispr/Posit/Note/Bk EACH 147. 136 Wastebasket/Round/Black/Metal EACH - Note: Price Corrections should be initialed MMM q,13ea, $ 819• 741 C330BK SAF $� • 40 9604BL Quantities are estimated and may increase or decrease. Firm price must be lower than disc un r adjustments will be requested after award. BIDDER'S R I G N AdWIR E COMPANY NAM 44 ATTACHMENT A, BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM •. . .' THIS IS AN INVITATION FOR PRICE QUOTATION ONLY'"*- NOT AN ORDER - k .' ITEM QTY & DESCRIPTION __. :.,.` • `: ;'� .. >: MANUFACTURER! UNIT. � . r- = O. U IT - I M # PRI E . '_s Lf T #7 lCont'd):. 148. 541 Eraser/felt/chalkbrd:' ORT, EACH - 804526 149. 265 Frame%z mnt/8.5"x11"/bk' .� NUD ca. EACH _. 11880 - �` OAYMENT TERMS: Ne,4 30 PERCENT DISCOUNT ON CATALOG ITEMS OFFERED.-- 59L°/6 .4. Exaiks►ve n u-sires 5 Machines EXCLUDED SECTIONS OF CATALOG : SCour�S \ ilw ,e ,k noxC�d Ot~ After award and during the contract period, an agency may submit a list of additional high volume item(s) to be included in the firm price grouping. Vendor is to determine price based on the same calculation used to establish pricing of similar items listed in this RFP. Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than dis i**r adjustments will be requested after award. ODDER' SIG 45 . .ATTACHMENT 1 - PROPOSALSUBMISSION FORM - ; OFFICE SUPPLIES . .. RFP NO.98a.-.20R -i r •4 : i' r , }�: ��. wI,' .?. r . �. , . ,•v - 1 ' r _ter SUBMITTED BY: "'J r>� ` • :•► ' _� �r '��, •. '. ,1 y7e ; +_ .i4. �[': .. -:�•.. •Company Name: ... .: f .,:. -.: - ,� �,� - r�� , . -• Address: 13794 N.'Ida 4th StrA�t' . �, auit�flll.�.,� ,• .: ,. City- Sunging.. ;: , .: State.* 23p; 5 ` Telephone:-(-800-815-722 1 :: {� :_t;.• • ,. -:;.; •FAX: R � • '`' — c r•:�' ;- . NOTE: To be considered eligible for award, one (1) ORIGINAL AND NINE (9) COPIES OF THIS BID PROPOSAL FORM must be submitted with the Bidders' proposal. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Proposal is not being submitted at this time. Return this Form to avoid removal of Bidder from the City of Tamaracs' vendor listing. 46 0 _ ATTACHMENT 2 - PROPOSAL CERTIFICATION FORM r JhB undersigned hereby . • •�: . 9 y confirms that: ``:.: -' `= •..'� . •. _ ,. �`. •' i1....,-. _ .. -• - ... ' ; - '�;'��t ` , '. r . ; fir. ,• • . _ .:.:,' :; ' . -He/she is a duly authorized agent of the Company T� y pay submitting the proposal,.:. . rw 5 �. 7;.'G. icy, : `• } ; �:� �. y It .. 2: He/she h ; . x. ,•..-. fir„ _ . ¢ "y 74. f C - as read the General Teens and Conditions' { . w, the Special Conditions 4 echrnca! ` Specifications which were,mide available ' the Pro o ,.... - " ' and any T understands and accepts these terms unless s `ems ' p ser in'conjunction,wlth the RFI' and fully _ p c variations have b .` Pro •. :. een expresslylised on the Proposal Form; _ _ ,� - ` - 5 ..��'. .... .• •_•�'%�'{.. k.. :.�,r -1 _ ='M 1. ►'yeti �-: R. The Proposer will accept any awards made to it as a re - sult of the Invitation for a minimum of ... % sixty t(60) calendar days following the date 'and time of the Profo§ ai opening. 14 ,• �:e�: _.. :�.-.i ... • • ` - 1. .. l .._ . ... - •`-. .. -.. BY: 11 E OF AGENT TYPEDIPRINT8D NAME OF AGENT <ALUPI-5 W1prr��z�- TITLE OF AGENT 47 ,ATTACHMENT *. r= �. PROPOSAL VARIANCE FORM :Company_ name: office be `ot Ir Variations: -r `' reY r. e�1 't.. l 7 ,.� •�:r. ; .. -\. R.7r•. ; iti'rti The user shall identify all ation ez' ' onst , ► _;: • x\\-, • Prof vari sand cepti taken to the �Generai terms and } r. Conditions, the Specie( Conditions Tech - and any nical Speafications in'the space provided belowj' 'pro'vided, however, that such variations are not expressly prohibited in the RFP documents., For _ each variation listed, reference the applicable section of the 'RFP document • If no variations are listed here, It is understood that the Proposal fully complies with atl terms and co Airther understood - nditiaris. It is .; that rsuch variations maybe cause for determining that '` p responsive and ineligible for awe _ the r'°P. non-: Section N/A Variance N/ASection - Variance _ Section Variance Section Variance Attach additional sheets if necessary. 48 E r , - ATTACHMENT 4: OFFEROR'S _ QUALIFICATION STATEMENT A. The undersigned=' certifies under oath the truth and correctness of' statements ' _ and of all an made h • ewers to � � �:.�• � ' :, :aY,:: ,yyy questions ereirafker:... _ , • _...: . •; : �.: >._.. �: -� rx �• -, .. �. �- rJ. SUBMITTED :.. �.' - • • • x ��:;°:.