Loading...
HomeMy WebLinkAboutR-03-0935J-03-765 09/10/03 RESOLUTION NO. m)3— 935 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROCUREMENT OF ENVELOPES FROM MAC PAPERS, INC., FOR THE DEPARTMENT OF PURCHASING TO BE USED CITYWIDE BY VARIOUS DEPARTMENTS AND AGENCIES ON AN AS -NEEDED CONTRACT BASIS, UTILIZING EXISTING STATE OF FLORIDA CONTRACT NO. 310-000-03-1, EFFECTIVE THROUGH OCTOBER 10, 2003, SUBJECT TO ANY EXTENSIONS OR REPLACEMENT CONTRACTS BY THE STATE OF FLORIDA; ALLOCATING FUNDS FROM THE GENERAL OPERATING BUDGETS OF THE VARIOUS USER DEPARTMENTS AND AGENCIES, SUBJECT TO BUDGETARY APPROVAL. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The procurement of envelopes from Mac Papers, Inc. for the Department of Purchasing to be used Citywide by various departments and agencies on an as -needed contract basis is approved, utilizing existing State of Florida Contract No. 310-000-03-1, effective through October 10, 2003, subject to any extensions or replacement contracts by the State of Florida, with funds allocated from the General Operating Budgets of the various user departments and agencies, subject to budgetary approval. CITY COMMISSION MEETING OF Resolution No. dj3— 935 Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.11 PASSED AND ADOPTED this 11th day of September , 2003. ATTEST: PRISCILLA A. T OMPSON CITY CLERK APPROVED-AtFqM AND CORRECTNESS ej XnRO V I LARELLO ATTORNEY 485:tr:AS:BSS 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 MJ3- 935 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDW, TO: Honorable Mayor and DATE Members of the City Commission . A, - f HUM Joe Arriola Chief Administrator/City Manager RECOMMENDATION CA -17 Resolution Authorizing Procurement of Envelopes from the State of Florida Contract No. 310-000-03-1 It is respectfully recommended that the City Commission adopt the attached Resolution for the procurement of Envelopes from Mac Papers, Inc., awarded under the existing, State of Florida Contract No. 310-000-03-1 on an as needed contract basis, effective until October 10.. 2003, subject to any extensions and replacement contracts thereto. BACKGROUND Various municipalities and agencies have realized substantial savint,_; utilizing the State of Florida contract for the purchase of envelopes since the State of Florida has more leveraging power based on the amount of envelopes purchased compared to the City of Miami. The Purchasing Department has a need to secure a citywide contract for this commodity for use by various city operations departments and agencies on an as needed, when needed contract basis under existing State of Florida Contract No. 310-000-03-1. Currently, the Purchasing Department has identified that all of the major envelope distributors are None Local and Non-MWBE firms. It is therefore recommended that award be made to Mac Papers, [nc., for the purchase of said commodities. 1A/LMH/(�M/ SB Resohlemo 03— 935 AGENDA BRIEFING FORM Agenda Date: 9/11/03 Department/Division: Citywide Item No: Department Contact Name/Number: Terry Byrnes 416-1917 Staff Meeting Date: Agenda Office Received: August 8, 2003 Summary/Description of Purchase: Envelopes State of Florida No. Description: 310-000-03-1 The Department of Purchasing has seen a need to secure a citywide contract for envelopes to provide various envelopes To user departments and agencies on an as needed contract basis. Type of Item: Source of Item: Recommended Vendor(s) ® Resolution ❑ Commission Directive Mac Papers, Inc. ❑ Ordinance ❑ Normal Purchase ❑ Sole Source ® Contracf Item ❑ Emergency Ratification Discussion Item ❑ Public Hearing Item Contract Period Term OTR: At time of need No. of Bidders Notified/MWBE Status: No. of Bids Receive/MWBE Status: Award/Contract Value N/A N/A $N/A $N/A Total Value of Award/Contract (including value associated with potential OTR): AgendaBrefform �� 3 r 935 AWARD UNDER STATE OF FLORIDA CONTRACT NO 310-000-03-1 ITEM: Envelopes DEPARTMENT: Citywide TYPE OF PURCHASE: Contract REASON: To provide various envelopes to user departments and agencies on an as -needed basis. RECOMMENDATION: It is recommended that the award be made to Mac Papers, Inc., for the procurement of envelopes, on an as needed contract basis, awarded under existing State of Florida Contract No. 310-000-03-1, effective through October 101 2003, subject to any extensions or replacement contracts by the State of Florida, for various user departments and agencies; allocating funds therefor from the General Operating Budgets of the various user departments and agencies, at time of need. { Direcfdr of Pu hasing Date AwardStatcContracts ii 3 — 935 FLORIDA DEPARTMENT OF MANAGEMENT SERVICES JF. B BUSH GOVERNOR NTHIA A. HENDERSON SECRETARY MyFlorida. com TM 3T:kIf PURCI iASINC, 4050 Esni.ANADE WAY St, ITE 350 TALLAHASSEE, FLORIDA 3 2399-095!i TLLEPHONE 850-488-8440 itvrri,<,url. WW W.M Y'i' i.ORIDA.COM Suite 315 CERTIFICATION OF CONTRACT TITLE: Envelopes, Kraft and White Wove CONTRACT NO.: 310-000-03-1 ITB NO.: 16-310-000-C EFFECTIVE: Date Contract Signed through October 10, 2003 SUPERSEDES: 310-000-98-1 CONTRACTOR(S): Mac papers Inc. (A) ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF Charles Day AT (850) 488-4946, SUNCOM 278-4946, E- MAIL: dayc(&dms. state. fl.us A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Envelopes, Kraft and White Wove, by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number, product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) ij3— 935 D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are,noted on the ordering instructions. F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature (date) DKM/ced Attachments 93- 935 Instructions to Bidders Contents 1.01 Definitions 1.02 General Instruction 1.03 Terms and Conditions 1.04 Who May Bid 1.05 Ordering Instructions 1.06 Basis for Award 1.07 Questions/Contract Supervisor 1.08 Conflict of Interest 1.09 Convicted Vendors 1.10 Discriminatory Vendors 1.11 Bidder's Representation and Authorization 1.12 Performance Qualifications 1.13 Execution of Bid 1.14 Submittal of Bid 1.15 Bid Tabulation and Notice of Intended Award 1.16 Special Accommodation 1.17 Firm Bids 1.18 Clarifications/Revisions 1.19 Contract Formation 1.20 Notice of Award 1.21 Contract Overlap 1.22 Purchasing Card Program 1.23 Public Records 1.24 Protests 1.01 Definitions: See the general conditions for definitions of "Bid," "Contract," "Contract Supervisor" "Contractor," "Customer," "Department," "Product," "Purchase Order," and "State," which terms are material to these instructions. 1.02 General Instruction: The bidder shall read all of the solicitation documents and comply with all specified requirements. 1.03 Terms and Conditions: All bids are subject to the terms of the following sections of these solicitation documents, which, in case of conflict, shall have the order of precedence listed: technical specifications; instructions to bidders; and general conditions. These terms and conditions supersede the "general conditions" contained in the Bidder Acknowledgement form (PUR 7027 Rev. 6/1/98), which is included in section 4.0 of these solicitation documents. The Department objects to and shall not consider any additional terms or conditions submitted by a bidder, including any appearing in documents attached as part of a bidder's response. In signing and submitting its bid, a bidder agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and sl3— 935 conditions, including those specifying information that must be submitted with a bid, shall be grounds for rejecting a bid. 1.04 Who May Bid: By submitting a bid, each bidder certifies that it satisfies the following criteria, in addition to any other specified in the solicitation documents. Bidder is a supplier of paper envelopes, including commercial, catalog, and booklet styles of various sizes with various sizes of windows and window positions, both standard and custom sizes. Bidder has full service offices with business hours of 8:00 a.m. to 5:00 p.m. weekdays (minimum) and with staff capable of handling inquiries and orders on -location during those business hours, including lunch hour. • Bidder has a proven track -record of performance delivering these commodities, as demonstrated by the following: o Has established abilities to accept orders and deliver products across the statewide area with a high degree of customer satisfaction. Using the References form included in section 4.0 of these solicitation documents, each bidder shall identify a minimum of two (2) private or public clients under similar contracts relative to the volume of goods and services to which the bidder has provided similar products within the past two (2) years. In furtherance of the One Florida Initiative, bidders are encouraged to seek the participation of woman- and minority-owned business enterprises (WMBE). Information on the One Florida Initiative and WMBE's is available from the Office at Supplier Diversity at http://osd.dms.state.fl.us. Please identify each WMBE that will participate in the Contract and the nature of the participation. 1.05 Ordering Instructions: On the Ordering Instructions form included in section 4.0 of these solicitation documents, bidders shall identify persons responsible for answering questions about the bid and administering the Contract and shall provide information necessary for placing orders under the Contract. 1.06 Basis for Award: Bids will be evaluated and awarded exclusively to the highest -scoring responsive and responsible bidder per group, statewide. Scoring will be based on the total cost of all items in each group using weighted factors, as detailed below. A responsive bid may address fewer than all five groups, but pricing must be submitted for ALL items listed within a group. To be eligible for award on a group, a bidder must satisfy the technical specifications and have the highest score in that group. Bids will be scored as follows, with total group price being the controlling criterion. The bidder submitting the lowest price for each group will receive the maximum number of points (100), and others will be awarded points according to this formula: (N / X) * C = Z, where N = lowest price bid X = bidder's price C = total number of points (100) �j3- 935 Z = points awarded A maximum of ten bonus points will be awarded as follows. A bidder may receive points on more than one basis, but the total shall not exceed ten points. 10 points - Bidder is a Florida -certified WMBE (submit copy of certification from the Florida Office of Supplier Diversity(<http://osd.dms.state.fl.us/>)). 4 points - Bidder is incorporated in, or has its principal place of business in, Florida (submit proof from the Florida Secretary of State, Division of Corporations, or certification from company officer). • 2 points - Bidder is a WMBE certified by another state or the federal government (submit copy of certification from the other state or the federal government) A bidder shall submit with its bid conclusive proof that it qualifies for bonus points. Additional Price Sheet considerations: The Price Sheet formula is as follows: o Each Group Award (I through 5) is composed of the total of all the Commodity Numbers in that Group. o The price for each Commodity Number is the Total Quantity Break Price multiplied by a weighted factor based on usage history. (This history is not a guarantee of future sales volume.) The weighted factor for each Commodity Number is noted on each Price Sheet. o Each Quantity Break Price is the Price per 1000 (PRICE/M) plus the Inside Delivery Charge per 1000 (INSIDE DELIVERY CHARGE/M). • For each Group, the Inside Delivery Charge per 1000 shall be calculated based upon the NUMBER OF ENVELOPES PER CARTON and the quoted INSIDE DELIVERY CHARGE PER CARTON. • Each item bid price must be carried to four (4) decimal places. State Purchasing cannot be responsible for failure of bidder to carry bid price the proper number of decimal places. • If there is a discrepancy in the unit price (per thousand, per roll, per package, or per box) versus the case price, the unit price will prevail and the case price corrected. The Department reserves the right to reject pricing that is greater than pricing offered to other potential Customers (e.g., city, county, university, or federal contracts). The Department reserves the right to accept or reject any and all bids, or separable portions, and to waive any minor irregularity, technicality, or omission if the Department determines that doing so will serve the State's best interest. a)3— 935 1.07 Questions/Contract Supervisor: Bidders shall address any question regarding this solicitation to the Contract Supervisor, who is identified on the cover sheet of this solicitation package. Do not contact Customers directly. Questions shall be in writing, shall reference the ITB number and the bid opening date, and shall be RECEIVED NO LATER THAN SEPTEMBER 12, 2002. All questions submitted shall be answered in writing on or before September 17, 2002. The Department shall post amendments to the solicitation documents on www.mvflonda.com under the Florida Vendor Bid System ` located at http://fcn.state.fl.us/owa vbs/owa/vbs www.search.criteria form under the posted solicitation number. Each Bidder is responsible for monitoring this site for new or changing information. The Department shall not be bound by any verbal information or by any written information that is not either contained within the solicitation documents or formally noticed and issued by the Contract Supervisor. 1.08 Conflict of Interest: This solicitation is subject to chapter 112 of the Florida Statutes. Bidders shall disclose with their bid the name of any officer, director, employee or other agent who is also an employee of the State. Bidders shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the bidder or its affiliates. 