Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-2671 I Temp Reso #9155 Page 1 September 25, 2000 Rev. #1 10/4/00 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000-267 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE A ONE YEAR RENEWAL OF RFP #98-20R ENTITLED "OFFICE SUPPLIES" ISSUED TO OFFICE DEPOT ON BEHALF OF THE BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac serving as "lead agency" for the Broward Governmental Cooperative Purchasing Group awarded RFP #98-20R for the purchase of office supplies to Office Depot on June 24, 1998, a copy of which is attached as Exhibit "A"; and WHEREAS, RFP #98-20R allows for two (2) additional one (1) year renewals, with this being the last year to renew the contract; and WHEREAS, Office Depot has agreed to renew the proposal, a copy of which is attached hereto as Exhibit "B"; and WHEREAS, sufficient funds are available in all Departments' Operating funds; and 1 1 Temp Reso #9155 Page 2 September 25, 2000 Rev. #1 10/4/00 WHEREAS, it is the recommendation of the Assistant City Manager / Interim Director of Finance and Purchasing and Contracts Manager to extend RFP #98-20R for one year on behalf of the Broward Governmental Cooperative Purchasing Group to Office Depot; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to extend RFP #98-20R for the purchase of office supplies on behalf of the Broward Governmental Cooperative Purchasing Group to Office Depot. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City officials are hereby authorized to approve renewal of RFP #98-20R for the purchase of office supplies for a one year period expiring on November 30, 2001, to Office Depot on behalf of the Broward Governmental Cooperative Purchasing Group. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or 1 1 D Temp Reso #9155 Page 3 September 25, 2000 Rev. #1 10/4/00 invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 11th day of October, 2000. hll19*15 r MARION SWE ON, CMC CITY CLERK I HEREBY CERTIFY that I Have approved this / RES&LAION as to forp�. MITCHELL S. K CITY ATTORNE JOE SCHREIBER MAYOR MAYW 11CHAENNA aw t: 01IM- PORTNI1 1,. DIET * COM81JLxJAtr1. ow 4C Vw 11011111111111111111 ,�.N. Temp Reso # 9155 Exhibit "A" REQUEST FOR PROPOSAL v C7 RFP # 98-20R OFFICE SUPPLIES FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 City of Tamarac 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: OFFICE SUPPLIES Sealed proposals must be received and time stamped in by the Purchasing Office, either by mail or hand delivery, no later than 2:00 p.m. local time on Wednesday, May 13, 1998. Any proposal received after this time will be returned unopened. Proposal packages containing specifications and proposal requirements will be available for review and may be obtained from the Purchasing Office at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. A Pre -Proposal Conference will be held at 2:00 PM on Thursday, April 23, 1998, in the City Hall, Conference Room #1, 7525 N.W. 88" 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 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 interests of the CITY. //W 4A�- Anne Lodato Buyer E Mail: Annel@tamarac.org Publish: Sunday, 04/12/98 & 04/19/98 2 I O a ..NMEN oG „'— J4 O '9CyASMQ�'P I .OWARD GOVERNMENTAL COOPERATIVE .PURCHASING GROUP (BROWARD CO-OP) 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 in Cooperative Purchasing in Broward County. The Co -Op was formed in an effort to provide cost savings and cost avoidances 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. Broward Cooperative Purchasin Group Procurement Q12erational Procedures: • 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. • Alunici a:ities and oth r governmental entities which are not members of the Broward Governmental Cooperative Purchasino Groun are strict) rohibited from utilizing any contract orl2urchase order resulting from this 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 13ROWAP-D CO - OP "WORREVG TOGETHER TO REDUCE COSTS" z Q a U_ H Q 4 a D O�/ w V O z Q U ❑ d w 7 F-- Q W a O O U J z LU 2 z tY W O 0 O co U) J Q O (L O a O LL H rA w ❑ 0 w U) W ..J LL a ❑ U) W U LL LL O Q O O W O a 0 a a(D a C7 CD a 0 0 a 0 Q Q a C] O Q a a 0 O O Q O Q O a O Q a 0 0 a a a a a c O O O O Q Q a O Q 0 O C] C7 O a 0 O O Q Q O C7 ( p Q a a 0 0 0 a 0 a Q O a 0 0 0 0 0 0 a O a Cl c uj C7 Q Q O O Q C] O O Q C? C] Q Q C? Q O a C] Q CS O( H O N LO m 0 N M n C) to O � M M �'�r IT 0 to to c (� N LO N N r qr M r r r r (V M N to 0 M O 1- to r N LV r c � H O d64646469(»69urybg6969 fR611i 696f3 69 63 69 69 69 69 69 644 v m IT 0 W v 0 N r- to (D v 0 m v m 0 r• m w m IT m m (D v m 0 0 v to N Nr 00 Q N 0 m v Na W c`) r� r (D a M r- (D M m 0 � qr (D N LO N' 1` CV ir U') . (D 1 r 1 (V 1 - 1 I r to 1 r 1 r 1 M 1 M 1 Op 1 r 1 19 19 1 Y N 1 N 1 N 1 N 1 T 1 1 M 4 r h 0 h r r` 6 0� w h, tl) w to W N;r O W I 1` � N M m (D (D to r- M W W (D (D M m W (D r` N M N 1 Cn n r- :!� h r-- r-- C) m to :!t r- O) v to r- m x Q _M LL to a)0) � to 0) to M LO M to M LO M LO m Lt7 (M0)rn LO to to rn Ln 0) t) a) to 0) to 0) to 0) to Q)(MM to to to a) Cn r) a O a X C) 0 0 0 m N (D � O Nr a LO W m M 0 LO a O X N M (D Q r W a M M r- V Q LD to a r O O 1'- 11, U') a r r- r r•. O M r� r M to a to V tr) r 0 O r- V N et r to (D r 1 W 1 r 1 Y Y to 1 r 1 O 1 M� 1 '9 r (D (D 'T ti g N N N a0 W 1 M r r ti 0 r- r ti M a M N 1 1` 1 1 O 0 1 r- r� 1 N 1 V 1 Q 1 W z ti N Q m m (D t17 t• M y 1- 0 (D m 0 0 rl- N O N Cn M O) r--r- l O) m mLO 1` a to r, M r, O 2 LD ILO I LO to to to 0 U) 0 m to W to m to m U') mm LO to m LO m mQ) 4 J tr) 07 uo a Into D) Q) to cr) to (n 4 J a) m CO cD (D N e (17 N CD M M � CD Q M (D N a (D to CV Lj) r (D (`) r M r M a m M a co Q M O M M� Cl) M J M M a O U- M r _j M M M Cl) J J J M r tM] M LL- J LL co Cf) LL p Q J LL LL LL _ 10 cN J J d LL � O r L LL LL M O M M ...: C M M LL to L N LL co M W W N ~ N O M M M U N 4) Gi J U) ' J 0 c+) M Y N C U M N c N M M M C ('r1 M a) O L LL J LL J LL m m E LD d 10 O " J LL C 0 aLLL 'a�� y,t to �=-a a) °c N o� LL ( 'D f!1 o Cn cd ai a� ro ro m .6 -oo o rn c(2 c� m a 2� ro �; •� Co c � ro I- `0 m ai m, o co v - ro a) E E --� c> ° U o UU❑❑❑LLLLZ-j_3� (oo To cm 2OaCLCLLL�9 LL. O co O O Cl 0 >a m >' m 3 M a) a a) 'U d) m L Cl) �, 7 w O o � m .� 7 �. m -w 'C ❑ `, m� C -p cn j m C 7 0' o -a E m❑ w m Q ro 3 �� ro� 7 O m m tU Y Q 7 0 N 3 m `�°¢mch ¢c W O W U 'O W N (CU ❑ - 0�� 0 o (n X ❑ N 0 T M w m m .4 LLJ C a M L11 m N c ¢ O ¢ OUz22z zcp zW pa C7 r O Q O Q Q a 0 0 P- tr) © C7 LO C7 Cn O N to M a a 0 a s U) r M O � r- N� to M Lo Q Lo IT M a LO C] N r- r` (D 0 r Q 0 Q to N Q Q T co r (D N N r CO - (V IN U') IUD M N r h U) M L Y 4) w En 0 06 a�'i rn b u) a " c E am) :c `o 4 c m o m a) �_ o a w °� a) ro U c CL U) m N ro pQ 0 ro c 2 m 05 N 4 v - ?. o `o m 0 --❑❑LLzJJ aQ1i 0 m m m 0) �MEm0aa m m 4) o o LJL. C/) UUU❑ Z w- 0 C)O N -0 0 0 v.- 0 w w.. w 0 ..... ro a-- 0 0 c 0 w -ovo+. 