�: ;�..,;� TO: . City of Tamarac (Purchasin .. & Con g tracts, Manage�j ••t.. �, <;-; ADDRESS: '- , :'� : - ti, •. >. r .,,:� •"�•• _- jV �� . 7525 N.W. Avenue Y•; .:_;�.;;_.:;�rti'. Tamarac, Florida 33321 -:_� -° SUBMITTED BY: Corporation's ' NAME: Office De of - _.. Partnership ADDRESS: Individual PRINCIPAL OFFICE: Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. 4 The correct name of the Offeror is: Office De of The address of the principal place of business is: 22 Old Germantown Rd, " Delray Reach, FL 33445 - 2. If Offeror is a corporation, answer the following: a. Date of Incorporation: April 19 8 6 b. State of Incorporation: Delaware C. President's Name: David I. Fuente d. Vice President's Name: Barry J. Goldstein and CFO e. Secretary's Name: Barry J. Goldstein f. Treasurer's Name: 9• Name and address of Resident Agent: Linda s . Sykes Sunrise, FL 33325 (800)815-7221 GL'] 3. If Offeror is an individual or a partnership, answer the following: r a. Date of Organization: - N/A 1 ;{ 4.b. Name, address, and ownership units of all partners: _ •y � •'�'i"N�.:,-�•�;ti.' Ji• - ,r •.� ,w r �• h�jrr.�•l�•s�•t�tl:+�•.ar- h ��.. - r .�iLt[.� µ If Offeror is other than an individual, corporation or partnership, 'of describe the organization'arid give"-" " the name and address principals: <: .J ��:. , ; : • ,� ; ., . r �; r 5. If Offeror is' operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? N/A 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Proposal. Please attach certificate of competency and/or state registration. See Attached 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? 50 0 State the names, telephone numbers and last known addresses of three (3) owners, individuals or representative of owners with the most knowledged of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). Attachtmd (Name) dress) (Phon-e number . r �. (Name) (Address)(Phone numbed (Name) �� d ress (Phone „number) ' 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). See Attached �. State the name of the individual who will have personal supervision of the wor k: rk. Cheryl Abbey,Senior Account Manger & Glenda Robbins, Account Manager THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) • 51 � 2 ■ xE�¥ g■ � Ef � M i zcozCl) Fn tg� 2#n . � I � ■ ® » @ § � K $ƒ§°� � I ■ � § � � 7kkk� � x 2 §_qLn � � 9 6 $ 7 l % % ■ ® - - 8 2 s T !A I 9 ACORD CERTIFICATE OF LIABILITY INSURANC z�3 DATE PRooucER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Century Financial Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P . 0. Box 811088 ALTER THE COVERAGE AFFORDED BY THE POVC(ES BELOW. ofa Raton FL 3 3 4 81-10 8 8 COMPANIES AFFORDING COVERAGE COMPANY Ph"ONo. 5 Fax No. - A "=bermans Mutual Casualty Co. INSURED COMPANY Office Depot, Tze . and its B Federal Insurance Company Subsidiaries, and Office Depot COMPANY Business Services Division C 2200 Old Germantown Road COMPANY Delray Beach FL 33445 p COVERAGES TIS TO CrRTIFY THAT THE POLICIES OfINSURANCE LISTED BELOW awe f HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE `P rQv HIS ICY PRI INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER E CT To VM THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT To ALL THE. IS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. GO TYPE OF INSURAMM POLICY NUMBER POLICY EFFECTIVE POLcY jDanRAT10N I LTR DATE(IAKMWM DATR(MMMQ" I Lam GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY SAA03834001 CLAIMS MADE ® OCCUR OWNER'S A CONTRACTOR'$ PROT AUTOMOBILE LIABILITY A X ANY Aura F51102816003/ ALLOWN®AUTOS 15903/16404/ SCHEDULED AUTO$ 731)00659201 MIRED AUTOS NON OWNED AUTOS GARAGE LIABILITY I ANY AUTO n � ERCESS LIABILITY B X UMBRELLA FORM (98) 79085860 OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS! LIABILITY A THE INCL 5CLS6321906/ PARTNERQ E)CECUTIYE PARTNF S/ExER/ PqE)(CL OFFICERS ARE 13707/25805 1 OTHER I DESCRIPTION OF RZ: Bid I.r-K I WICATE HOLDER City of Tamarac The Broward Governmental Cooperative Purchasing Group 7525 N.W. 88 Avenue Tamarac FL 33321 GENERALAGGREGATE IS 08/21/97 08/21/98 PRODUCTS.CCMPIOPAGG S PERSONAL A ADV INJURY f EACH OCCURRENCE _ FIRE DAMAGE (A, nn� Iln) f MED EXP (AST ens 0�1 IS 08/21/97 08/21/98 ` INEDSINGLELIMIT S ROMY INJURY S e« pers") (04rBODf PROPERTY DAMAGE Is AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: EACH ACCIOEM S AGGREGATE f EACH OCCURRENCE Is 5,000,000 08/21/97 I 08/21/98 AGGREGATE f 51000, 000 f 2,000,000 2,000,0001 1,00�� 1,000,000• 11000,000. 