1.09 Convicted Vendors: A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list: submitting a bid on a contract to provide any goods or services to a public entity; submitting a bid on a contract with a public entity for the construction or repair of a public building or public work; submitting bids on leases of real property to a public entity; being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section 287.017 of the Florida Statutes. 1.10 Discriminatory Vendors: An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, sub -contractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 1.11 Bidder's Representation and Authorization: In submitting a bid, each bidder understands, represents, and acknowledges the following (if the bidder cannot so certify to any of following, the bidder shall submit with its bid a written explanation of why it cannot do so). The bidder is not currently under suspension or debarment by the State or any other governmental authority. To the best of the knowledge of the person signing the bid, the bidder, its affiliates, subsidiaries, directors, officers, and employee are not currently under investigation by any 93- 935 governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. • To the best of the knowledge of the person signing the bid, the bidder has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. • The bid is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. • The bid prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other bidder or potential bidder; neither the prices nor amounts, actual or approximate, have been disclosed to any bidder or potential bidder, and they will not be disclosed before bid opening. • The bidder has fully informed the Department in writing of all convictions of the firm, its affiliates (as defined in section 287.133(l)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. Neither the bidder nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment rendered against them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default. • The product offered by the bidder will conform to the specifications without exception. • The bidder has read and understands the Contract terms and conditions, and the bid is made in conformance with those terms and conditions. 03- 935- • If an award is made to the bidder, the bidder agrees that it intends to be legally bound to the Contract that is formed with the State. • The bidder has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the bid, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the bid. • The bidder shall indemnify, defend, and hold harmless the Department and its employees against any cost, damage, or expense, which may be incurred or be caused by any error in the bidder's preparation of its bid. • All information provided by, and representations made by, the bidder is material and important and will be relied upon by the State in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the State of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes. 1.12 Performance Qualifications: The Department reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by bidder meet the Contract requirements. Bidder shall at all times during the Contract term remain responsive and responsible. Bidder must be prepared, if requested by the Department, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the bidder for the production, distribution, and servicing of the product bid. If the Department determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Department may reject the bid or terminate the Contract. Bidder may be disqualified from receiving awards if bidder, or anyone in bidder's employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Department to make an investigation either before or after award of the Contract, but should the Department elect to do so, bidder is not relieved from fulfilling all Contract requirements. 1.13 Execution of Bid: Each bid shall be in the form included with these solicitation documents and manually signed by an authorized representative of the bidder. Bids shall be typed or printed in permanent ink. Any correction or alteration shalt be in ink and initialed. The bidder's name shall appear on each page of the bid in the space noted. Each bid shall include the Bidder Acknowledgement form (PUR 7027 Rev. 6/1/98), but the "General Conditions" of that form are superseded by the terms of and conditions of these solicitation documents. Each bid shall include a copy of the Contract form, signed by a person authorized to bind the Company. 1.14 Submittal of Bid: Submit the original bid and one copy in a sealed envelope. DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE. The face of the envelope shall indicate State Purchasing's address, the bid number, and date and time of the bid opening. Bids not submitted on the forms included with these solicitation documents shall be rejected. Each bidder iJ3-- 935 is responsible for ensuring that its bid is delivered at the proper time and to the proper place. The Department shall not consider late bids. BIDS MUST BE RECEIVED AT THE DEPARTMENT OF MANAGEMENT SERVICES, STATE PURCHASING, 4050 ESPLANADE WAY, ROOM 380G, TALLAHASSEE, FLORIDA, AT OR BEFORE 2:00 P.M. ON SEPTEMBER 25, 2002. 1.15 Bid Tabulation and Notice of Intended Award: Bids shall be opened on the date specified on the Bidder Acknowledgement form (PUR 7027 Rev. 6/1/98), or as amended, and thereafter tabulated. Based on the bid tabulation, on the date specified on the Bidder Acknowledgement form, the Department shall electronically post a notice of intended award at htto://fcn.state.fl.us/owa vbs/owa/vbs www.main menu. If the notice of award is delayed, in lieu of posting the notice the Department shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Department a notice of protest within 72 hours after the posting of the notice of intended award (see Instructions in Paragraph 1.24 for more information on protests). The Department shall not provide bid tabulations by telephone. 1.16 Special Accommodation: Any person requiring a special accommodation at State Purchasing because of a disability should call State Purchasing at (850) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech impaired, please contact State Purchasing by using the Florida Relay Service at (800) 955-8771 (TDD). 1.17 Firm Bids: The Department may make award within sixty (60) days after the date of bid opening, during which period bids shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, a bid shall remain firm until either the Department awards the Contract or the Department receives from the bidder written notice that the bid is withdrawn. Any bid that expresses a shorter duration may, in the Department's sole discretion, be accepted or rejected. 1.18 Clarifications/Revisions: Before award, the Department reserves the right to seek clarifications, to request bid revisions, and to request any information deemed necessary for proper evaluation of bids from all bidders deemed eligible for Contract award. Failure to provide requested information may result in rejection of the bid. 1.19 Contract Formation: No contract shall be formed between bidder and the Department until the Department signs the Contract. The Department shall not be liable for any costs incurred by a bidder in preparing or producing its bid or for any work performed before the Contract is effective. 1.20 Notice of Award: The Department shall issue a notice of award, if any, to successful bidders. 1.21 Contract Overlap: Bidders shall identify any products covered by this solicitation that they are currently authorized to furnish under any other contract with the Department. By entering into the Contract, a Contractor authorizes the State to eliminate duplication between agreements in the manner the State deems to be in its best interest. 03- 935 1.22 Purchasing Card Program: The State has implemented a purchasing card program through Bank of America, using the Visa network. Contractors will receive payment from the purchasing card in the same manner as other Visa purchases. Accordingly, bidders must presently have the ability to accept Visa or take whatever steps necessary to implement the ability before the start of the Contract term. The State reserves the right to revise this program in conjunction with implementation of an on-line procurement system. , 1.23 Public Records: The Department does not intend to solicit confidential or proprietary information in response to this solicitation. Bidders are cautioned that Florida law generously defines what constitutes a public record; see, for example, section 119.07 of the Florida Statutes. If a bidder believes that its bid contains information that should not be a public record, the bidder shall clearly segregate and mark that information (for example, stamp each page "Confidential" and place it in an envelope marked "Confidential") and briefly describe in writing the grounds for claiming exemption from the public records law. The Department will not independently evaluate the bidder's claim of exemption. If the Department receives a public records request related to the bid, the Department shall notify the bidder in writing at least seven days before making the information available for review by the requester. The bidder shall be solely responsible for taking whatever action it deems appropriate to legally protect its claim of exemption from the public records law. If the bidder fails to do so, the Department shall make the information available for review. In no event shall the Department or any of its employees or agents be liable for disclosing, or otherwise failing to protect the confidentiality of, information submitted in response to this solicitation. 1.24 Protests: Any protest concerning this solicitation shall be made in accordance with sections 120.57(3) and 287.042(2) of the Florida Statutes and chapter 28-110 of the Florida Administrative Code. It is the Department's intent to ensure that specifications are written to obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process. Notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation. Questions to the Contract Supervisor shall not constitute formal notice. Failure to comply with the law shall constitute a waiver of the protest. 93- 935 TECHNICAL SPECIFICATIONS Contents 2.01 Supply Requirements 2.02 Delivery Schedule 2.03 Delivery Options 2.04 Minimum Order 2.05 Palletizing 2.06 Specifications dj3— 935 2.01 Supply Requirements: If a Bidder is awarded a Contract under this solicitation, the following supply requirements will apply. Upon Customer request, Contractor shall deliver commodities that meet the Specifications as described in this Section 2.06, Technical Specifications. Proof of ability to perform on the contract may be required. In the event a t contractor's mill source should fail to supply a paper item at any time for any reason during the contract term, it will be the contractor's responsibility to temporarily supply another brand of paper of equivalent quality meeting or exceeding all specifications for the contract prices, terms and conditions, as an emergency measure, subject to prior approval of the Department. From the date of notice to the Department of a potential delivery failure, a period of 10 days will be allowed for the Contractor to provide technical documentation to show that the substitute item meets and/or exceeds specifications and for the Department to review the substitute technical documentation and specifications to ensure compliance. 2.02 Delivery Schedule: Deliveries, after receipt of purchase order, shall be within the following schedule: PLAIN, ALL QUANTITIES 10 Working Days PRINTED, ALL QUANTITIES 20 Working Days 2.03 Delivery Options: • Option 1; Dockside/Street Delivery shall consist of the delivery person offloading the ordered products from the delivery vehicle to the loading dock (when available), or on the street level of the delivery location where the receiving party takes possession of the delivered products. Delivery charges for this option are included in the product Price per carton as indicated on the Price Sheets for each award group. • Option 2; Inside Delivery shall consist of any delivery services beyond the scope of Option 1. The customer requiring inside delivery shall specify the contact person and the exact delivery location at the time of placing an order. Delivery charges for Option 2 shall be billed by the Contractor as a separate item on the invoice at the Price Per Carton indicated on the Price Sheets for each award group. Pricing for inside delivery services shall be shown in the space(s) provided on the Price Sheets. The State reserves the right to reject these charges based on excessive pricing. P)3- 935 2.04 Minimum Order: Minimum order on this contract shall be 1000 Kraft envelopes per state commodity item or 5000 White Wove envelopes per state commodity item. 2.05 Palletizing: When requested by the Customer, orders for 10 or more cartons must be delivered on expendable pallets at no extra cost to the State. Orders of 10 or more cartons must also be shrink-wrapped at no extra cost to the State. Permanent wooden pallets shall be used to ship to any Customer upon request. The Customer must specify on the purchase order if wooden pallets are requested. �J3- 935 2.06 SPECIFICATIONS STATE OF FLORIDA ENVELOPES, VIRGIN AND RECYCLED No., 310-000 DEPARTMENT OF MANAGEMENT SERVICES STATE PURCHASING 1.0 SCOPE AND CLASSIFICATION 1.1 Scone: This specification covers three types and two classes of paper stock envelopes used by the State of Florida. 