0 �a 0 0 �, 0 0 0 E 0 a 0 IC) 0 0 �� N .0 a 0 5 0LL U a c? c? U U con cn 0 U I- 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 convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not be awarded or perform work as a supplier or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 4. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities as required. 5. PRICES, PAYMENTS AND DISCOUNTS: RFP` prices shall be fixed and firm to the extent required under Proposal Requirements. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment. Proposers are encouraged to provide prompt payment terms in the space provided on the Proposal Form. If no payment discount is offered, the Proposer shall enter zero (0) for the percentage discount to indicate net 30 days. If the Proposer does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 6. DELIVERY: All items shall be delivered F.O.B. destination. All delivery cost and charges must be included in the proposal price. All exceptions shall be noted. Failure to do so may be cause for 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 not conform to the specifications, the City reserves the right to return the product to the Proposer at no cost to the City. Al 10. COPYRIGHTS OR PATENT RIGHTS: The Proposer warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this proposal. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 11. SAFETY STANDARDS: The Proposer warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 12. PERFORMANCE: Failure on the part of the Proposer to comply with the conditions, 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 or corporations offering a Proposal for the same items, or with the City. The Proposer also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 19. RFP PREPARATION EXPENSE: The Proposer preparing a proposal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a RFP with the understanding that no claim for reimbursement shall be submitted to the City for the expense of RFP preparation and/or presentation. 20. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Proposer of supplying such product(s) as specified. 21. INSURANCE REQUIREMENTS: Proposer agrees that he or she will, in the performance of work and services under this Agreement, comply with all Federal, State and Local laws and regulations now in effect, or hereinafter enacted during the 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 are required types and minimum limits of insurance coverage which the Proposer agrees to maintain 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 AGGREGATE $2,000,000 PER OCCURRENCE $100,000 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. W 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 be guaranteed. Our needs could also exceed this amount. Items will be ordered on an as needed, when needed basis. ESCALATION/DE-ESCALATION CLAUSE: The City/Co-Op acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator will be accepted if increases/decreases have occurred within the industry and are properly documented. Cost adjustments will be reviewed on an annual basis and shall be submitted 30 days prior to the annual anniversary date. The City/Co-Op may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract upon giving sixty (60) days notice to the contractor. There shall be no changes to the Percentage Discount offered off Catalog Pricing. Fixed prices are requested for high -volume items. A discount percentage is required for additional catalog items that may be required by the City/Co-Op during the contract term. The discount is to be listed on the Request For Proposal Form. Assembly may be required. If assembly is required, the assembly fee may not exceed 5% of the cost of the item. W] 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. G. Listing of Warehouse Facilities. 11 H. Does your company have a quality initiative program in place? (If so, please describe it briefly). 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, and electronic sections are also to include all delivery and handling charges. If agencies require pricing on -furniture, copiers, computers and electronic sections, they may call the vendor for a specific price quote. PLEASE LIST THE EXCLUDED SECTIONS ON PAGE 45 (ATTACHMENT A). For the Purpose of this RFP, items listed will reflect only one stock number for a specific group of items. Agencies may order writing instruments in fine or medium or in any color; black, blue, red, etc. and the pricing will be the same as quoted herein. Colored refers to any color of the item listed in the Vendor Catalog. Pricing will remain constant for any color listed in the current Vendor catalog. ORDER FORM AND CATALOGS FOR CONTRACT ITEMS: Awarded vendor will be responsible for developing and producing an "easy order form". The form will display a majority of the high volume contract items with columns for quantity, contract #, and description. This form will be faxed to the awarded vendor by the various Departments as a method of placing orders. The "easy order form" shall be completed in 5 days from notice of award. The awarded vendor will be responsible for developing and producing a personalized catalog with the City/Co-Op contract bid items. Catalog shall have reference picture, contract item # and catalog item # and a short description. Catalog shall be indexed by category. Awarded vendor would provide as many copies as requested by each participating agency. Catalog and easy order form to be reviewed and updated on an annual basis to reflect City/Co-Op needs. 12 INVENTORY: The Vendor shall have access to adequate inventory to attain 100% fill rate on the high use items, and a 95% fill rate on all catalog items. A 100% fill rate 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 defivery 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 distributed to all Co -Op Agencies. Catalogs must be received no later than one month after notice of award. SAMPLES, PRODUCT LITERATURE AND CATALOGS: Vendors may be required to submit a sample of item(s) bid for evaluation within seven (7) calendar days upon request from City and.'or the Co -Op. Each individual sample must be labeled with vendor's name, RFP number, and item number. There will be no charge for samples. Vendor should also submit photographs, drawings, manufacturer's catalogues or product literature on the items requested. Literature should be clearly marked as to each item number. Failure on the part of the vendor to submit the requested samples, literature and/or catalogues when requested may result in their proposal being declared non- responsive. QUARTERLY/ ANNUAL REPORTING REQUIREMENTS: Vendor is required to submit quarterly reports to each agency. After award, each agency will discuss the report layout format and when the reports should be prepared. A copy of the report should be sent to the lead agency. Vendor is required