1,0001 1,000,000 08/21/97 Xw 'AEU- 1 TCRY IMITS �ELOISEASE-POUL ACH ACCIDENT : 08/21/98 luMrr f ISEASE • EA EMPLOYEE f 1,000,000 1,000,000, 11000,0001 CANCELLATION TAMAR - 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 0 _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SMALL IMPOSE NO OBLIGATION OR LIABILITY /-VF ANY KIND UPON THE COMPANY Kc srcuTe n. eresee..v— .r. ACORD 25-S 11/95) OACORD CORPORATION 1998 . r rno o m ■ •. • T A ' �n r rn I m 0Xr C2 Z! J% n o rr �Z O Cal ,m m 0LfI r co in r m o G v o �° O rn Z -� o c • ' O 0 -4 onl V „ Oca•"{" ' Q N wVCcN► GGInIn1D n -n -n •o DWMMO► or) n i Dxrnm0 -10V0 00rnmM ��©am r M M (a on [J v1�4 m o• �o G D= -f m= v �1 m D r m -4 416m A A n z 1 D _ •ter••.; 03 • M 1: m In In 0m - C Q a C ca mm 0° a 00 Z z °n r r m N m �. O 0 r f.Ap dTf�.! r a w h, rr to mA0{ �. r r� K-1. �v: r �,1~Cvtrr .y2w •C .� Y•'•;';�'�� tmuir �•,� v ur sr � y V7• kL- f�+ I " r:, ter.•.: � =_��-. r n �m � O O N � iM1 N rV " Lq O O ., ATTACHMENT 5 j •'�� : �. MENTACKNOWLEDG ^. _ A. State of Florida #r Qu g -Couriiy ofPalm Beach* On this th 12_.:. ,... s. e day of May �gW 9 a. before '`� < ` :' -• �, of Florida me, the undersi ned No Pu c`of th _ personally appeared _ 4 -g , tary bli _ e State Bill Searing and'~ -+ '' .� -. • • ` �: r (Names of individuals) _ .A.; O who appeared before notary] w- re Subscribed to ' whose name(s) .,isle the within instrument, .and .. • r � '. .• •�.. - '• ` �•':.~�`�:�"' y he/sh`e/they acknowled a that he/she/the executed - 9 ; WITNESS my hand and official seal. _ NOTMORIDA NOTARY PUBLIC NWMWW 191tool SEAL OF OFFICE: eaacnwut►vw..wcsrc (Name of Notary Public: Print, Stamp, ' Or Type as Commissioned.) -' Y Personally know to me, or Produced identification: • (Type of Identification Produced DID take an oath, or DID NOT take an oath. OPTIONAL INFORMATION Type of Document: Number of Pages: Number of Signatures Notarized: 52 0 ATTACHMENT 6 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. _ 1 E TICA JP—NTIC � T1E PROPOSALS • Preference may be given to businesses with drug -free Programs. Whenever two or more proposals which are 9 workplace equal with respect to price, quality, and service ' ` are received by the State or by any political subdivision for the procurement of commodities or.1 contractual services, a proposal received from a business that certifies that it has implemented a drug.;;-"* free workplace program shall be given preference in the award process, Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug -free workplace grog: In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that theunlawful manufacture, distribution, dis ensi Possession, or use of a controlled substance is prohibited in the workplace and s p g4 actions that will be taken against employees for violations of such prohibition. png the 2. Inform employees about the dangers of drug abuse in the workplace, the business's oil of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of workin on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully ith the ab a requirements. G OuZthgorize Signature Company's Name 53 -f-f ce nUff-pom Business Services Division rI Office Supplies Proposal Requirements Qualifications of Proposer - Reference bid page 11 A. References Company Name Address Contact Person Phenw Number Shtp-To�s Norwegian Cruise Una 7655 Corporate Center Dr. Miami, FL Od Zvi)ae (306) q�4000 4� 2 Ryder 3800 N.S. 82nd Ave. Mianu, FL 33188 Jaen Corner: (� S0o-318S 32 1'o Martin County 2401 S.E. MorWay Rd. Stuart, FL 34008 Baby Leonard Iverson (581) 288.5611 325 80 Hearx LTD 1250 Northpoird Pkwy West Palm Beach, 334C 7 Nancy Bacigalupi (561) 4784770 Ext. 107 290 81 B. Office Depot has been in business since 1986 C. 103 E. Office Depot employs continuous Improvement process philosophy in it's review of data and the gathering of ideas and suggestions relative to process improvement. This is accomplished by the use of two associate forums. the Quality Action Team and the Operational Review Board. The Quality Action Team consists of volunteers from each discipline within the operation. i.e. Inventory Control. Receiving. and Production, who meet weekly to discuss the Quality issues within their respective group. Office Depot's Operational Review Board meets monthly to discuss issues and forward recommendations to the appropriate managers. This meeting is an open forum in which a particular item is tabled, discussed, and analyzed. Upon completion of this phase, action plans are written and forwarded to senior management. Business Services Division * Nationwide distribution for office supplies. furniture and business machines * Next business day delivery in primary service areas * 23 Customer Service Centers * 61 sales and customer service offices * 3 telecenters and 750 tele-associates * 850 Account Managers * Over 1,000 Customer Service Representatives * Store Purchasing Card links you with over 560 retail stores which are ready to service your business needs for rush. emergency or after-hours orders. 