Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-1871 Temp. Reso. #8268 June 8, 1998 Page 1 Revision #1 - 6/16/98 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98- l'- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AWARDING RFP NUMBER 98-20R ENTITED "OFFICE SUPPLIES", ISSUED ON BEHALF OF THE BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP TO OFFICE DEPOT FOR THE PURCHASE OF OFFICE SUPPLIES; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac served as "lead agency" on the Broward Governmental Cooperative Purchasing Group Request For Proposal (RFP) Number 98- 20R for the purchase of Office Supplies; and WHEREAS, twenty two public agencies will utilize this RFP to purchase approximately $1,000,000 in Office Supplies; and WHEREAS, Proposals were solicited from twenty four (24) vendors and ten (10) proposals were received and evaluated as per the Request for Proposals attached hereto as Exhibit "A"; and WHEREAS, Office Depot is the lowest responsive responsible proposer as determined by the Evaluation Committee composed of representatives from eight of the Temp. Reso. #8268 June 8, 1998 Page 1 Revision #1 - 6/16/98 participating Co-op agencies and the tabulation attached hereto as Exhibit "B"; and WHEREAS, The terms of RFP 98-20R are for the period beginning July 1, 1998 through November 30, 1999 with the ability to extend the award for two subsequent one year periods, not to exceed a total award period of three and a half (31/) years; and WHEREAS, it is the recommendation of the Assistant City Manager/Director Of Finance and the Purchasing/Contracts Manager that the purchase of office supplies be awarded to Office Depot; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents to award the purchase of office supplies to Office Depot. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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: RFP 98-20R for the purchase of Office Supplies is hereby awarded to Office Depot for the period beginning July 1, 1998 through November 30, 1999 with the ability to extend the award for two subsequent one year periods, not to exceed a total award period of three and a half (31/) years; and 1 1 1 Temp. Reso. #8268 June 8, 1998 Page 1 Revision #1 - 6/16/98 SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED thisa`f day of , 1998. ATTEST: Al"/--�/ CAROL G , CMC/AAE CITY CLERK EBY CERTIFY that I have ved this RESC.WaIJTION as MIT MLL S City Attorney J SCHREIBER ayor -- AAAYa RECORD ric r►,,..... _ . DIST 1 DIST 2 DIST 3. DIST 4; Exhibit A • REQUEST FOR PROPOSAL • RFP # 98-20R OFFICE SUPPLIES FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 • �J C� 6"', �P ® Cit of Tamarac v Finance Department, 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. 881h 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 Equal Opportunity Employer 0 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 or irregularities in any proposals received, to re -advertise for proposals, to award in whole or in part to one or more ofFeror's, or take any other such actions that may be deemed to be in the best intere of the CITY. 0 /.,& laao- Anne Lodato Buyer E Mail: Annel@tamarac.org Publish: Sunday, 04/12/98 & 04/19/98 2 • �BROWARD GOVERNMENTAL COOPERATIVE Co `�'o. .PURCHASING GROUP 0 "AM"` "' (BROWARD CO-OP) � m �asnaG�`° TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposals represents a cooperative procurement for the Broward Governmental Cooperative Purchasing Group. For the past several years, approximately twenty-six (26) government entities have participated Purchasing in Broward County. The Co -Op was formed in an effort to provide cost savings and cost a a dancesive to all entities by utilizing the buying power of combined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. Brow 3rd Cooperative P archasing Qroul2 Pr curement Operational Proce ures: • 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 the individual participating entity. Invoicing instructions, delivery locations, and insurance requirements will be in accordance with the respective agency requirements. • 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 letter unless specifically noted otherwise. • The awarded Contractor(s) 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 a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Munici a�ities aid ther overnmental entities which are not members of the Broward Governmental Coo erative Purchasin Grou are strictly rohibited from utzin an contractor urchase order resulting from his bid award. However, other Broward Co -Op members may participate in their contract for new usage, during the contract term, or 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. 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 "WOR UNG TOGETHER TO REDUCE COSTS" CA F_ z a U_ H Q a a 'w V z Q _ U D a w Q w a. O O U J Q z w 2 z QY w O Q ❑ O w in VJ J O CL O cr_ a. w 1O W v! w a LLI U) w J a a. (A w U IZ LL O Q O Q O O O Q O O d Q O Q Q O O d d Q d Q O c Q Q O Q Q Q Q Q Q a Q d d d d 0 0 0 Q Q O Q c O O d a Q Q O 0 0 C) Q Q Q Q O d O d Q O Q O c 0 C) Q Q Q C d Q Q d Q O O O O O Q Q Q O Q O d c LU O d d 0 0 0 0 C Q O Q Q Q Q O d d d Q CD CD H V dniLO0ociO4M N LC) N (N t V C`) r CDC)Loor� r e- C-1 M N CV) Lc) Ce), (D Cl) V Q moLijU)r h Ln W `' r •- r N i 0 av 6,(9,V�U,to61,613�V,6C.,(4V*V), 69�6A,6c.�(q(13�6ck 6% tr#64 fin. lb (A ao CA v d rn ao 00 v C) Q Ln N v P- Ln Ln N cD v v w Q m m d 'v N w co Ln M r- y w 1� w O rn 00 r__r (D (D N Q r M r.,m Ln m r M r C M v 00 co r N (D Lo (Q r 1 V IT ti N N N v N r N Ln 1 M 1 1 r 1 1� O r--r 1 1 r� 1 co 1 O 1 4 1 co r1- 1 r Ln co � 1 00 1 N 1 v 1 d 1 d F 1­ N CD 00 CD CD U) tl- M 00 Co CD (o m co CO (D ti N 0) N rn C rn 1-- v v C v r� r- C rn a� Ln v M y Ln C C F a unr)U) U") � LD�u)LD�LOUD U. rn rn rn m M. rn rn rn rn CD rn C� rn rn 0),0) rn 0) rn rn rn rn I,- r) Q Q N O co a CO 8 CD N Co d• Q d• Q 0 w w m w LD C) CDN M CI) ti C) r (D 1­ r O M II-r M M M 1,- Ln �r O C) Ln Ln Ln Ln Q r e- M d O Q r f,- v I- N W V Q r r' Ln r 1 00 1 r 1 Y 1 Ln 1 —1 1 4 C7 1 (D 1 (� r 1 T T q h� 1 N 1 N 1 N 1 T W Z My•-t'-a[1- ti v N CA CO (D �co0MN1�T-o01�1�Nvdar, to ti M v t__ CD CD to d cD (D i` N Q N rnMQr•vvCvtir- mmmLnvI,- MvLn MC _ to Ln Ln to Im U) w w Ln Ln Ln L o Ln to to Lo LL O) CA Q Q Cfi O Cri d Q CA M CD M d Cm coil dD7 M 0 Q Q M CD lD N M CD�My M d M r LC) r CD�eT M M O M M M e0- M M v- M M CD Q M -jcn CO CC j J M M C+� CO C17 Cm M,) M CD M M CD M M J CO M O LL. LL M M J J J m r d LL p LL LL C7 N M C (M CQ7 LL N L to w C') m LL LL iV Y m a M (� N N N LL cn J 'a M M cD0 N C Q1 (9 M m CM N r Gl N V rT Cc 7 M m (U �] (0 qj N J LL J LL (L m a O J LL 0 c c0 a �' = C J LL J LL m -a (D -0 M 1 >+ = L U) 7 aj L -0 ,) 0 c 0) Y a) -0 LL m 'O co L_ o� (O c p L w p L= � T � U C .' N J J cR _ Z 2) m �C J C �_j UUU❑❑❑L%L%=JJ o o m m 0 iC m m rn m `- m Odaa.LLU)F- O N m m .: LV cu 7 d d 0 -07, c0 0 r CC1 (y %k m Q? v 0 v a N m 4)KM N m a)) m a. e (D Q 0cu a � rn •c 0 d "<>< 0 cc ��m� 'c c'M 3 ° �❑ co �(i) = m m rn E m 0o m p Y. O ao m N U) �No f0 oU) o 'w a waw�m M 2c c LU y0 0 ¢ oUz22z zrn zw Z QQ } r CD o'r 04 C) r Q CD O n Q Q Cl Q O C Q U)CD p) LO 0 a coo v Liz CD O , Ln (D N N m r o Cl) Lan It Q N N N r- U) (D CD 101 d 1r r C) r d N C) r L17 I` N 1 Ln Q M coL cu U) m N L N 0 U .0 m =_ Q f _ CL X o rm+ V m ct] (U n) '� O a - mi a) m E m 1] a cti © to C o `o m❑ (0 0 `ll o m ro L rn 2 m m Y m a� o o J U_ c - ❑❑LL=JJ32 m Oaa�� in L) 2 0j, 0 0 o 0 ca 0 � 0 0 0� o� a .. o a �. o 0 o. j 0 0 0 0 F+ rtT+ + F+ cc :•y / Q + �+- �+ �+ rtT+ ate+ +T+ +T+ L O W ' -2 1c) �+. •L a ci 65 rV 0 LL U U U CU U U U U U 3 U) (n 101614 L • C� 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 offers 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 furnish 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 contract provide any goods or services to a public entity, may not be awarded or perform work as a supplie 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. fi. DELIVERY: All items shall be delivered F.O.B. destination. All delivery cost and charges must included in the proposal price. All exceptions shall be noted. Failure to do so may be cause 0 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 Proposer's 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 do conform to the specifications, the City reserves the right to return the product to the Proposer at`0 cost to the City. [1 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 ense p 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, terms, 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 certificate will be provided where applicable upon request. 18. COLLUSION: The Proposer, by affixing its signature to this proposal, certifies that its proposal VA is made without previous understanding, agreement, or connection either with any previous firms corporations offering a Proposal for the same items, or with the City. The Proposer also certifies its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal acti 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 term 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 of either Proposer or any subcontractor to take out or maintain such insurance. The following 1b required types and minimum limits of insurance coverage which the Proposer agrees to mains during the term of this contract: GENERAL LIABILITY PER OCCURRENCE Comprehensive $1,000,000 Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors Cross Liability and Severability of Interest Clause AUTOMOBILE LIABILITY PER PERSON Comprehensive $50,000 Owned Hired Non -Owned WORKERS' COMPENSATION STATUTORY AMOUNT 0 AGGREGATE $2,000,000 PER OCCURRENCE $100,000 r� 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 Best's Key Rating Guide; be licensed to do business in Florida. All policies provided should be Occurrence not Claims Made forms. The Proposer's 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 renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. 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 RFPs is required. A copy of such addenda will be mailed or distributed via facsimile transmission to each Proposer receiving the proposal. 9 OFFICE SUPPLIES PROPOSAL REQUIREMENTS RFP 98-20R 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 (3 1/2 ) 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 our needs throughout the years. Dollar Volume is estimated to be $843,000.00 per year and cannot guaranteed. Our needs could also exceed this amount. Items will be ordered on an as needed, while 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. 