to attend Co -Op meetings as requested by lead agency. CONTRACT EVALUATION: After award, the Co -Op members may perform site visits at their discretion. Site visits may be utilized as a method to evaluate performance of the contract. Other methods of evaluation may include the service and performance criteria listed as a means of proposal evaluation and criteria listed as a requirement of this proposal. SUBSTITUTIONS: After award, no substitutions of materials will not be accepted unless approved in writing by each agency. SELECTION PROCESS: An Evaluation Committee composed of representatives from several of the participating Co -Op agencies will be responsible for selecting the most qualified firm based on qualifications, product information, costs, service, experience/past performance, billing and quarterly/annual reporting as provided in the submitted proposal. The vendors meeting all requirements and determined by the committee to be the most qualified, will be asked to make a detailed presentation to the evaluation committee. The item list is broken down by lots, however, the award will only be presented to one vendor. Each firm should submit documents that provide evidence of capability to provide the commodities and services required for the committee's review for short listing purposes. The short listed firms will then be contacted via telephone and a follow-up letter to prepare for a presentation to the committee so that a final vendor can be selected. On receipt of the proposals, a list will be compiled of the names and addresses of the vendors. This list will be posted within two (2) working days in the City of Tamarac's Purchasing Division. All vendors will be investigated as to organization, ability to perform, and experience. The City/Co-Op reserves the right to reject any proposal which does not meet the required qualifications and/or fails to complete the entire Proposal and/or submit as required under "Proposal Requirements". 14 EVALUATION COMMITTEE: Responsive Proposals are evaluated by an Evaluation Committee. Committee members are not to be contacted during the proposal selection process. The Committee will evaluate all responsive proposals to determine which proposal best meets the needs of City/Broward Governmental Co -Operative Purchasing Group based on the criteria stated. Evaluation will be made by a Committee established for this purpose, composed of volunteer Co -Op Members with a maximum of one voting volunteer per participating agency. Recommendation of award of the contract shall be based on all information submitted by the vendor in the sealed proposal, a thorough review of all references provided, interviews if deemed necessary with the short listed firms and certain objective and subjective considerations; Experience/Past Performance, Financial, and Personnel/Organization. The City/Co-Op reserves the right to award the contract to the Vendor who will best serve the interest of the City/Co-Op. The City/Co-Op reserves the right to accept or reject any or all proposals. The City/Co-Op reserves the right to waive minor variations to the specifications and the proposal process if it is in its best interest. Minor variation(s) are to be determined by the City/Co-Op only, not by the Vendor. AWARD/EVALUATION CRITERIA: Proposals will be evaluated by the Evaluation Committee, and then vendor selected on the basis of the following criteria, each weighted as indicated hereinafter. All responsive vendors will be investigated as to experience, financial condition, personnel, organization, and ability to perform. The City reserves the right to reject any vendor that does not meet the qualifications stated in the proposal. The City shall be the sole judge of compliance and/or qualification. Service: 30% 2. Price: 30% 3. Experience/Past Performance 15% 4. Billing 20% 5. Quarterly Annual Reporting 5% A. ABILITY TO PERFORM- 1 . Dockside 2. Inside Delivery 3. Representative Pick up Orders at entity location B. RETURNS HISTORY & POLICY C. BACK -ORDER HISTORY 15 D. INVENTORY - Vendor to indicate average monthly local inventory. Local shall mean a warehouse capable of delivery to the tri-county area. Vendor to indicate location of warehouse and square footage of storage area. E. ABILITY TO DELIVER ORDERS WITHIN TIME STATED HEREIN F. PROMPT PRICE DISCREPANCY RESOLUTIONS PRICING: Lowest and best overall price based on both firm unit pricing of the items specified and percentage off entire current Vendor Catalog. SUBSTITUTIONS FOR BIDDING PURPOSES: No substitutions will be accepted with exceptions indicated. If model # has been discontinued by the manufacturer, vendor is to bid the same style but indicate the correct model #. Vendor is to provide detailed specifications including a picture of the product and confirmation from the manufacturer that the product has been discontinued by them. Vendor to indicate Brand & model # of recycled products bid. Indicate if additional discounts are available for dockside deliveries. 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 appropriate purchase order number. PO Vs are to be listed on invoices, cartons of items shipped, shipping documents, and credits. Billing requirements vary by agency. All agency requirements must be met. Vendors should meet the following requirements in order to be considered for this contract: 1. Have the capacity to perform. 2. Have successfully executed a contract similar in nature and/or dollar value within the past three (3) years. 3. Have a satisfactory three (3) year record of past performance. 4. Provide details of existing contracts of similar size and nature including phone numbers, contact person's name. 5. Provide details of any contracts that were cancelled. 6. Provide the address, square footage and estimated monthly inventory in $ of your warehouse facility. iR 7. Provide a sample evaluation form to be used by each participating agency to evaluate the vendors performance. 8. Explain any technological innovations regarding order, billing, etc. that will be available to the participating agencies. 9. A component part of the evaluation process will be for the vendor to specify their catalog discount, supply said catalog and the committee will randomly select twenty (20) items and calculate the applied discount to determine the lowest vendor. 17 COMPANY NAME: (Please Print): ' I Phone: Loco 9k5-7aal Fax: C95W) 3416 - %a33 —NOTICE--- BEFORE SUBMITTING YOUR PROPOSAL MAKE SURE YOU... 1. Carefully read the SPECIFICATIONS and then properly fill out the PROPOSAL FORM (Attachment A). 2. Fill out and sign the PROPOSAL SUBMISSION FORM (Attachment 1 ). 3. Sign the PROPOSAL CERTIFICATION FORM (Attachment 2). 4. Fill out PROPOSAL VARIANCE FORM (Attachment 3). 5. Fill out the OFFEROR'S QUALIFICATION STATEMENT (Attachment 4). 6. Fill out the ACKNOWLEDGEMENT (Attachment 5 and have it properly notarized.) 7. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment 6 ). 8. Clearly mark the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the envelope. 9. Submit ONE (COLORED) AND NINE (9) PHOTOCOPIES of your proposal. 10 Make sure your PROPOSAL is submitted prior to the deadline. Late Proposals will not be accepted. 11. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR PROPOSAL. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. 18 ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE I-IST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT NO. UNIT ITEM # PRICE L0T#1:AQHES IVES/GLUES/TAPES: 1 240 Glue Sticks, Jumbo, UHU AVE Q,*la Pk $ W4 'cy PKGS .26 oz (10/pkg) 00166 2. 320 Cement, Rubber, 4 oz DEN 8,91pPK $ 803")o PKGS Brush in Cap (12/pkg) 08450 3. 250 Dispenser, Tape, Desk 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) 5. 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 3M Scotch I . eA- $ MMM C38 3M Scotch j 4"Ycpk YD MMM 105 3M Scotch �1 39- bx $ F31�5 5a- MMM 620034x36 3M Scotch j a.�4! PK$ 1-31 MMM 810-1/2x36 3M Scotch 161 b2PK $ L $ 8I. I0 MMM 810EG34x36 3M Scotch 1, qa IZL $ r11 D. 00 MMM 809LE,PK,PU Note: Price Corrections should be initialed j Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustrpentj)wA�be requested after award. BIDDER'S SIMATURE Wel 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 L0T#1:ADHESIVES/GLUES/TAPES: 9. 1084 Tape, Masking, 1 "x60 yds 3M Scotch to • 57pk $ 71 a(. S8 PKGS Bulk, All Purpose MMM 2600-1X60 3" core size (9/pkg) 10. 1540 Tape, Masking, 2"x60 yds PKGS Bulk, All Purpose 3" core size (6/pkg) 11. 689 Tape, Clear Shipping CTN 2" x 55 yds, Self Adhesive 3" core (36/ctn) 12. 100 Tape, Filament, 3" core PKGS 3/4" x 60 yds (12/pkg) Note: Price Corrections should be initialed 3M Scotch g 1�00k $1 3q8. 00 MMM 2600-2X60 3M Scotch aa• 3act $15, ? yp MMM 3710-2-CL 3M Scotch 31, 3apjc.$ S i 3a- oa MMM 893-3/4 GRAND TOTAL LOT #1: $ I a a! (atA3.3 L Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustments %K,ill §,(p requested after award. :..:4WW 20 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 NO. QTY & UNIT DESCRIPTION MANUFACTURER/ UNIT ITEM # PRICE LOT #2: BINDERS: (May be ordered in any color) BINDERS, Hard Cover 13. 250 Binder, 3 Ring, Vinyl, 1" Wilson Jones ca-..$ fl� 361 QO EACH Round ring binder, #36815 No Label No Label (12/Box) L2-368-14NB 14. 250 Binder, 3 Ring, Vinyl, 1" Wilson Jones 1+ G +q eu. $ P 10Q. Du EACH Round ring binder, #36815 w/label With Label (12/box) 15. 455 Binder, 3 Ring, Vinyl, 2" Wilson Jones 6�en- $ 850• 95 EACH Round ring binder, #36817 No Label No Label (12/Box) L2-368-44NB 16. 500 Binder, 3 Ring, Vinyl, 2" Wilson Jones pxoe.or $ /600,05 EACH Round ring binder, #36817 w/label With Label (12/box) 17. 210 Binder, 3 Ring, Presentation Wilson Jones $ y 15" Ro EACH 2", view, clear overlay WLJ36244W on front, spine & back Inside pockets front & back 18. 220 Binder, 3 Ring, Presentation Wilson Jones $ y? 100 EACH 1.5", Black, Overlay #WLJ36834NB on front, spine & back Inside pockets front & back Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustmentg wAl a requested after award. Iw1 RE 21 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 NO. QTY & UNIT DESCRIPTION MANUFACTURER/ ITEM # UNIT PRICE LOT #2: (Cont'd) 18. 220 Binder, 3 Ring, Presentation Wilson Jones $ EACH 1.5", Black, Overlay #WLJ36834NB on front, spine & back Inside pockets front & back REPORT COVERS: 19. 2160 Cover, Report, 8 Y2 x 11 ACCO , 7 3 ea. $ 157ly. �a EACH Clear Vinyl Cover (10/Box) #ACC25978 DATA BINDERS: 20. 375 Binder, Data, Wilson Jones a49ea, $ Q33- 95_ EACH 8 Y2 x 11 (Any Color) #C11-811 Recycled Pressboard (10/Box) 21. 375 Binder, Data, Wilson Jones 1, 37 tom. $_ EACH 14 7/8 x 11 (Any Color) #C11-1411 Recycled Pressboard (10/Box) MISCELLANEOUS: 22. 745 Index, Set-5 Tab Avery �,�(p �x $ 3 aLU BOXES 11" x 8 1/2" 1-3-811-5 Colors or Clear (24 SETS/Box) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustments Willb5� requested after award. BIDDER'S STGNIkTURE 22 Firm price must be lower than discount or COMPANY NAM 9 r ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT NO. UNIT ITEM # PRICE LOT #2: (Cont'd) 23. 300 Sheet Protectors, Clear C-Line /,�,C�3 6X $ an BOXES 11" X 8 1/2" Polypropylene C-L 62013 or Top or Side Load (50/BX) C-L 62313 24. 750 Portfolio, 2 pocket, letter EACH (All Colors) Smead , i' Sw�. $ 1 a • 50 SMD486 GRAND TOTAL LOT #2. $ J S Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price adjustments ,will,;be requested after award. :.. RE 23 lower than discount or F1 blurad larmalm ME- i It 0 1/2s2\�1►`ll'•� 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 #3: PAPER PRODUCTS: 25. 295 Pads, While You Were Out Tops r, 33 dz, $ 3 q a3S DZ Telephone Message Pads 3002P Pink or Yellow 4-1 /4"x5-1 /2" 50 sheets/pad (12/pkg) 26. 233 Pads, Legal Ruled, Lined AMP a. 5 ��� $ bDI. 144 DZ (White or Canary) 20264 Junior Size 5"x8" 50 sheets/pad (12/pkg) 27. 694 Pads, Legal Ruled, Lined AMP $ 3 M, 3q DZ (White or Canary) 20260 Letter Size 8 1/2" x 11" 50 sheets/pad (12/pkg) 28. 492 Pads, Legal Ruled, Lined TOPS W, (p Id►z $ DZ (White or Canary) 7532 Letter Size 8 1/2" x 11" 50 sheets/pad (12/pkg) 29. 120 Pads, Legal Ruled, Lined Tops q (yz, $ a• $Q DZ (White or Canary) 7572 Legal Size 8 1/2" x 14" 50 sheets/pad (12/pkg) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustments will �e requested after award. 24 Firm price must be lower than discount or COMPANY NAM 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 #3: PAPER PRODUCTS: 30. 141 Pads, Legal Ruled, Lined AMP (�, �94�i. $ DZ (White or Canary) 20363 Legal Size 8 1/2" x 14" 50 sheets/pad (12/pkg) 31. 217 Pads, Memorandum, White Tops a�, a d-2- $ p 3 yy DZ 4" x 6", Plain or Lined #7821 100 sheets/pad 32. 1182 Pads, Steno Notebook Tops e1$ Ea- $ l to EACH 6" x 9" (Any Color Paper) #8801 Greg, Wide or Narrow Ruled #8003 $ 5 Gtm&_ 60 sheets/pad 33. 335 Pads, Steno Notebook AMP ?Ca- $ (qy EACH 6" x 9" recycled, white 25774 80 sheets/pad 34. 412 Post -It -Notes, Any Color 3M a • $ 8. $ DZ 1-1/2" x 2" (100 sheets/pad) A2-653YW (12 Pads/Pkg) 35. 180 RECYCLED. 3M 3, o D pv, $ �L/0, cx-'s PKG Post -It -Notes, 1-1/2"x2" 653RP-YW Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustmentsnwill be requested after award. 91 RE 25 Firm price must be lower than discount or COMPANY NAM 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 #3 (CONT): 36. 564 Post -It -Notes, All colors 3M $ aa5, (OD EA 2" x 3" (100 sheets/pad) MMM656 (12 Pads/Pkg) 37. 247 Post -It -Pop -Up Notes 3M , �� �d $ L2, ojo-L PD recycled, 3"x3", all colors MMMR330 38. 3430 Post -It -Notes, Any Color 3M , 5 & pd $1 q a o. &9 EA 3" x 3" (100 sheets/pad) 654 (12 Pads/Pkg) 39. 456 RECYCLED: 3M ea. $ a 55 3(A EA Post -It -Notes, 3"x3" 654RP-YW 40. 924 Highland Notes, 3"x3" 3M , as pi $ 91>31 a3 PD yellow MMM6549YW 41. 