1.2 Classification: The envelopes described by this specification are regular commercial, catalog, and booklet envelopes; as listed below and further described in Specification Summary and Price Sheets. Type I - Commercial (Open Side) Paper Stock A - White Wove Class 1, Regular (Plain & Printed) Class 2, Window (Plain & Printed) Paper Stock B - White Wove, Recycled Content Class 1, Regular (Plain & Printed) Class 2, Window (Plain & Printed) Paper Stock C - White Kraft Class 2, Window (Plain & Printed) Paper Stock D - Brown Kraft Class 2, Window (Plain & Printed) Type II - Catalog (Open End) Paper Stock D - Brown Kraft Class 1, Regular (Plain & Printed) Class 2, Window (Plain & Printed) Paper Stock E - Brown Kraft, Recycled Content Class 1, Regular (Plain & Printed) Class 2, Window (Plain & Printed) Type III - Booklet (Open Side) Paper Stock D - Brown Kraft Class 1, Regular (Plain & Printed) Paper Stock E - Brown Kraft, Recycled Content Class 1, Regular (Plain & Printed) ij3- 935 Specification No.: 310-000 2.0 APPLICABLE PUBLICATION 2.1 Applicable portions of the following publications (issue in effect on date of invitation to bid) shall form a part of this specification. T.A.P.P.I. Test Methods T-401, T-403, T-410, T-451, T-452 PAPER PROPERTY TAPPI TEST METHODS BASIS WEIGHT T-410 Test for fiber analysis of paper FIBER ANALYSIS T-401 Test for basis weight of paper and paperboard CALIPER T-411 Thickness (caliper) of paper and paperboard SMOOTHNESS (SHEFFIELD) T-538 Smoothness of Paper (Sheffield Method) BURST T-403 Test for bursting strength of paper OPACITY T-425 Opacity of Paper (15/Diffuse Illuminate A, 89%Reflectance Backing and Paper Backing) BRIGHTNESS T-452 Brightness of pulp, paper, and paperboard directional reflectance'at 457nm). This test method shall be omitted for any colored paper submitted for testing All characteristics of the mill specification shall be tested in accordance with the Technical Association of the Pulp & Paper Industry (TAPPI) as listed. All properties shall be reported as target values and shall include established and associated minimums and maximums. (Copies of the Methods may be obtained from the Technical Association of the Pulp & Paper Industry, Post Office Box 105113, Atlanta, Georgia 30348, or on the intemet at http://www.tappi.or . 2.2 Applicable portions of the following publication(s) of the issue in effect on date of Invitation To Bid shall form a part of this specification: Federal Register Part IV ENVIRONMENTAL PROTECTION AGENCY, Paper Products Recovered Materials Advisory Notice (RMAN) and a part of 40 CFR Part 247, Comprehensive Guideline for Procurement of Products Containing Recovered Materials; Final Rule. Copies may be obtained by Internet at: 03- 935 Specification No.: 310-000 http://www.epa.g_ov/docs/fedrgstr/EPA-WASTE/1996/May/Day-29/pr-571 pdf (Adobe Acrobat) or http://www.eDa.gov/epaoswer/non-hw/t)rocure­/pai)rinan.htm . E 3.0 REQUIREMENTS 3.1 Technical Documentation for Bid Evaluation 3.1.1 Technical Documentation: Acceptable technical documentation shall be defined as: Manufacturers' specification sheets, technical publications, printed product literature, engineering drawings, instruction or maintenance manuals or other published manufacturers' literature, and all certifications required by the specifications. Acceptable documentation shall be legible and have good printed quality. 3.1.2 In the event the information required by the specification is not available as requested above, the bidder shall furnish a clarification letter with the bid, from the manufacturer and on manufacturers' letterhead, that supplies the information required to determine specification compliance. Individual specifications and requirements must be addressed; a general statement such as "complies with all requirements" is not acceptable. Notes typed or handwritten on manufacturers' documentation or on bid price sheets are not acceptable documentation. The clarification letter shall be signed by an Engineering or Marketing Manager (or equivalent or superior title) who is an employee of the Manufacturer. Technical documentation is required to enable the State to perform an evaluation to determine the compliance of each product bid with the applicable specifications. Every specification and requirement shall be verifiable from the acceptable technical documentation supplied. All products bid shall meet or exceed all conditions and specifications. 3.2 Envelope Paper Stock Composition and Physical Requirements: 3.2.1 Paper Stock Material: shall be specifically designed and produced for use in manufacturing envelopes. These envelope quality materials shall be of sufficient strength and quality to ensure accurate and enduring folds and creases in multiple directions. The paper shall be uniform and in accordance with reasonable industry practice with regard to texture, finish, caliper, lint, dust, wrinkles, folds, scuff marks, and shall lie flat. 3.2.2 Moisture Content: Unless otherwise specified, papers shall be manufactured to have a moisture content that will be in equilibrium with a relative humidity of 40% + 10%, and bidder shall provide certification attesting thereto, if requested. y3y. Specification No.: 310-000 3.2.3 _White Wove Paper (A) or White Kraft Paper (B): For white wove or Kraft paper, fiber content of paper supplied under this specification shall be 95% (min.) chemical cellulose, and not more than 5% groundwood fiber pulp. E 3.2.4 Tan Colored Kraft Paper (C), Recycled Content White Wove Paper (D) and Recycled _Content Tan Colored Kraft Paper (E): Fiber content of paper supplied under this specification shall be 90% (min.) chemical cellulose and not more than 10% groundwood fiber pulp. 3.2.5 For items containing recovered materials: 3.2.5.1 Recycled Content: For items containing recovered materials fiber content of paper supplied under this specification shall be derived from recovered materials, which may include preconsumer and/or post consumer recovered paper material and shall meet the ENVIRONMENTAL PROTECTION AGENCY Paper Products Recovered Materials Advisory Notice (RMAN), Federal Register Part IV, 40 CFR Part 247, Comprehensive Guideline for Procurement of Products Containing Recovered Materials; Final Rule. Recycled Content White Wove Paper (D): shall contain 20% Postconsumer recovered materials by fiber weight. Recycled Content Tan Colored Kraft Paper (E): shall contain 20% Postconsumer recovered materials by fiber weight. 3.2.5.2 Commodity Groups/Items: Items bid containing recovered materials are acceptable only in commodity groups or items specified as a recycled content group or item. Exceptions include but are not limited to core materials, pad backings (chipboard), packaging, etc. Failure to comply with this requirement shall result in disqualification of the related bid 3.3 General Envelope Requirements: Applies to Types I, II & III envelopes covered by this specification. 3.3.1 Gumming: Seal flap gumming shall be of a type formulated for use under high humidity conditions, with no pre -tabbed, stuck or warped flaps, and shall be of acceptable quality. There shall be one (1) continuous gum strip or a minimum of three (3) interrupted gum strips across the top inside of the flap. 3.3.2 Window Material: Window envelopes shall use a clear or translucent material, having a maximum opacity of 25%. Material shall be free of wrinkles, streaks or excessive glare. Window must allow clear non -glare readability by OCR equipment. �J3- 93-3 Specification No.: 310-000 3.3.3 Window Construction: Window material of window envelopes shall be securely glued to the inside of envelopes and lie flat without curl or protruding unglued edges. Window patch for double window envelopes shall be one piece construction. , 3.3.4 Standard Window Size And Position: Unless specified otherwise window shall be a rectangle, 1.125" X 4.50", positioned 0.875" in from the left side, and 0.625" from the bottom of the envelope. 3.3.5 Printing_ Availability: Imprinting shall be available in either blue/black ink (PMS 289) or black ink, at the option of the ordering agency. Imprinting may be on one or both sides of the envelope, and shall consist of post office related indicia or other printing permitted by this solicitation. 3.3.6 Printing Composition: Imprinting quality shall be clean and well-defined image density, complete and uniform characterization. Reasonable care shall be given to spacing, word division, uniformity of style, and good lineup of characters. 3.3.7 Address/Label Placement Marks: Printed, non -window envelopes may contain the four (4) placement marks for address or label position within the OCR read areas. This addition shall be at the option of the ordering agency, and at no additional cost to the agency. 3.3.8 State Seal: The State Seal may be included when authorized by the Secretary of State. 3.3.9 Optical Character Reader (OCR) Requirements: All envelopes shall meet OCR readability requirements as established by the U.S Postal Service. When items are tested results must meet or exceed an OCR successful read rate as defined by the U.S. Postal Service. 3.3.10 Camera Ready Requirement: Ordering Agencies shall supply Camera Ready Copy, or art work for address information on envelopes. Copy or artwork shall be returned to the ordering agency upon completion of each order. Any errors in the copy or artwork shall be the responsibility of the ordering agency. 3.3.11 Typesetting Services To Ordering Agencies: When ordering agencies require typesetting services, all proofs shall be submitted to the ordering agency for approval prior to printing. 3.3.12 Endorsement Placement and Type: Endorsement shall be readable and printed in the same direction as the address. There shall be a clear space of 1/4" (minimum) both above and below the endorsement. Type shall stand out clearly and be 8PT minimum. �J3_ 935 Specification No.: 310-000 3.3.13 Measurements and Tolerances: Items shall be produced as described in the Specification Summary & Price Sheets. All measurements shall be referenced to the left side and bottom of the envelope. All sizes, dimensions and window placement positions shall be + 1/16" (.0625") of the specified measurements. 3.3.14 Clasps: When specified clasps shall be of rustproof metal securely fastened through the center seam, with smooth and burrless edges. Eyelets shall be accurately positioned in the flaps to align with clasp, and shall be reinforced with a tag patch securely glued to the flap. 3.3.15 Press & Seal Feature: When specified this shall be a latex -seal envelope that requires no moistening. 3.3.16 Packing: Envelopes shall be packed in standard industry units and indicated on the appropriate packaging information sheet at the end of the Specification Summary and Price Sheets. All items shall be packed to insure safe delivery to destination at lowest cost. 3.3.17 Labeling: Unless otherwise specified, shipping containers shall be marked with the type of envelopes, quantity contained therein, name of contractor and contract and purchase order numbers. Envelopes converted from recycled content paper shall be labeled to indicate the recycled content and that the product is manufactured with recovered materials. 3.3.18 Substitutions: Commodities procured under this specification shall not deviate from those originally contracted for without written approval from the State Purchasing. 3.4 Type I Envelope Requirements: Applies to all envelopes covered by this specification including envelopes made from paper stock meeting "recycled content" requirements. 3.4.1 Construction: Envelopes shall be conventional solid die cut from a high die or AMC die cutter with regular round seal flaps and diagonal seams folded in. 3.4.2 Unacceptable Envelopes: Executive style envelopes, diamond shaped flaps, or diaper fold style envelopes shall not be acceptable. 3.4.3 Inserting and Mailing Equipment: Envelopes shall perform to the satisfaction of the using agency in automatic inserting and mailing equipment used by State agencies and the U.S. Postal Service. 3.4.4 Brightness: Shall be 75% (minimum). O,3- 935 Specification No.: 310-000 3.4.5 Opacity: Envelopes shall have sufficient opacity, within the OCR (Optical Character Reader) read area, to screen out non -address printing on envelope in"serls, and the envelopes' inner walls. 4.0 SAMPLING, INSPECTION, AND TEST PROCEDURES 4.1 Random Samples: Samples of delivered items may be randomly selected and tested in accordance with the test and inspection procedures for compliance with these specifications. If it is found that delivered commodities are not equal to or better than the requirements of this specification and/or of the original samples if tested, State Purchasing may proceed as stipulated in the "General Conditions" of the Bidder Acknowledgement Form, Pur 7027, pertaining to NONCONFORMANCE TO CONTRACT CONDITIONS. 