0 10 The Co -Op Agency will not assume the cost for special packaging unless it is requested by the Co -Op Agency in writing or the need for such is indicated on the proposal and approved by 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 -volume items. The vendor will quote firm prices for these items utilizing the same formula that was used to establish the originally 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 proposal 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. 0G. Listing of Warehouse Facilities. 11 H. Does your company have a quality initiative program in place? (If so, please describe it 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. PRICING/ORDERING: Vendor is to state firm price including all delivery and handling charges. Discount percentage off current vendor catalog pricing except the furniture, copiers, computers, a electronic sections are also to include all delivery and handling charges. If agencies require prici 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. Catalog and easy order form to be reviewed and updated on an annual basis to reflect City/Co- 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 means 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. 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 CATALOGS: Successful vendor must supply free of charge sufficient catalogs, to be distribute 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 proposal evaluation and criteria listed as a requirement of this proposal. 0 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* 9 9 ty p p 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 0 VALUATION COMMITTEE: esponsive 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 0 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. EXPERIENCE/PAST 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. BILLING/INVOICES - (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 appropriat purchase order number. PO Vs are to be listed on invoices, cartons of items shipped, shippi documents, and credits. Billing requirements vary by agency. All agency requirements must be m0mv 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. `VC 7. Provide a sample evaluation form to be used by each participating agency to evaluate the vendors performance. 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. • IVA u r COMPANY NAME: (Please Print): Q 5 r1 C.e. C-Fax:(,95wj �ti� 1a Phone: $ct>� � 5` 7 a a l .3 3 .._NOTICE— BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU,.. 1. Carefully read the SPECIFICATIONS and then properly fill out the PROPOSAL FORMr (Attachment A). x;4: 2. Fill out and sign the PROPOSAL SUBMISSION FORM (Attachment 1 ). _ w 3. Sign the PROPOSAL CERTIFICATION FORM (Attachment 2). r 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. r THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR PROPOSAL. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. iu. • ATTACHMENT A w 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 # PRICE:.. L0T#1:ADHESIVES/GLUES/TAPES: K .. .. .. fie. 1 240 Glue Sticks, Jumbo, .UHU AVE,'la PKGS ' .26 oz (10/pkg) 00166 $.$ 2. 320 , Cement, Rubber, 4 oz DEN 9Io Plc �Y03 ap. PKGS Brush in Cap (12/pkg) 08450 3. 250 Dispenser, Tape, Desk 3M Scotch (. 3 g e �o p EACH for 1/2" & 3/4" x 36 yds (Any Color) (1/pkg) 4. 2691 Tape with Dispenser PKGS 3/4" x 300" (24/pkg) 1136 Tape, Cellophane, Magic BOXES 3/4" Refill 1" Core 3/4" x 36 yds (12/pkg) 6. 1042 Tape, Cellophane, Magic PKGS 1/2" Refill 1"Core (12/pkg) 7. 1120 Tape, transparent, magic PKGS 3/4" W, 1" Core (12/pkg) 8. 500 Ultra Color -Tape, all colors ROLLS 3/4" x 36 yds MMM C38 3M Scotch $Uiq, �1 D MMM 105 3M Scotch 3 a bx $ P 316 52. MMM 620034x36 3M Scotch 12-P pK$ I_3 V MMM 810-1/2x36 3M Scotch 16. bBpK MMM 810EG34x36 3M Scotch I. ya RL $ MMM 809LE,PK,PU Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustrpent.c}w#j 7be requested after award. BIDDER'S SIGNATURE 19 If , 'rip VAL, MTV ori'm `- ,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 # PRICE -i L0T#1:AQHESIVES/GLUE5/TAPES: r '` jI 9. 1084 Tape,. Masking, 1 "x60 yds 3M Scotch to • 57pk PKGS- _ Bulk, All Purpose -. MMM 2600-1X60 y_; `� i d • . 3". core size (9/pkg) 10. 1540 Tape, Masking, 2"x60 yds 3M Scotch $,Ippk $ 1 398• CO PKGS Bulk, All Purpose . _ MMM 2600-2X60 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 3/4" x 60 yds (12/pkg) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease nts *ill �@ requested after award. 9W 3M Scotch 92. 3'acf $15 MMM 3710-2-CL 3M. Scotch 32px- s t ta. o0 MMM 893-3/4 GRAND TOTAL LOT #1: $ 1012 3 - 3 Firm price must be lower than disco r COMPANY NAM 20 14. 250 Binder, 3 Ring, Vinyl, 1" EACH Round ring binder, With Label (12/box) 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 (12/box) 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§ wgl e requested after award. E 21 Wilsorr Jones 1• o'i P.a. $ a lap, On #36815 w/label Wilson Jones $ #36817 No Label L2-368-44NB Wilson Jones #36817 w/label Wilson Jones WLJ36244W Wilson Jones #WLJ36834NB a. 00 Car $ I Q txy b 1. q 8?td- $ 4415" 80 1, 5 8 ea $ 3 Ll ?. 100 Firm price must be lower than discount or ATTACHMENT A` BID SUMMARY - OFFICE SUPPLY CO-OP RFP , PROPOSAL PRICE LIST FORM' IS AN INVITATION FOR PRICE QUOTATION ONLY- NOT AN ORDER .THIS ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT y, r NO. UNIT L ITEM # PRICE LOT #2: Cont'd : I,q ' ,,� 1$. 220 Binder, 3 Ring, Presentation ' Wlson Jones EACH 1.5", Black, Overlay #WLJ36834NB ' b GHQ- on front, spine back ` Inside pockets front &, back. REPORT COVERS. 19. 2160 Cover, Report, 8 Y x 11 ACCO : !� Sea. $ 1 ?lp• �a EACH Clear Vinyl Cover (10/Box) #ACC25978 y DATA BINDERS: 20. 375 Binder, Data, Wilson Jones 9ea. $ Q3* EACH 8 Y2 x 11 (Any Color) #C11-811-'` Recycled Pressboard (10/13ox) 21, 375 Binder, Data, Wilson Jones EACH 14 7/8 x 11 (Any Color) #C11-1411 Recycled Pressboard (10/Box) MISCELLANEOUS: 22. 745 Index, Set-5 Tab BOXES 11" x 8 1/2" Colors or Clear (24 SETS/Box) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustments y ill requested after award. I\. BIDDER'S STONATURE 22 Avery �{.5'l0 6x $ L3-811-5 Firm price must be lower than discount or ;ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP., ' PROPOSAL PRICE LIST FORM k THIS IS AN INVITATION FOR PRICE QUOTATION ONLY -'NOT AN ORDER ITEM " QTY & . , DESCRIPTION : MANUFACTURER/ UNIT " NO. UNIT'' .tea. ITEM # PRICE LOT #2: (Cont'd). - ' .. 23. g 300 Sheet Protectors, Clear C Line ,y3 6,r $ 13 q �p x.. `< BOXES 11" X 8 1%2" Poly' ro lene : C-L 62013 or Yp . pY . Top or, Side Load 50/BX IV :. .24. 750 Portfolio, 2 pocket, letter Smead , (5cx .. Al $EACH (All Colors) SMD488 GRAND TOTAL LOT #2: $_ice Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must,be lower than discount or adjustment will a requested after award. 9 IDD ' SIG RE COMPANY N Mlft 23 ATTACHMENT A 1 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 ia NO. UNIT - ITEM # PRICEYx LOT #3: PAPER PRODUCTS: .` ; F � 45 ' kA 25. 295 Pads While You Were Out Tops 1, 33 dz. DZ Telephone Message Pads 3002P Pink or Yellowf� s- I 4-1/4"x5-1/2" 50 sheets/ ad (12/pkg) p , 26. 233 Pads, Legal Ruled, Lined AMP DZ (White or Canary) 20264 Junior Size 5"x8" . 50 sheets/pad (12/pkg) 27. 694 Pads, Legal Ruled, Lined DZ (White or Canary) 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) r AMP 20260 TOPS 7532 Tops 7572 14C tot d z- 10, t q adz $'7It2, $a Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjust ents will a requested after award. BIDDE TURE COMPANY NAM 24 :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 x = MANUFACTURER/ UNIT NO. UNIT ITEM #/ ; „ PRICE LOT #3: PAPER PRODUCTS:,, 30. , .141 Pads, Legal Ruled, Lined :` ,AMP ?92 79 DZ (White or Canary) ,1 f V 20363 Legal Size'8 1/2".x 14►. .f 50 sheets/pad (12/pkg) r 31. 217 Pads, Memorandum, White :Tops $ . 0 3. yy ' DZ 4" x 6", Plain or Lined #7821 100 sheets/pad 32. 1182 Pads, Steno Notebook f Tops (a EACH 6" x 9" (Any Color Paper) #8801 Greg, Wide or Narrow Ruled #8003 $ Gt1n�. 60 sheets/pad 33. 335 Pads, Steno Notebook AMP �j$ea, $ I qy. 30 EACH 6" x 9" recycled, white 25774 80 sheets/pad . v 34. 412 Post -It -Notes, Any Color 3M �, $ $ (�►�, $ / 1 g G.5 DZ 1-1/2" x 2" (100 sheets/pad) A2-653YW (12 Pads/Pkg) 35. 180 RECYCLED: 3M 3, Op pv, $ PKG Post -It -Notes, 1-1/2"x2" - 653RP-YW Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustment will be requested after award. :1 25 Firm price must be lower than discount or COMPANY NAMq -ITEM r .QTY & DESCRIPTION 1ar`.:i MANUFACTURER/ UNIT NO_ UNIT ,,� x ' 4' ITE M# i PRICE ' r LOT #3 CON" a , 36. 564 Post -It -Notes, -',All colors r�� 3M .' $a wp EA 4 2" x 3" (100 sheets/pad) : MMM656 r'�(�c°�• y (12 Pads/Pkg) 37. 247 Post -It -Pop -Up Notes 3M PD recycled, 3"x3", all colors MMMR330 38. 3430 Post -It -Notes; Any Color 3M , 5& $ i a 6• 80 EA 3" x 3" 0 00 sheets/pad) 654 _ (12 Pads/Pkg) 39. 456 RECYCLED: _ 3M '$ d 5 3l0 EA Post -It -Notes, 3"x3" , 654RP-YW ';�pZ 40. 924 Highland Notes, 3"x3" 3M , Pd $'Po a PD yellow MMM6549YW 41. 360 Highland Notes, 3"x5" 3M $ �• oZ� PD all colors MMM6559 42. 394 Post -It -Notes, Any Color 3M . N Pd $ o b 5LO 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. adjustments will�bejequested after award. 26 Firm price must be lower than discount or COMPANY NAM ATTACHMENT A r, 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 # :..; PRICE LOT #3 (CONTI: { - 43. 283 Post -It -Notes, 3"X5", ruled ' ` 3M PD (12 Pads/Pkg) yellow MMM635 44. 251 Post -It -Notes, 4"X6", ruled 3M 'j P(31 $ of q 1.1 PD (12 Pads/Pkg) all colors _ MMM660 45. 869 Post -It fax transmittal 3M ~. �{� pvr $may PD pads, recycled 1-1/2"x4 MMM7671 _ (50 sheets/Pad -12 pads/ . Pkg) 46. 238 File Wallet, Red Rope SMEAD Ii 1pl P.[i,. $ 3 $ 3, IR EA Material drop front 3 1/2" expansion SMD1056EL _ Igl size 15 x10 , cloth .ties (10/box) RECYCLED: 90%, 10% PCW Top Opening 47. 238 File Wallet, expanding SMEAD I. a 1 ea. $ AW1.4 8 EA leather like, with elastic SMDL1056E cord 15"x10", 3-1/2" Expansion, recycled (10/box) 48. 400 Pocket files, letter, 5-1/4" SMEAD �(pQ,a, $.I S-co EA exp, Redrope (50/box) SMD1534GB Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustments will bprgquested after award. IDDER 27 Firm price must be lower than discount or COMPANY AM Air ,.ATTACHMENT 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 # • r, i.,� PRICE LOT #3 (CONT): 49. 378 Pocket files, le al, EA exp, Redrope (50/box) =; SMD1626EB ;. 50. 368 , File Pockets, Manila . SMEAD , a5e o- f EA end -tab, reinforced ,.' SMDETM1526E FMe Tyvek, legal 3-1/2" exp Recycled (25/box) 51. 184 Pocket files, easy access SMEAD',- 4 5 1p EA top tab, legal, 1-3/4" "SMD1516CB exp, recycled, Redrope (50/box) 52. 650 Pocket files, easy access SMEAD ' $ �`i j EA top tab, legal, 5-1/4" SMD1536GB exp, Redrope (50/bx) 53. 