1. Customer Service a. 54 Customer Service Representatives for the state of Florida b. Hours of Operation: 8:30 - 5:00 M-F 2. Distribution Center a. 251 total employees b. Monday -Thursday 24 hours: Friday 6 am to 6 pm, Sunday 3 pm to 12 midnight; Saturday closed. 13794 NNX' 4th Street 0 Suite 200 0 Sunrise. FL 33325 6 (800) 815-7221 - Fax: (954) 846-1233 3. Sales Office a. 3 District Sales Managers for South Florida b. 2 Senior Account Managers c. 21 Account Managers d. 6 Service Consultants e. 4 Administrative Assistants F. 1. Linda Sykes - District Sales Manager. Office (8W) 815-7221 Voice Mail (3W) 386-0226 ext. 7I34 Pager (988) 589-1119 Fax (954)846-1233 2. Cheryl Abbey - Senior Account Manager Office (800) 815-7221 Voice Mail (800) 386-0226 ext. 7140 Pager (888) 589-1127 Fax (954)846-1233 3. Glenda Robbins - Account Manager Office (800) 815-7221 Voice Mail (800) 386-0226 ext. 7107 Fax (954)341-5793 G. Warehouse F cilities: Atlanta Baltimore Boston Charlotte 0 Chicago Cincinnati Dallas Deaver Detroit Houston Kansas City* Los Angeles Miami-Ft.Lauderdale Minneapolis New Orleans New York -Philadelphia Orlando Phoenix Salt Lake City San Francisco Seattle * planned location H. Quality Initiative program in place: We survey our customers regularly in order to track. measure, and monitor our performance in those kev areas that affect your business every day. * Order fulfillment * Order accuracy 0 * On -Time deliveries on scheduled day * Customer satisfaction measures: - Was the delivery driver friendly and courteous? ET'.1c.2 U.N.Fam:1 Business.0. Services Division I. - Was your order delivered on schedule? - Was your order fully in stock? - Was your order filled correctly? - Was your order free of damage or opened merchandise? Were you billed correctly? Office Depot Quality Assurance Office Depots Quality Assurance program is designed to provide our customers with superior service and reliability. This is accomplished by a thorough review and analysis of all raptured internal and external data Office Depot's Quality Assurance program begins by exposing the front line associate to the Total Quality philosophy, practices, and their application in the warehouse euviroament. Continuous feedback though a comprehensive data collection, collation, review and dissemination process which keep our managers advised of the types and frequency of the errors encountered. This coupled with a FEMA (failure, effect, mode analysis) which challenges the individual managers to respond to and effect changes within their departments to show measurable reduction in specific error types and frequency. I Billing Requirements - Reference bid page 12 A. Samples of the following Document Included 1. Packing List 2. Packing Document 3. Invoice 4. Mailed Invoice 5. Credit Memo 6. Mailed Memo 7. Summary Billing 8. Statement 9. Usage Report I1 Award/Evaluation Criteria - Reference bid page 15 Proposals will be evaluated by the Evaluation Committee. and then vendor selected on the basis of the following criteria each weighted as indicated hereinafter. All responsive vendors will be investigated as to experience. financial condition, personnel. organization. and ability to perform. The City reserves the right to reject any vendor that does not meet the qualifications stated in the proposal. The City shall be the sole judge of compliance and/or qualification. III. Service - Reference bid page 15 A. Ability to Perform • 1. Dockside for those locations requesting bulk shipment or individual orders. 2. Inside delivery to each location or department as requested by that city or department. 