03— 935 Specification No.: 310-000 TEST AND INSPECTION PLAN 310-420 ENVELOPES: COMMERCIAL, REGULAR AND WINDOW t Inspection: Inspect envelope samples for correct labeling, packaging, and quantities. Testing: A. Paper Characteristics: Test all envelope samples for: I . Correct Basis Weight - TAPPI (T-410) 2. Correct Brightness (except brown Kraft) - TAPPI (T-452) 3. Opacity of Window Material Opacity Instrumentation B. Envelope Characteristics: Test and inspect (when applicable) envelope samples for: 1. Correct Round Seal Flaps 2. Correct Flap Gum Seals 3. Correct Diagonal Seams 4. Correct Envelope Size 5. Correct Window Size 6. Correct Number of Windows 7. Correct Window Placement C. Envelope Functional Characteristics: Test & inspect envelope samples for: 1. Automatic Insert Machine 2. Automatic Mail Equipment 3. OCR Read Tests 4. Bar Coding Equipment 5. Window Material ij3-- 93j General Conditions Contents 3.01 Definitions 3.02 Eligible Customers 3.03 Quantity Discounts 3.04 Best Pricing Offer 3.05 Sales Promotions 3.06 Authorized Product Categories 3.07 Purchase Orders 3.08 Inspection at Contractor's Site 3.09 Literature 3.10 Invoicing and Payment 3.11 Taxes 3.12 Customer's Default 3.13 Annual Appropriations 3.14 Surcharge Fee and Summary of Total Sales 3.15 Governmental Restrictions 3.16 Compliance with Laws 3.17 Lobbying and Integrity 3.18 Indemnification 3.19 Performance Bond 3.20 Suspension of Work 3.21 Termination for Convenience 3.22 Termination for Cause 3.23 Force Majeure, Notice of Delay, and No Damages for Delay 3.24 Equitable Adjustment 3.25 Scope Changes 3.26 Renewal 3.27 Advertising 3.28 Assignment 3.29 Dispute Resolution 3.30 Employees, Subcontractors, and Agents 3.31 Security and Confidentiality 3.32 Independent Contractor Status of Contractor 3.33 Insurance Requirements 3.34 Warranty 3.35 Warranty of Authority 3.36 Warranty of Ability to Perform 3.37 Notice 3.38 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE) 3.39 Modification of Terms 3.40 Waiver 3.41 Execution in Counterparts 3.42 Severability �)3- 935 3.01 Definitions: The term "bid" means the offer extended to the Department in response to this solicitation. The forms to accompany the bid are included in section 4.0 of these solicitation documents. "Contract" means the legally enforceable agreement, if any, that results from this solicitation. The parties to the Contract will be the Department and Contractor. The Coritract shall be reduced to writing substantially in the form included in section 4.0 of these solicitation documents. "Contract Specialist" means the State Purchasing employee who is primarily responsible for administration of the contract. The Department may appoint a different Contract Specialist, which shall not constitute an amendment to the Contract, by sending notice to Contractor. Any communication to the Department concerning the Contract, as opposed to the solicitation and award process by Contractors, by State Customer contract managers or contract administrators, or by other customer purchasing officials, shall be addressed to the Contract Specialist. "Contract Supervisor" means the State Purchasing employee to whom bidders shall address any questions regarding the solicitation or award process. The Contract Supervisor shall be arbitrator on any dispute concerning performance on the Contract as specified in Section 3.29 of the General Conditions. "Contractor" means a successful bidder, which, along with the Department, will enter into the Contract. The Department anticipates making a multiple award, but for sake of convenience the solicitation documents use the singular form of this term. "Customer" means the State agencies and other eligible users that will order products directly from the Contractor under the Contract. By ordering products under the Contract, the Customer agrees to its terms. Customers are not, however, parties to the Contract. "Department" means the Florida Department of Management Services. The Department will be a party to the Contract. "State Purchasing," a division within the Department's Support Program, is responsible for administration of this solicitation and will be responsible for day-to- day administration of the Contract. State Purchasing may be reached at 4050 Esplanade Way, Suite 360, Tallahassee, FL 32399-0950, (850) 487-4634, or via links posted at http://www.myflorida.com/myflorida/business/index.html. The Department reserves the right to contract with a third -party service provider to assume responsibility for administration of the Contract. "Product" means any deliverable under the Contract, which may include commodities, services, technology or software. "Purchase Order" means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, or other authorized means). 03- 935 "State" means the State of Florida and its agencies 3.02 Eligible Customers: Section 287.056 of the Florida Statutes governs agencies' use of the Contract. Others may seek Department approval under section 287.042(2)(a) as an eligible user of the Contract. Customers participating in the Contract do so according to the following terms: (1) non -State Customers assume and bear complete responsibility with regard to performance of any contractual obligation or term; (2) breach of a Contract term by any particular Customer shall not be deemed a breach of the Contract as a whole, which shall remain in full force and effect, and shall not affect the validity of the Contract nor the Contractor's obligations to non - breaching Customers or the Department; (3) the State shall not be liable for any breach by a non - State Customer; (4) each non -State Customer and the Contractor guarantee to save the State and its officers, agents, and employees harmless from liability that may be or is imposed by their failure to perform in accordance with their obligations under the Contract. 3.03 Ouantity Discounts: Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly. 3.04 Best Pricing Offer: During the Contract term, if the Contractor sells substantially the same or a small quantity of a product outside the Contract, but upon the same or similar terms of the Contract, at a lower price, then at the discretion of the Department the price under the Contract shall be immediately reduced to the lower price. 3.05 Sales Promotions: In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then -authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion. 3.06 Authorized Product Categories: Upon Contractor's written request, the Department may authorize the Contractor to furnish product under other categories or subcategories identified in the solicitation documents. In considering Contractor's request, the Department shall apply substantially the same terms and conditions governing the initial solicitation. The Department's decision on the request shall be final and not subject to appeal of any kind. 3.07 Purchase Orders: A Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor's order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Even where not otherwise required, 0�3_ 935 CUSTOMERS ARE ENCOURAGED TO INCLUDE PROVISIONS THAT PROMOTE GOOD CONTRACT MANAGEMENT PRACTICES AND ENABLE THE CUSTOMER AND CONTRACTOR TO MONITOR AND ADJUST PERFORMANCE, for example, provisions clearly defining the scope of the work, provisions dividing the order into objectively measured deliverables, provisions setting forth schedules for completion and (where appropriate) liquidated damages for untimely completion, etc. State Customers shall designate a contract manager and a contract administrator as required by subsections 287.057(14) and (15) of the Florida Statutes. The Department reserves the right to revise this section in conjunction with implementation of an on-line procurement system. 3.08 Inspection at Contractor's Site: The State reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor or prospective Contractor (bidder) to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 3.09 Literature: Upon request, the Contractor shall furnish Customers literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. 3.10 Invoicing and Payment: Invoices shall contain the Contract number, purchase order number, and the Contractor's SPURS vendor number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the Department's option, Contractors may be required to invoice electronically pursuant to Department guidelines. Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes, which govern time limits for payment of invoices. Time limits do not begin until the Contractor submits a properly completed invoice. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State agencies. The Customer is responsible for all payments under the Contract. A Customer's failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers. 3.11 Taxes: The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees' wages. Purchases by non -State Customers may be subject to taxes, which shall be computed based on the purchase price and added to the invoice submitted to such entity for payment. 3.12 Customer's Default: A Customer's breach of the terms of a particular order shall not be deemed a breach of the Contract. If a Customer fails to make a payment to the Contractor for products delivered or provided, accepted, and properly invoiced, within sixty days after approval for payment, then the Contractor may, upon ten days advance written notice to both the Department and Customer's purchasing official, suspend additional shipments or provision of product to that specific Customer until such time as reasonable arrangements have been made and assurances given by the Customer for current and future Contract payments. X93- 33v Notwithstanding the foregoing, the Contractor shall, in writing and at least ten days before declaring a Customer in breach of the terms of a particular order, notify both the Department and Customer's purchasing official of the specific facts, circumstances and grounds upon which the Contractor intends to declare a breach. If the Contractor's basis for declaring a breach is determined, then or later, to be insufficient, then the Contractor's declaration of breach and failure to service the Customer shall constitute a breach of the Contract by the Contractor and the Department or Customer may thereafter seek any remedy available at law or equity. 3.13 Annual Appropriations: The State's performance and obligation to pay under the Contract are contingent upon an annual appropriation by the Legislature. 3.14 Surcharee Fee and Summary of Total Sales: Pursuant to section 287.1345 of the Florida Statutes, a surcharge fee of one percent (1.0%) is imposed on Contractor's sales under the Contract. The fee shall be paid by the Contractor and must be included in prices bid and cannot be added as a separate item. After receipt of payment from the Contract purchases, all Contractor surcharge fees shall be payable to the Department no later than 15 days after the end of each quarter. The Contractor shall note "surcharge fee" and the contract number on a check and remit it to: Florida Department of Management Services P.O. Box 5438 Tallahassee, FL 32314-5438 At the end of each calendar quarter, the Contractor shall complete and submit to State Purchasing the Vendor User Fee Report form (PUR 7073C) included in section 4.0 of these solicitation documents. By submission of these reports and corresponding Contractor surcharge deposits, Contractor is certifying their correctness. All such reports and fee deposits shall be subject to audit by the State. Contractors shall be responsible for reporting sales and paying user fees resulting from sales made by authorized resellers. The Department reserves the right to revise collection and reporting requirements in conjunction with implementation of an on-line procurement system. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding surcharge fees. CONTRACTORS DELINQUENT IN PAYING USER FEES MAY BE EXCLUDED FROM BIDDING ON DEPARTMENT CONTRACTS. 3.15 Governmental Restrictions: If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Department in writing, indicating the specific restriction. The Department reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Department. 3.16 Compliance with Laws: The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, °J3— 93J including those of federal, State, and local agencies having jurisdiction and authority. By way of non -exhaustive example, Chapter 287 of the Florida Statutes and Chapter 60A-1 of the Florida Administrative Code govern the Contract. By way of further non -exhaustive example, the Contractor shall comply with section 247A(e) of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. Violation of such laws shall be grounds for Contract termination. ` I 3.17 Lobbying and Integrity: Pursuant to section 216.347 of the Florida Statutes, the Contractor may not expend any State funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency. In addition, the Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee's decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), "gratuity" means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Department's Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but shall not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.fl.us/barm/penschedules/�,,ensched.htm). The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor's suspension or debarment. 3.18 Indemnification: The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors; provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer. Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided that the State or Customer shall give the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action iJ3- 935 at Contractor's sole expense, and (3) assistance in defending the action at Contractor's sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in an infringement action without the Contractor's prior written consent, which shall not be unreasonably withheld. If any product is the subject of an infringement suit, or in the Contractor's opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non -infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The Customer shall not be liable for any royalties. Except as specified in the foregoing portions of this section, for all other claims against the Contractor under any individual purchase order, and regardless of the basis on which the claim is made, the Contractor's liability under a purchase order for direct damages shall be the greater of $100,000, the dollar amount of the purchase order, or two times the charges rendered by the Contractor under the purchase order. Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, or consequential damages, including lost data or records (unless the purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. 3.19 Performance Bond: Customers may require the Contractor to furnish without additional cost a performance bond or negotiable irrevocable letter of credit or other form of security for the faithful performance of work under the Contract. Such requirement shall be set forth in the purchase order. 3.20 Suspension of Work: The Department may in its sole discretion suspend any or all activities under the Contract, at any time, when in the best interests of the State to do so. The Department shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Department shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract. Suspension of work shall not entitle the Contractor to any additional compensation. 3.21 Termination for Convenience: The Department, by written notice to the Contractor, may terminate the Contract in whole or in part when the Department determines in its sole discretion that it is in the State's interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 3.22 Termination for Cause: The Department may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A- 1.006(3), Florida Administrative Code, governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Department. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under the Contract. 3.23 Force Maieure, Notice of Delay, and No Damaees for Delay: The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer or the Department. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer or Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, and/or (2) purchase from other sources (without recourse to and by the Contractor for the related "13- 935 costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. 3.24 Equitable Adiustment: The Department may, in its sole discretion, make an equitable adjustment in the Contract terms and/or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that" satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor's control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. 3.25 Scope Changes: The Department may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Department may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Department may solicit separate bids to satisfy them. 3.26 Renewal: Subject to Chapter 287 of the Florida Statutes, and upon mutual agreement, the Department and the Contractor may renew the Contract, in whole or in part. Any renewal shall be in writing and signed by both parties. 3.27 Advertising: The Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Department, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Department or the State as a reference, or otherwise linking the Contractor's name and either a description of the Contract or the name of the State, the Department, or any Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 3.28 Assignment: The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Department; provided, the Contractor assigns to the State any and all claims it has with respect to the Contract under the antitrust laws of the United States and the State. The Department may assign the Contract with prior written notice to Contractor of its intent to do so. 3.29 Dispute Resolution: Any dispute concerning performance of the Contract shall be decided by the Contract Supervisor, who shall reduce the decision to writing and serve a copy on the Contractor and, if appropriate, the Customer. The decision of Contract Supervisor shall be final and conclusive unless within ten (10) days from the date of receipt, the Contractor files with the Department a petition for administrative hearing. The Department's decision on the petition shall be final, subject to the Contractor's right to review pursuant to Chapter 120 of the Florida 03- 935 Statutes. Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply, the Contractor waives any right to jury trial that it may have, and the prevailing party shall be awarded reasonable costs incurred, including attorneys' fees and costs on appeal. 3.30 Employees, Subcontractors, and Agents: All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer's security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may reject and bar from any facility for cause any of the Contractor's employees, subcontractors, or agents. 3.31 Security and Confidentiality: The Contractor shall comply fully with all security procedures of the State and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract. 3.32 Independent Contractor Status of Contractor: The Contractor, together with its agents, distributors, resellers, subcontractors, officers and employees, shall have and always retain under the Contract the legal status of an independent contractor, and in no manner shall they be deemed employees of the State or Customer or deemed to be entitled to any benefits associated with such employment. During the term of the Contract, Contractor shall maintain at its sole expense those benefits to which its employees would otherwise be entitled to by law, including health benefits, and all necessary insurance for its employees, including workers' compensation, disability, and unemployment insurance, and provide Customers with certification of such insurance upon request. The Contractor remains responsible for all applicable federal, state, and local taxes, and all FICA contributions. 3.33 Insurance Requirements: During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably °;3- 935 associated with the Contract, which, as a minimum, shall be: workers' compensation and employer's liability insurance per Florida statutory limits (currently $100,000 per accident, $100,000 per person, and $500,000 policy aggregate) covering all employees engaged in any Contract work; commercial general liability coverage on an occurrence basis in the minimum amount of $500,000 (defense cost shall be in excess of the limit of liability), naming the State as an additional insured; and automobile liability insurance covering all vehicles, owned or otherwise, used in the Contract work, with minimum combined limits of $500,000, including Hired and non - owned liability, and $5,000 medical payment. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor and is of the essence of the Contract. Upon request, the Contractor shall provide certificate of insurance. The Contract shall not limit the types of insurance Contractor may desire to obtain or be required to obtain by law. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under the Contract. All insurance policies shall be through insurers authorized to write policies in Florida. 3.34 Warranty: Contractor warrants that all product furnished under the Contract shall be free of defective material and workmanship, and shall otherwise perform in accordance with required performance criteria, for a period of not less than two (2) years from date of acceptance. 3.35 Warranty of Authority: Each person signing the Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract. 3.36 Warranty of Ability to Perform: The Contractor shall provide the Department, no later than the time the Contractor returns a signed copy of the Contract, with proof of a Certificate of Status from the Secretary of State, Division of Corporations, demonstrating that the Contractor is in good standing and legally authorized to transact business in Florida. Failure to submit this documentation shall be sufficient grounds for withholding payment under the Contract and cause for termination. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor's ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. 3.37 Notice: All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery. Notices to the Department shall be delivered to the Contract Supervisor. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 3.38 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE): To the extent that a product is certified by or is available from PRIDE, and has been approved in accordance with section 946.515(2) of the Florida Statutes, it is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased Pj3- 935 from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned. This provision is required by section 946.515(6) of the Florida Statutes; additional information about PRIDE and the products it offers is available at http://www.pridefl.com. k 3.39 Modification of Terms: The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions by Customer under the Contract. The Contract may only be modified or amended upon mutual written agreement of the Department and the Contractor. No oral agreements or representations shall be valid or binding upon the Department, a Customer, or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer unless authorized by the Department or specified in the notice of award. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, "shrink wrap" terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor's order or fiscal forms or other documents forwarded by the Contractor for payment. A Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. 3.40 Waiver: The delay or failure by the Department to exercise or enforce any of its rights under this Contract shall not constitute or be deemed 'a waiver of the Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 3.41 Execution in Counterparts: The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 3.42 Severability: If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable, and all other provisions shall remain in full force and effect. PRICE SHEET INDEX AWARD GROUP 1 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE ti CLASS 1, REGULAR PLAIN PRINTED CLASS 2, WINDOW PLAIN PRINTED AWARD GROUP 2 PAPER STOCK B - WHITE WOVE, RECYCLED CONTENT CLASS 1, REGULAR PLAIN PRINTED CLASS 2, WINDOW PLAIN PRINTED AWARD GROUP 3 PAPER STOCK C - WHITE KRAFT CLASS 2, WINDOW PLAIN PRINTED PAPER STOCK D - BROWN KRAFT CLASS 2, WINDOW PLAIN PRINTED 03- 935 PRICE SHEET INDEX (Cont'd) AWARD GROUP 4 TYPE II - CATALOG (OPEN END) PAPER STOCK D - BROWN KRAFT CLASS 1, REGULAR PLAIN PRINTED CLASS 2, WINDOW PLAIN PRINTED TYPE III - BOOKLET (OPEN SIDE) PAPER STOCK D - BROWN KRAFT CLASS 1, REGULAR PLAIN PRINTED AWARD GROUP 5 TYPE II - CATALOG (OPEN END) PAPER STOCK E - BROWN KRAFT, RECYCLED CONTENT CLASS 1, REGULAR PLAIN PRINTED CLASS 2, WINDOW PLAIN PRINTED TYPE III - BOOKLET (OPEN SIDE) PAPER STOCK E - BROWN KRAFT, RECYCLED CONTENT CLASS 1, REGULAR PLAIN PRINTED ij3- 935 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE CLASS 1 REGULAR ENVELOPE- PLAIN COMMODITY NUMBER 310-420-720-0020 Envelope, #6-3/4 plain, open side, diagonal seam, 24# white wove, 3.625" PRICE/M X 6.500". QUANTITY 16 - 50M BREAK PRICE/M 5 -15M $9.34 16 - 50M $9.14 51 - 150M $8.95 151 - 250M $8.75 251M+ $8.56 310-420-720-0040 Envelope, #9 plain, open side, diagonal seam, 24# white wove, 3.875" X 5 - 15M $11.86 93- 935 8.875". QUANTITY BREAK PRICE/M 5 - 15M $10.92 16 - 50M $10.69 51 - 150M $10.47 151 - 250M $10.24 251M+ $10.01 310-420-720-0050 Envelope, #10 plain, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $11.04 16 - 50M $10.81 51 - 150M $10.58 151 - 250M $10.35 251M+ $10.12 310-420-720-0060 Envelope, #10 plain, open side, diagonal seam, 24# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $11.86 93- 935 16 - 50M $11.61 51 - 150M $11.36 151 - 250M $11.12 251M+ $10.87 GROUP 1 1. E TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE ENVELOPE, CLASS 1 REGULAR PRINTED COMMODITY NUMBER 310-420-720-0115 Envelope, #6-3/4 printed, open side, diagonal seam, 24# white wove, $13.15 3.625" X 6.500". QUANTITY 51 - 150M BREAK PRICE/M 5 -15M $10.20 16 - 50M $ 9.99 51 - 150M $9.78 151 - 250M $9.56 251M + $9.35 310-420-720-0125 Envelope, #7-3/4 printed, open side, diagonal seam, 24# white wove, �J3- 935 3.875" X 7.500". QUANTITY BREAK PRICE/M 5 -15M $13.15 16 - 50M $12.79 51 - 150M $12.60 151 - 250M $12.33 51M+ $12.06 310-420-720-0145 Envelope, #9 printed, open side, diagonal seam, 24# white wove, 3.875" X 8.875". QUANTITY BREAK PRICE/M 5 -15M $11.94 16 - 50M $11.69 51 - 150M $11.44 151 - 250M $11.19 251M+ $10.95 �J3- 935 310-420-720-0155 Envelope, #10 printed, open side, diagonal seam, 20# white wove, 4.125" Ce�M IDMI TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $11.89 16 - 50M $11.64 51 - 150M $11.40 151 - 250M $11.15 51 M+ $10.90 310-420-720-0165 Envelope, #10 printed, open side, diagonal seam, 24# white wove, 4.125" 51-150M X 9.500". QUANTITY $11.93 BREAK PR10E/M 5-15M $12.49 16 - 50M $12.23 51 - 150M $11.97 151 - 250M $11.71 251M + $11.45 Ce�M IDMI TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE CLASS 2 WINDOW ENVELOPE, PLAIN COMMODITY NUMBER 310-420-721-0040 Envelope, #9 standard window, open side, diagonal seam, 24# white wove, 3.875" X 8.875". QUANTITY BREAK PRICE/M 5 - 15M $12.72 16 - 50M $12.46 51-150M $12.19 151 - 250M $11.93 251M+ $11.66 310-420-721-0050 Envelope, #10 standard window, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M °J3- 935 5 - 15M $12.30 16 - 50M $12.04 51 - 150M $11.79 151 - 250M $11.53 251M+ $11.28 310-420-721-0060 Envelope, Plain, #10 standard window, open side, diagonal searp, 24# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $13.56 16 - 50M $13.28 51 - 150M $13.00 151 - 250M $12.71 251M+ $12.43 ENVELOPES, FOR W-2 FORMS 310-420-723-0160 Envelope, Plain, for W-2 forms window, open side, side seam, 24# white wove, 5.750" X 8.875", special window shall be a rectangle, 1.125" X 3.125", located 1.00" from the left side and 1.625" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 -15M $23.96 16 - 50M $23.46 51 - 150M $22.97 151 - 250M $22.47 251M+ $21.97 GROUP TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE COMMODITY NUMBER 310-420-721-0115 Envelope, #6-3/4 standard window, printed, open side, diagonal seam, 24# white wove, 3.625" X 6.500". QUANTITY BREAK PRICE/M �j3- 935 5 -15M $12.53 16 - 50M $12.27 51 - 150M $12.01 151 - 250M $11.75 251M+ $11.48 310-420-721-0125 Envelope, #7-3/4 standard window, printed, diagonal seam, 24#q white 310-420-721-0155 Envelope, #10 standard window, printed, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $13.15 16 - 50M $12.88 51 - 150M $12.60 �J3- 935 wove, 3.875" X 7.500". QUANTITY BREAK PRICE/M 5 - 15M $15.58 16 - 50M $15.25 51 - 150M $14.93 151 - 250M $14.60 251M + $14.28 310-420-721-0135 Envelope, check style, standard window, printed, open side, diagonal seam, 24# white wove, 3.625" X 8.625". QUANTITY BREAK PRICE/M 5 - 15M $15.96 16 - 50M $15.63 51 - 150M $15.30 151 - 250M $14.96 251M+ $14.63 310-420-721-0145 Envelope, #9 standard window, printed, open side, diagonal seam, 24# white wove, 3.875" X 8.875". QUANTITY BREAK PRICE/M 5 - 15M $13.45 16 - 50M $13.17 51 - 150M $12.89 151 - 250M $12.61 251M+ $12.33 310-420-721-0155 Envelope, #10 standard window, printed, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $13.15 16 - 50M $12.88 51 - 150M $12.60 �J3- 935 151 - 250M $12.33 251M+ $12.06 310-420-721-0165 Envelope, #10 standard window, printed, open side, diagonal seam, 24# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M A 5 - 15M $14.22 16 - 50M $13.92 51 - 150M $13.63 151 - 250M $13.33 251M+ $13.04 FOR W-2 FORMS 310-420-723-0060 Envelope, for W-2 forms window, printed, open side, side seam, 24# white wove, 5.750" X 8.875", special window shall be 1.125" X 3.125", located 1" from the left side and 1.625" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $24.29 16 - 50M $23.78 51 - 150M $23.28 151 - 250M $22.77 251M+ $22.26 SPECIAL WINDOW 310-420-800-0200 Envelope, special, special window, printed (inverted), open side, white wove, 24#, diagonal seam, 6.000" x 9.500". Window size and position: Window shall be a rectangle, 1.125" x 3.625" positioned 4.875" from the left side and 4.125" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $25.92 16 - 50M $25.38 51 - 150M $24.84 151 - 250M $24.30 251M+ $23.76 INSIDE DELIVERY CHARGE PER CARTON FOR GROUP I = $ 2.00 VENDOR MAC PAPER, INC. 03- 935 GROUP2 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK B - WHITE WOVE RECYCLED CONTENT COMMODITY NUMBER 310-420-730-0020 Envelope, #6-3/4 plain, recycled content, open side, diagonal seam, 24# white wove, 3.625" X 6.500". QUANTITY $11.58 BREAK PRICE/M 5 -15M $9.76 16 - 50M $9.55 51 - 150M $9.35 151 - 250M $9.15 251M+ $8.95 310-420-730-0040 Envelope, #9 plain, recycled content, open side, diagonal seam, 24# white wove, 3.875" X 8.875". QUANTITY BREAK PRICE/M 5 - 15M $11.46 16 - 50M $11.22 51 - 150M $10.98 151 - 250M $10.74 251M + $10.51 310-420-730-0050 Envelope, #10 plain, recycled content, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $11.58 16 - 50M $11.34 51 - 150M $11.10 151 - 250M $10.86 251M+ $10.62 310-420-730-0060 Envelope, #10 plain, recycled content, open side, diagonal seam, 24# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M ij3- Sl 5 - 15M $12.84 16 - 50M $12.57 51 - 150M $12.31 151 - 250M $12.04 251M+ $11.77 GROUP2 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK B - WHITE WOVE CLASS 1 RECYCLED CONTENT REGULAR ENVELOPE, PRINTF COMMODITY NUMBER 310-420-730-0115 Envelope, #6-3/4 printed, recycled content, open side, diagonal seam, 24# $13.74 white wove, 3.625" X 6.500". QUANTITY 51 - 150M BREAK PRICE/M 5 - 15M $10.56 16 - 50M $10.34 51-150M $10.12 151 - 250M $9.90 251M+ $9.68 310-420-730-0125 Envelope, #7-3/4 printed, recycled content, open side, diagonal seam, 24# 310-420-730-0145 Envelope, #9 printed, recycled content, open side, diagonal seam, 24# white wove, 3.875" X 7.500". QUANTITY BREAK PRICE/M 5 - 15M $13.74 16 - 50M $13.45 51 - 150M $13.17 151 - 250M $12.87 251M + $12.60 310-420-730-0145 Envelope, #9 printed, recycled content, open side, diagonal seam, 24# oj3-- 935 white wove, 3.875" X 8.875". QUANTITY BREAK PRICE/M 5 - 15M $12.91 16-50M $12.64 51 - 150M $12.37 oj3-- 935 151 - 250M $12.11 251M+ $11.84 310-420-730-0155 Envelope, #10 printed, recycled content, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M E 5 - 15M $13.03 16 - 50M $12.76 51 - 150M $12.49 151 - 250M $12.22 251M + $11.95 310-420-730-0165 Envelope, #10 printed, recycled content, open side, diagonal seam, 24# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $13.73 16-50M $13.44 51-150M $13.16 151 - 250M $12.87 251M+ $12.58 rm3tI11 W TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE RECYCLED CONTENT CLASS 2 WINDOW ENVELOPE, PLAIN COMMODITY NUMBER 310-420-731-0040 QUANTITY BREAK 5 - 15M 16-50M 51 - 150M 151 - 250M 251M+ Envelope, #9 standard window, recycled content, open side, diagonal seam, 24# white wove, 3.875" X 8.875". PRICE/M $13.30 $13.02 $12.74 $12.47 $12.19 ;-43- 935 310-420-731-0050 Envelope, #10 standard window, recycled content, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 -15M $12.83 16 - 50M $12.56 51 - 150M $12.29 151 - 250M $12.03 251M + $11.76 310-420-731-0060 Envelope, #10 standard window, recycled content open side, diagonal seam, 24# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $14.10 16-50M $13.81 51 - 150M $13.51 151 - 250M $13.22 251M + $12.93 W-2 FORMS, 310-420-733-0160 Envelope, for W-2 forms, window, recycled content, open side, side seam, 24# white wove, 5.750" X 8.875" with special window, 1.125" X 3.125", located 1.00" from left and 1.625" from bottom. QUANTITY BREAK PRICE/M 5 -15M $24.90 16 - 50M $24.38 51 - 150M $23.86 151 - 250M $23.34 251M + $22.83 GROUP2 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE WOVE RECYCLED CONTENT 310-420-731-0115 Envelope, #6-3/4, standard window, printed, recycled content, open side, diagonal seam, 24# white wove, 3.625" X 6.500". �J3- 935 QUANTITY side, diagonal seam, 24# white wove, 3.625" X 8.625". BREAK PRICE/M 5 - 15M $11.69 16 - 50M $11.44 51 - 150M $11.20 151 - 250M $10.96 251M+ $10.71 310-420-731-0125 Envelope, #7-3/4, standard window, printed, recycled content, open side, 310-420-731-0145 diagonal seam, 24# white wove, 3.875" X 7.500". QUANTITY diagonal seam, 24# white wove, 3.875" X 8.875". BREAK PRICE/M 5 - 15M $14.87 16 - 50M $14.56 51 - 150M $14.25 151 - 250M $13.94 251M+ $13.63 310-420-731-0135 Envelope, check style, standard window, printed, recycled content, open �j3- 93" side, diagonal seam, 24# white wove, 3.625" X 8.625". QUANTITY BREAK PRICEIM 5 - 15M $15.28 16 - 50M $14.96 51 - 150M $14.64 151 - 250M $14.32 251M+ $14.00 310-420-731-0145 Envelope, #9, standard window, printed, recycled content, open side, diagonal seam, 24# white wove, 3.875" X 8.875". QUANTITY BREAK PRICE/M 5 - 15M $14.05 16 - 50M $13.76 51 - 150M $13.47 151 - 250M $13.17 251M+ $12.88 310-420-731-0155 Envelope, #10, standard window, printed, recycled content, open side, diagonal seam, 20# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M �j3- 93" 5 - 15M $13.58 16 - 50M $13.30 51 - 150M $13.02 151 - 250M $12.74 251M + $12.45 310-420-731-0165 Envelope, #10, standard window, printed, recycled content, ©pep side, diagonal seam, 24# white wove, 4.125" X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $14.89 16 - 50M $14.58 51 - 150M $14.27 151 - 250M $13.96 251M + $13.65 310-420-733-0060 Envelope, for W-2 forms, window, printed, recycled content, open side, side seam, 24# white wove, 5.750" X 8.875", with special window, 1.125" X 3.125", located 1.00" from left and 1.625" from bottom. QUANTITY BREAK PRICE/M 5 -15M $25.26 16 - 50M $24.73 51 - 150M $24.21 151 - 250M $23.68 251M+ $23.16 ENVELOPES, SPECIAL 310-420-820-0210 Envelope, special, special window, printed (inverted), recycled content, open side, 24# white wove, diagonal seam, 6.000" x 9.500". Window size and position: Window shall be a rectangle, 1.125" x 3.625", positioned 4.875" from the left side and 4.125" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $27.07 16 - 50M $26.51 51 - 150M $25.94 151 - 250M $25.38 251M+ $24.82 p)3- 935 INSIDE DELIVERY CHARGE PER CARTON FOR GROUP 2 $ 2.00 VENDOR MAC PAPER, INC. �J3-- 935 GROUP3 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK C - WHITE KRAFT COMMODITY NUMBER t 310-070-380-0004 Envelope, #10 double window, plain, white, open side, diagonal seam, 24# White Kraft, 4.125" X 9.500". Bottom window size and position: Window shall be a rectangle, 1.25" x 4.75", positioned 4.25" from the left side and 0.625 from the bottom of the envelope. Top window size and position: Window shall be a rectangle 1.0" x 4.0", positioned 0.6875" from the left side and 2.25" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $19.03 16 - 50M $18.64 51 - 150M $18.24 151 - 250M $17.85 251M+ $17.45 310-070-380-0007 Envelope, #10 standard window, plain, open side, diagonal seam, 24# White Kraft, 4.125 X 9.500". QUANTITY BREAK PRICE/M 5 - 15M $19.57 16 - 50M $19.16 51 - 150M $18.76 151 - 250M $18.35 251M+ $17.95 310-070-380-0008 Envelope, #10 double window, plain, white, open side, diagonal seam, 28# White Kraft, 4.125" X 9.500". Bottom window size and position: Window shall be a rectangle, 1.0" x 4.50", positioned 4.50" from the left side and 0.625 from the bottom of the envelope. 03- 935 Top window size and position: Window shall be a rectangle .75" x 3.5", positioned 0.625" from the left side and 2.750" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $20.54 16 - 50M $20.12 51 - 150M $19.70 151 - 250M $19.26 251M + $18.85 310-070-380-0009 Envelope, #10 double window, plain, white, open side, diagonal seam, 28# White Kraft, 4.125" X 9.500". Bottom window size and position: Window shall be a rectangle, 1.125" x 4.500", positioned 0.9375" from the left side and 0.500 from the bottom of the envelope. Top window size and position: Window shall be a rectangle 1.125" x 4.500", positioned 0.9375" from the left side and 2.500" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $20.54 16 - 50M $20.12 51 - 150M $19.70 151 - 250M $19.26 251M + $18.85 GROUP3 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK A - WHITE KRAFT' COMMODITY NUMBER 310-070-380-0204 Envelope, #10 double window, printed, white, open side, diagonal seam, 24# White Kraft, 4.125" X 9.500". Bottom window size and position: Window shall be a rectangle, 1.25" x 4.75", positioned 4.25" from the left side and 0.625 from the bottom of the envelope. Top window size and position: Window shall be a rectangle 1.0" x 4.0", positioned 0.6875" from the left side and 2.25" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $21.22 �j3- 935 16 - 50M $20.78 51 - 150M $20.34 151 - 250M $19.90 251M+ $19.45 310-070-380-0200 Envelope, #10 standard window, printed, open side, diagonal seam, 24# White Kraft, 4.125 X 9.500". Endorsement: Do Not Forward QUANTITY BREAK PRICE/M 5 - 15M $19.58 16 - 50M $19.18 51 - 150M $18.76 151 - 250M $18.35 251M + $17.95 310-070-380-0220 Envelope, #10 double window, printed, white, open side, diagonal seam, 28# White Kraft, 4.125" X 9.500". Bottom window size and position: Window shall be a rectangle, 1.0" x 4.50", positioned 4.50" from the left side and 0.625 from the bottom of the envelope. Top window size and position: Window shall be a rectangle .75" x 4.0", positioned 0.625" from the left side and 2.750" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $22.80 16 - 50M $22.30 51 - 150M $21.85 151 - 250M $21.35 251M+ $20.90 310-070-380-0230 Envelope, #10 double window, printed, white, open side, diagonal seam, 28# White Kraft, 4.125' X 9.500". Bottom window size and position: Window shall be a rectangle, 1.125' x 4.500", positioned 0.9375" from the left side and 0.500 from the bottom of the envelope. Top window size and position: Window shall be a rectangle 1.125' x 4.500", positioned 0.9375" from the left side and 2.500" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $22.80 ij3- 93' 16 - 50M $22.30 51 - 150M $21.85 151 - 250M $21.35 251M + $20.90 GROUP3 E TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK D — BROWN KRAFT COMMODITY NUMBER 310-070-380-0005 Envelope, #9 double window, plain, brown, open side, diagonal seam, 28# Brown Kraft, 3.875" X 8.875". Bottom window size and position: Window shall be a rectangle, 1.125" x 4.0", positioned 4.250" from the left side and 0.50" from the bottom of the envelope. Top window size and position: Window shall be a rectangle 1.0" x 3.750", positioned 0.625" from the left side and 2.250" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $20.55 16 - 50M $20.12 51 - 150M $19.70 151 - 250M $19.26 251M+ $18.85 CROUP 3 TYPE I - COMMERCIAL (OPEN SIDE) PAPER STOCK D — BROWN KRAFT COMMODITY NUMBER 310-070-380-0205 Envelope, #9 double window, printed, brown, open side, diagonal seam, 28# Unbleached Kraft, 3.875" X 8.875". Bottom window size and position: Window shall be a rectangle, 1.125" x 4.0", positioned 4.250" from the left side and 0.50" from the bottom of the envelope. �J3- 935 Top window size and position: Window shall be a rectangle 1.0" x 3.750", positioned 0.625" from the left side and 2.250" from the bottom of the envelope. QUANTITY BREAK PRICE/M 5 - 15M $23.95 16 - 50M $23.45 51 - 150M $22.95 151 - 250M $22.50 251M+ $22.00 INSIDE DELIVERY CHARGE PER CARTON FOR GROUP 3 $ 2.00 VENDOR MAC PAPER, INC. 03- 935 GROUP4 TYPE II - CATALOG (OPEN END) PAPER STOCK D — BROWN KRAFT' CLASS 1 REGULAR ENVELOPE PLAIN COMMODITY NUMBER 310-070-390-0010 Envelope, 28# Kraft, Open End, Gummed Flap, Size 7" x 10" QUANTITY BREAK PRICE/M 1-9m $31.86 10 - 24M $30.60 25 - 49M $29.35 50 - 99M $28.70 310-070-390-0015 QUANTITY BREAK 1-9M 10-24M 25 - 49M 50 - 