1134 File Pocket, easy access SMEAD EA top tab, legal, reinforced, SMDC1536G 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 - Quantities are estimated and may increase or decrease adjustments will tie requested after award. BIDDER'S 28 SMEAD Ii 4 lMO­ y- I LD SMDETMC1536G Firm price must be lower than discount or rg� cetlao(s COMPANY A . ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSALPRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER ITEM QTY & . DESCRIPTION MANUFACTURER/ UNIT : NO. UNIT ITEM # PRICE LOT #3 (CON:",. 55. 452 Folder Red Classification SMEAD a►- $�a3-a�, EA red legal, 2 dividers, red SMD19075 r Or gray, pressboard, Recycled. _ 56. 420 Folder, Classification,- SMEAD' J-N a k, $ 419P 8a EA 1 divider, legal red or _ SMD13775 gray. 57. 420 File folder, letter, f SMEAD j 1.)40 BX classification, red or SMD13775 gray �8. 421 File Folder, letter, 11 pt, SMEAD (o• qq bk $ ��a3, F BX 1/3 cut assorted, recycled SMD2153L (50/box) 59. 220 File folder, double tab, SMEAD.I��pK $ �►(7�, aD PKG 1/3, letter asst (12/pkg) SMDSS3A Recycled 11 pt asst colors 60. 70 Folder w/fastener, top -tab SMEAD 9 ,p 8 6X $ ( S!51 60 BOX third cut/asst, 1 W, SMD14537 Letter, recycled (50/box) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease 29 Firm price must be lower than discount or r ._ATTACHMENT A " f - BID SUMMARY ..OFFICE SUPPLY CO-OP RFP PROPOSAL' PRICE LIST FORM Y , THIS IS AN INVITATION FOR PRICE QUOTATION ONLY NOT AN ORDER M' p ITEM QTY & DESCRIPTION - " - MANUFACTURER/ UNIT NO. UNIT `; ITEM # t PRICE LOT #3 (CONY). OIC $ g l 2tD fit. .320 Frames, Drawer, �.x , ., • ,... , SETS ' ' Letter Size OICHFLR 98620 = for break :Notched easy -off OIC 62. 274 Frames, Drawer, f SETS Legal Size 98621 '''" da Notched for easy break -off 27" long 63. 544'Folders, File, Manilla, 11 pt r SMEAD BOXES legal Size, Third Cut, Asst .. SMD2153C Double Thick Reinforced Tab 1•'4_ (100/Bx) Recycled 64. 421 Folders, File, Manilla, 11 pt BOXES Letter Size, Third Cut, Asst Double Thick Reinforced Tab (100/Bx) Recycled 65. 322 Folders, File, Manilla, 11 pt BOXES Letter Size, Half Cut, Asst Single Thickness Tab (100/Bx) Recycled, r" Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustrrientkwill be requested after award. ..0 30 SMEAD y �.W? bx $�'7%3 SMD2153L Esselete '4• 32 by $ i 3q 1- O'l ESS 75212F Firm price must be lower than discount or 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 'r' f MANUFACTURER/ UNIT NO. UNIT; ITEM # PRICE LOT #3 (CONTI: 66. 386 Folders, File, Manilla, 11 pt , -;_ Esselte ti ` 5 3 bX $ a 13�f, Jr� BOXES Legal Size, Half Cut, Asst `ESS 75312` Single Thickness Tab7r 100/Bx) Recycled 67. 175 Labels, Address Inkjet, Avery '. 10 bx $ q 8'1, 40 BOXES Permanent adhesive, self . ' 08162 sticking, 1-1 /3"x4" . White, colors (350/box) fib. 239 Folders, Hanging, Letter Smead - 3,,53 bX $ BOXES with tabs & inserts (25/box) SMDC15H - All colors Recycled: 10% PCW 1/5 cut F 69. 143 Folders, Hanging, Legal Smead 58bx $le- �q, q q BOXES with tabs & inserts (25/box) SMDC25H 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. adjustments w1A bejjquested after aware IDDER'5'S1GNA 31 Smead SMD 18776 p,01 eA. $ 8y4. *�o Firm price must be lower than discount or , r ATTACHMENT A c is 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 " r �' ; : z I'T x # , 'PRICE LOT #3 (CONT): . ; •. `105 Envelope, �10"x13" ,QUA a �, bX $v� �• 30 71. catalog (ob BOXES (100/Box) Redi-strip, white, Kraft c 72. 120 r j iy Envelope, 7-1/2"x10-1-12" d ::;QUA r:L4, IPq - Boxes Clasp, (1 00/bx) brown, Kraft 28# gummed flap .- 73. 38 Envelope, 10"x13", clasp, _ QUA . 57 6X. $ 4, 73, BOXES. Kraft (100/Box) - ' 37897 74. 93 Envelope, 3-3/8"x6', clasp, , QUA q ,9 q b a4, C>q .BOXES gummed flat, 28# (100/box) 37010 75. 97 Envelope, Interdept. QUA • 39 bX BOXES 10 s 13 w/string, two ' ' 63562 Sided (100/box) 76. 771 Calculator Paper, AMP 0�3 R.L $ �'i �• 33 ROLLS 2-1/4"X150', lint -free 27150 Paper Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustments, will be requested after award. BIDDER'S SIGNATURE 32 Firm price must be lower than discount or it 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 A ITEM QTY & DESCRIPTION "MANUFACTURER/ UNIT NO. UNIT j ITEM # PRICE" LOT #3- (CON!): 1 .. ' �''' 77. 306 File, Storage Box Fellowes �r�I EACH letter/legal, Two _ FEL00025± thicknesses of high test #25 K ' corrugated fibre board on front, back & bottom f �. Retractable Handles, - • . ` f String & button closure. 12"x10-1/4x15", D5eo-- $ j�'�1►30 12'x15-1/2"x10-1/4" H - $ ;i 78. 324 File, Storage Box Recycled Fellowes ' -q.O fo eo.- $ ai 5. yq EACH 15"x10-1/4"x24"D FEL-00012 Legal retractable handle, String and button closure. 79. 156 File, Storage Box FELLOWES 5ea` $ ko EACH 4.5 x 10 x 24" FEL-00015 Documents/Vouchers 80. 166 Book, appt, day 8"x5" bk, AGGG L4 . $ gcc - $ $110, 0 $ EA two color 10000 81. 156 Book, appt, appt monthly AAGG q . a 4 eca,. $ W%1J 41A 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 Will Wequested after award. 33 Note: Price Corrections should be initialed Quantities are estim ted and may increase or decrease adjustments vol bVquested ' - BIDDER'S Firm price must be lower.than discount or CO NY NAME 34 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 # PRICE Lot #4: STAPLES/BINDING CLIPS/FASTENERS/RUBBER BANDS:' r '[ w` ' 186. .1998 Staples, standard size . SW `. , .q :A 6X L, boxes regular point, cardboard box 35108 87. 399 Staplers/standard size SWI �, a ea„ $ oZ4�%O• ? , each metal; full reature, black,,."'44401 88. 87 Stapler, electric SWI 1 DS p(o CA- $ '�q gala a► �.. Each beige or black, uses 06702 standard staples 89. 281 Stapler removers, pinch OIC �01 to, $ each type, black or brown 95691 0. 1694 Paper clips, #1 Medium ACC , pq bX $ 5a • �� Boxes smooth, .034 gauge (100/box) 72380 91. 1083 Paper clips, Regular/#4 ACC Boxes Jumbo, .048 gauge (100/bx) 72580 92. 232 Clips, Binder, Small ACC al bx $$ Boxes 3/8" cap, 3/4" width 72020 (12/box) 93. 288 Clips, Bulldog #1, 1.25" HUN • 3y ea $aI.92, Each Magnetic (12/box) 2026 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustm�ntsAvill b)a requested after award. DDER'S SIG`URE 35 t.. SATTACHMENT A BID SUMMARY' OFFICE SUPPLY CO-OP RFP PROPOSALPRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY NOT AN ORDER r ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT NO. UNIT ITEM # u = PRICE Lot #4 (Cont'd): 94. 419 Clips, Binder, Small k, ,, , OIC r r i a �K , .$,,,�_� Boxes 5/8" cap; 1-1 /4" width. 9920 95. 474 Clips, Binder, Medium r �:OIC , �(a 1DX $ gz 9905 DZ- 96. 357 - Clips, Binder,: Large OIC, - 6 bX Boxes 99100 97. 229 Clips, Bulldog #2, 2.25 HUN ,�(g�o $ �dl� Each 2002 98. 180 Fasteners, Prong, 2" width ACCO o 1 6)( Boxes complete 12992 99. 386 Thumb Tacks, Steel, LAB • ay �X $ 9 a•wy Boxes solid head (100/box) 782C 100. 50 Punch, 1-3 hole, ACC (P. $0 f_a6 $ 20. DO Each adjustable, 40 sheet, 74350 Black 101. 59 Punch, 2 hole, 1/4" ACC 1 a e4, $ g2O.OW Each 3.5 sh, black 74050 GRAND TOTAL LOT 4: $ OLlq• 33 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustment�,w*be requested after award. FIT TURE Firm price must be lower than discount or 0 r A TTACHMENT A --'OFFICE BID SUMMARY - OFFICE SUPPLY CO-OP RFi a PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY 7, AN ORDER ,bT ITEM QTY & DESCRIPTION <:.: MANUFA TURER/ ' UNITZ. NO. UNIT . ITEM # PRICE LOT # 5: TYPEWRITER/BUSINESS MACHINES/COMPUTER SUPPLIES BIDDER SHOULD INDICATE OEM PRICING. INDICATE GENER PRICING BELOW THE OEM PRICING. USER MAY ELECT TO PURCHASE OEM OR GENERIC PRODUCT. '\ 1 FOR PURPOSES OF AWARD, OEM PRICING WILL BE UTILIZED` ' 190. Ribbon, Quietwriter 7 & 8 LEx tat-3a- -102 EACH correcting 1299933 103. 168 Ribbon, printer, nylon Okidata 'a O EACH ML590/591, black OK152106001 104. 180 Correction Ribbon LEX eo- 0 EACH for Wheelwriter, Bk #1380999 3,5,6 series II 005. 173 C Ribbon, Lift Off Tape/F BRT 3, 3y ear- $ J7171 �oiy EACH Daisy W (6/box) 3015 106. 261 Ribbon, Calculator, Burroughs w $ 9- 0 W EACH Nylon, twin spool, NUKBR80C Straight -wind version Black & red 1/2" x 7 yds 107. 188 Ribbon, Printer, Nylon Okidata 3•a.1 eo. $ COfl3•t-i Each Black for Okidata ML 182, BK 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. 37 . ATTACHMENT A t BID SUMMARY ;OFFICE SUPPLY CO-OP RFP;; PROPOSAL PRICE THIS IS AN INVITATION FOR PRICE'QUOTATION ONLY, -,NOT AN ORDER : ITEM QTY & DESCRIPTION ;MANUFACTURER/ ` -UNIT t rib NO. UNIT r.rf �; ITEM # ° , PRICE LOT # 5 (CONT'D): a 10172 'Ribbon, Printer, N I, �Oon ; kidata8. -'—/cZ• . ,Ql Pam- . PANKX 1090 B -:NUKBM189Each f .,t .109. 245 Diskettes'(3.5) HD/2MB IMN E5 ,f BOXES formatted (10/box) 4', 12881 (Agencies may utilize S/C15— Or other contracts) w .= ' GRAND TOTAL LOT 5 $ $ b A 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 ft I 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 # ; , .PRICE LOT #6: Writing_ Instruments/Correction Fluid: Pens (Includes All ink colors & point type; fine, medium, etc.) 110. " 764 Pencils, #2, Recycled Eberhard Faber, ; (p(pdZ $ fly. a PKGS (1 dozen/pkg) FAB22714 111. 1118 Pencils, Mechanical.: Sanford waL 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 t EACH barrel, rubber grip, medium PAP96301 or fine point, assorted ink colors. 113. 402 Pen, Ballpoint, Dynagrip RT10 Papermate (01 co- EACH plastic barrel, rubber grip, PAP87101 medium or fine point, Assorted ink colors, non - refillable. 114. 1022 Pen, Ballpoint, rubberized Papermate •(o $tvg4,1(v EACH barrel, retractable, medium PAP95301 point, assorted ink colors. Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lowAthaddi,ount or adjustments will be requested after award. IDNATURE CO PANY N E 39 ATTACHMENT A - BID SUMMARY. OFFICE SUPPLY CO-OP RFP PROPOSAL -PRICE LIST FORM r `ORDER , THIS IS AN INVITATION FOR PRICE QUOTATION ONLY,= NOT AN ITEM QTY & -.DESCRIPTION MANUFACTURER/ , ' ,: UNIT', . NO. UNIT' ITEM # ,fi . ; .. PRICE. LOT #6 (Confd):41 •- ' 1 1 ."� '+ 'k � t� �v1''��"7 , �tip'. 115. 7523 Pen, Ballpoint, stick, - Papermate. ,«0$ EACH plastic barrel, medium or PAP33311 or fine point, assorted t' ink colors, non refillable ` Pilot 116. 420 Pen, Fountain, disposable, EACH assorted ink colors PIL90010 117. 222 Pen, ballpoint, Dynagrip Papermate a.31paa, Sa3.ci EACH RT30 plastic barrel, rubber ,-. PAP80091 grip, medium or fine point, assorted ink colors, refillable 118. 196 Pen refills for jumbo Major Metalfab q Ttol $ 9 a• 12, EACH ballpoint, medium or fine MJM258401 R08 .j point, assorted ink colors. 119. 789 Pen, Erasermate 2, medium Papermate $ 491. D7 EACH Point, assorted ink colors. PAP39301 120. 1008 Pen, roller ball, medium Bic EACH point, assorted ink colors. BICM11 BK 121. 4064 Pen, roller ball, Uniball, Sanford lvrJea- o (o y 1, (v'D EACH Micro fine point, assorted SAN60610 Ink colors. Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must lower pan AisMunt or adjustments will be requested after award. BIDDER'S SI(AATURE C�*IJi17,1 kq 1'1 Gtol 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 # '' PRICE LOT #6 Cont'd r 122. 1224 Pen, porous point, felt tip, Eberhard Faber . �`J`de�$ EACH Medium point, assorted ink FAB61012 colors. 123. 2449 Pen, porous point, razor Pilot 'gq�►:, $ 0`�05?. Ito . EACH point, ultra fine point," "' PIL35346 assorted ink colors. 124. 1462 Pen, porous point, flair - . EACH point, guard, medium point, assorted ink colors. 125. 1789 Highlighter, economy, large 0 1 EACH Size,chisel tip, assorted ink colors. 126. 2352 Highlighter, jumbo size, EACH Chisel tip, assorted fluorescent colors. 127. 196 Highlighter, Brite liner, EACH pen size, chisel tip, assorted ink colors. 128.' 358 Highlighter, Hi -Liter, large SETS size, 4 color (yellow/green, Blue/pink) set. Papermate PAP84301 Eberhard Faber \ 3e ).4 a 32A • FAB64326 Papermate • a a e0_ $ 51 r).g A4 PAP20601 BIC a+3�'1� $ Ll �J •0 BL11YW Avery 1, of ) 5`j' $ y s&, 7 a 24052 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than r nt or adjustments will be_requested after award. �i ;e� ODD SSR#VMLRE COMPANY NAM 41 ATTACHMENT A BID SUMMARY- OFFICE SUPPLY CO-OP RFP., PROPOSAL- PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUO TATION ONLY RIOT AN ORDER ITEM QTY DESCRIPTION MANUFACTURER/ NO. UNIT 'A ITEM # PRICE LOT #6 (Cont'd): 129. 2644 Markers, Permanent, medium. - ?:.Berol EACH Size, fine point, assorted BER9803 ink colors:. 130. 2528 . Markers, Permanent, large-, Eberhard Faber L 1 eon $ g . EACH Size, chisel point,-. r FAB64171 r, assorted ink colors. 131. 279 Marker, permanent, King _ Sanford ..:; . "jg eon- $ IO.y • % t . EACH Size, chisel point, SAW 50Q1 assorted ink colors. 132. 208 Marker, Dry Erase for Avery .,s� a oL- EACH whiteboards, chisel point AVE24405 .: Assorted ink colors. r .. 133. 542 Pen, correction fluid, all' Liquid Paper 1+ 3aeA. $ 91.5• 4i EACH purpose, white. PAP56201 ;= 134. 1889 Correction Fluid, all Liquid Paper • r) 5ecx-- $ i 110•?S EACH purpose bond, white 18ml PAP56401 bottle. 135. 1189 Correction Fluid, multi BIC + IQ�eA�- $� %•(o� 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 tea di count or adjustments will be requested after award. BIDDER'S S14ATORE COMPANY NAM 42 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 UNIT QTY & `' DESCRIPTION :MANUFACTURER/ NO.' UNIT ITEM # PRICE LOT#6 (Cont'd): ; 136. 262 `.Correction Fluid, all Liquid Paper EACH purpose, assorted colors PAP56801 137. - 316 Correctior) tape,, Dryline PapermatePw. $ S O, . EACH Refill, single line, white. PAIP07304 138. 500 Pen, ballpoint, retractable Pilot •3.6t)e'06 $ l � EACH Dr. grip, medium point, PIL36100 Assorted ink colors. GRAND TOTAL LOT #6: $ a588 •7Q-. Note: Price Corrections should be initialed J Quantities are estimated and may increase or decrease. Firm price must be lower thandiscount or,adjustments will be re uested after award. Jim - IDDIkTt.SI ATURE COMPANY NAME 43 'ATTACHMENT A , BID SUMMARY - OFFICE SUPPLY CO-OP RFP yi PROPOSAL PRICE LIST FORM THIS, IS AN INVITATION FOR PRICE QUOTATION ONLY NOT AN ORDER t . ITEM QTY DESCRIPTION. MANUFACTURER/ UNIT�q`� NO. UNIT _ .ITEM # PRICE,;,,, IC -2 LOT #7 MISCELLANEOUS. lZ .. ,S.• . �,.. - ,, r � .$ T��V. ✓ � dad .t ,`. 139. `181 Moistener Bottles OIC EACH k 140. 304 Ruler, 15"* wood ACMR EACH ,501B15 141. 252 Ruler, 12", wood . ACMR EACH 5011312 142. 547 Clipboard, hardboard OIC $ EACH 9"x12.5" , 143. 2.13 Clipboard, hardboard OIC 59e& $ EACH 9"x15.5" 83101 144. 311 Letter Opener, s" OIC $ jQ�"• y EACH bent style 94909 145.. 636 Erasers, pencil SAN D�N.o�. $ • a8 EACH 73015 146. 198 Dispr/Posit/Note/Bk MMM g,13ea, $ 219. 7 41. EACH C330BK 147. 136 Wastebasket/Round/Black/Metal SAF q • (95�� $ 1 31 a • P V EACH 9604BL Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than disc un r adjustments will be requested after award. J1Xj- y BIDDER'S SIGNA E COMPANY NAMEQ 44 ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY.i NOT AN ORDER ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT -- NO. UNIT ITEM # PRICE LOT #7 (Cont'd):. •. fY 148. 541 Eraser/felt/chalkbrd ORT! e� $ yl to, 5 EACH 804526 ' 149. 265 Frame/ez mnt/8.5"x11"/bk'-. NUD" f /• 5`%ea- $ 'Sflipo 4 EACH -: 11880 TOTAL LOT #7: $ AYMENT TERMS: NP 4 30 PERCENT DISCOUNT ON CATALOG ITEMS OFFERED:,�E- - '-fir, Exclusive n k.s1neS5 mmeh►1r► 's EXCLUDED SECTIONS OF CATALOG: 4-i(- V SCOLL W11k nod- elcced C>VricdfS 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 thar dis r adjustments will be re uested after award. IfIDDER SIG RAtWE COMPANY NAME E,R 1 M. n M. n r Y r ATTACHMENT 2 _ OP . P ,ROSAL CERTIFICATION FORM � , ; The undersigned hereby confirms that -He/she is a duly authorized agent of the Company submitting the proposal T 2. He/she has read the General Terms and Conditions, the Special Conditions and any Technical . Specifications which were made available to the Proposer in conjunction with the RFP, and fully understands and accepts these terms unless specific variations have been expressly` fisted on the .` Proposal Form; F _ z 3. The Proposer will accept any awards made to it as a result of the Invitation for a minimum of sixty (60) calendar days following the date and time of the proposal opening. BY: SIG RE OF AGENT TYPED/PRINT NAME OF AGENT TITLE OF AGENT • 47 DATE:.. ;-ATTACHMENT 3 - PROPOSAL VARIANCE FORM :Company name office be of .Variations . y, � �1 i; , "�: „~7y,. ''....`.� � , `, i i. �..�� ' ..'. 4 ' •! t j-"fix � t.Y,. The. Proposer shall identify' all variations and exceptions taken to the `General Terms and. r Conditions, the Special Conditions and any Technical Specficationsin'the space provided:belowCA >. "'provided, 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 variatons are ' .'i listed here, it is understood that the Proposal fully complies with all terms and conditions It is :. further understood that such variations may be cause for determining that the 'Proposal is non responsive and ineligible for award Section NSA Variance N/A . y" Section Variance < Section Variance Section Variance Attach additional sheets if necessary. is ' ATTACHMENT 4: OFFEROR'S QUALIFICATION STATEMENT _The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter r -,'SUBMITTED TO. .City of Tamarac (Purchasing Contracts Manager) hn ,ADDRESS: 7525 N.W. 88th Avenue s Tamarac; Florlda' 33321 CIRCLE ONE SUBMITTED BY: Corporation : F NAME: Of f ice t 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. The correct name of the Offeror is: Office Denot The address of the principal place of business is: 22 Old Germantown Rd. Delray Beach, FL 33445 2. If Offeror is a corporation, answer the following: a. Date of Incorporation: April 1986 b. State of Incorporation: Delaware C. President's Name: David 1:. 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 0 Sunrise, FL 33325 (800)815-7221 49 1 . . y -3. If Offeror is an individual or a partnership, answer the following: w a Date of Organization: N/A r' r� b -Name, address, and ownershipunits of all 'artners: p ,'� 1, .h Al T w 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give""" the name and address of principals: t; 5.` If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida , Fictitious Name Statute. fi.. 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? -- NO 50 4. 1 Ir.V 9. , 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). See Attaghed (Name) Address (Phone number) (Name) Address)(Phone number) (Name) ) Address (Phone number) t n 10. List the pertinent experience of the key individuals of your organization (continue on ;,:r insert sheet, if necessary). See Attached 1. State the name of the individual who will have personal supervision of the work: Cheryl Abbey, Senior Account Manger & Gle a 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 z m o A c � of Hil w C .0 N cl - A 3 x a0 ACORD CERTIFICATE OF LIABILITY CA DATE(MMIDWY) .INSURANCgSR FFIC 3 :::::.. 05/07 98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Century Financial Services P . 0. Box 811088 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. a Raton FL 33481-1088 COMPANIES AFFORDING COVERAGE COMPANY No. 56-362-0111 FaxN0. S - 62- OURED A Lumbermens Mutual Casualty Co. COMPANY Office Depot, Inc. and its B Federal Insurance Company COMPANY C Subsidiaries, and Office Depot Business Services Division 2200 Old Germantown Road Delray Beach FL 33445 COMPANY D COVERAGES THISS IS 7q CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. GO LTR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE (MMIDDIYY) POLICYPOLICY EXPIRATION DATE (MMIDD/YY) uMrrs GENERAL LIABILITY GENERAL AGGREGATE $ 2, 0 0 0, 0 0 0 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR SAA03834001 08/21/97 08/21/98 PRODUCTS -CpMPIGPAGG $ 2,000,000i PERSONALS ADV INJURY $ 1,000,0001 EACH OCCURRENCE $ 110 0 0, 0 0 0 i OWNER'S S CONTRACTOR'S PROT FIRE DAMAGE (Any one lire) S 11000,000 MED EXP (Any one perwn) $ 11000 A AUTOMOBILE LIABILITY ANY AUTO FSB02816003/ 08/21/97 08/21/98 COMBINED SINGLE LIMIT $ 11000,000 X ALL OWNED AUTOS SCHEDULED AUTOS 1S903/16404/ F SD 0 0 6 5 9 2 01 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY • EA ACCIDENT $ OTHER THAN AUTO ONLY: �. ANY AUTO EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE S 5,000,000 B P[ UMBRELLA FORM (98) 79085860 08/21/97 08/21/98 AGGREGATE $ 51000,000 S OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC STATU- OTH X TORY LIMITS ER EL EACH ACCIDENT $ 110 0 0, 0 0 0! A INCL THE PROPRIETOR/ NEXCL OFFICERSARE: SCLS6321906/ 13707/25805 08/21/97 08/21/98 EL DISEASE-POLICYLIMIT S 1,000,000PARTNERS/EXECUTIVE EL DISEASE - EA EMPLOYEE S 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS RZ: Bid CERTIFICATE HOLDER CANCELLATION TAMAR-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Tamarac 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. The Broward Governmental Cooperative Purchasing Group 7525 N.W. 88 Avenue Tamarac FL 33321 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY F ANY KIND =N T E COMPANY. ITS AGENTS OR REPRESENTATIVES. ORIZ RE 4TIVE D'Yt ACORD 25S (1195) CACORD CORPORATION 1988 • n m 00 .. O z ICm1 m 0 "' 0 In In ,• Cn� x m m • �a '- v� ?r ar^-qc, r zaz�e "yy r. =s z I '.,rbi�MMM co rPi rTT N • NO c ad:A=r, -OrQ Vim"` . • - nt- . ( . . - t> • r D An Q p ome a -- Z zn� N 'I�' a m 2 =ram i. e►D -q - - R mom` Om uni a^ izim Z/� N Z i Cl)©- j D 10i � .. • V/ b{� x �I rn C) n. �m W �Z OCr y = N -+ M m r 00 0— UI -1 p74 ❑ O (nv QM 0 z m� Z o N OX c� of - Q�� N T Q ca 4f z m U) r• '=na r p�rw� r In Irl SO fKhY.1 t 0 In In •j•ryQ��y��.�� G• yy -vri�.� • f�': { � 0 j-gp�.