3. If requested representatives available to pick up orders as needed. B. Processing of Returns • Office Depot has a liberal return policy. Simply stated, you s in its on Y may return any stockedstockeditem within 30 days original container for full credit or replacemetu. There is no restocking charge and no return freight charge. Custom orders may or may not be rettunable, depending on manufacturer policies, but guidelines for custom orders are always clearly communicated before the order is placed with the manufacturer. C. Back -Order History Office Depot provides reports to monitor your back -orders. These reports are generated on a daily basis and show the number of days a product is backordered until shipped. We also have a report card that can tally over all backorders by order, line and perantage- D. Inventory Office Depot's average inventory is 7.5 - 8 million dollars per month. These products are held in our 150,000 square foot warehouse located at 13700 NW 2nd Street, Sunrise, F133325. We encourage you to tour our warehouse. E. Orders placed before 4.00 p.m. are received the next day. F. Your complete satisfaction is our primary concern. If you are dissatisfied for any reason, you will receive full credit. Simply return the stationery or stocked furniture, in its original Packaging, within 30 days. We apologize, but returns on stocked Auniture are subject to a freight and/or restocking charge, and must be in new condition. IV Pricing - Reference bid page 16 No additional discounts are available for dockside delivery. V. Experience/Past Performance (see references) VI. Billing/Invoices - Reference bid page 16 Terms on open accounts are net 30. Statements are available upon request. Weekly. biweekly or monthly billing is also available. Please contact you Account Manager for details. (Samples included). • 0-f-fice mmpom, Business Services Division F- r� in 00 0 W O W Ir LL 2 W F- OT N To w n 0 O LL w z a a O U LL O O z Y z F- ca Z F- O z co z O a J a w w w 0 J H O c r J O ci a 0 w r N eM O N. w O w O r c re z n N O r N �O d' ti M Cq �f O Os z r a a 2 O IL W a a 0 r M N 1l! tp OD ti r M F- LL J N M r to 1� CD 00 Q1 LL LL. O w fA r h a LU feoW a a a H v LU a z�©a as LL U_ a U w= LL_ 0 owLLoaoo LL OLL�wc?1-- v 0 LL O~J caMOUamav,mv,(D F-2a r N/! B O O t, -m Q1 O r Lii M O z M V- N N v r N J H O F- N q* M U) J O c.i Lr N M mt a c� a w r N N! U) R z M Un o N M r le z a a O a r N CO) �! w a C N r qt CO) 7 a J F- LL LL LL O r Un r N m M a H o a �w w IL a LU ZOUF-g a w LL 0 0 d U LL V C1. � O coio�av r N I'll RFP 98-20R EVALUATION COMMITTEE FINAL BID TAB EXHIBIT A TEMP RESO # 8796 11 • CORPORATE EXPRESS COMMITTEE 30% 30% 150/6 20% 5% 1ST-4TH RANK BY MEMBER SERV. PRICE EXP. BILL REP. TOTAL COMMITTEE MEMBER 1 TAMARAC 25.00 30.00 5.00 17.00 2.00 79.00 3 2 ST OF FL 28.00 30.00 13.00 10.00 4.00 85.00 3 3 FT. LAUD. 15.50 30.00 11.25 10.00 2.50 69.25 3 4 DAVIE 10.00 30.00 5.00 17.00 4.00 66.00 4 5 POMPANO 20.00 30.00 10.00 8.00 3.00 71.00 4 6 SUNRISE 15.00 30.00 6.00 14.00 5.00 70.00 4 7 MARGATE 25.00 30.00 10.00 15.00 2.00 82.00 4 8 CORAL SP. 22.00 30.00 12.00 14.00 6.00 83.00 3 TOTAL 28 POINTS APRICOT OFFICE COMMITTEE 30% 30% 15% 20% 5% 1ST-4TH RANK BY MEMBER SERV. PRICE EXP. BILL REP. TOTAL COMMITTEE MEMBER 1 TAMARAC 27.00 21.36 10.00 16.00 3.00 77.36 4 2 ST OF FL 30.00 21.36 15.00 20.00 3.75 90.11 1 3 FT. LAUD. 20.00 21.36 13.00 1 15.00 5.00 74.36 4 4 DAVIE 25.00 21.36 9.00 14.00 3.00 72.36 3 5 POMPANO 27.00 21.36 13.00 18.00 4.00 83.36 1 6 SUNRISE 29.00 21.36 6.00 15.00 4.00 75.36 3 7 MARGATE 29.98 1 21.361 14.75 16.901 3.90 86.89 3 8 CORAL SP. 24.00 1 21.361 14.001 17.001 4.00 1 80.36 4 TOTAL 23 POINTS US OFFICE PRODUCTS COMMITTEE 30% 30% 15% 20% 5% 1ST-4TH RANK BY MEMBER SERV. PRICE EXP. BILL REP. TOTAL COMMITTEE MEMBER 1 TAMARAC 28.00 29.16 12.00 18.00 4.00 91.16 2 2 ST OF FL 22.50 29.16 7.50 15.00 5.00 79.16 2 3 FT. LAUD. 28.00 29.16 13.00 15.00 5.00 90.16 1 4 DAVIE 18.00 29.16 10.00 15.00 3.00 75.16 2 5 POMPANO 22.00 29.16 12.00 15.00 3.00 81.16 3 6 SUNRISE 23.00 29.16 10.00 18.00 5.00 85.16 2 7 MARGATE 27.00 29.16 12.00 16.50 3.00 87.66 2 8 CORAL SP. 26.00 29.16 13.00 1900. 5.00 92.16 2 TOTAL 16 POINTS OFFICE DEPOT COMMITTEE 30% 30% 16% 20% 5% 1ST-4TH RANK BY MEMBER SERV. PRICE EXP. BILL REP. TOTAL COMMITTEE MEMBER 1 TAMARAC 30.00 25.86 15.00 19.00 5.00 94.86 1 2 ST OF FL 7.50 25.86 3.75 6.00 1.25 43.36 4 3 FT. LAUD. 27.00 25.86 12.00 18.00 5.00 87.86 2 4 DAVIE 23.00 25.86 11.00 18.00 4.00 81.86 1 5 POMPANO 25.00 25.86 12.00 16.00 4.00 82.86 2 6 SUNRISE 26.00 25.86 10.00 20.00 5.00 86.86 1 71 MARGATE 29.00 1 25.86 1 12.501 17.00 1 4.00 88.36 1 81 CORAL SP. 1 30.00 1 26.861 14.00 1 18.00 1 5.00 92.86 1 TOTAL 13 POINTS • • C, I SIR �$08S�8« S S�I5�88�182A�$SS S888SSq�8m� °m'a{�ti0 r Ml pp A OI 01 NN f; p p Mi �wIp g A h A rOS N H Mi A S M) Mi MI fbf Olt O Ml F 0 I: O Amq F w �y vi �p MI .