360 Highland Notes, 3"x5" 3M 3 �(pd $ 15• `d0 PD all colors MMM6559 42. 394 Post -It -Notes, Any Color 3M Pd $ a EA 3" x 5" (100 sheets/pad) 655 (12 Pads/Pkg) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustmen s will be 11 11quested after award. BIDDER'S E COMPANY NAM 26 J 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 43. 283 Post -It -Notes, 3"X5", ruled 3M , qq Pd $ PD (12 Pads/Pkg) yellow MMM635 44. 251 Post -It -Notes, 4"X6", ruled 3M $ Q91. ] t0 PD (12 Pads/Pkg) all colors MMM660 45. 869 Post -It fax transmittal 3M $ PD pads, recycled 1-1/2"x4 MMM7671 (50 sheets/Pad - 12 pads/ Pkg) 46. 238 File Wallet, Red Rope SMEAD EA Material drop front SMD1056EL 3 1/2" expansion Igl size 15"x10", cloth ties (10/box) RECYCLED: 90%, 10% PCW Top Opening 47. 238 File Wallet, expanding SMEAD 1' a l o_ $;W7.9 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 sglco EA exp, Redrope (50/box) SMD1534GB Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustm nts will b r quested after award. r BIDDER'S SiGNAT,I RE COMPANY NAM 27 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 #3 (CONT): 49. 378 Pocket files, legal, 3-1/2" SMEAD , jpa� $ �3N. EA exp, Redrope (50/box) SMD1526EB 50. 368 File Pockets, Manila SMEAD , �t5�a- $3 EA end -tab, reinforced SMDETM1526E Tyvek, legal 3-1 /2" exp Recycled (25/box) 51. 184 Pocket files, easy access SMEAD 5 la $ EA top tab, legal, 1-3/4" SMD1516CB exp, recycled, Redrope (50/box) 52. 650 Pocket files, easy access SMEAD '> > $ EA top tab, legal, 5-1/4" SMD1536GB exp, Redrope (50/bx) 53. 1134 File Pocket, easy access SMEAD $1 EA top tab, legal, reinforced, SMDC1536G Tyvek, 5-1/4 exp Recycled, (10/box) 54. 496 Pocket files, Tyvek gusset, SMEAD (< (Peo— $q aq' I LO EA recycled, 5-1/4" legal SMDETMC1536G Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustments will tie requested after award. BIDDER'S 28 Firm price must be lower than discount or COMPANY NAME 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 NO. QTY & UNIT DESCRIPTION MANUFACTURER/ ITEM # UNIT PRICE LOT #3 (CONT): 55. 452 Folder, Red, Classification, SMEAD %, © ea- $ a 3. �Lo EA red legal, 2 dividers, red SMD19075 Or gray, pressboard, Recycled. 56. 420 Folder, Classification, SMEAD 1.1 i] e,ch. $ 4/17P W EA 1 divider, legal red or SMD13775 gray. 57. 420 File folder, letter, SMEAD 1. ;4d 6)( $ BX classification, red or SMD13775 gray 58. 421 File Folder, letter, 11 pt, SMEAD co, h>< $ �'la3• �� BX 1/3 cut assorted, recycled SMD2153L (50/box) 59. 220 File folder, double tab, SMEAD pk $ 'q']o ' 80 PKG 1/3, letter asst (12/pkg) SMDSS3A Recycled 11 pt asst colors 60. 70 Folder w/fastener, top -tab SMEAD q ,o 8 6x $ (0S5. 6P BOX third cut/asst, 1&3, SMD14537 Letter, recycled (50/box) Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustments will bejequested after award. 011 29 Firm price must be lower than discount or CO PANY N ME 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 #3 (CONT) 61. 320 Frames, Drawer, SETS Letter Size Notched for easy break -off 62. 274 Frames, Drawer, SETS Legal Size Notched for easy break -off 27" long 63. 544 Folders, File, Manilla, 11 pt BOXES legal Size, Third Cut, Asst Double Thick Reinforced Tab (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 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease adjustrgentkwill be requested after award. 30 OIC Igtst $ OICHFLR 98620 OIC ,9g5t $C)5`75 98621 SMEAD �. lv ? 6 x SMD2153C SMEAD 100 bx $A2A3 M SMD2153L Esselete L4,3 2 6y $ / 3q io� ESS 75212F Firm price must be lower than discount or �. 11 n ' 1 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 NO. QTY & UNIT DESCRIPTION MANUFACTURER/ UNIT ITEM # PRICE LOT #3 CONT : 66. 386 Folders, File, Manilla, 11 pt Esselte 5 53 BOXES Legal Size, Half Cut, Asst ESS 75312 Single Thickness Tab 100/Bx) Recycled 67. 175 Labels, Address Inkjet, Avery 51,41 bX $ OP BOXES Permanent adhesive, self 08162 sticking, 1-1/3"x4" White, colors (350/box) 68. 239 Folders, Hanging, Letter Smead 3.6.E bx $ BOXES with tabs & inserts (25/box) SMDC15H All colors Recycled: 10% PCW 1 /5 cut 69. 143 Folders, Hanging, Legal Smead 41, 5sobx $ BOXES with tabs & inserts (25/box) SMDC25H Recycled: 10% PCW Legal 1 /5 cut 70. 420 Folder, Classification Smead a?,al PA.- $ $q4j�'o EA Legal (red or gray) SMD 18776 1 Gusset Partition 2" Expansion Recycled Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. adjustments wA be p jquested after awarc�.��� BIDDER'S'SIGNATQRE 31 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 MANUFACTURER/ UNIT NO. UNIT ITEM # PRICE LOT #3 (CONR 71. 105 Envelope, 10" x13" catalog QUA 66 bX $ Zv9 �• 30 BOXES (100/Box) Redi-strip, 44782 white, Kraft 72. 120 Envelope, 7-1/2"x10-1/2" QUA $ Boxes Clasp,(100/bx) brown, Kraft 37875 28# gummed flap 73. 38 Envelope, 10"x13", clasp, QUA .5 6X $ (r?3, 112� BOXES Kraft (100/Box) 37897 74. 93 Envelope, 3-3/8"x6", clasp, QUA 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 j a3 R� $ i • 3 ROLLS 2-1/4" X150', lint -free 27150 Paper 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 be requested after award. Qkm� 4A_� BIDDER'8 SIGN URE COAPANYNAMff W 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 NO. QTY & UNIT DESCRIPTION MANUFACTURER/ UNIT ITEM # PRICE LOT #3 (CONT): 77. 306 File, Storage Box Fellowes EACH letter/legal, Two FEL00025 thicknesses of high test #25 corrugated fibre board on front, back & bottom Retractable Handles, String & button closure. 12"x10-1 /4x15", b, 0 f5 Na-- $ 5b 3 o 12'x15-1 /2"x10-1 /4"H $ 78. 324 File, Storage Box Recycled Fellowes .q,o fv eo- $ (� 15- �q EACH 15"x10-1/4"x24"D FEL-00012 Legal retractable handle, String and button closure. 79. 156 File, Storage Box FELLOWES ,a, q 5eo- $ (Q 8 -1, ko EACH 4.5 x 10 x 24" FEL-00015 Documents/Vouchers 80. 166 Book, appt, day 8"x5" bk, AGGG L4. ggcc- $ ? 10, d S EA two color 10000 81. 156 Book, appt, appt monthly AAGG 14. aq ea $ (A 0I. WL� 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 ylill 'requested after award. 33 ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER ITEM QTY R DESCRIPTION MANUFACTURER/ UNIT NO, UNIT ITEM # PRICE LOT #3 (CONT): 82. 128 Book, appt, week, letter AAGG S q6 $ 6 19, YR EA size, black 52000 83. 80 Calendar, wall, year, AAGPM C� .ri� - $ nriq, ac EA erase, 2'x3' 2628 84. 800 Calendar refill, desk AAEE $ t4 gaCC7 EA 3.5"x6" 71750 85. 107 Dictionary, college, hrdbk HOUGH (Z> ea, $ I08D r) 0 EA 25063 GRAND TOTAL LOT #3: $ �6 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustmepts vy4l bquested - BIDDER'S SIG 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 NO. QTY & DESCRIPTION UNIT MANUFACTURER/ ITEM # UNIT PRICE Lot #4: STAPLES/BINDING CLIPS/FASTENERS/RUBBER BANDS: 86. 1998 Staples, standard size SWI t-%,'� hX $ $3�' boxes regular point, cardboard box 35108 87. 399 Staplers/standard size each metal, full reature, black SWI 5, a q e a.. $ a 00, ?b 44401 88. 87 Stapler, electric SWI I c)'3 NO Ea- $ Each beige or black, uses 06702 standard staples 89. 