^ 00 z Iw6?'mnc�+� � r Crypt•�r. •• a 63 In b� 4 rti •syR7'. W-5.t0 ; 0 t�". �. rrrIcl % 6 { Yob }�4 z, :tx��m N � }I CXU�"- •�m s- �c�mui CL r m j z N m wa -4^1 Pi m m j N C Qz' cn• C� r O w i a• cl o rn Ca ❑ rz ar �m r m CA m O C7 apo y a --4 y 0 oa o gal O N a t+ NO m r %0 n N c� se z rn cn A m� �o p -c rn r 0 m0 cli no m =;a v rr- to -D-i w a m rcn 0 can c mm cn N i ' ATTACHMENT 5 ACKNOWLEDGMENT- ' State of Florida -County of Palm yBeactz , :. k 1 �, ,� ►. r, .. ,. • '�!�. 6 � ) A 1 ?�- � l r � y ,, i t T. t 4 r � � � `Y1 i�F• � 1 . •+�r` .r. On this the � 12 day of May , :., 9 8, before me, the undersigned Notary Public of the State ` of Florida, personally appeared a ' ' ` Bill Seering - _ . +, and ''' (Name(s) of individual(s) who appeared before notary] whose names) ,is/are Subscribed to the within instrument, and he/she/they acknowledge that , he/she/they executed it.. w t WITNESS my hand>`'. and official seal. NOT �i�c�Iq �ORIDA ` NOTARY PUBLIC "= November 19, 2001 SEAL OF OFFICE: •. •' BC*Wn"FNNiruuRANMWC (Name of Notary Public: Print, Stamp, Or Type as Commissioned.) 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 *reference 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. _ DENTICAL TIE PROPOSALS - Preference may be given to businesses with drug -free workplace"„' programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or. contractual services, a proposal received from a business that certifies that it has implemented a drug --`,I 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 program. In order to have a ro drug -free workplace ram a business shall: '> 9 p program, 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy 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. - c T 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 working 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. 66Ee4. �uthorize Signature Company's Name�� 53 iDifice �.Epox Business Services Division is Office Supplies Proposal Requirements Qualifications of Proposer - Reference bid page 11 A. References Company Name Address Contact Person Phone Number Employees Ship-To's Norwegian Cruise Line 7665 Corporate Center Dr. Miami, FL Gail Zvijac (305) 4364000 450 2 Ryder 3600 N.S. 82nd Ave. Miami, FL 33166 Joan Conners (305) 500-3185 30,000 1,500 Martin County 2401 S.E. Monterey Rd. Stuart, FL 34996 Betsy Leonard Iverson (561) 288-5511 325 80 Hearx LTD 1250 Northpoint Pkwy West Palm Beach, 33407 Nancy Bacigalupi (561) 478-8 70 Fact. 107 299 81 0 C. iI E. Office Depot has been in business since 1986 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 NW 4th Street - Suite 200 0 Sunri,;e. FL 33325 0 (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 (800) 815-7221 Voice Mail (800) 386-0226 ext. 7134 Pager (888)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 Facilities: Atlanta Baltimore Boston Charlotte Chicago Cincinnati Dallas Denver 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 key areas that affect your business every day. * Order fulfillment * Order accuracy * On -Time deliveries on scheduled day * Customer satisfaction measures: - Was the delivery driver friendly and courteous? OSY ,% D La RV Ic mog Business Services Division 1. - 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 captured 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 environment. 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 11 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. is Business Services Division B. Processing of Returns Office Depot has a liberal return policy. Simply stated, you may return any stocked item within 30 days in its original container for full credit or replacement. There is no restocking charge and no return freight charge. Custom orders may or may not be returnable, 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 percentage. 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 frniture 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). Business Services Division 11 0 m00 � N m 00 2 � x O ww 0. a W F- m 0 z w w 0 U z 0 Q 7J W 0. 0 O U 0 (V co cn a w J 0 _ m w _ H 0 z a 0 r O T 0 w U. do w z a a O v w Q W Y z 9 cr w m w w w 0 U U a w H O z C) 0 cc IL w z a 0 0 U. 0 C9 z Y 4z LL h- J H LL 0 z 0 a J 7 w w W O U MCDWMWWWWNV N N N M M�� tp tp J O O. c r N M tf) OD O1 tD tt f� O .J O C) N RO Ir N M V tff M w a c� � r z U) O z T N n M t7D tf! 4 r O> a a 2 0 a _W 7 a O r M N t17 �� ap n O 01 T H LL J N M T tf) qT N tD O T CO 01 L 0. 0 F- r N tp qt to KJ f-- 00 G T 01 a © a K w p wLLI Q V❑ H U z U. LL 0 c. U V w= em U. = Rt O OU) LOIL00It-ga U❑ O U a m W w m w o r N M Ir � a1 O I :tln T M U) qr ca J H 0 z 0 d�N.fM CO) � a U J 0 U z WTNr» 0 U a a u w In w r N M •t W CO) w w z _lz 0 N M T q' 0 U a w CL 2 a 0 0 a m _ w z LL o 0 U W N T V M Z Q Y a z � 0 � U aw H w a O C-9 mi qT T N M z LL z 0. O H z C1rN�M ❑ U. LU 0 a a � IL J 0 p O 0. w a a w w Lu W z © U 0 g LL 00 FZ IX LU � 0w U O a)0 a a U o z T N il M .41 RFP 98-20R EVALUATION COMMITTEE FINAL BID TAB EXHIBIT B TEMP RESO #8268 CORPORATE EXPRESS COMMITTEE 30% 30% 15% 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 1 FT. LAUD. 24.00 30.00 14.00 10.00 1 5.00 83.00 3 41 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 16.00 2.00 82.00 4 8 CORAL SP. 22.00 30.00 12.00 14.00 5.00 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 1 fi.00 3.00 77.36 4 2 ST OF FL 30.00 21.36 15.00 20.00 4.00 90.36 2 31 FT. LAUD. 20.00 21.36 13.00 15.00 5.00 74.36 4 41 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 21.36 14.75 16.90 3.90 86.89 3 8 CORAL SP. 24.00 21.36 14.00 1 17.00 4.00 80.36 4 TOTAL 24 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 91.161 2 2 ST OF FL 29.00 29.16 14.00 15.00 5.00 92.16 1 3 FT. LAUD. 28.00 29.16 13.00 15.00 5.00 90.16 1 4 DAVIE 18.00 29.16 10.00 16.00 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 16.60 3.00 87.66 2 8 CORAL SP. 26.00 29.16 13.00 19.00 5.00 92.16 2 TOTAL 15 POINTS OFFICE DEPOT COMMITTEE 30% 30% 15% 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 6.00 94.86 1 2 ST OF FL 10.00 25.86 5.00 5.00 3.00 48.86 4 3 FT. LAUD. 27.00 25.86 12.00 18.00 5.00 87.86 2 41 DAVIE 23.00 25.86 11.00 18.00 4.00 81.86 1 51 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 7 MARGATE 29.00 25.86 12.50 17.00 4.00 88.36 1 8 CORAL SP. 30.00 25.86 14.00 18.00 5.00 92.86 1 TOTAL 13 POINTS • • r� L 9 • • p$ia'$gnn�nan°'"�� No NO i —i MN�Np 6Z04�eu^i Nm Np 1N% qN 14 NMWy oN�y NMp W ONMyM� a�NRmHQ; YI�n1� eN qN� N b H ell r !0 YI Nl O�p V! g r Y p Ml YI � q Y W q Mpyy NMMMNyN� NpNpN N prN� NN A Y N eq m W f�pm yp� r m rNY Im+_ S w {Nyy A Nl N140NNq N a N W Y yN ��pp e0 W �SNYI+Y Y N N N M N N N p N N p N p N N N N N N S� N N Si8312p �$��ta�sryn�$x R14R w 1p N O m � Y q NI m� q Y tll q N M p N p p M N M N w w p p w w p w N w p N N N M M M N M M pN NS01 pN qN mM m N�N�pp HM aM yM� SS yN pN W N N�b SOrN qM WM pM qM NNR FF e� r y Ny M p N� M N N� N N N N N p p M M N M N M N ,g�N�OOA�,A p p p �lntlmm�SSN o Q V p t+�A p /`AMN ry qq NqM MpM MyM�� MM �FmN pM M pN qM eNN 01 W �My qM /�N�N�pp m {My pM �nA pNaN�N01S � Ym vl yM�� pM �fi Y mM Wp ri, �i qYO� ap qM SSRR ee� N N vlS� tC I�l mp M MNpNtp�� MNNpp pN C b C� TIC pp YiNMm np--pp ppp np NyM�� NpN NN NqN Np NN aN ON qN mN qN {N�� pN pN aN qN W YYO �/D�bSf��OC��eC r7 YI� W Y W b� N N N N N N N N N N N N N N N N N N N N N s$io }u°ii,�$Rain M M M M N M M M M M M � M p ri M M N N M M Y N N 5353��7��5��i�3I53N88t�iSiRR tm11-- 9— 'imHA.4 imd N N p N p N M N N M p p N M N M N M M p yppy�� .issRRRps��s a 2sR RRR %Fm Mmr 1�:Jig 11 -0 Yg1'emxq'rWmay �pM�Nyy Np MNyM� MryM Nyy Nyy O N Y� mM O NM pM 41 M1 �� a N qM O V1 �Mpp GI O1 .Myy Y IV mM mMM S O N N N N N N N N N M M N N N N p N N N N N N =535i$°edRF�pa5i�rv�i eo M eC eo MmMM N g S' N�pff f pyp�� m n N ii6R m r NMCMp N C/ M^^ ���jjj 00 mm pM mp mp pppp �Myy �Mp e��roei N N N N p e�i��.deir�N N p N N N p N p W p M vNYoi�a M p M p r M M S35i��lG��pj�9Ny�op�t449. im2 M N N M M M M M M M M M M N N N N N N N N V CY�'IfiYCNri�N �irNrr�O v p po q S0'1 Oyy�� a op N mW x O� v 4,4 q ul v �ep0 �ep0 eD qrqqrygY N 0N � Rpp W ti e' r r w O W W W o m g n ti n V Np N MMMNM N MMMMM NNNNNNp f Fo �'Si �C msaw' O Q �QiFY�b� e�i ig$`�q$�(e' W �� u� ulrvregDnD YYivv.75 v q y� W �p �y yO��v1 eui q m �Yy YI vi eri p O�tl m��'•iv �p In�v'i. nnnn`c:n� �p N/10 pp axx��y}ryya�yry��(p'oo�}aa44}{{ RigLL a = _�� a uto S S a a n w n� � rc a r� � n' j u�i m � SRI � m m m m Q 7 n m rNmlAmm�� nvlmm�amR nrmgneomo mao �Nt7YmmnmmeS U O S 8 S S M 9 S S Q pp Su - M F! 0 P S pp pp 19m O dN OW AN �dy tpAmrm pM� M n pdp tiA N� vl fppA f0 MM 11 IA W 2 A O A O1+o A Q1 d A W .� ppt�i a0 M N W m y_ u'iW �O O S ((f AOAN �p 01 S A <O r r rN �p o0 'tl: A V M cm M N W Qpp m O N Y d d N w (ap M M N r 7 r M N (V ON H N N N N N H H N N N H Yf to N N N N N H H N N y y N N N N N N y N N N N H H y& to N N Q r O N /m•1 O� O� m 0 Sr T po m m co A Ir yN T dl W S S N pp O� p� N u9 Q/S tll CI plmm 0) W W Of O pi u]N �(1 .p M m A of W I� R� W W q1 Mm m NN �Ci C7MYCV C F NSO C �(V O V (G tP a'�C QvivQCCCCOO bz U a ~ M ro W N N W N N N N y N N Yi H N y N N N N N N H N y y y N N to N N N N N N N N N N H H H p pp �(pp e(Nrpp 1IOn�1 .yy pp (dODD1 Q(rGVD pp �p OA�pU'f SNr pp Qp pp Sp pA S p tl C$O WN D rNmYb�S eNNNHNN N kn L6 N r. Op 9 1n N m§OIR �CM7 aC Mp waH0F pAM Op40 NN Y (O Y D�DrAQ� MrNY v lN NQ N H NNVWNN y N N N6 N N NNH HO Ow M N N N N N NOmaM NNYNrN] NOy�N.y-• ul u9 f0 d O •^ N N MNN NYSS ry ~1 a mNy O !pp MC47 C C C pi = r 7 10 r. C r V r'i N cli O r N N (V Q w r Y C O r M C h A A M C G r O Q O N N N N N N N N N N N N N N N N N H H H N N N N N N N N M N N H Vf y N N y N Y► y N N N N N p S pp SRO rry Y dN�(p�[1AO pp �(pp Q pp pp pp Q O OW o0 -0-- oO CON NfpB pp p u] Q/SA017 N ��pp O N N M r .24 W �O N014745(PYQ pp O ��pp pp pp pp N O p N y CCDD N N M M O (� C OD in A A r C4.7� O O d aD d n O �D Qf N N N N YI O M N O U) W SO S tC tC Y W A f0 M O A cl Q1 '�' A LO w Y Iti Y M fV A Qi W A W N 1! �A �p IL1 N r N Q1 r N �+1 r N r N F1 „aJ F ON N H N N N N N Yf H N N H Y► N y N y N N N N N N H N N N N y N y N N y N N N N N N H FWD aa00 0011 aD r O! �^ K/ C1 0/ Q Y Q W mm � W m S N N Q � W S dD co N oD 1n N Un A A 0 W N N A 7 W W N M 0O lV r7ai riAr Q NN� iMC O MaV(G ooCCCCCW _(+i 4 N N N N H N N y N N N N N N N N N N Y1 N H H N N N N N N N N N N N Yf N Yf Yi Y► H N y N N N N Spp O (D u]mNaO W SS mQOMS �OSSN 0 O N W m A S O n NOSYNA ui N 0 0 0 W O Sfp O Ip d p N'98 p p W O N N im�pp M h �D pS Q N N In (A N C1 M N MAf N dap aD �Cf N7 Om (n 1p N 4� N A m w J A F N M lV m M m W r 119 N A r r N r M M fV y N N took Hyy # A N N N H y N N N N N H H H H N N N N N N H 4m,w H H H N H H 49 ypp N N N N OMmf Ip lh O h 1N N N V T p S T p Ol O 1p Om7 S N Mf p uiY p (P O p a~O (O p S S a N 47 (00 N PI n Y1 M A M A Yf aO r �D N S of O C r fV r Q N M ni 7 7� !'