� MI MI MIo O A O NAmm p +• A ni w mry f 9.112 C C ffr� M7 0 w O1 w r r m w f A MI HIH ♦ N w MI O404040 M N N M M M M N N N N N N N N N N N M 40 M N N M N N N N N M M M N MIMIN N N M M F S Im► 4 N ntli S 01 OmD ti Odl W o d fIN IS W O O� ryl N W 01 O/ p p S 41 S h pI SMf F A d1 MI MIIm p NM/S MIN �+ ^ O h r tY O_ f N S 141 4 N N H lV lw ttij w m MI O N _ Mj f f O m" 6 0 MI f O OIOI0 0 0 0 M NININ N M M M a* to N M N N M N M N N NIN N M► 40 M NiN N MN M N M MN N M M M M NININ 1 M 04040 S SS8�i�88�m88 5�85�853S88 S8S3I SR5if Bldg SiR��I4I��gS 14! 40 Ir O aDp MM // N M1 QQQQQWIIIII ll V V MIAo 0000 �SS o 9ryMI n� Mf nrI W O /+oa A ONS f f m f Y I Y mMi NI AAA I n! w MI •j q 1a�F y Mi O f Swq O O ep w (V Mt 1nFS (7 w O w N MI m^ w N 10 n4 w w w M)w 7�Y aN M 40, M140 M M N M M N M M M M N N N N N N M N N M N 4040 N M M M M M M N N N N N M M SIN NSSOItltlwNN10 �y 01ffr Hf ppH f'w OOrI wNOAE1 M1N1171pp MpnMIN M•S NNN OCin fm MleeoNFm tltlNHHMitlA FM ShmSMINSf FM/ A I M/l wfmA4wf M1H f,0 Mf NNN _6 -w f0� wMi Mt o A rz A 44 we:000000G N MIMIM N N top at to M M N M F N 40 M M N M N N M N M N N to N M Np N My N N O b M M N M Mpe N M M M SS$$n��gYlry�� pM �17iASS�SHNiO$$; p p e a�ai q 1�01�M/�nGISSOOIID$g�o � p p �ONOtl N tl M�y1 4 w A w+�' pp m OI Ot �qq�rr IY�NSOMn1 N EMrIf 6 4 �O pqqp �� MI _ 1+ W ^^ r pp1� f 10 qmq e PI� N p AwA 01 O A (Or�iI N/7S Ifi MI tl N dlpp MIIFSf7wN wIwHH �O A w(9 F. f m SwSN f A ^^H H Mfr rfr +� IIVi �dNM NM{N��NMmNN�Ip MpMMNMMMM�IIgNNNMN NNM NNMyy MppNMN NN.rNIMyINNMM SSMI MNI pN 'f tN ggNlqm�S OI�Yf q10� f �CO!O/b H SIV A OSSSwMI MISttiNN r bI00Hn4 M) lV •': rt W MI S w IO cm H A O^^ rI N "a w w MI M O W J ri 'If Ml 0 rl O O rl Ml 0 0 6 0 0 0 d m N M MM�Mp MMN 4*M NN 40M 40MNN pN ®S pM 41N0mSS pN. SSSO pMN oNMoM NS pN N O pM pM N Na0AgNOlfi aMN pM pMN fSm pN eMM iN�. rMM M/S$$C-4 pN erm8N32 pMNM. M nr+ei^mo mrI FH rl CO A Mlmw SS P. NS v N 4 rih: MI MIOSn N r W r SAGO' f rI MiMirieiMiH MI G_ I�FN+� a7 MIpAF r: f N17 OIptlO rvMiw A �y O Mf.1 H uiI'M`Alpr�rfwr: ftcka MNO /ti0 wp 1104 H �p O Mf O H A ^ ^ N � w w Ml Mi N rl Pj w w�� QN M M M N N N N N N M M N N O b N b M M M M N N M M M N "'to M M M M M Nyy M MINIMM M M N ¢Ior'�'r�r%a$$nlnnefv�fv� SaO1SOlOASSSNSS 17MNIS®AO� p W p IYSOI�C4vIi;r$nrrM1 � J I Vfn M i M f 1► A M/ O O H H O f 10 0 4 0 f SN FF rp m M M I N M N N M N MM M N N M N MIMNM N M M M M'N N M M M M M M N N N M M MIN 66604040 pM O N 1tl p o O 0101Q�S ram'!SSgiNI: p p c capp IQi $IY vi S O S O ^ n IO (p pO 10 S/0SrdluIM11�loNl 1(� J N NIMIIMI llmr M/ pS NO MI m MI �ppI A MI K � N �� N A NOI�IS n �y N O N N�plIlO ,ri ►+ h m H w rtf Yi w dICI IN b^ N wIFI^/^IMI wi I I� n w rf w eD (V w w I I IwI ►.. NININIM M M M NIMININ N I N M NINIMININININ M M MI 'N N M M M MIMIN N N NINININIMIN M M 'MITd d d O /Or'wNI%gWtoto d f d MI 0 0 w cn ,41 MI wl�p NMl101AfYS7vMI .1w 1m an d VI +. -N O m fww2SSAaOfUIlwnlrynF Mf a MI MIA M 01 A A n N m fH d 1, MIry 1d m rySN wfV Ml IV CIN IV O m f ^ NMI Yl4 M)04 4O ON MI OI010OOOG = ^j^ (N O M MIMIN M M M M N N MI N M N M N N NI MIMIN N N N M M N M M N N M N M N N M NIMiN NIN N M w X a88 I. re ro Fi W 3 9`e$� Z I g H 0. nw^IY 1 M v�i rva��eiAmwfNOFMd nM/mnaolAK2� �oCL a � CIQ n en M r� n M n r, r, J M w w ✓tRI S (C] O C C� N J h r h r r rIIrI r,lIMI I � LL ^$� 88 0 �t� -�i C N -@p x g LN^ I _ 1111 ^I I LC..� C NF e U '� a�I 31f` A A �5a' e� •� Y 3^ 92 n o gig ( �n ¢u �% ICJ p 0. H v 4 Bo — p YO M N N~� r.ao a I� IW (C 0.1a ma �Yln mlm I.R-. n1 elu Y 2S 1 I �J T � n � �:fitrl� 1 �0 �Ir 7� C:1 Ih Y Y IrU U L fi h n IOI �I�I I`a 5 P1lpn In lM+la l��clN NISI 10 IY F+ Y J Y '�' 4 U) QI0 01 ld:0.161ILI ymlMllry P'NIBIaI .a I�INI9ICA���MII .. ci.. I I NIIN+/If �n IY7In IN Iry I^�^I^IM)I~I 1 �N IN IMIIf Iry I^IN'r lr/lf l�iYtl'f lffvl�Irt 101IMIIMd1 C: No Text O! ffS N R M d O H H N S rp {y I 11'IIS H w O pp1� N Q W N Q Y N NIo N N Cp ro qq Pweo N O H V w o N�a0pp1(/ Y M1 N A Y A pi lfl mlq q eF �+ w N 04644 M N N NNNN N 1 NIN N N N N N N INN N a 2 A WoWW w M1Y W 0NI1 i.NIwdN Y 4-G. Am 4 d cm 1� p Q Q Q o N a� cmin a' 4IO AS A AGO INIM M N N M M N NN NN M 1+ S B S c4 P/h pS IO RS�Qp ��MMIO OAH a 1 �Oy �i77SS "� qp cm �� w ci R P .r � a I N N N NN NyN�� NNNN NN 1 Its 'Q pM nNN N pN tl S eN N 101 I pNNN do OCf �0 —od �M/ a ^ w 00400 0ei N� � N N N N N N N N N N N NI IN N N N N Npp N N N N'pN N w�� �II� T f ry q Ole O J�sH�Ali�YN�i I Om N NjN N M N N�� M M N� N�NIN N N N N N NINI N N N N 1Np_ � q p A Ip d IA p Q/ HI I�1A n mM °� A ry O m b INO RI� � x O f7 n• ANN 14*1466%, N M N NN N N N N N N N N N N M YI N Ol m A n p 9 � N w M1 /► N N S po N ,A Y^ Y!'A Q 10 w H O `+ o b FI (Y O1 A m w I R Ol R W A w w ;IPO Ol NIN w w m N r w S 1 O �1 M M� w w r O lV w H e N w Ap1 N w ^ A W N N S N MIN N N N N NIN N I 'N N N M M M M�� N M N N N M N A A d d b SI Y N 1 H A W R r U Q Q O 0 0 INIm M1 I lfX � p N42 R 1 N g!s m M MIMIN N M N N N N) �NIfM M M N N N N NININ IM d O E O IN ��pp mm N C W eN ap on A in O m /+ �N S♦ p p n H A Pf n Oi QIN M1 ~ nlllf wl I N rt w n NIN IH I T w N I .: wI olY�fl I I o I 3 5� o~ 1 RI �C• r I I ' 'C ONINIMIN N N N NIN NI I NIMIMIN M N N N NIMIMI ,N �� w H ar Hlm N 1I. ((VV ^„ © a� r m N o M1 mr '1+ 01 rll �l NIP1� Q g w N N a N r�i .