281 Stapler removers, pinch OIC lq eoa $ 5 °l each type, black or brown 95691 90. 1694 Paper clips, #1 Medium ACC ,pq bX $ Boxes smooth, .034 gauge (100/box) 72380 91. 1083 Paper clips, Regular/#4 ACC • a�'1 6k $ Boxes Jumbo, .048 gauge (100/bx) 72580 92. 232 Clips, Binder, Small ACC a 6X $ Boxes 3/8" cap, 3/4" width 72020 (12/box) 93. 288 Clips, Bulldog #1, 1.25" HUN9a- 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 be requested after award. BIDDER'S SIGURE W 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 NO. UNIT Lot #4 (Cont'd): 94. 419 Clips, Binder, Small Boxes 5/8" cap, 1-1/4" width 95. 474 Clips, Binder, Medium DZ MANUFACTURER/ UNIT ITEM # PRICE OIC ,al bx $ 89M 9920 OIC , L{ 6 bx $ S� NI'I0b-1111 96. 357 Clips, Binder, Large OIC bX $ qy Boxes 99100 97. 229 Clips, Bulldog #2, 2.25" HUN $ Each 2002 98. 180 Fasteners, Prong, 2" width ACCO Wa l bx $ a S" Boxes complete 12992 99. 386 Thumb Tacks, Steel, LAB a q by $ 9 a• �v y Boxes solid head (100/box) 782C 100. 50 Punch, 1-3 hole, ACC ((v• $®e06 $ gqb' 0o Each adjustable, 40 sheet, 74350 Black 101. 59 Punch, 2 hole, 1/4" ACC I a pa. $ ���•08 Each 3.5 sh, black 74050 GRAND TOTAL LOT 4: $ 1541-:q• 33 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than discount or adjustment�wi be requested after award. E' /'1 n BIDDL SIC -NATURE COMFFANY NAME 36 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 NO. QTY & UNIT DESCRIPTION MANUFACTURER/ UNIT ITEM # PRICE LOT # 5: TYPEWRITER/BUSINESS MACHINES/COMPUTER SUPPLIES: BIDDER SHOULD INDICATE OEM PRICING. INDICATE GENERIC PRICING BELOW THE OEM PRICING. USER MAY ELECT TO PURCHASE OEM OR GENERIC PRODUCT. FOR PURPOSES OF AWARD, OEM PRICING WILL BE UTILIZED 102 190 Ribbon, Quietwriter 7 & 8 LEX is 6'y9z'&' $Rn3q, � EACH correcting 1299933 103. 168 Ribbon, printer, nylon Okidata $A�,peo- $ 2.t> EACH ML590/591, black OK152106001 104. 180 Correction Ribbon LEX ar)Cte, $ (P0 EACH for Wheelwriter, Bk #1380999 3,5,6 series II 105. 173 Ribbon, Lift Off Tape/F BRT 3, 3 y ea- EACH Daisy W (6/box) 3015 106. 261 Ribbon, Calculator, Burroughs 1 b 4 w- $ w�• W EACH Nylon, twin spool, NUKBR80C Straight -wind version Black & red 1/2" x 7 yds 107. 188 Ribbon, Printer, Nylon Okidata $ 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. LW�� i - ,Af4Y NAME 37 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 #_5_ (CONT'D): 108. 172 Ribbon, Printer, Nylon Each PANKX 1090, B Okidata 4,61 ea $_l0 $9•'�� NUKBM189 109. 245 Diskettes (3.5) HD/2MB IMN BOXES formatted (10/box) 12881 (Agencies may utilize SIC Or other contracts) GRAND TOTAL LOT 5. 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. $ 3,OJDr71. W6A ,r� • 'NYNAME 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 $ PKGS (1 dozen/pkg) FAB22714 111. 1118 Pencils, Mechanical. Sanfordol- EACH 0.5mm or 0.7mm lead. SAN65000 Refillable, eraser on top, Pocket clip, assorted barrel Colors, clicker style 112. 12345 Pen, Ballpoint, rubberized Papermate , 55ea. $ le?3q, 15 EACH barrel, rubber grip, medium PAP96301 or fine point, assorted ink colors. 113. 402 Pen, Ballpoint, Dynagrip RT10 Papermate (01 e�>- $ 6Q y5. a�u EACH plastic barrel, rubber grip, PAP87101 medium or fine point, Assorted ink colors, non - refillable. 114. 1022 Pen, Ballpoint, rubberized Papermate e $ tpgR EACH barrel, retractable, medium PAP95301 point, assorted ink colors. Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower tha di ount or adjustments will be requested after award. BIDD R'S I NATURE COMPANY N#11E W ATTACHMENT A BID SUMMARY - OFFICE SUPPLY COOP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER ITEM NO. QTY & UNIT LOT #6 (Cont'd): 115. 7523 EACH DESCRIPTION Pen, Ballpoint, stick, plastic barrel, medium or or fine point, assorted ink colors, non refillable. 116. 420 Pen, Fountain, disposable, EACH assorted ink colors 117. 222 Pen, ballpoint, Dynagrip EACH RT30 plastic barrel, rubber grip, medium or fine point, assorted ink colors, refillable 118. 196 Pen refills for jumbo EACH ballpoint, medium or fine point, assorted ink colors. 119. 789 Pen, Erasermate 2, medium EACH Point, assorted ink colors. 120. 1008 Pen, roller ball, medium EACH point, assorted ink colors. 121. 4064 Pen, roller ball, Uniball, EACH Micro fine point, assorted Ink colors. MANUFACTURER/ UNIT ITEM # PRICE Papermate $ (001. gy PAP33311 Pilot PIL90010 Papermate 'a . 3 tpe-oa. $ 5a 3 . °( a..- PAP80091 Major Metalfab Plx $ q off• a. MJM258401 R08 Papermate to Sea. $ 91 • o r) PAP39301 Bic '3(aea $— BICM11 BK Sanford SAN60610 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must lower lihan �iscpunt or adjustments will be requested after award. BIDDER'S SIGNATURE 40 Werfib l,rw COMPANY ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT NO. UNIT ITEM # PRICE LOT_#6 (Cont'd): 122. 1224 Pen, porous point, felt tip, EACH Medium point, assorted ink colors. 123. 2449 Pen, porous point, razor EACH point, ultra fine point, assorted ink colors. 124. 1462 Pen, porous point, flair EACH point, guard, medium point, assorted ink colors. 125. 1789 Highlighter, economy, large EACH Size,chisel tip, assorted ink colors. 126. 2352 Highlighter, jumbo size, EACH Chisel tip, assorted fluorescent colors. 127. 196 Highlighter, Brite liner, EACH pen size, chisel tip, assorted ink colors. 128. 358 Highlighter, Hi -Liter, large SETS size, 4 color (yellow/green, Blue/pink) set. Eberhard Faber a ea-$ FAB61012 Pilot '$qe , $ PIL35346 Papermate , pgfm. $ T14.5t-4 PAP84301 Eberhard Faber .13e,v $ a 31A • 57 FAB64326 Papermate PAP20601 BIC BL11YW Avery 24052 'd a ea- $ a3e _ $ 415.0? Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than . unt or adjustments will be ted after award. BIDDE 'S SI URE COMPANY NAMW 41 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): 129. 2644 Markers, Permanent, medium EACH Size, fine point, assorted ink colors. 130. 2528 Markers, Permanent, large EACH Size, chisel point, assorted ink colors. 131. 279 Marker, permanent, King EACH Size, chisel point, assorted ink colors. 132. 208 Marker, Dry Erase for EACH whiteboards, chisel point Assorted ink colors. 133. 542 Pen, correction fluid, all EACH purpose, white. 134. 1889 Correction Fluid, all EACH purpose bond, white 18ml bottle. 135. 1189 Correction Fluid, multi EACH purpose, white, 18ml bottle. Berol yea. $ lv 3y• 56 BER9803 Eberhard Faber 41 P O-$ 1 D (Ap FAB64171 Sanford SAN 15001 Avery $ r 0 $ I lv AVE24405 Liquid Paper 3ae-a- PAP56201 Liquid Paper PAP56401 BIC WOC12 Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower ha di count or adjustments will be requested after award. BIDDER'S S URE 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 QTY & DESCRIPTION MANUFACTURER/ UNIT NO. UNIT ITEM # PRICE LOT #6 (Cont'd): 136. 262 Correction Fluid, all EACH purpose, assorted colors. 137. 316 Correction tape, Dryline EACH Refill, single line, white. 138. 