! m A 1+ M Q Q N N Q Y d C O O O O m M N y N N N N N401, N N N N N N N N N N N N N N N N (7 N N N N N N N N N N N N N N H N N N y N S S S pp W N Y O p W C o S V p O (V d S �f1 S aD S r N Y S u9 fp S S A N Y aD an d 1p A .- m N N N Ci� 1:p �Npp yy N (V C I+uiy m �O Wr-0N d (ANm Qb qtiv vi 20 AM " W W�p Ci M1ON O�MNLuf LlN (V r mY1 pfH NNrN MO Nr 0411 Jp F. N QN N Ny y 40 y NNNN NN yN N NN NN 4y'V NNNHHN NNNN (Npp S7 Y N pNNNN d S N (p pN Pf0 C�pp �D d M V YW] N (O (Npp tl1 fHpp ^OT d O Y (p N M �O pN yN�� W cC yN M O�1 Oml O tl m uA9 V N !N'1 V (V + o A V C N (C aG N r N ni cV -0 m C" Y In N y C C ni of C C C Coo C 8 C Q W N Q H y y N N H N N N y N N of H y yN y N N N N N N H y N N N N N N N N N N N N N N H N N N N N at a 0 Qxx "a �p ay0 cn S }2 S ZN r W O a a lL �DS��D YC T2 aD 2T W N+NrM wfi W (' '2 O OC G LO�d� OC C� V r�J'2~ M (/j O N �Sorrrr yy pp WW N S N I. N N W NOA o nO m�QM'i �a f04K r2 dO ddr�C (ncn Z5 N F CCJIcTC�1C�� aaaaaaaa fO 0 0 � F pM1 yN N C'�y y N m Y Y Yp� Y 1. G C CC CC 022 G S S -Oi -Oi ? 6 n a O O O N„ Y Y s d y C C a Q G n a My a sp V pp W 4 y N� �y F C •-•-'tT F F- CI Q 4 C G `-' 1i x pN Y D � ro to�� r r g 0 r r i0� r p ry G p d s� N p.�a. y a (0 C E.. �' $ arwro�3�(3 ►` E' � ro ro���f7 �'= � a''�'�� E.82 w a� N U F% 'a F }$ c' pp} y x a m a2'CIL ui ri of vi vi v m o o a o z z o (n ro NyyE ro rFiriiaC7 m m C o rnv/I E Eve p Q e,o,- Cmvmm pp Q�11 raaaa ro b o o C C r === YI ro ro '� a S m yyL°� N W si ro C QI N �0 a+ N .G a y N N N ✓� (p7 {-UUF�sT gU1L zMMMMM0.p'o UlO NN F.J 1JJtp uJa0.0.aa(ap z�zp fL '.Y p0.p'O N u0] a1 M Nyy N S pa imp O u01 S umf S Q N n 0aN1 _ aJ dnNO1 a0rcQo'f 1�Mav0p'1 M N N 7m 110Ndn� N/mNM 7 NN <d+1 ONppV1 d1„ 7 N 'Q Nr NN �d E • • .J 4 11 1!1 m N W O N O W m y V NO N ap f0 O U7 W m 0 N ap m v �7 OO a �Q! N W Mm Y O�CNCaD O Ca C fD 7 l0 m M �O m m M M m y B A N m pp m t�i n W yy 1pp� N p M fV v�1 uN1 F � � � Gm N �(1 4 /AC_ n 11 m� m m R� N a, 1� �Py1 Ol p� n N m m ny W yM.- NNw Qy.. wq q vN q N N q q N M wNp NHN M N M w y qq qpH� H�Np Mw wyN qN c9 m a7 m 17 m m N N m Q/ N 17 O! V N M Nq a0 N n V 1m0 pH� N tll pw. a0 �Np. M 1tl 01 m Om1• Qi yq� N Q/ N 01 tll N Y �Hp T o o lV r o o lV 0 01 N fV .+ .- wI� al ql pf W (p IA fV fV h fCl lh o aQ 1p A ap A Ol DD o A W o ro= s� �01 � h ro q N N y y qQM�. 1 9 N g H N H w N M N H w w q N Npp N H N M M N w y q q H Y! M AfO �S SSy S p NNSS NSSNm P07 OOp Im+N �O p p mead � p q 8!i p p 0aOp p OSSS1a{7 n Sp r wS J M M1 a M M m pp M1 WmO N �"� pp Oi W N r� �p W pf Oi M1 N Yf— V N 4i M A I yy o0 10 u9 OLq pe A t% 17 pp �app W w N N h �n N O 17 ��pp of M A Mk M Q��n h M P'1y o ppa OI M1 m17 w pp100No4� mm ��pp aD !V ttpp lh N N M1 m0 vi m G O F gNNNgyNH Npp Nygpq MM M4�0 NMp VN w w M qN qpN HHOHN M MN�gryry q M M M 49 [i N Y m O fl O G Y] �Npp 0 7 2 Q V o N QI s� O T yw77 O 7 aNHMNM N � M�� pN m N O 111p Qi A co 7 N� 47 W N N 7 0 Qmi m 7 a oc� � � �oee�oiocr� .- aaviuivvi�ovvuicio rivaavuim mo o ppx�pp � � U H N N M M N M M M M M M M M M M w M M M M M y y g N y q q M H M N M w w y y M N H M M M M w I m n N v N N M O W 11] co W W Q w O O 1p O O O 0 0 A O N W O� (D A N Q! � N 1l'! �(! h M A O Y1 p If/ N C1 O m ap Q1 h f�pp -A N m Qi N N Mpm p N ap O10 In Y9 M u] N N M M V M M N (V 1+1 N m m h N m m YM'f 119 h p �Np a0 (Nri N m V N M S I m M1 pm� O C w N pM1� a� O KI O imp N N t0 7 aq ap �q tg rl 21 J F u'iN MN N �Im w M1 m lh W w w N y N N N M g w. q y q M M q M M Mp M N M M N N M M M y g N N w� q HIM w w y yp �Nlw q m.-m m M 7 n M W W OR m m(Omm OI (D �O7� Sm V � L1N iymNArn ow M V y �+lM Ip N� F NI��OM o—o��0000CS6-- w M Onj N � � A vi v 0 c m v�nui vi w v o N v LnIn u'i 610N� o pp M N w N M M M Mry M N y N y N N N N H N N H N M M w M M M N q N H N 401, H M N N y N N M N N m N N Imp F m m C1 p 4 N N a�O p C y N �D p p 7 V 1N0 N M N fNR /Np p O ff` W p 0 7 p �D 1NC M1W a y p N m N y Of m pRl tl1 n p�poo O �!f co mm p vi p ari vi h . vitipti(V 1h �p N Ln ai 1n aq m uiN 9 �p Qi N �p rD p� n O Sao m m o vi N N ai JM a H c•V! i M M M1 nNNc v�1 47 m �C C7 �" YN- W M N W fp 1A 1 u) h M O a0 m m tll N C4- W m Q F IAN qM Yf {A Hv/ W M V► W YiM M wN M MI" wMMMwHMNNN wMNMM M N M H Nqq q ro m h m V N T a V S Y� N "MP m .N» N O V M NN N N v'1 O M 'V N V 1n CD M aC w R um] n N p� 01 p N] tll tD m ap N Y1 CS 7 �O w v �D 7 s V �000cio�.ruiriairo wivir�(ovviui�ia.�ovv�ioiovv�cvvuiioei o n m H N H H N H H M w w w w w y y y N N M M M H M N N M H M M y q H N w N M 7NN S�O�ppN� p ry �ppN p p 74-m p NG�O y 71M18 ON1 p O p V Sap p p Itl p 4�Pm7O p h Nad p m coop OO W 4 M � W�yy N pp� M1 1+1 7 Yn'f Yh] M M 01 amp .� ��p fOp O M w pSp 9 M M M QW M S� M1 N m Ln N YN] M1 M fV byy m m 7 n p�1 M V L N h n W N fV �yp A O N Ir M R M S 1m7 0 ap fV N(1 a ap M N V m h CW7 QI ap imapp tOO M [7 �My M Epp�pp N O Om1 W {Ne�� ti tO r- Qi ap QN g M N M N M H N H M M M M M w w y y y g M H N N M H M M w y y y M M w M N y q q'H H M OO W pp N ab oo Om Y7 m m coW m Ifl OmO0NO Ip M1 h N N n pp Y m u'1 OfDO N 1+1 M r- SmN SOS G �S�N S N ~'d' MNA m ap Y o� v 40000� �Noroiw � Oio apoF Ln 1- �rriti of ap o�D V 1+A to apLq N w w w M N N N N H M N M M H N M M M N w y to Nf {A M N V! H M M w N M N M M M M N y w M H N H �1wp� O ��p ,N n fD �uY Y9 w-w rO��CC0000� rD YM] 1�+ O_p1 n A _M MJ1 in M eTf 40 M N yA(�OOC CN .S Ln pQQ QS camNoJ 7_ LL 222 Z N N N m5t m Q U� N W mq� ^� ^ NN5t NNk M1 Mnmf Wn 0A uM7 aw ��aL oil MQ �� EE E yN v t as auQ' N u n if ua L�N ¢�_i Ot)m0c ySm z j rn . x X 4 a x I .I U m a N N c x N n :° x x � � Lr� xmmm x9 c 4 x a i W— 8 —_ E a x C N a nine a N M N $ ,. N$ ALEN 9 O x N c a m ai nl + { Tc 0 ' m ro N c� m�a� a w m w� 5i a'n `m � mn�v83i� �� '�3.°��%' g�M aw.Q � orn c .: s �.c�4a x� E o — 0 0 .—.+ a r a`r m •- ro m m 9t nLL m m ll N d o N a A ! E 4 c c m ro m c•FL ro 22.� m m 4 7 y m m ro y m y n� m P yyy •Qi Fy ac m g� a m LL LL a J J 2� � J J 0. LL a _j a- LL a LL J J R m< a mo 2� W U U U C ro b U ... ? NlrNp a n Q Q� ._ UFO • 05 M W T m A W M M aD S V O f0 O A N 1�. N N mm em. cm'i N O N fmri pl pf �(pn p N 1t� �< fp N pQp O Q _ W N N N m N N 7 M a M N m M M N M M m U ._ ._ I M—' w of N I 1O �N Qp O N �p NONN ONab 'Co �tOtO N Oi Q RPM Ui mSCf C co? J iY oC N 0 MN Hg H4S N NY[1 N N y pl yyM dCFQ/ y CIa W O IO-Q� NN �M �MM S�C cC mnO NWD e C a N F: C O G O Q m V CSM dch0m0 mM1n Amro rAO n C7 N N y y N Y► N N Y► N H N y N y N N N pp to Qmi pp m fp N pp GD S ��pp E7 N c0 O M O O N ' N A e�NNNm�i It D Q -M n`^ � 7 Q, 1- r aN N N N N N N N H y N N N Np H N N N y N N N p o p a p IO 'MP taf In W, pQP] 'NS C0aaN 0VC 0Spdp) GN �� � C ) NM77 .a�cNNNNo_i mOU HmO yN N N N N QV 40%yvO1pM{7hi N oilNtGOf{op7pp y�rN N q (myn gl Oy yN agoS Goy fp1s A 7 a0 N 0 to mNc4NNOn NNH HN N �nNti���fOo W nMi.S'iN nnYN'itp�N�r���Y� yH y o C C C C G 4 0 - M Y7 O O C C G 4 0 q, °1 fV g� Q N � m y N N N H N N N y N N N p H N H H y N N N N H H ry D S O aa M LL%� A A N E(ppp N 01 O �p IO M Pl (p Nn ED ti n V V O r N 7 A M S A N V m G0 O� �O V q0G M Q NA[O•f M NO3T1��N ��pp q 'C da000m1NS N� I. "M A T s w in N 1D CpmA�DMN�I7MN a N J cn a V N N aD v� N �+ m OF 00 N _ N N NNHNNyy N60NNHN NNNNN H F T� yH N ro: [Of GO G� fmn p� O �p N N �D V N N Q1 N N ai CCCC — 00CG— m COCGCPN[6 (V �v�pp) � S N M H N H N N N M H H N N N N N N N N N y N H N N N _CL �p M �Nn�°1mm 1.6co M J47 M1 m pmp �If N VN124 f� M O aD pn F O ~ 1y M1 (Ml yT nN1 Q Nyy Npp NH NNHy NNHNHN y �`� JNpfyl m Q $ (� yy 7 N 1Y1 Y �m(1, aN fD S n 7 N S (iD�l S yNNNNN N O S to a N y N M It o A QO o 4 00 0 O d O O V m 4 0 n 0 M 0� F ( nl 4= C �NN N4, N NNN Y►Y► N.N yN NHHH--- C g Q m m O m N p A O 44Oz44 N pypy Q� n �aa¢g0 UU Vvi�cS�~a�p g RQQ.p.mLL 0.a� OQQO00 OZ.r (7 ro LL E p w m O E w a w LL a F C C m C W .Q C .Q C ° `m m a E E 1p v1 ° � w U a m E H E a aaaa�p UUUUappa nom nn�_ �, m Mn "L°L° a -WLL w LL } N N N mm N M �f7 m 0 N aaL) N Nrq M (Mn N Fd p aa_ �(pp �p yy F r • L J • • O S(O V MN IO vN1Ol71�+SONGO SM(On aDS N1f1 ��lmif ONQO aOn IO NmOC4 yy �►a0p� w [•'i f+OiNA M/O O w NIO w V Ar w M1 wN.yp w M hN 10 w Cf+ M N Ip�@p c0 aom �Nw S w (ap N aD spy cN� C_ N M1 CfV NhIn �A u! If/� O+pmv M1 �1h �D l+1A Oi vv 1Gm p �pAM(OM cllmNM10 J F M N d w N ai O h A w h fp M .� fV N M w N h 0 � HNNpN�� NNN Np NNNNNpp NNNpN yNyNpN�Np NNHgpy yyq Npp NN mN tll S a� M pH�� N Y N S aO ti�� N m A pN pN�� m 01 � W m IA pN�� pN�� 01 OI S fmp 10 N M S O� S^ rn V� N N 41 N mNN INO M Ohl N r-cho66o oo -Cwo my Noo6oyvid ui H000 wmoci.a=-ooCo- = c G is w N N N N M Hpp N y w N w N 4� o N v N w w N N N g N N N q N H N H N N w 4 9 N qp N M N y y y N 1L+Gmpryp p QmymM�lOif � mCy p p C!S pN p p p N�N(pO NN p 1hSN�cO7 S SR Aq p OSl p aOm�Fm'f y V OH N� 0�1 �DNh M N M /Dn QN� N m �IWDNn N p v yy4QIpp 7OmI+W W� oI1 �O�yyQ(.� M1 mA 7� W N �SIpp O1 W Y M OLnMNF WO V �l+l h NQ fV N w fV w w w V N M1 M1, 1n " (O�Sh fV N Ca N N H N H N H N N M N H w N N H H N H N w N w w w N w N N N N N N w N w y w N Ny H w w w w N p G N M N fop N I] no N 7 p W 4 C A 7 0 P- ((D M N M Y (m0 M p IO IMp n N M p y Imp w N N N Ln ooOO000 O woN iGM o ^ 7 r oN co I!i(D 000000wNO{? ci00GoGCCw LU O N C m H NNN�Npp N NNHHN NwN wypy NNN Nyp w yNNNwN n N V N yy mN IO M pN�� pH Ol S aNNN OI N aN tll oN pNN 001 n N pN W O O vJ W Ory1. pN M M aN aD N N�[pl yw pyp N N to pNf M1 ap J {11��wh Y) �p Y If) �y !p7 I[S M 1n N m m N M1 A m N Ip l0 7 t'�f wr N Gpp� pM1 mrn O f0 flo (O W W 7 7 W �D w N Amy N m 4WY O! N N 1 N �i S tm+ S M m O) M w Y N N .- Y Qw Npp N w y N Yy N M H V! y y y y N g q N H w N w N y y H H N w w w N w N N N N w N N � m NONNtlhIN N V �rM'Nmom P'f PN'f �Gm o M1�+IDS y pp 7 Hwy vl �MIaM1 a wM1N �. �iS M1mD .N•• rnM1��MN $ M r O O C O O O ci O w O w o g M1 0 R v aG 7 G o Ih M v) O Ci G O O C r o . . . O G C G O O O w mNw Nwy yy yN"Ny*% 4* NqN N"44 Vf HN NwwyNNNH w wy w y.NNNNH M1 W O w V' d OIOm mY9w t0 m M ocm OM1 oO W go /DmN ap yy NmMNIO O(O N 4 q W p N(D W �wNh ID m [ptpOO m co N fppMmmm N Iri ai N �D fV R �mmM aG RC aym N g [V O dap �tppmL Lm C I. Ip pyph o w. h 0/�Cpp 1h ��ppmM1 < N 1+ N Cp O1 aC pyp ao c7 fapq V m � o N G w N w M ID Y w w 7 O� N 10 N w �A fi? M 17 �O N m O Y N F HHHNHpN Nw�wp wwNNNwNw HNN Np NwN Np N w N NNyyy b 0 0 N pHHNwN N /D V m^ t�MON h h Hwy S W O m ap po'1 d w �P r` O 49 W Nw m N Mf ofM Hwy 1O fd CI .m• M 7 �O pHw V 10 1ho N Nm" U Ili � � CCCO5!o w to w Cv too •• M W viA T of m o rim V N A G C C C o OC C�CC COCaO4 w o� m N N w w M y w y w q wk� wpp N"p H N H H H M H w w N w N N N q N N H w N g y y N N H N N wpp N N S O NNuNYSSS p � O! V SIDS ry SIOO p Sm oOo OQ p V y ONISC {+!Imp p ION v oN mmo NN y T 17 Iy �p /mil Iy N N Oi II•i I(j O M W omh Oi CG Y].1 wmN M1 w to v>N N M W) i M m m M1 ID w (p C4torwm(7 N w �O w_ N N w �82, [p n N fV w F� N N N N N N N N H H w N N H N w w w w N (q N y Vk H w N y w y N N w w w w w y N y N y 98 w^ N ID N S o IO o IO N y h N Q w W O o fp V N W m A m o m W A 'n O N S M f0 h ^ O V N IO f+ N m In ap V^ C IS L -nN mW h v m N 2 M1 S O O 9 C] F'f 6 o w W O O N W /� V aC 4n V O V Yf 'p NO O G O O O w w P'i p O O O O o O Cti Q p .