-Imlw Nlr n Y o N w>r r Nlm �► .o P O Q Q O O B O G O � �I�� J� O f7 N Pi'rIM r 101014 m C M MINIM N N N M M N MIl'N�I INININ N MIN N N NINININ >O 5� I N N A N I ;mml m w a p a COI �i IU opp��d n � d e sa UU m p aI Oi O O o 41z � to t i w O W a g R I I LL J 31 V U VWl 'y eq G t° s � ~ B � hilis �w I � I IOHNI I I ' OII N Ih w11D M1 bl �iQ N M r N mlA lmiWl I • F_ No Text aSI�o sS b 53Si�IpSpgl�p$pIp�p���pp'�$8o�oSSs�� A N ^IM � alr&Isis N p b A N W 17 n O W A A Y g rIN A r 4 Y- n m m Y l V N d1I A G ~ �d PI v1 r Y M/ r q n �. N �j N A N M A N m q pN M p� d� p r r M g M N N N 40.40 N NIN N N N N N MIN N M N M N M N N N M N N N M M N N N Mpp N N NJJ M NIM M M 'No In Ip N A Pf NIf W W p m m H. OI +r M M1 ri W„ C O r r o�� ft " M m m" O q r : O O O O O O O M N N N M N N N NININ N N N N N N N M N NIN N N N 'AN NIN N M N N N M N N N GoN M N N N N A H O S O Fl I O s 0e , N M ti n p O / 7 0 VO� fNfNQQ JMP/�/'!�^10 ��qpyp 1I�pV CI OI Yp {(��yy�yO A'Imf iDAA YbY-AIR f NNO �a YMIb (ppN p A ♦q�w r� l'Iw Rix y gj��'1Ap Amwtl�ll �nj �V �IrNry1fr10�(4+,Hw1�/ GIV IV C q' C! A w 17 r Ir P� r rf �1j f w N N N N N M N N N N N N N 40404040 N N N N N N N N M N M N N N N M N NIM N N N M M �p g m Ifl 2 Y g N v mp N N W f4 b W b 2 v F t; a tl! W a gas mm s slam s g a M 1 m 0 ��rr 9 M1 m M1 A r N N$ p 1p T p m 8 Y M g 4 r m m m N A 14 40 NP�IOANb w F Qw�tiNrO rrt�0 ��pgAFM10017 MlOOpOlOOG1 M M M N N N M 40,49 N N N N N N N N N N N N M N N N N N N N N N N M N N N N N M N M N M N N Ssl�g��$Sx��s N ��yypp1► b Ifl O/ KOa7�p ryp N �r s! tl! W N Ss��B�t�sI5t5 y���yy • A a pp mOipoAA d! Nlq �3ss �y q q (pyn �ag�$�"s p aD A N Ytln�I�I^w(+ ina JAq MA � O Y A Yw w Y NAq Y Y OOO7f PP1II /7 ^ /'I OO��A N F w !7 W O r N NFMwr,p i' I M N M16666 N NI M IN M M a* so N MIM 40,40 NIN N N so go to M N N N toN N N M N N MINIMINIM M O N r O O g O �' ff N O/ C1 m m♦ O N b m W� mlo Di CfIWII N b I m A 1 N v' n N O� ► f �O A g ry my in �'h A y w r w I p A 4 A M1 F p w r C j N w O w Y Y O r M I g Y m A N 4 0 w Q O O d O O O 11 X„ I iC fA N M M N N N N N NIM N N N N N N N N N N N N N N M N N N N N N M M N N N N N N N N NIN N N • ���i�SS�igSS�p S�gIS�SB 5888 :�Nmw���$�pp„$V'nn� NA ��y 1ry�fpp M f R1 tpp� OgN(pV I C, �* N r 1►M N�� 0 r.� �pb � y amyl, y' �O/M N q r (r g r p'Nf+N A N g M) M �n N F N hlO w �lr lR w r .1 M N M a-*M M N M N N N N MINIM M N N M N N N M M N N N N M N M NININ N M �y fV n A � OOI-� �p (D ryry W WW �p lYSS �p Sti gMIN $jry N ti O ;; w pp O vNl nN m n p;!yy N bllq'>t'/AV lNV'p~f � p► r V i b a 7 4 r/ p F 4 ry N V N r O . Y rt 4 N rt q f m g N O O w O O O O O 4 4 M N M N M M M N N N N N M N N N N N M N N N N a* N N M N M M N N M N N Mp M N M M M M M M p p ONO v iNN�OO p p e SIO p MO pN O11-wig p a�sAA rSIf! p n�pA��in�i, n p $!$_!N+! p mmN S li! I mm d1 M ai Pf Yf YY O O off n r A PI Oi w p eepp Ih �GM1r p r m N W M ai N A M �r Y7 a M 111A 218 Mick:; ^ AIIo IN! M/ r Mf r ablh A O/ W �y l+! N N O! 11pr 01 pp~ W ai lV g Y N"4N N a A O O 1ff w 1(j N m vi dll�ln N 0 i mc N r W ..,�IOgs IAIN,N r r hN vp_N N.�N Q M MINIM IN N NNIN M N M NNIN NININ N N N N IN M M M N M M M N�NIMININI sloop NIN Olm r`,nIM m [] N YIM T M m VIA IO VIIn N M N pl Y W pISIS S'Flr I �p IN! 1(! f�Vl I 1'Y 'S � �O OI d1IN r r Nf O Q! tlIb Sl YS o S l�i1'MII Son !y Sim -.IA !'+ N IO ."blq N N O �' win r r ONr Y Y O V .+ N Y ID g N 0 0 N MIO O 4I0IOjOIO ]OF INIMIM`N NIN N N N N N N N N 4040 40 N NIN M N MINIM N N N N NNN N N N N N N N M N NIN {Wy y� a. .a1. J daT pY� � m W �! N N � o p a r r �n17nJ T S h n gift, A lat N m q^ vNf C�� r n 4 4� � W I O S � �IU o � +per �I 4 m �I. ) U � U Y1 ,J 0 ►- � 00 M DO H � H HI� � �i n �! 'u p i � C O C ! d N I-�i Y CO l�q+ 5 N " aa�aN p'�ixn N �Nuji .rrr g YtVINI C@xj •$qqq '� x . `a `o D 7 o uII,N 8v 0r�'b���� e �� A bb A � I r � c ^AO c� pO did p 3 � pw1 a Y$Qp N N N f. 6 Ir= Trn G .a FlC 11 r ? y » O p2Q 02 � E g M N oil N INI �e r i U '.�'.� `e •iI.E�I�,QdI�Io v.