500 Pen, ballpoint, retractable EACH Dr. grip, medium point, Assorted ink colors. Liquid Paper , $tea., $ PAP56801 Papermate (, In 8eo- $ PAP07304 Pilot tw)erx $ 'Do PIL36100 GRAND TOTAL LOT #6: $ a79— Note: Price Corrections should be initialed Quantities are estimated and may increase or decrease. Firm price must be lower than iscount or adjustments will be requested after award. BIDD SI ATURE COMPANY NAME 43 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 NO, QTY & UNIT DESCRIPTION MANUFACTURER/ ITEM # UNIT PRICE LOT #7: MISCELLANEOUS 139, 181 Moistener Bottles OIC 3 $ 3- 5 EACH 97800 140. 304 Ruler, 15", wood ACMR . 5l e*, $ EACH 5011315 141. 252 Ruler, 12", wood ACMR $ (d 3 � 3 ol EACH 501 B12 142. 547 Clipboard, hardboard OIC 5 �Jc�-• $ 3�g EACH 9"x12.5" 143. 213 Clipboard, hardboard OIC c59�� $ a5 (0i EACH 9"x15.5" 83101 144. 311 Letter Opener, 9" OIC $ 05• �i EACH bent style 94909 145. 636 Erasers, pencil SAN $ ( 9 • U8 EACH 73015 146. 198 Dispr/Posit/Note/Bk MMM 3da, $ 8!?• 7 41 EACH C330BK 147. 136 Waste b asket/Rou nd/B lack/Meta I SAF q. $13�a•40 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. BIDDER'S SIGNA LIRE COMPANY NAM 44 ATTACHMENT A BID SUMMARY - OFFICE SUPPLY CO-OP RFP PROPOSAL PRICE LIST FORM THIS IS AN INVITATION FOR PRICE QUOTATION ONLY - NOT AN ORDER ITEM QTY & DESCRIPTION MANUFACTURER/ UNIT NO. UNIT ITEM # PRICE LOT #7 Cont'd): 148. 541 Eraser/felt/chalkbrd ORT $ z/l EACH 804526 149. 265 Frame/ez mnt/8.5"x11"/bk NUD h 5'%f'q, $ q1&' 05-- EACH 11880 TOTAL LOT #7: $ �J $ 35, 21 PAYMENT TERMS: Ne 4 3o PERCENT DISCOUNT ON CATALOG ITEMS OFFERED:`- 4 EXCIu"gIve b Busyness Machtr�S EXCLUDED SECTIONS OF CATALOG: - _�i 5Cvun}.5 W'A morV e_)�Ceed DrCi� `�.s 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 tha dis o r adjustments will be re uested after award 10,11019121 45 r ATTACHMENT 1 PROPOSAL SUBMISSION FORM OFFICE SUPPLIES RFP NO. 98-20R SUBMITTED BY: Company Name: office depot Address: 13794 N_.w. _4thStrPPt- R,jite..-nn City: Sunrise State: FL Zip: 33325 Telephone.- 800-81 5-7221 FAX: (_ ) 954-846-1 233 NOTE: To be considered eligible for award, one (1) ORIGINAL AND NINE (9) COPIES OF THIS BID PROPOSAL FORM must be submitted with the Bidders' proposal. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Proposal is not being submitted at this time. Return this Form to avoid removal of Bidder from the City of Tamaracs' vendor listing. 46 ATTACHMENT 2 PROPOSAL CERTIFICATION FORM The undersigned hereby confirms that: MN 1. He/she is a duly authorized agent of the Company submitting the proposal; 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 listed on the Proposal Form; 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. SIGNX(VRE OF AGENT TYPED/PRINTEb NAME OF AGENT <t sk J �� TITLE OF AGENT 47 DATE: ATTACHMENT 3 PROPOSAL VARIANCE FORM Company name: office Depot - Variations: The Proposer shall identify all variations and exceptions taken to the General Terms and Conditions, the Special Conditions and any Technical Specifications in the space provided below; 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 variations are 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 N/A. Variance N/A Section Variance Section Variance Section Variance Attach additional sheets if necessary. M 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: SUBMITTED TO: City of Tamarac (Purchasing & Contracts_ Manager) ADDRESS: 7525 N.W. 88th Avenue Tamarac, Florida 33321 CIRCLE ONE SUBMITTED BY: Corporation NAME: Office Depot 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 Depot The address of the principal place of business is: Z2 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: --De 1 aware C. President's Name: David I. Fuente d. Vice President's Name: Barry J. Goldstein and CFO e. Secretary's Name: Barry J. Goldstein f. Treasurer's Name: g. Name and address of Resident Agent: Linda S . Sykes -13794 N.W. Sunrise, FL 33325 (800)815-7221 me 3. , If Offeror is an individual or a partnership, answer the following: a. Date of Organization: N/A b. Name, address, and ownership units of all partners: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? N/A 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Proposal. Please attach certificate of competency and/or state registration. See Attached 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? Nn 50 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- Attached (Name) Address Phone number (Name) Address Phone number (Name) Address Phone number 1 p. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). See Attached 11. 'State the name of the individual who will have personal supervision of the work: Cher1 Abbey, Senior Account Manger & Glenda Robbins, Account Manager THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) 51 z0zn &M@] §\ / CL §3 � $ r / 7/g2 Z§ k w 2 2 ° £ E j ƒ ok� w ©� - m ; ; ; - . m 2 (D § 9 m z (0PJ/mpg Gm§o7 i 9§ § § to � & ACORam CERTIFIC r OF LIABILI PRODUCER Marsh USA Inc. P.O. Box 958421 Lake Mary, FL 32795-8421 n4SUREU OFFICE DEPOT INC&SUBSIDIARIES 8, VIKING OFFICE PRODUCTS 2200 OLD GERMANTOWN ROAD DELRAY BEACH FL 33445 rewITi a T.Trl :[.9 WWRA- ACE DATE`"°" _L'Aj_z_L4_"— THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Travelers I 0 m n j) INSURER B: I INSURER C: INSURER M INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR IHt PULIL:T rtHIUU INUK-AIcu. nwIrrin.n/.­­ -- MAY BE ISSUED OR: ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH IS SUBJECT RESPECT TO WHICH TO ALL THE TERMS, THIS CERTIFICATE EXCLUSIONS AND CONDITIONS OF SUCH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IRSR ExPIFiAT1ON LIMAS L IN TYPE OF INSURANCE POLICY NUMBER QICY GENERAL UABIUTY 1 0 Q EACH OCCURRENCE $ 1250000 FIRE DAMAGE ( Any one fire) S COMMERCIAL GENERAL LABILITY MED EXP ( Any one pennon) $ . OCCUR CLAIMS MADE F7X PERSONAL & ADV INJURY $ I O GENERAL AGGREGATE S PRODUCTS-COMPIOP AGG t G 'L AGGREGATE LIMIT APPLIES PER; PRO- z25D,DDD SIR POLICY JECT LOC UABIUITY A P 1 2 0 D 3 2 8 6 9 9 1 1/ 0 1/ 9 9 1 1/ 0 1/ 0 0 COMBINED SINGLE LIMIT y AP120D330599 II/01/99 11/01/00 (Ea accident) ANY AUTO BODILY INJURY $ ALL OWNED AUTOS (Per person) SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per eccidenl) S NON -OWNED AUTO PROPERTY DAMAGE S (Per accident) AUTO ONLY - EA ACCIDENT S GARAGE LUaury OTHER THAN EA ACC S ANY AUTO $ AUTO ONLY: AGG EXCESS LABILITY EACH OCCURENCE S AGGREGATE S OCCUR CLAIMS MADE $ S DEDUCTIBLE $ RETENTION S wonicE S COMPENSATION AND 1 1 O 1 D O X W S ATU- O E.L.ELEACH ACCIDENT nnnnnn EMPLOYEI7S LABILnY U B 1 2 0 D 4 9 8 9 9 9 E.L. DISEASE -EACH EMPLOYE $ 10 0 0 0 0 0 E.L. DISEASE -POLICY LW v 1090000 OTHER C:� C ) DESCR TX3N OF OPERATKMADCATION ADDED EN PROVISIONS • Sedgwick is not k ft excludons or Sped- l Pylons- , j -n CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED ONLY WITH R&?PEy TO THE NEGLIGENCE OF AND CONTRACT WITH OFFICE DEPOT, INC. :=n 3 Cn7 b rrl CERTIFICATE HOLDER I X I AMMONAL WMJRE<r, MMERI LETTER CANCELLATION ___f SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TM EXPFAT" CITY OF T A M A R A C DATE THEREOF, THE RUING INSURER WILL ENDEAVOR To MILQ DAYS WIFUl ' A T T N ' ANNE L A D T 0 NOTICE To THE cERnRCATE HOLDER NAMED TO THE LEFT, BUr Fm'mETO OO sD SHAD 7 5 2 5 N. W. 8 8 T H AVE. IMPOSE NO aB OR F ANY I INSUR113L RS AGENM OF TAMARAC FL 33321 R'A AUTHORIZED REPRESENTATM= ACORD 25-S (7/gn Page 1 of 2 4- 1 R* 4 5 1 lG/%%A'jr"' max,....