99M 310-070-390-0020 QUANTITY BREAK 1-9M 10 - 24M 25 - 49M 50 - 99M 310-070-390-0025 QUANTITY BREAK 1-9M 10-24M 25 - 49M 50 - 99M Envelope, 28# Kraft, Open End, Gummed Flap, Size 7.5" x 10.5" PRICE/M $34.30 $32.95 $31.60 $30.90 Envelope, 28# Kraft, Open End, Gummed Flap, Size 9" x 12" PRICE/M $35.95 $34.50 $33.10 $32.35 Envelope, 289 Kraft, Open End, Gummed Flap, Size 9.5" x 12.5" PRICE/M $39.40 $37.80 $36.25 $35.45 �j3- 935 310-070-390-0030 Envelope, 28# Kraft, Open End, Gummed Flap, Size 10" x 13". QUANTITY BREAK PRICE/M I - 9M $40.70 10 - 24M $39.05 t 25 - 49M $37.45 50 - 99M $36.60 310-070-390-0040 Envelope, 28# Kraft, Open End, Gummed Flap, Size 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $53.25 10-24M $51.10 25 - 49M $48.95 50 - 99M $47.90 310-070-390-0050 Envelope, 28# Kraft, Open End, Gummed Flap, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $62.65 10 - 24M $60.15 25 - 49M $57.65 50 - 99M $56.40 310-070-400-0010 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size T' x 10". QUANTITY BREAK PRICE/M 1 - 9M $44.50 10 - 24M $42.75 25 - 49M $40.95 50 - 99M $40.05 310-070-400-0015 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 7.5" x 10.5". QUANTITY BREAK PRICE/M dJ3— 935 I- 9M $46.35 10 - 24M $44.50 25 - 49M $42.65 50 - 99M $41.75 310-070-400-0020 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 9" 25 - 49M x 12". QUANTITY ' BREAK PRICE/M 1 - 9M $47.00 10 - 24M $45.15 25 - 49M $43.25 50 - 99M $42.30 310-070-400-0025 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M 1 - 9M $52.70 10 - 24M $50.60 25 - 49M $48.50 50 - 99M $47.45 310-070-400-0020 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 310-070-400-0040 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $53.35 10 - 24M $51.25 25 - 49M $49.10 50 - 99M $48.05 310-070-400-0040 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 03- 930 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $66.55 10 - 24M $63.90 25 - 49M $61.20 50 - 99M $59.90 03- 930 310-070-400-0050 Envelope, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size QUANTITY BREAK PRICE/M 1 - 9M 12" x 15.5". QUANTITY $59.30 BREAK PRICE/M 1 - 9M $77.25 10 - 24M $74.15 25 - 49M R $71.05 t 50 - 99M $69.50 310-070-400-0005 Envelope, 32# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 4.625" x 6.75". $39.85 QUANTITY BREAK PRICE/M 1 - 9M $61.75 10 - 24M $59.30 25 - 49M $56.80 50 - 99M $55.60 310-070-650-0005 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 6" x 911. QUANTITY BREAK PRICE/M I - 9M $41.50 10 - 24M $39.85 25 - 49M $38.20 50 - 99M $37.35 310-070-650-0010 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 7" x 10". QUANTITY BREAK PRICE/M 1 - 9M $45.40 10 - 24M $43.60 25 - 49M $41.80 50 - 99M $40.90 310-070-650-0015 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 7.5" x 10.5". QUANTITY BREAK PRICE/M 1 - 9M $47.40 oa-- 935 10 - 24M $45.50 25 - 49M $43.60 50 - 99M $42.65 310-070-650-0020 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 9" x 12". QUANTITY R BREAK PRICE/M 1 - 9M $41.10 10 - 24M $39.45 25 - 49M $37.80 50 - 99M $37.00 310-070-650-0025 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M I - 9M $43.90 10 - 24M $42.15 25 - 49M $40.40 50 - 99M $39.55 310-070-650-0030 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $49.70 10 - 24M $47.70 25 - 49M $45.75 50 - 99M $44.75 COMMODITY NUMBER 310-070-650-0040 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 10" x 15". QUANTITY BREAK PRICE/M 1-9m $70.10 10 24M $67.30 25 - 49M $64.50 50 - 99M $63.10 03- 935 310-070-650-0050 Envelope, 28# Kraft, Open End, Press and Seal Flap, Size 12" x 15.5". QUANTITY PRICE/M BREAK PRICE/M 1-9m $81.30 10 - 24M $78.05 25 - 49M $74.80 50 - 99M $73.20 310-070-390-0110 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, Size 7" x 10" QUANTITY BREAK PRICE/M 1 - 9M $39.35 10 - 24M $37.75 25 - 49M $36.20 50 - 99M $35.40 GROUP 4 TYPE II - CATALOG (OPEN END) PAPER STOCK D — BROWN KRAFT CLASS 1 FGULAR ENVELOPE PRINTED COMMODITY NUMBER 310-070-390-0115 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, Size 7.5" x 10.5" QUANTITY BREAK PRICE/M 1-9m $40.45 10 - 24M $38.80 25 - 49M $37.20 50 - 99M $36.40 310-070-390-0120 QUANTITY BREAK 1-9M 10 - 24M 25 - 49M Envelope, Printed, 28# Kraft, Open End, Gummed Flap, Size 9" x 12" PRICE/M $43.55 $41.80 $40.05 ij3-- 935 50 - 99M $39.20 310-070-390-0125 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, Size 9.5" x 12.5" QUANTITY BREAK PRICE/M 1 - 9M $47.15 R E 10 - 24M $45.25 25 - 49M $43.40 50 - 99M $42.45 310-070-390-0130 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $48.50 10 - 24M $46.60 25 - 49M $44.65 50 - 99M $43.65 310-070-390-0140 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, Size 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $61.15 10 - 24M $58.70 25 - 49M $56.25 50 - 99M $55.05 310-070-390-0150 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $70.80 10 - 24M $67.95 25 - 49M $65.15 50 - 99M $63.70 ;J3- 935 310-070-400-0110 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 7" x 10". QUANTITY BREAK PRICE/M 1 - 9M $55.50 10 - 24M $53.30 ' 25 - 49M $51.10 50 - 99M $49.95 310-070-400-0115 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 7.5" x 10.5". QUANTITY $63.55 BREAK PRICE/M 1 - 9M $58.60 10 - 24M $56.25 25 - 49M $53.95 50 - 99M $52.75 310-070-400-0120 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 9" x 12". QUANTITY BREAK PRICE/M 1 - 9M $61.30 10 - 24M $58.85 25 - 49M $56.40 50 - 99M $55.15 310-070-400-0125 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M 1 - 9M $63.55 10 - 24M $61.00 25 - 49M $58.45 50 - 99M $57.20 �j3- 935 310-070-400-0130 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $66.25 10 - 24M $63.60 t 25 - 49M $60.95 50 - 99M $59.60 310-070-400-0140 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 10" x 15". QUANTITY BREAK PRICE/M I - 9M $78.95 10 - 24M $75.80 25 - 49M $72.65 50 - 99M $71.05 310-070-400-0150 Envelope, Printed, 28# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $87.75 10 - 24M $84.25 25 - 49M $80.75 50 - 99M $79.00 310-070-400-0105 Envelope, Printed, 32# Kraft, Open End, Gummed Flap, With Metal Clasp, Size 4.625" x 6.75". QUANTITY BREAK PRICE/M 1-9m $67.75 10 - 24M $65.05 25 - 49M $62.35 50 - 99M $61.00 �J � 5 4 w.. 310-070-650-0105 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 6" x 9". QUANTITY BREAK PRICE/M 1 - 9M $48.85 10 - 24M $46.90 ` 25 - 49M $44.95 50 - 99M $43.95 310-070-650-0110 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 7" x 10". QUANTITY BREAK PRICE/M 1 - 9M $52.85 10 - 24M $50.75 25 - 49M $48.60 50 - 99M $47.55 310-070-650-0115 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 7.5" x.,, 10.5". QUANTITY BREAK PRICE/M I - 9M $54.90 10 - 24M $52.70 25 - 49M $50.50 50 - 99M $49.40 310-070-650-0120 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 9" x 12". QUANTITY BREAK PRICE/M 1 - 9M $59.20 10 - 24M $56.80 25 - 49M $54.45 50 - 99M $53.25 03- 935 310-070-650-0125 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M 10 - 24M ' t 1 - 9M $61.95 10 - 24M $59.50 25 - 49M $57.00 50 - 99M $55.75 310-070-650-0130 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $57.50 10 - 24M $55.20 25 - 49M $52.90 50 - 99M $51.75 310-070-650-0140 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $78.00 10 - 24M $74.90 25 - 49M $71.80 50 - 99M $70.25 310-070-650-0150 Envelope, Printed, 28# Kraft, Open End, Press and Seal Flap, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $89.50 10 - 24M $85.90 "'3- 935 V 25 - 49M $82.35 50 - 99M $80.50 310-070-170-0010 Envelope, Open End, Interdepartmental; printed - stock ruled in one color (black) ink for approximately forty (40) routings with normal stock column headings; shall have a minimum four (4) '/4" holes drilled equidistant and through envelope to view contents; stock reinfoiced button and string flap (no gum); 32# Kraft, size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $102.20 10 - 24M $101.25 25 - 49M $100.35 50 - 99M $99.40 GROUP 4 TYPE II - CATALOG (OPEN END) PAPER STOCK D — BROWN KRAFT 011 ►U' MO' 310-070-650-0018 Envelope, Open End, Window, #24 lb., Kraft, press and seal flap, size 9" x 12". Window Position: Window shall be a rectangle, 1.50" high x 3.0" long. Window shall be positioned 0.625" from the left edge and 8.0" from the bottom. QUANTITY BREAK PRICE/M 1 - 9M $76.15 10 - 24M $73.10 25 - 49M $70.05 50 - 99M $68.50 310-070-650-0122 Envelope, Open End, Window, printed, 24 lb. Kraft, press and seal flap, size 9" x 12"; Window Position: Window shall be a rectangle, 1.50" high x 3.0" long. Window shall be positioned 0.625" from the left edge and 8.0" from the bottom. QUANTITY BREAK PRICE/M 1 - 9M $88.30 10 - 24M $84.75 �J3- 935 25 - 49M $81.25 50 - 99M $79.45 GROUP4 TYPE III - CATALOG (OPEN SIDE) PAPER STOCK D — BROWN KRAFT COMMODITY NUMBER 310-070-380-0010 Envelope, 28# Kraft, Open Side, Gummed Flap, Size 9" x 12". QUANTITY BREAK PRICE/M I- 9M $35.70 10 - 24M $34.25 25 - 49M $32.85 50 - 99M $32.10 GROUP4 TYPE III - CATALOG (OPEN SIDE) PAPER STOCK D — BROWN KRAFT COMMODITY NUMBER 310-070-170-0020 Envelope, Open Side, Interdepartmental; printed - stock ruled in one color (black) ink for approximately twenty (20) routings with normal stock column headings; center drilled through envelope to view contents; gummed flap; 28# Kraft, size 4.75" x 11" (#12 STD). QUANTITY BREAK PRICE/M 1 - 9M $51.40 10 - 24M $49.35 25 - 49M $47.30 50 - 99M $46.25 310-070-380-0210 Envelope, Printed; 28# Kraft, open side, gummed flap, no clasp, size 9" x 12". QUANTITY BREAK PRICE/M �J3- 935 I- 9M $42.00 10 - 24M $40.30 25 - 49M $38.65 50 - 99M $37.80 INSIDE DELIVERY CHARGE PER CARTON FOR GROUP 4 $ 2.00 1. F VENDOR MAC PAPER, INC. 93- 935 GROUP5 _TYPE II - CATALOG (OPEN END) PAPER STOCK E — BROWN KRAFT RECYCLED CONTENT CLASS 1 REGULAR ENVELOPE. PLAIN COMMODITY NUMBER E 310-070-391-0010 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 7" x 10" QUANTITY BREAK PRICE/M 1-9m $32.85 10 - 24M $31.50 25 - 49M $30.20 50 - 99M $29.55 310-070-391-0015 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 310-070-391-0020 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 9" 7.5" x 10.5" QUANTITY BREAK PRICE/M 1-9m $35.35 10 - 24M $33.95 25 - 49M $32.50 50 - 99M $31.80 310-070-391-0020 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 9" 03- 935 x 12" QUANTITY BREAK PRICE/M 1 - 9M $37.40 10 - 24M $35.90 25 - 49M $34.40 50 - 99M $33.65 310-070-391-0025 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 9.5" x 12.5" QUANTITY BREAK PRICE/M 1-9m $40.90 10 - 24M $39.30 03- 935 25 - 49M $37.65 50 - 99M $36.85 310-070-391-0030 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size BREAK 10" x 13". QUANTITY 1 - 9M BREAK PRICE/M 1 - 9M $42.35 10 - 24M $40.65 25 - 49M $38.95 50 - 99M $38.10 310-070-391-0040 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 310-070-401-0015 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 7.5" x 10.5". QUANTITY NJ3- 935 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $55.05 10 - 24M $52.85 25 - 49M $50.65 50 - 99M $49.55 310-070-391-0050 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $64.90 10 - 24M $62.30 25 - 49M $59.70 50 - 99M $58.40 310-070-401-0010 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 7" x 1011. QUANTITY BREAK PRICE/M 1-9M $58.30 10 - 24M $55.95 25 - 49M $53.60 50 - 99M $52.45 310-070-401-0015 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 7.5" x 10.5". QUANTITY NJ3- 935 BREAK PRICE/M 1-9M $60.30 10 - 24M $57.90 25 - 49M $55.45 50 - 99M $54.25 310-070-401-0020 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 9" x 12". QUANTITY BREAK PRICE/M I - 9M $62.55 10 - 24M $60.05 25 - 49M $57.55 50 - 99M $56.30 310-070-401-0025 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M 1 - 9M $65.10 10 - 24M $62.50 25 - 49M $59.85 50 - 99M $58.60 310-070-401-0030 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 10" x 13". QUANTITY BREAK PRICE/M 1-9M $67.60 10 - 24M $64.90 25 - 49M $62.15 50 - 99M $60.80 310-070-401-0040 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $82.80 10 - 24M $78.90 25 - 49M $75.65 50 - 99M $74.00 ij3— 310-070-401-0050 Envelope, 28# Kraft, Recycled Content, Open End, Gummed Flap, With ;J3— 935 Metal Clasp, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $92.10 10 - 24M $88.40 25 - 49M $84.70 ` 50 - 99M $82.90 310-070-401-0005 Envelope, 32# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 4.625" x 6.75". QUANTITY BREAK PRICE/M 1 - 9M $62.50 10 - 24M $60.00 25 - 49M $57.50 50 - 99M $56.25 310-070-651-0005 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 6" x 9". QUANTITY BREAK PRICE/M I - 9M $42.30 10 - 24M $40.60 25 - 49M $38.95 50 - 99M $38.10 310-070-651-0010 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 7" x 10". QUANTITY BREAK PRICE/M 1 - 9M $46.40 10 - 24M $44.55 25 - 49M $42.70 50 - 99M $41.75 310-070-651-0015 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 7.5" x 10.5". QUANTITY BREAK PRICE/M I - 9M $48.45 ;J3— 935 10 - 24M $46.55 25 - 49M $44.60 50 - 99M $43.60 310-070-651-0020 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, 10 - 24M Size 9" x 12". QUANTITY $66.25 BREAK PRICE/M I - 9M $52.95 10 - 24M $50.85 25 - 49M $48.75 50 - 99M $47.65 310-070-651-0025 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M 1 - 9M $55.80 10 - 24M $53.55 25 - 49M $51.35 50 - 99M $50.20 310-070-651-0030 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $51.45 10 - 24M $49.40 25 - 49M $47.30 50 - 99M $46.30 310-070-651-0040 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, 03- 93� Size 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $72.00 10 - 24M $69.15 25 - 49M $66.25 50 - 99M $64.80 310-070-651-0050 Envelope, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 12" x 15.5". 