�.g�gy� m a �1 A. mlm a u t 4 a a 6 a ZZpp z3 g$ T T aealaesrae T'� ITC i- i33R4 (7I t- cS ci F- O aim 4� U li �aCrt'Iz'I���IIwI'' x n erl,elnlnloclo 04 la d v as g o a a 0 o a 0.1l�lal NIaI• SI N IPlIN I§i`pfI�INI - x �2S Iu�Im gg l�r� �� f $�ry iniN lniM �n 1.9 A ri l W iuN ills. la jgi I 'c�vlN 1 I 12- Im ��i�IN lr1lr l41Ib IA Im IW jO i^I^i ^ ^I^.w i^i^i�iS iN �HIW iNi I iNIN �fAViN IN M! Ff ilN�riM IM1j1~+r;M �pfIM IMb1iY IY'f E • r] Cl .7 tl tl CI N /7 M a OtlwNllfl A T w tl p 1pl101 Nla IOS r O O CO O a to do Q O Q OR m In �f1 a S1� ^d sgN aSO T NMStl�wO M N A MN d 10 01 thtl tlOP110 pp� OY pw� A o� w imp r 1n'f � 1p��gy N N � r Q f � IA S � pNq��y/O�,y�pjq N 'A/ +r qw p � � + � F 40406000 N N N M MIMIN MIMIMIM M M 40140 M M N N M N M M MININ N N N N N N N N MININ Q p O N N IAA �If IN I�In Iw l'a'1 IV �P ^ pM M O l�l S M�f r S A 1N. O p M 1� h $ O N a N a w N �D O tl w A a p tl wry N A ry w T S O Q p d 0 0 Olw IO Old m tl Ip ti M O O NMN a O O G p d d w Nlpld Q p d d O 0 0 w N NIpM M N N N N N N!pwao IpN N N M M Mp MImN N M N M N� M M M M N M M M M M MIpN 1m7m p m f S a N Q1 IV, pNIM OIPIO 194 ON 51 o q � 1n p A �Np p :0 R y I�fpi S3 0$ pMINIaNI�My S 8 Ml n m o m Y1 m 8 8 3 N tl w w rl�/ tp S « pp a r g N lai T W_IO1M OQ�m1ff qq �O cw �vy p W 117f� M a rtl��'NYIm N w /V tp pN �y dw NNN a Y tl s Y A N ON N N N M N M M MIM�M MININ M M N N NIN M N N N M M M MINIM MIM N N M M N N N N M vSN ��yy SHN ��yy w�V Mryl pp lO +IY� [NY 17SSA tl �„y SvN �Ny PAg; AA „„ pN y .1 q 0SA M bNO aV N� Y f �+ w G O O O Q O d d d 1► C 1 w 7 Y Q p p 1 r +I O O p O f S O w N d O Q p p O d O O O w I Id w Q M N M M M M M MI1M� M MIMINN N M M M N M NMpIpM N N M N Np M M N N M N M N Np M N N M N N a �NpIN b N db SIO!:31813IQ;2 oM Rig S A 4% m 3 2 $ w p N S S A d/Pf a s way rw pp a A p p tl w n a MITI N O T M I NlwIO� 'ppp 01 1(► AAwtlaQ AANN I� A N ooA I l n Tp17 a D /. Natld p l y t, S� � ^ A N Ao n" SNtl -s M tl N0I Y�w NAlptlwaA wO �/ V N N I W N MIM M M M M M NININIMINIMIN N N M MIMIMIM NI N &* N M NININIMIMIN N MINIM MIM MINNIN Y S N /aV N aa In N ItlI'rl�i wfN p �y r A 1n M �IMItD m a AT MIC3 T p .a Pl q a t4 m �y qq A 4I^IA �p nT iM! S^ {V tl T �OwaA. T M T �Yllf Y7 IC Cl004000.:10 �IOlOA^ N OIA:IM ' M/:!Z jpp C]OR?OOOw(VOOO O O Q a Ow I l w M M MIM M M M M M MINIMINIMIN M M N M N NIM N.M M M NMN N N M MININ N N N N NIM N N MIM 4In M N f7� b �iY tl N tlNi N W 4 ttSIN Ntl is NNO� S F w ppi IG qq tl N N A riM blwp N I�pf �(py ti N r A ry n IAIA T �O wNn� w Ih���y�Spp Nf NMf NIQw OM IY MIM M M M M MININININIMIN M N N N NIN MIM N N N N N NINIMINININ M M M laoIM N M M N mA N Q✓�N �n Tlra�IN IT IN In In ltll S M r. w tl O M1 (O w tl+ S tl O ry a1tl IIN a WI N NAaAIOM m a w T sl !1 N O O /7 O O O Ol�IO w CII44 d N q_ q yj O +'w rt Ifs r' O Q O O Q O wIT I1I10 O O Q p O d p d O- NNN I N N M N M MIMIMIM NIN I N N N N MMMMM N N M N N M N N MININ M M MIN N N M NIN N I`O•Fir°1iv+rN-�Talmial`�I�ISS $��m �n� n�AfNYlvl;0-41^ol�l$$�%i'�� d �p I+i 10 a O1/ lV [V In m w N m /� A m pllpl1011ry r m a�� N T 101d w N I r al m w N mA r a A A tl a w Pl Oi OaS /p 1p W bbN q S A M Y N M OI10 p IIGG ��OO MIv Nm H n N;A 911a T ^ YfIA O Oi (VlAiwl1pS O� NIv11 r b !V lV ll+fiwlTll�1 I N MINIM N M M NINININININININ N N MIN MIMIN M MIM NINIgMIMIMIMINIM Y N gIm O m d O A w N ry 0 0 Y NI1p �+f 4 4I0I^i4I�Id I1p 1a01w 1YOg1�I1�1I �f IN rr lip lN1 N fIM1 1IIN d �Q IO MIS F � �Np Itl S �p Slglln lltl'fir �m yM�IMIMININIMIMIN n 1p a~o I1ApIw IN IN IN vi Q I�IF Pj t7 O tl 0 0 g p OIdIW (V 4 ( l 0 Gi 0 0 O O I6 0 J�4* w M M MIN N N N N MINIMINIMIMIMIM M N M M N MININ N N NIM N) MIM MIMIMIN1M M M we. M MIM M QQ tl A < t t � � OIOIS�la' m v� w a a U.Clm t I I �I = Ii a 4i al i ti till! HR4 a a w o E N� 111111 ICI S $ �c c 6) w h a -� ui rn �!3�m' Iiil`I^IN U z ci sir; zlzio a m m"Imilil�lalwl� a°la ala r = ZI= mlfmV llO O N N ilAihl ad wiN la Ir IA INI�In TIn :7lfd�f TIY Ie�'flN ioln Ip i01I1tl i^in iM1 I^ ryIr OIA wl IT IN I 10IIN I^ Ir.l I Iry I wI I W mlalalw os O/ a Ip 01 I� is ImM;9201110 IO I IMIS I QI� iYlY lnl^I^i^Ir ININ IN NININIry INIM IQO�!Oa-OI ;7 • :7 • E • m . I ► N M M � � !-1 M M MIN1»I» Y IQ �ryyNn YI A YI Nalrf ��0ee m q rlO iq rA 0 Ip 00 �A �0 Q��Iv.IA� � C � N M M M N MINI»IpN N Y Pf O N m,�in i�0flppp Iti r � O .w rlInln lYllm M M M » M1MINIMIM N %n N n IA 11a:2;m 10 nl In r M1 Ifl n A Ip lfglm llpinl 17 o 0 0 « ololel�lnin� �cm Jill U. I z pp � a III GI 160 OI C• C U�U YvlL 1111L), A c� r�lml �h IF nlnl + N'1'llYfl a ^In miAl� cn A 0 10 W' LL O i O 1 rr U �ItoI^�--! . Inlmin lmlal r r vfl.I�l. .A