--__ --- n m • x r o m m m � c O z 3 n . z� n 0 , z n rn ' i CA rm ilk rn"'' v7Q I Oar � v • ' = i U , �; F� f— .1 ; O -0 z, o M v V ❑ ii :^ i J ZI obi fin A. z or pj m m On TT. m L4 -^i ❑ D rl Nv 0 03 O Z ro p h+ M 0 N W n O y I N O co-0❑ ❑ �-' ❑❑-I-n•O n -n m ,o Dtz)H1-j0, COO �xmmo a r - �cRoc� -L ❑ommra z Pi'm -a w •o❑o r H� w zz W nn W r i O m vM M. o► r� xi O t~s n n Dz -4 0M m _;a v m r rn � m r IN w c t` �. m o m S. C. -C O a n - C mm A = o nO02 r Z c a az r m z ❑ O �• O O 0 =F�r '�14�..,••., YY � t • n77 •• o a,`m� S ,ryNti} ((W m� a Ln LIE, b mO41 >•�� z A • -1 •T �i • 0 •.kficr .F co Q(C%Z i pi rrF. 0rm �ILT�T 4T �MU Nyc}���m��All���'_�t����� ' XZ OL r:Ww 'SA• . r m En I �F V ci :D- I mPi C Oz n• Win! Kam; Off^ mar �J N ! LJ D n X Uzi oQ n=. RTr' m 0 ~ m cn m O n. W n z,� o 0 x l ru n µ m Qn N TO m� mm yr Pri �o a -c m r- no a m rm- a) � wa 4-� r KCO C mm } State of Florida County of Palm Beach ATTACHMENT 5 ACKNOWLEDGMENT On this the 12 day of May , 19 9 8, before me, the undersigned Notary Public of the State of Florida, personally appeared Bill Seering and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOT� + VA 1)�ORIDA C 1S51 6E •, November 19, 2001 d BONDED THRUTROY FAIN INSURANCEINC (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 ATTACHMENT 6 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. IDENTICAL 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 - 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 drug -free workplace program, a business shall: 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. 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 it the ab a requirements. G Authorize Signature Company's Name 53 Business Services Division Office Supplies Proposal Requirements Qualifications of Proposer - Reference bid page I I 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 36M 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) 28&5511 325 80 Hearx LTD 1250 Northpoint Pkwy West Palm Beach, 33407 Nancy Bacigalupi (561) 478-8770 Ext. 107 299 81 C. IM 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. I. 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 0 Suite 200 • Sunrise. FI, 33325 9 (800) 815-7221 • Fax: (954) 846-1233 F. G. lU 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 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 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 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? Office pE.POT 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 speck 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 II 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. 0.fficemmpom 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 furniture 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 or monthly billing is also available included). Oiface -DmpoT Statements are available upon request. Weekly, biweekly Please contact you Account Manager for details. (Samples Business Services Division City of Tamarac 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 April 24, 1998 ADDENDUM #1 RFP NO. 98-20R OFFICE SUPPLIES This addendum clarifies information included in the RFP specifications of the above referenced RFP: 1. In order to clarify the question of substitutions, please refer to Page 16 and the paragraph titled PRICING. 2. In the case of variances between the General Terms and Conditions and the Special Conditions/Proposal Requirements, please refer to Page 9, Item 23 paragraph one, titled CLARIFICATION TO TERMS AND CONDITIONS. 3. The Evaluation Committee requests that TEN (10) full line current catalogs be provided with the submitted RFP in order to fulfill Item 9, listed on Page 17. 4. As requested at the Pre-RFP Conference, the attached documents are included to assist you in your RFP submittal. All other requirements shall remain as specified in the original RFP request. If you have any questions, please call the Purchasing Office at (954) 724-2450. A*neocklatoKi6— Buyer and include this page as part of your bid submittal. -- . Authoyizb&Signature Company Na Equal Opportunity Employer Temp Reso # 9155 Exhibit "B" City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tomorac.org August 3, 2000 Linda S. Sykes District Sales Manager Office Depot 13794 NW 41' Street, Suite 200 Sunrise, FL 33325 Dear Ms. Sykes: Our contract with your company for the purchase of Office Supplies is due to expire on November 30, 2000. As specified under Contract Terms of the Proposal Requirements listed in RFP Number 98-20R, we have an option to renew the existing contract for one additional one year period on behalf of the Broward Governmental Cooperative Purchasing Group. This is the last year to renew the contract. Please advise if a one-year extension would be acceptable to your company. Please complete the appropriate area below and return this form to the Purchasing Division no later than Tuesday. August 22nd, 2000. If you have any questions, do not hesitate to contact me. Sincerely, X & //a � Anne M. Lodato, CPPB Senior Buyer XI hereby agree to a one-year extension of the subject contract. Sign r 1 am unable to provide a one-year extension of the subject contract (e) C-) Date Equal Opportunity Employer City of Tamarac 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 • Facsimile (954) 724-2454 Jeffrey L. Miller City Manager jeffm@tamorac.org Linda S. Sykes District Sales Manager Office Depot 13794 NW 41" Street Suite 200 Sunrise, FL 33325 Dear Mr. Ms. Sykes: October 16, 2000 am pleased to advise you that at its meeting on October 11, 2000, the City of Tamarac Commission approved a resolution authorizing the renewal of RFP#98-20R Office Supplies on behalf of the Broward Governmental Cooperative Purchasing Group beginning December 1, 2000 and expires on November 30, 2001. Attached is the approved resolution along with the original agreement, which constitute the full agreement with the City. The Senior Buyer, Anne Lodato will be the City of Tamarac contact for this agreement. Please contact her at (954) 724-2443; however, if there should be any problems of serious consequence, I expect you to advise me directly and immediately. The City looks forward to working with you on this contract. Sincerely, Je rey L. Miller c: Lynda Flurry, Purchasing and Contracts Manager Marion Swenson, City Clerk Attachment JLM/aml Equal Opportunity Employer