+ v •C N N N N N N N N N N N N H H N M N H w w N w w N N N w g H N N w N N H N w w w w N w y y N N Z O LL O pp p� o Q i"" Nl i� Of Y Y Q Q Q G Q m Z O O al pO I�pp eC o Imo O p 8 pm� N_ r �•1 wN '� N Y'1 N a U c O J WWW M iiia00 J �}y U X O�� U� V U y � (L' � y5� � m ss 5m_ N (ID (7 o¢¢axoo4xQ O Q6J d R� Jp app yt V � J Q o LLfg0.a m aaa�° amv�u Q� aaLLam¢ Q�� 7 Z x m LL N G C C CO IL li G n c �c LDOLMa ¢g I d!d! �a a�i �.�$ � a c�ic� a$ Z E 3 L" m a �• m a m n a. a a � c 3 °1 c :: k c a TS t3 Im u o o �i 2 2 E E E'Z g E' 3 N L L � 2c E e 5 Y T� a cry v _n _�i � e^ �yt yi Q Q E? - Npf w h 0.�Ay M 0)w2 � mpLLFw N O 1U.J O ¢' A UZZO N ik 2. N I in m a O 10 42 too W L° W O O X O O q, 0.0.r O.Q. xlid M�� � W mwl Mm�n Ii N CO 1On IWn pU OI SS n 10 m n a �m moNNNNrn NY O^ N mm w A S N W �aWO T UNI OI N w mr I(1 M W mm m� W rn m�Q�i W OM1i�mS O o v� o G 000 C.-NMT 0-M1Cp mn N N N M N N alnN N N � N F p6 (0 pp CO O Naopp M(p M w 1p b� pp1Ipp C OI b A o 7 m bull n A A n M nrn m w Nb M yy m0 N M pp J 1O OI M O C171Ip r+�V)-0 rn4 Y �T t~N NNN01 �p�Ipp M CO t7M f�pppp y Ip 7 pppp pppp V M V a N w t7 N r !g vi u�ih ri .�C] aNi INp yIo� �tO A SC.-�. ( e�iOM ttpp IpMw V w Cn V mm prr a 01 S wr f0 N OW W N Nq.H NHpp HH NNN�Npp NH NHH gNNH yN l�ypp NNNNNggNN • N N Y +N" w Ul 7 to Y pWpp a0 Ohl n yNN N OC mN (f fp N r M N Y o1 vl mr py O py YY Y'1 Ip ImO. N Ym] M MNf N N 7 mm fV Ol rt7 1p h m w Ilih hm GC r r - -o t�i [�i lYi Ki [i ClGrwpp Cj G 0, C?C m � W W W N N y y W W W W W N N WN 44 N N H y N y y y� W N y N y y y y W W Wp N N N N q N N N y N Y Oppp Ibn M 01 V F N M Q 4 p C7 C7 p p O p ap0 y 1a F N w H p Sp o0 4m'1. 8 A O p p m V: r p s H ti 7 N NN p IpN maaS N�.OI imp ch�l p~f Y�01 �ap0 sms}} 1'11DN pS , co�1'�N pS m�pmTO4N1 Ma ( m N 1i9 A r:9 �SpN�SNN� J O�tiSmr N gm Ip 7 d /� �/ A r r V MM NNCOO yMCp co uy e air r rh 7 N r/pSNN1nNrSNN fV rM 0 h W N W W N N N y W W W W N N W N N N N N N N N N N N H N N N W N N N W N H H N N N q �Ipp a0 In o m ^ �y N p1 h [[pp dl V m m A r 01 O M V Ip m OI m ((pp IR OI �Cpp d aa If/ pp (� m M1 Op Ip mm yIO� yy m C.� �IOO ap ffpp ��yy N 7 p1 Pi to r M I. M h r !y d N Y (C M O r r hl fV r O Y 7 d r {p Iq r h M C C t7 M C C C d d d O i N C NW N N H W W M N N Wm N N N NW N N H N N W H N N N y N y H H H N H H y N y y Spp b m 0 0 Ip S O o S p N b O O b a0 O cif O O m O 0 0 U9 of N �I@pp CC I o7 K/ Ohl N N S d `P �aIppG Grp m 7 N �NNy tll co pp rCpp m N W fqy M pOp �Oy� N Ip (0 0 N � 7y n 7 Y p� N r FIh M h V fC A Y� ao w fp r r� N lh r Nc m N7 Y Y� 7 V F') r y fV vy N N N N N N N M N M W W Np Np W W N N W N N N N NE� N M N N N N N N N N N 4f# M 40 N W N y di ONl S N �Npp p N N r M M y p Ifi Y CA N O m) m O 7 M OI m Y CP IM+ Cb0 N um'f of M" [•'ir vw IBC w Irih aim r- Cr�NN Gr�Ir I Gm "MmYIp IF N S7Q adQooaO N Y Q W O) W W N N M N y N H N N N W N N N N N N N W N N y y W W N N W W W W W "I" W N N W W N N N N O m O u1 h mIp M IiS N n S �Ipp S M O pp d pp Q S pp p Iff y p d b r O d O 7 m r O Cp N m m w m OI O ID m y N 0 N m w N O V! N m rIO� CV M Epp le OI pN 1Yf O CD a7 eD Ny N f0 Z p N F N y7 11'i [m'f m r Is (b N uh! M IA Ol S Oi N O 10 V WWr h 17 p} NYY 10 N ti N Oi I. n N pIp N Ip r IOr N N r N r y CD r O 1l- 7N c co f_V IG Y" N_ M f1 r w y N F bN WN HpH Npp WNNNNNWNyq HrN}} W W W W W W W W WN W N W W WNNN �Hpp ryy py�lWp pW O �Wpp Y coCNP 4m1 7 r CNO, M N lip t`m'I N N I'N1 y 17 r vi m m b r m h m M N w N N N r b r a .p O N r v m v ID m N O O r r 0 0 0 4 d O o o� U vi d_ o iK g y W W W H N VI,N N N H N W W W W W N N H N N N N N N N N y N N N N W H N N N W W W N H W SNb 07 b N to W O C4 Ipb pp pppp OdS S SSm to O O ODmIDmh m l0 hN0Sb p IO I!r a N r dl y n.pS SSSIO pp N `vi o c0 m b NN Co NaaO J ID vi UI ap O N+"' A M O/ r h pppp M t0 G N I. r CO CO p1AM M M N r Ili M N p C ID 47pp N C9 O C? V' �. ID hMwrnNr Ill 17 17 01 ill fF O1 M l7 IV r N OIO M �" pl mIO fD r Cp N V N h N (�1 h0Y1�CO m w) �Cpp r r �Ipp pp V r �ff77 LL'1 co NM1(4v1O N r b N M rOI NN W CD M CD rNW W W N W N W W H q H y H W W W W W o N N N N N H N N N MN WNN N H W W W 1h a n Imp 7 1An CN9 M M O Cho S Om+ um'i ti Y e'A] 10 7 [mV CMf N fp ID M OI N W 6 V Y1 to N I'NI N S x N m w H I` r NID r /p Cp (V N It 7 Ip Ip N O G N M O Q b d C O C C _O N M H W W W N W W N N N H H y W N W W N W W W N N N NW N H H y N NW W N W N H N W W N W M Z �grE i �Or r2 r2 ri r2~ Y]u7A AAS Q to m(Y d y� N+�,� Cn� I�gtl+N o on go O U 10 o Q O Q p l ai ¢ U U Q c o C C yy C C Q1 N ch G Ipn 4xkoc�xggga `�mm a'�'aa araa Ln o W �, �qa8 pF�...�1aC'C�Jaa�laa,6�0� c N m m 44y Q/ c�r-� Grob m o � J a J � N Yi �1 N ffiI N ❑ N � NUm a�a [jg a m N nYfl pO OL Z z c eNf r3 $�o ti �? mg � �N 0.l a Z?? ccm almw tC ma m 0 Lz Z M o M cif (7 K ❑ ❑ c � (A a .. N M N pp N b h h 7 pp pN N rn PM'f oN1 N 7 A m ��y N ap tp 7 vm1 N } N N N O r Imo o N N V N N N N IO Y r r N_ r N a Y m m cn m Cif � •- N M 7 1p 14 A m CI O r N N N N N N N N N N O M p Crpl m M r N1 r 7 IO r r ID h r r m d r r O r N�N �Iyh M M aV V C'f �upl mM W F • • • • 11 nn m D/ OON aO A u OS V S -'R �!8m;dOl (p vp CO N HMON N M mhM N g NW-w MP to fm NSNS m M �ppYm NN'0 m N OlAS <p aNno 7 pOaOOY m mci�SN n pn� 0) fV m fV r PMNAW 1��DI� nM F+ w N w y M N y N N N N g q N H N M N M N y y q N N N N M w y N N N N M y y N� N N N N N N Q1 N n m O W M M S S tD 10 M O m O W of M N N dD m W N S S N S { O F FO'1 y Y A w In {Py _ P r�0 wGGCOC � � � �fpw ao 47 G1�w v0Nm 7 �" uiv Y vaO Pv 0 uiY 7 Yi Oi4�C 1+�1 C 4WU N w N y N y N N N N N N N N N N y y N y g N 'AN w N y w y N N M N y N q N H H M N q N N N N P: - h W Q; �y N m pp O�pl f0 p O .• oo � D N pp O C m O p Np oMM0 p p 4p m 7 S 1p '.! p �!f O O 7 co S p 0 Y m 0 N fp P A �y r Ol m R O n Ci S S S C1 h 17 pp pp aD W wi 117 M n Qy di O fqp p f0 O� M �Op � N S 0 N 0/ m N N di m E@ f0 {tl�i [VO O tQp W f0 fvD} ppp Ifi ftpp pQ�/ Yl l4 m [Py+ fD I+i (u�'i f(pV fmD !+1 C Oi n vi N OI A A co 0 p H NNHNN MN M NyNmN NNNHN w y yN H M yNpN NNNN�Np N �N Y "O I07 YC� pN 7 m 7 pN QN� NNNA V rnO1��D fq� 7N�m pN pN f4f cnn fDn NN (Np SNM�O/17 fyp f0 pN pH O OI pNM $i AiD a oro�. dcocc� .�v.�wc�hre��ri rimIr MvIn000uiIt00vwocuii+ c 14. N N N N Wy 1 N N M y y g N y N N N H N N M N y y N N N N N M y y N N N M y q Ny N N N N w y y M Go N O1 aOp S S S S Im+ N p p a0 O m 7 co 7 S QN1• Gh0 A p O W v� N 1 G m �C 7 0 0 ffOO m N O m S � N M V R�7R�p J N r ppppm N1 M aw pp ap N m �fD c'im NSSNA 1+ m 7 ri e0 n La V Mpf to N V Ari hhN N ui y ui lA�aC.+m W IA NaO Mi am.+�Om0 u'i p� OOi ui v��O(pC Mm Ob 99 pi n 1+! N Y h d N N 01 (V W �A (p 1f� Iry N A y dp Q� n W m y ap O F Hy HHw NN y�Npp y NNNy G* qNN .. y q q NN w. .NNN^N NygpN� �'1 7 pN W uO'f pq�� yN py O S O p V v n 10 YN9 U] N VAm. Ohl Nm A rn l S V aH V wlp�piC�A W 7 ui u7M Y�to d ui ui Qi O� V ui ul ui lriO�Mftl P wz �� (A M N N N y y y N N N H M N N N w y N y N N N N N y N y y N N M N w g N N N N y Np q N N N N H O1 (7 N O M 1p S �Ny S Ny'� N O 1�f O O Oo m W W No N 7 N Y O �D N O CJ 1i? � p w S Iy+ M yppy A V S 01 Cp .-• �W�yy iD o tl1 M C7 � h n Y'1 Ln O Ki GO '0 M P P 1n0 i+l S � N 7 N m h 0 S pOpi W � o of w r4 fh0 C EO h N �Oy/ Q/ (�p� �p a M a� �p pci cV m m n m a �p p �p O � C4 7 NNM ON1 (4 N Vl V W a0 n A Y Qmi H NNy NNNNNNNy yNNNNNN Npp wNyNN Nyy HM y Nw w NNNy��pp qpppp M pq 1? 7 fhp• a V rn 7 S N pN ml M O uW'f tlnl P S S di A m pf N yw yN77 fD GO yN fD PW] yyNNNpp V fhD M Ip 6 Imp 1W0 h 7 V 00000 (pq 0 WuiM, V. W. ouI+NOmYMLO Owm C' NaUaW Mh�h wVh NWw NW ql N qN 40) N w yNv yqNall, Ny HW N N0 MOQW A D!0 y Np w N J N Of N M ti W CI f7 y Q N fp p) v M �y N Cp h l7 O N h n 7 N M W N N A M pl ID �p u'� !h pi W WI h 7 tV V N �z N dp M O W tD 1O (p ap p F N V/ N N N N N N w w M N N N N Yi N N N N N {A N w Y! N N r► N M N N w N N N w w N N N N N H Q/ C—C— W m W N CCC7 m f+ .• 1D O 7 �P O Y n 7 NdIP pppp 0 OI Y W m fP n N 7 1'1 cn m M ��pp m N fD 0 <O M A �p v1 01 O! O/ M M m N P $�pp u O 01 pppp W N fD V y A O O m m t4 N Y PO +-�D OI��D ro'Yi ui V) a N �D v�►Oi aOGm� W v� uiTCCr. O m N M M N N w w N N N M w N N N N N H N Y► w N y N N N {Y► M N NJ" M H N w N N of N G* M,#^ N ik W w m� U V' ul hhhM2M% u)NJ AN UJN MM��- N mN_u1 W}�7 rmOh0 QJ O 5 r.. F,q (� �hn U � �Nm �nrn Y mm�� 12 mN� m W� Jio 8 M O7 a� � �wVro) IB famn U-4� 5 W moTwofi �ma Wt 2 Vm% m(� 2 aa3h W W P 1!f � d � (CQN�¢apOn� a=B W Pr E Ea E E rorofm/S E mWro E 7 ��QpMJ vm U) 0ww0) vt co acyppMrImvu)<n p u�W0 iW a�C7lca4dA�v� vi rn I p Z�41�f CL 9 x _ xx Ox4 o a 9 xxxx COyy� o m CI O C7 N �7i O j O S O � �0 U �aO7 D !S 0 in w N �rf N p� Oyy Ommyy —Yl" T C N yY 73 a x d O u: 6 EI 4 u= N B^ Z C y N d w �n •G .Q N% fl O 5 O s gN� gy�� yN '4Q1j a 11 iO ` �qF� prop _yy a 1f aax fi yC F � m m lmmi om fVK 1�° m0 ro aa '.3 �mmg LcUU v i(0u) m(ppL o�m9m.Cao 0¢ lI vP1)o S NZa Sa N Al Mmm go allom Ngi' Mm`m N197MM Iyum77 w w m m N Mnm OM�ryf Onl S S I O w ppOo`m �D fNO�IO iD ft=ppmaggmrn� �D W fho �O (NN ti h^ �pnm A ti ti n ti� n S W m mw W S V (�4 Y p �t�ww�`pp+ m 7 V V off pp�ymp° m M v! d�app0 V�i �h �( uW'f Sri tp �4�M�nv�marypnrn.g �iS SYaO lDOSSm t�i�i .�-Oty V YN�i1�vNtgi �i��� 1+h w 7 M-0CfO V In as N Ypi Y �O l7 1+ C'i �p pp 'Yf l+) [•'i A an N O1 1+aD N V �y ��p �D {O 7�@p M 1+1 p� lNy OCmp Y Y �p 1[i CD �D �yQ N al �N}m tll r m riw 'mv V r d r NN W NNN go, NNNNN�Npp NNNpp NNgNN gNNNq�gpp qpq NNNNNNNN Nyy q �qp a0 0-0 N N N 7 N w n �Nyy 1�! fD S M aD S V S h F 0 @ Ih Y1 M O !V yq V 4m7 N cP O Q N N p U i °' C O1 jW NNNN(Npp NNNeNqq W NNN NI�SSp N Wpp NNpp NN NpW Nqp NN W NNNN W WW W W N co Ir C4 iYmaOSmSM oN pN pWpp OC1 V mN7mapr yN eS�Sm00SSOl7 pW pW �aDM� pWp fO pW OOa �cpp N1Dp Di cD Di ap mCS 1Am'V 1� (fpp p� O�m�DmaDAOA r, 1ff IM �1p+ �f7�NNONU7 NN ��+yi �ap0 v V Y r CS r NpN MNNNyy gNNNpN NNyNN NNpp NNNNNN NNpNp NNW NNpN� N W NNNNNpN Y Q N [mV N .m-• N W N Q Y cD V N /'� ab Oma A cm p 7 40 N r- fA+ yN ID M N cD O O pWp M 7 ti O N 0 O/ N N N {7 OppCD C�+1 C CEycMcD�� 4 CAOCtN+ co VE1 NNJ NcwwD NN NN�D N N��NNcDNOm1NM NcIAi Nap�p1 Nh WNNN NNW NNVM NWNW W WO1+i WaC NNWWW 7NmNS 1cVDp go 0 N crycNDy c�amDpp CND 17 mNNmO i ppm% o oD�t1i 1C. CcD�'!oy VG�mpo M aW�1 AM A NA i[] m1� O �O�cppp GAVm7AK fO S MtiQaw0Dwn Q (V r ci M N w O Y F co A �"Iw u9 w N A 1, 0 M U, w try N A N w Q (V Q N �O Y pW W N N W W N W W W W N N N N IN g NpD N H N N N N N" W N N N N N N N N N N N N N 7 0 N N N N 7 M N - amf n 7 Ir e M i Ym �l 1 Ip p y V M �app M W (m�] mm Y'f cp cmo PM'f 70 m ] Ip N O m n r p N N o O lwrl u i � ti i O O C CS0 O O C- C N r+ v G m v v 4 N -VG Q O C O G N C C O C O G C O w m Y �± LL61 u/ co NJ N N N W W W N N W Npp N Npp M N N N W N W W W W W W W W N q W q W N g W W W M q NW N N N N N M1 F Y cmP��dlO � tlISOSN SOm o1 NCCON m tiOOle y Op tOpN 7OO y QMNo �m� cD NJ NSfO A fpp to No�N vMm V 0w OO�A Smm� 1�oSy AOV mwp�MN 10MA Acf7 mw wA NQurA m NcCo QCl mmwvi mAM mpO� 0O Y9 F cV pi w v N N g W W W W W W" N N N N N N N N N N W W Wpp N q q q W W W W W W g W W W W W N N N M V OON mN NNto co M O V p y cD ao O0CM CD aryDcp ... ch N^mAOM N tp w 7 M M O O CNOrnOwO C V m V Na; O O O C O O gj O O o O O O C O C Oa w xmInCl) MN 4UWN .. N N N NN W W NNW W NNNN N W N NNNNNW N N N N N NNNN q hN ry O Ny O7FO v�nN OQ�OMMYVA Om� uA'fYOm pp W p/cD C4 (p M cl% Oml N N m N to h 7 mm«7^ IF ai N pi ONm Y m cV Q 7 03 � UMl Opp N « N 1+ A 2 N'1 f, co cD ppp w 92 0) O �p Qf O ppm c+11� p) N 7 N1D fP �pw 0f0 M M �pNmm cA N N Y 'N (D 9 N 1, V u] w O N pi cV A Mw mNv) IL u'i V to 7 QN W W W W W N N N N N N N N N q W N N W W N N N N N N W Np Np N N qp W N W N N N N N C4 ONNc�N y 7 N Y c0Nm �M p V y n A N oO`A° �Wp cC M�tmOONNI � V Oc+l fO � � c9D� N NN Y 2 m O 0 0 6 6 6 0 — O O cG n QI 16 Y] m m [�1 O m y V 0 O O O COO —" C O C C'D 0 0 0 Q Q y ab U Y► W N N W N W {A N W N N y W W W N W W N N N N N Y► N N N W N N N N N N 40 N W {A N N N N W W p G to arSmP m oO p $Q p pgNN1� �y CD p ppMj QQNm1� Y Y Q a^ Q Q $� O�j Q 6 pN mm J iV g UC?U, -U -OU UUQ }�FE-��'�r to Ca� �i oaaaxaoOx¢�¢a..