03- 93� QUANTITY BREAK PRICE/M I - 9M $83.70 10 - 24M $80.35 25 - 49M $77.00 50 - 99M $75.30 10 - 24M $41.15 GROUP 5 TYPE II - CATALOG (OPEN END) PAPER STOCK E — BROWN KRAFT RECYCLED CONTENT CLASS 1 REGULAR ENVELOELTRINIED COMMODITY NUMBER 310-070-391-0110 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 7" x 10" QUANTITY BREAK PRICE/M 1-9m $40.30 10 - 24M $38.65 25 - 49M $37.05 50 - 99M $38.25 310-070-391-0115 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed xJ3-- 935 Flap, Size 7.5" x 10.5" QUANTITY BREAK PRICE/M 1-9m $42.85 10 - 24M $41.15 25 - 49M $39.45 50 - 99M $38.60 310-070-391-0120 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 9" x 12" QUANTITY BREAK PRICE/M 1-9m $45.15 10 - 24M $43.30 25 - 49M $41.50 50 - 99M $40.60 xJ3-- 935 310-070-391-0125 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed 310-070-391-0130 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 9.5" x 12.5" QUANTITY BREAK PRICE/M 1 - 9M $48.75 10 - 24M $46.80 25 - 49M $44.85 50 - 99M $43.85 310-070-391-0130 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed 310-070-401-0110 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 7" x 10". QUANTITY BREAK PRICE/M I - 9M $65.75 �J3- 935 Flap, Size 10" x 13". QUANTITY BREAK PRICE/M I - 9M $50.20 10 - 24M $48.20 25 - 49M $46.20 50 - 99M $45.20 310-070-391-0140 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 10" x 15". QUANTITY BREAK PRICE/M 1 - 9M $63.05 10 - 24M $60.50 25 - 49M $58.00 50 - 99M $56.75 310-070-391-0150 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $73.15 10 - 24M $70.20 25 - 49M $67.30 50 - 99M $65.80 310-070-401-0110 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 7" x 10". QUANTITY BREAK PRICE/M I - 9M $65.75 �J3- 935 10 - 24M $63.10 25 - 49M $60.50 50 - 99M $59.15 310-070-401-0115 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed 10 - 24M Flap, With Metal Clasp, Size 7.5" x 10.5". QUANTITY $67.05 BREAK PRICE/M ' 1 - 9M $67.80 10 - 24M $65.10 25 - 49M $62.40 50 - 99M $61.00 310-070-401-0120 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed 10 - 24M Flap, With Metal Clasp, Size 9" x 12". QUANTITY $70.00 BREAK PRICE/M 1 - 9M $70.30 10 - 24M $67.50 25 - 49M $64.70 50 - 99M $63.30 310-070-401-0125 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed 310-070-401-0140 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 10" x 15". 0)3- 935 Flap, With Metal Clasp, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M 1-9M $72.90 10 - 24M $70.00 25 - 49M $67.05 50 - 99M $65.60 310-070-401-0130 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $76.00 10 - 24M $72.95 25 - 49M $70.00 50 - 99M $68.40 310-070-401-0140 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 10" x 15". 0)3- 935 QUANTITY Flap, Size 6" x 9". BREAK PRICE/M 1-9M $90.20 10 - 24M $86.60 25 - 49M $82.95 50 - 99M $81.15 50 - 99M R t 310-070-401-0150 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $100.30 10 - 24M $96.30 25 - 49M $92.30 50 - 99M $90.30 310-070-401-0105 Envelope, Printed, 32# Kraft, Recycled Content, Open End, Gummed Flap, With Metal Clasp, Size 4.625" x 6.75". QUANTITY BREAK PRICE/M 1 - 9M $69.85 10 - 24M $67.05 25 - 49M $64.25 50 - 99M $62.85 310-070-651-0105 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal "J3- 935 Flap, Size 6" x 9". QUANTITY BREAK PRICE/M 1 - 9M $49.70 10 - 24M $47.70 25 - 49M $45.70 50 - 99M $44.70 310-070-651-0110 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 7" x 10". QUANTITY BREAK PRICE/M 1 - 9M $53.85 10 - 24M $51.70 25 - 49M $49.55 "J3- 935 50 - 99M $48.45 310-070-651-0115 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal BREAK Flap, Size 7.5" x 10.5". QUANTITY $63.60 BREAK PRICE/M 1 - 9M $56.00 ` 10 - 24M $53.75 25 - 49M $51.50 50 - 99M $50.40 310-070-651-0120 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal BREAK Flap, Size 9" x 12". QUANTITY $65.25 BREAK PRICE/M 1 - 9M $60.70 10 - 24M $58.30 25 - 49M $55.85 50 - 99M $54.65 310-070-651-0125 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal 310-070-651-0140 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 10" x 15". QUANTITY BREAK PRICE/M 03- 935 Flap, Size 9.5" x 12.5". QUANTITY BREAK PRICE/M 1 - 9M $63.60 10 - 24M $61.05 25 - 49M $58.50 50 - 99M $57.25 310-070-651-0130 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $65.25 10 - 24M $62.65 25 - 49M $60.05 50 - 99M $58.75 310-070-651-0140 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 10" x 15". QUANTITY BREAK PRICE/M 03- 935 I- 9M $80.00 10 - 24M $76.80 25 - 49M $73.60 50 - 99M $72.00 310-070-651-0150 Envelope, Printed, 28# Kraft, Recycled Content, Open End, Press and Seal Flap, Size 12" x 15.5". QUANTITY BREAK PRICE/M 1 - 9M $91.90 10 - 24M $88.25 25 - 49M $84.55 50 - 99M $82.75 310-070-171-0010 Envelope, Open End, Interdepartmental; printed - stock ruled in one color (black) ink for approximately forty (40) routings with normal stock column headings; shall have a minimum four (4) ''A" holes drilled equidistant and through envelope to view contents; stock reinforced button and string flap (no gum); 32# Kraft, size 10" x 13". QUANTITY BREAK PRICE/M 1 - 9M $103.90 10 - 24M $102.95 25 - 49M $102.00 50 - 99M $101.05 GROUP 5 TYPE II - CATALOG (OPEN END) PAPER STOCK E — BROWN KRAFT RECYCLED CONTENT COMMODITY NUMBER 310-070-651-0018 Envelope, Recycled Content, Open End, Window, #24 lb., Kraft, press and seal flap, size 9" x 12". Window Position: Window shall be a rectangle, 1.50" high x 3.0" long. Window shall be positioned 0.625" from the left edge and 8.0" from the bottom. QUANTITY BREAK PRICE/M 1-9m $77.50 �j3_ 53JJ 10 - 24M $74.40 25 - 49M $71.30 50 - 99M $69.75 GROUPS TYPE II - CATALOG (OPEN END) PAPER STOCK E — BROWN KRAFT RECYCLED CONTENT t COMMODITY NUMBER 310-070-651-0122 Envelope, Recycled Content, Open End, Window, printed, 24 lb. Kraft, open end, press and seal flap, size 9" x 12"; Window Position: Window shall be a rectangle, 1.50" high x 3.0" long. Window shall be positioned 0.625" from the left edge and 8.0" from the bottom. QUANTITY BREAK PRICE/M 1 - 9M $89.70 10 - 24M $86.10 25 - 49M $82.50 50 - 99M $80.70 GROUPS TYPE III - CATALOG (OPEN SIDE) PAPER STOCK E — BROWN KRAFT RECYCLED CONTENT COMMODITY NUMBER 310-070-381-0010 Envelope, 28# Kraft, Recycled Content, Open Side, Gummed Flap, Size 9" x 12". QUANTITY BREAK PRICE/M 1-9m $35.70 10 - 24M $34.25 25 - 49M $32.85 50 - 99M $32.10 03- 935 GROUPS TYPE III - CATALOG (OPEN SIDW) PAPER STOCK E — BROWN KRAFT RECYCLED CONTENT COMMODITY NUMBER ' t 310-070-171-0020 Envelope, Open Side, Interdepartmental; printed - stock ruled in one color (black) ink for approximately twenty (20) routings with normal stock column headings; center drilled through envelope to view contents; gummed flap; 28# Kraft, size 4.75' x 11" (# 12 STD). QUANTITY BREAK PRICE/M 1 - 9M $52.25 10 - 24M $50.15 25 - 49M $48.05 50 - 99M $47.00 310-070-381-0210 Envelope, Printed; 28# Kraft, open side, gummed flap, no clasp, size 9" x 12". QUANTITY BREAK PRICE/M 1 - 9M $44.75 10 - 24M $42.95 25 - 49M $41.15 50 - 99M $40.25 INSIDE DELIVERY CHARGE PER CARTON FOR GROUP 5 $ 2.00 VENDOR MAC PAPER, INC. 93- 935 ADDITIONAL/OPTIONAL PRICING: Additional Price Per Thousand Window Envelopes With Other Than Standard Window Size And Placement (Except 310-420-723, -733, -800, And 810) $11.50 Additional Price Per Thousand For Inside Tint, Type I Only. $5.00 k Additional Price For: Green Diamond Border With Green Ink Indicia IM - 20M $17.75 >20M - 24M $15.70 >24M - 49M $14.80 >49M - 100M $12.65 > I OOM $8.35 Green Diamond Border With Black Ink Indicia IM - 20M $18.25 >20M - 24M $16.20 >24M - 49M $14.95 >49M - 100M $12.75 > l OOM $10.90 Additional Price Per Thousand For Printing Both Sides: White Wove < 25M $3.80 >25M $1.45 Kraft < 25M $3.80 >25M $1.45 CAMERA READY COPYING An Ordering Agency Will Supply Camera -Ready Copy For The Initial Order. Printer Will Retain In File For Repeat Orders. $0.00 An Ordering Agency Will Supply Camera -Ready Copy For The Initial Order. Printer Will Retain In File For Repeat Orders. $0.00 Changes In Camera Ready Copy Up To Two (2) Lines Flat Charge: Lot 1 $12.50 For Typesetting Over Two (2) Lines: Lot 2 $15.00 VENDOR MAC PAPER, INC. 03- 935 STYLE III, OPEN SIDE ENVELOPE 4.75" X 11 " 28# 71# 400 2000 9" X 12" 28# 50# 500 500 VENDOR MAC PAPER, INC. 93- 935 PACKAGING Envelope Quantity Quantity Number Envelope Size Box Carton 6-3/4 (24#) 3-5/8" X 6-1/2" 500 5000 7-3/4 3-7/8" X 7-1/2" 500 5000 Check 3-5/8" X 8-5/8" 500 2500 k 9 (24#) 3-7/8" X 8-7/8" 500 2500 9 (28#) 3-7/8" X 8-7/8" 500 2500 10 (20#) 4-1/8" X 9-1/2" 500 2500 10 (24#) 4-1/8" X 9-1/2" 500 2500 10 (28#) 4-1/8" X 9-1/2" 500 2500 Special (W-2) 5-3/4" X 8-7/8" 500 Special 6" x 9-1/2" 500 STYLE II, OPEN END ENVELOPE WEIGHT STANDARD PRESS GUMMED ENVELOPE LBS. GUM AND SEAL WITH CLASP SIZE SUB, PER M BOX CARTON BOX CARTON BOX CARTON 4.625" X 6.75" 32# 18# 100 1000 6" X 9" 28# 22# 500 500 100 1000 7" X 10" 28# 28# 500 500 100 500 7.5" X 10.5" 28# 32# 500 500 100 500 9" X 12" 28# 45# 500 500 100 500 9.5" X 12.5" 28# 49# 500 500 100 500 10" X 13" 28# 53# 500 500 100 500 10" X 15" 28# 69# 500 500 100 500 12" X 15.5" 28# 75# 500 500 100 500 10" X 13" 32# 57# 500 500 100 500 10" X 13" 32# 57# 500 500 100 250 STYLE III, OPEN SIDE ENVELOPE 4.75" X 11 " 28# 71# 400 2000 9" X 12" 28# 50# 500 500 VENDOR MAC PAPER, INC. 93- 935 ORDERING INSTRUCTIONS BIDDER: Mac Papers, Inc. SPURS VENDOR NUMBER: F59-1059698-002 Bid/Contract Administration t Please identify the person who will be responsible for administering the Contract on your behalf if award is made, and include an emergency contact phone number: Name: Jerry Shane Title: Senior Vice President Street Address: 3300 Phillips Highway — P.O. Box 5369, Jacksonville, FL 32207 E-mail Address: ierry.shane(a,macpapers.com Phone Number(s):800-622-2968 ext. 3377 Fax Number: 904-348-3340 If the person responsible for answering questions about the bid is different from the person identified above, please provide the same information for that person. Name: Title: Street Address: E-mail Address:_ Phone Number(s): Fax Number: Direct Orders Please provide the following information about where Customers should direct orders. You must provide a regular mailing address. If equipped to receive purchase orders electronically, you may also provide an Internet address. Street Address or P.O. Box: See Authorized Service Dealers City, State, Zip: Phone Number: Toll Free Number: Ordering Fax Number: Internet Address: Federal ID Number:_ Remit Address: City, State, Zip: 93- 935 MAC PAPERS, INC. AUTHORIZED SERVICE DEALERS F59-1059698-003 (A) JACKSONVILLE, FL 3350 PHILLIPS HIGHWAY NORTH POST OFFICE BOX 5369 JACKSONVILLE, FL 32207 BILL HARRIS, GENERAL MANAGER (904)396-5312 (800) 233-5734 FAX F59 -1059698-003(A) MIAMI, FL 5900 N.W. 176TH STREET (33015) P.O. BOX 172640 MIAMI, FL 33017-2640 STEVE COLLINS, GENERAL MANAGER (305) 362-9699 (305) 362-0262 FAX (800)432-3098 F59-1059698-005 (A) ORLANDO, FL 7601 KINGSPOINTE P/W (32819) POST OFFICE BOX 590115 ORLANDO, FL 32859-0115 GEORGE KIRBY, GENERAL MANAGER (407)370-5595 (800) 352-7330 FAX F59-1059698-004 (A) TAMPA, FL 1701 N. 50TH STREET (33619) POST OFFICE BOX 5657 TAMPA, FL 33675 LINSAY SIMS, GENERAL MANAGER (813) 247-3461 (800) 248-6927 FAX (800)227-1722 F59-1059698-090 (A) WEST PALM BEACH, FL 7970 CENTRAL INDUSTRIAL DRIVE, BUILDING #8 RIVIERA BEACH, FL 33404 E ROD HIGHSMITH, GENERAL MANAGER (561)840-1900 (800) 622-2860 FAX (800) 622-2845 F59 -1059698-090(A) MONTGOMERY, AL 6020 MONTICELLO DR. (36117) POST OFFICE BOX 240186 MONTGOMERY, AL 36124 LEE SHAFFER, GENERAL MANAGER (334) 244-8018 (334) 244-8092 FAX (800)633-5600 F59-1059698-001 (A) HAVANA, FL 1425 COMMERCE BLVD. HAVANA, FL 32333 CARTERWHIDDON, GENERAL MNGR (850)574-3700 (850)342-2696 (850) 574-3757 FAX (850) 356-7906 FAX F59-1059698-008 (A) MOBILE, AL 5525 COMMERCE BLVD., W. P.O. BOX 191207 MOBILE, AL 36619 JOHN WARREN, GENERAL MANAGER (334) 443-5622 (334) 443-8488 FAX ";3- 935 CONTRACT This Contract, effective on the last date signed below, is by and between the State of Florida, Department of Management Services ("Department"), an agency of the State of Florida with offices at 4050 Esplanade Way, Tallahassee, Florida 32399-0950, and the entity identified below as Contractor (individually, "Contractor") (the Contract is executed in counterparts; see attached sheets to identify all Contractors). E The Contractor responded to the Department's Invitation for Bid No. 16-310-000-C, Envelopes, Kraft and White Wove. The Department has determined to accept the Contractor's bid and to enter into this Contract in accordance with the terms and conditions of the solicitation. The specific products awarded to Contractor, and the maximum rates Contractor may charge Customers, are identified on the attached Price Sheets. Accordingly, and in consideration of the mutual promises contained in the Contract documents, the Department and the Contractor do hereby enter into this Contract, which is a state term contract authorized by section 287.042(2)(a) of the Florida Statutes (2001). The term of the Contract is the effective date to October 10, 2003. The Contract consists of the following documents, which, in case of conflict, shall have priority in the order listed, and which are hereby incorporated as if fully set forth: • Any written amendments to the Contract • This document, including Price Sheets • Technical Specifications • Instructions to Bidders • General Conditions • Any purchase order under the Contract • Contractor's bid State of Florida, Date Department of Management Services By: Cynthia A. Henderson, Secretary Contractor Name: (Seal) Street Address or P.O. Box: City, State, Zip: By: Its: Date Approved as to form and legality by the Department General Counsel's Office: Date 03- 935