+ ..iO,.amm0Y0Y-- a• am amay x O a LL LL a gp �7 x LL '2 LL $ c'L IL m �5 yg.g�p� ��$�aaFL!�£t$�• mC g a c L c 3 d 8Cz sga� C. CL ina Faqm m vi mom_ N O 8 t Sac �mawacC�a C _ �� Lam= opf� rn aa�oLL�cppO�ON cpaiz��00 ZN Timm"mm" m a~p a0 m PN'f amp V� i N W ao N S pl O S N CO V 7 4 O 7� M N c0 O N N V V f7 N w l'"� �" N w N A .� N h 7 N N 10 d W amp co p Ol tlryi S�pmimTOmIT �cpp SO O 0000000 yy ccpp O r�NM v V1m ii N N N NNNN N N W r • • • M m N A Y O Q m N O m QO ftl fp N N F Q pf N w 0 J If1 Ql ID ffOo f7 V V C m N Y A l0 Iri ((pp I� M OO fti C /�f 17 � l � c4 A .• ry N M m OI ai A Y1 ui Q� Ol A H O M W W NyN � NN NNN N N N N N N W w N� wpp N T w ��vf 7NrlA7 r n M4 N VSINDN6rmplmpo N O C700 C- C C O Ih in 00O0040 Y W N Iry m 4 N M � N N y yy N w y y w w q w E py ryM (N� mN 1ry� 17 yN Q90111 1 pN C CNp fpP pwp aW aD Q Y OA1 4 pw py O1 12 O pN Ol Opp1 N C7 �mm U] N `�' 1h Y �+ a1 N Y] tlS7 If1 N r (gi(pp O IQi°�m A m M m �4 N Q F M N wyy N N N w N N w g N N N N N N w w w N N q 7 A. � �y U N p NIp OOC�000�1+i a 11]a CA 7 Go p Nn C40CJOOC�Oi Ml fADbNO umf IOp N7 �(Vm h N � zQ di S $a�� U Ci 4 to cq [n +�(Cy U Ems+ y p� U NN WA WmID NNci WQnY/ M((n♦pp NNN N NN NmV M Y►N Wg NOi qNN(W� Np��Itifpp)i I� �QN p Uly a7 m.09 VYN1 m o"I wE _Q Nm �tpry 4NN1, �IpApp1 �(!mDyy O 7y Is MQ/O m DAm CNmM A hi NWY Ippbtl+1 cm M M OI �cOgI1pppp m FN JO M WNWNg N W N NwOi IO V to N m fp M m m m A CU A M A Ip Op t! N N I10 p A N Q ydLLW]l a� pl N 6 6 0 O 0 6 0 .- Cf o p p 0 0 0 0 7 A N 7 a U4 I M v Y W 1Y N (A N NNyN wNyp wN NNN W NNw wN�Ny pWp e7 7 amD 7 Y ti mN CD O/ S V S ONi 7 7! N O N$ pyN y7 O S �p a0 Y F N G �p pp 1h 2 N— m pOmppp1 U1'll N Imp s N Ln YO'f m "o y eel A r S M t~ v p p 9 9 Imp T M p M N N N N N N N N- w m— NYyMNjr, w w w w w y.I w q y N m S Iff m O m N h N S A 10In Im+ Y N N C C C O C p t 7 p O C O b C a d f V 8 V IO N a a' W NN W NNNNN Yf W N G* W W N401 40N wNN pp '� yy� yy�� � ]y� �Ipp I(1 pppp V IMp. 7 am0 pp O ImI I+f amO f~D �pp A O n 7 Wry O O N ID ID ��pp yyimp Q � �7 r A V]I�pp m A floc w N m 'n O MOMS ID m 0 Iri N pi tF fV ID fC M a Cl Y dN La N Y f W M. W N W N y N N w 'I V 60 W N N N w .�8�c)04:1 E fr4 macs Y N �QINN Y m m M mAof A Ip ap tp mO� p M� V 4m9 Y�'f yy MO ImD r In(1� N N�NM7m m A w CDO Q OL?CwGCC � I+i [+f a�O bSip p CCO V OiO.�IvIy+i� QO m O7 a= N M 2 W W W N N N N y N w N W W w W N N N N N N N N W N g S F v> Q mN co to Y mJ ID J a a F _ G Z•ILfu7 Ip A�� A Z C Maa a =L UUU r L..1za m 000 .1 oz E F w 0,3 t .2 m g,o 'va a e O I+y1 C b c �n Y r m Y F Z Z) U [[[111 "p O N E Ip Q y32ay Ll SE C C O ..2'- -6C SC E E p m L Cm C m m tpQ•� 15 � W a m m 4 � a M W a 40�O00UUUm pp p Ipp .� 1L � UU J19-3 �s W Ili a N n O N W vN1 A M p'a S S MN Lv- v Y 7 IyJ 01 N rf O M �y N M M M V v 7 7 Ip V H rt- IF ice Product. 3249 Southwest 42nd Street Fort Lauderdale, FL 33312 954-792-9997 Fax: 954-316-6066 June 19, 1998 Via Fax: (954) 724-2408 Certified Mail: P 187-057-202 Ms. Lynda S. Flury, CPPO Purchasing and Contracts Manager City of Tamarac Broward Governmental Co-operative Purchasing Group 7525 N.W. 88th Avenue Tamarac, FL 33321 Dear Linda; After reviewing the RFP-98-20R, bid tabulations, proposals and other related information U.S. Office Products is protesting the decision to award this contract to Office Depot. Following is a summary of the areas of concern. 1. Award Criteria: Price which is the primary purpose of the co-op or any other governmental agency purchasing department does not carry sufficient weight 30%. Service, experience/past performance, billing and reporting counts for 70% of criteria. Our pricing was $45,000 lower on the core list than Office Depot. Even factoring the 2% additional discount on catalog items, based on purchases of $1,000,000 at list, the difference is only $20,000, resulting in our proposal being at least $25,000 more competitive. 2. References: There was no record of verification of references provided by Office Depot in the file. Of the four that they did submit only one was governmental (Martin County), none met the three-year requirement, and none were of comparable size. Conversly, USOP provided five references that met the criteria. 3. Calculation of Results: The RFP clearly identified that a rating of 100 would be used for evaluation purposes. Independent or combined U.S. Office Products had a better numerical score. The respective independent averages were as follows: I* Supplier Initial Final Total USOP 87.16 86.84 87. Office Depot._ 72.07 83.04 77.55 • • Using the one through four rating system as follows: Supplier Initial Final Total USOP. 9 15 24 Office Depot 20 13 33 Only if the independent one through four rating system is used does Office Depot have a better score. The one through four ranking system has no statistical validity and was not included in the RFP as a method of evaluation. In a phone conversation with yourself on Thursday you indicated that you wanted to be sure so you plugged the numbers in a variety of ways to determine the winner. Basis of award cannot be altered to reflect the preferred vendor as the best responsive bidder. 4. Selection Process: The RFP stated that notification would be made with in 2 days of submittal, in reality it took 11 days to narrow the field from 10 to 4 vendors. During the pre bid it was stated that vendors would have 2 weeks to prepare for the presentation, where as only 3 days were allowed. The day of the presentations the committee members listened to 4 presentations that lasted over 5 hours. Then within 30 minutes, some board members had to leave citing other commitments, at this time there seemed to be much confusion and in an attempt to tally the votes. It seems that for a contract of this size $843,000 and countless hours of review, that the committee members were asked to vote on expending this much money in less than 1 hour. 5. Credibility: The largest 2 users State of Florida and City of Fort Lauderdale both voted USOP as their 1 st choice. Obviously to the larger users pricing was more of a factor than the smaller users. 6. Reports and Sample Invoices: Apparently Office Depot did not submit requested reports with their initial proposal, it seems that they should not be allowed to submit them after the fact. This was a requirement of the RFP and not a minor variation to the specifications. 7. Experience: Office Depot neglected to state their qualifications or experience in their initial proposal. Again, this was a requirement of the RFP and not a minor variation to the specifications. Based on the above information USOP should be awarded this contract based as this would be in the best interest of the Broward Governmental Co-operative purchasing group. We are also requesting that the City of Tamarac postpone the presentation of their recommendation to your City Commission on June 24, 1998 until this matter can be resolved. Sincerly, James Constantine Contract Sales Manager Broward Govermental Co-operative Purchasing Group RFP- 98-20R - May 13,1998 - 2:00 pm Initial Proposals Tamarac State of FL Ft Laud Davie Pompano Sunrise Margate Coral Springs 1USOP CEXP USOP USOP USOP Roth USOP 2 OD USOP CEXP OD OD UOSP" OD 3 Roth OD OD Roth CEXP Apricott* CEXP 4 Apricott BOP BOP Apricott Apricott BOP BT ' Tied Short Listed Tamarac State of FL Ft Laud Davie Pompano Sunrise Margate Coral Springs 1 OD USOP USOP OD Apricott OD OD OD 2 USOP Apricott OD USOP OD USOP USOP USOP 3 CEXP CEXP CEXP Apricott USOP Apricott Apricott CEXP 4 Apricott OD Apricott CEXP CEXP CEXP CEXP Apricott Scoring Initial Final Change USOP 9 15 6 OD 20 13 -7 Apricott 29 24 -5 CEXP 28 28 0 Pricing Initial Final Change CEXP 29.98 30 0.02 USOP 29.34 29.16 -0.18 OD 26.04 25.86 -0.18 Apricott 21 21.36 0.36 A • I Broward Co-op Tabulation.xis N F F W5..NC 4 CD a i g Of � w to In g —_ � � Hro NRcr ,< CL I71 �1pp�'Er „,.Nw ro 219 n0 w ��, Q � V >a=r 0 a :yam g a 9' Er�m�.�"� a CL =ra OL 3 Fr •g8 1 WC ro e a m a ro N CL N v V, a C w `• C ZI . g, -7 Fr — s ro � roa2�� rog 3 CD D m to Lgaa 9 a ; Z OL a m �a 3 m 'r S' to A n a w w i ro a 4,8,1 U1 W A Al Of p� �J • • mom g � m m mgrn Ai �NNN °'°r°rn`Aia°i C14 m rn�rn� a(cr C? vi q' vireo �i vi ro ai ri ri ri ni�mui pi r�mN vi r�r- a nr n v nv q.rrnui 0 F C N r W ONl (N— U?r(1 rn .� N Mo o u] W �� m �nf M W pN rn Nn prn rnrAN N r � M•-�m ovi" m [n 7 p rn (� ('� T •� 4 � 0 0 4 p r v) m r r r m 0 v) rn V C N N — N— q o N W N V u� p as o 04 1`) W r � WWo� WWN� W�N� W�N� mWsm mm�� mWsm WWN� �Qc?oo qe as gaao Qoaa o00o aooa 000v 4oaa � N a rn V a o X O u� g main �Unou� �i 0ou0 X r0 a rnc7u� c O U 7 0 U¢ .�7. 0 U¢ V V¢ O V¢ O U U U V¢ D O U Omn i �2mmm FmmM amo �mmrmi �mnr`pi �Om�m m�im a°ro `r mm�i r �i o r� c vi N c�i ni ui a vi r: a m rn m mi n m y m rn m n n m n m W m W W r- W W 0 r mcrnNM rnro�v rn wrn� Mvvro rnaMv rn v�u7v rocNm rn vi u7v c r M W a mrn�m rn v�oN rnW prp W�v �W W W mOT� rn nrnm rnm�r N to r m � r C m yN� rn O ' M r x ommUM pi N O1 N O1 01 r(l pi u) N N wi N N N N N N N N N N N N N N N (V N N N IL` W p w n m O W 0 m n v o W (h O v) N m O n M m v) m n m Y] W cp �Nm NN N *-NM NNN N CN N N N N N NN N NNNm (V MNN N Cl (n app a a a a EL a 0.a O U¢ Ua F3 U a OUOU 0 O0'N 7 O ¢ W ¢ 0 0 r�i�oWin �Mcpp �i rA- �iornn m��cpp mci cp�pi�mm MnMN r�iN �iM m�pmpm C1 mr+ Cp mm mcQo NN(mV Ol�n ��w M�ccli H �vcnNv u7 c�vM of M47 cp RMMv ? cv v u]prn rn v]�1 rpO o 0 o N vi of M C1 N N N La d' p m [V N N p N mfV m _a a�a� y y M a oi gi N M a m N c�� c�p mm N M O Cb N p� N M 6 rn N M p pmj N M a m N N N N N N N N N N N N N N N N N N N N N N N N N a �p ccpp cpp N hl N N CV [Y N N N N N cpY cV N cNv N (V cWV (MV N v c l N v rn GD ccpp m _ N N (V N U LL ((pp p yCW 41 d` tfmV EN p QaO go ena o rm� Oin ❑WOto enL 0O p pXa SnoV¢ wDoV-z M,n,OV¢ UnoU dO'7a oOVWxa nti • • C