HomeMy WebLinkAboutR-01-0870J-01-726
8/27/01
RESOLUTTOIN 1\10. v i a
A RESOLUTION OF Tr MIAMI CITY C-011MISSION
APPROVING THE PROCUREIIE'NT OF ONE SPAC ESAVER
HIGH DENSITY FILE SYSTEM AND RELATED SUPPLIES
FOR 7111 OrFTCI, O" HEARING BOARDS FROM UNITED
BUSINESS SYSTEMS, UNDER EXISTING STATL OF
1PLORIDA CONI RACT NO. 420-590-98-1, EFFEC:TTVE
THROUGH NOVEM5ER 13 2001, AND ANY
LX" -'L �S1OP]S, 1N 1�1\ hMOUN'1' (OT TO L.XC'EFD
$7, 500; ALLOCATTNG FUNDS FROM ACCOUNT CODE
NO. 001000.620101.6.340.
BE 1'1' RESOLVED BY TH'E COMMISSION OF 'i'H' CITY OF, M'_AM"f,
FLOR 1 DA:
CITY COMMISSION
MEETING OF
���► 1 � ar?�Jl
Fteeoludon M6
�.- 8170
Secl:i.on 1.
The procurement of
one spacesaver high
density
file system
and related supplies
for the Office of
Hearing
Boards from United
BLIS_i.ness S_ySterns,
under existing State
of. E'lori da C:onCract
No. 420-590-98-1,
effect: i ve L}arough
November_
"i_3, 2001, and
any extensions, in an
amount riot to exceed
$7,500,
is approved,
with funds allocated
from Account Code
No. 001000.8201.01.6.840.
CITY COMMISSION
MEETING OF
���► 1 � ar?�Jl
Fteeoludon M6
�.- 8170
Sect; an 2. This Reso'ution shall become of ective
ii rlediately upon its adoption and signat.i.a-c Of t:hO Mayo17=/
PASSED AND ADOPTED this 13th day of September 2001.
JOR CAROLLO, MAYOR
In 1 i<� �`n !)_ C�. Ir';^ t!)F? i1Ra;,or c!i ! I U� (lrl ��C+ i1n 11C`Y^I Of
1111:' IiFJl5lilt:111 b" !'!t:': i')i'�/'.'!Clfi�i, i,:11�.7 iI'?f.ilai�:Vi;:•1 (iiia'/
i7lJCO(nE3� t?le`CCtive lrllii'1 t110 c'.�:=i )�^ 01 lOrt (1�� '1Y. r '1'11 tllf3 iiii't:: t ti0(illll(�B' til.iiU:i
regarding sa mL', W00,31 the NILlYcr c'xlrrciyfE'VJ 0.
Walter 6,F#vfrrwln. City Clerk
ATTEST:
- - ...----------
WALTER J. POEMAN
CT'.PY Ch
W5578:db:L:3
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 adcated, if
Lhe Mayor vr.l.oes t.!;_s Ros-olution, it shall become etfec:t.i.ve imirled.ial:ei.y
upon ovex-ridc vs tt:c ve,.a by Che Cily Col, rdssion.
Page 2 of 2
uJi.— 8,0
• •
CITY OF MIAMI, FLORIDA =19
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members
To of thOe City Commission
RECOMMENDATION:
DATE: AUG
2 9 FILE:
SUBJECT: Resolution Authorizing the
Procurement of piling
System
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached .resolution
authorizing the purchase of a spacesaver high density file system and related supplies
from United Business Systems, as listed attached, utilizing existing State Contract No.
420-590-98-1. Funding for this acquisition, in an amount not to exceed $7,500, is
available from the Office of Hearing Boards; Account Code Number
001000.820101.6.840.
BACKGROUND:
The Office of Hearing Boards has a need to utilize State Contract No. 420-590-98-1 for
the acquisition of a new filing system. The Office of Hearing Boards is the . central
repository and keeps all documents relating to Code Enforcement cases and1p ans for
Planning and Zoning public hearing applications, including other legal documents.
This office has been drastically reduced in office space, in addition to working out of
boxes. This office needs to meet the deadlines for seven (7) boards. In order to perform
these duties efficiently and effectively, we are in need of acquiring a new filing system.
The spacesaver mechanical assist mobile file system has a fewer number of shelf units
and a much less floor space, which will in turn, provide twice the density of storage per
square foot of floor space, as compared to the office's current standard filing cabinets.
CG/DB/TL
1— $rt0
TO. Carlos Gimenez
AI
• •
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: July 19, 2001 FILE
City anager SUBJECT
Resolution Authorizing
Procurement of Filing
System
-FROM• REFERENCES' S y
Teresita L. Fernandez
Executive Secretary ENCLOSURES:
Office of Hearing Boards
The Office of Hearing Boards has verified with the Department of Management and
Budget that funds are available from the Office of Hearing Board's Account Code No.
001000.820101.6.840, in an amount not to exceed $7,500, for Fiscal Year 2000-2001, for
procurement of a filing system.
Budgetary Review and Approved by:
4— Linda Haskins, Director
Department of Management & Budget
city of Miami
management & Budget
Date .�I %, ?ad i
Time 3:
Amount of i
i_�6�Uo i
vailable In account nulWor:
Zoo I .y
Verifted by: SIG TORE
FROM : City of Miami Hearing 9W7 FAX NO. : 3054162035 Aug. 15 2001 09:5EAM P2
United
Business
Systems
March 26, 2001
Teresita L. Fernandez, R.A.,A.I.C.P.
Office of the Hearing Board
City of Miami
444 SW 2nd Avenue 7th Floor
Miami, Fl. 33130
I E: Spacesaver High Density File System - Floor Loads
Dear h1s. Fernandez:
This letter confirms our conversation relating to floor loading of the
proposed Spacesaver System.
The System equipment empty weighs 2,299 pounds. The System
provides 1.440 file inches for letter size foiders. Based on an average
of 2 pounds per filing irche - this material could weigh 2,880 pounds.
There are 448 filing inches provided for video cassettes. Based on a
weight of 1/2 pound each, these tapes would add 224 pounds to the
system when loaded.
Total weight of system loaded. 5,403# total
Dedicated square footage of System 96
Average weight per square foot 56 lbs.
Since the Building is not a "post -tension" building, this loading should
not pose any problems or concerns. A floor load survey could be
conducted for purposed of verification of above information. This
evaluation would be the responsibility of the City.
Please do not hesitate calling with wiy questions or comments.
S'&AS
v r
Dan tt
United Business Systems a 3109 West Hallandale Beach Blvd. • Suite 101 a Hallandale, Florida 33009
Dade 305.621-8032 a Broward 954.981-8011 • Fax 964-961-og61
E)1-- 870
FROM City or Miami Naar i ng dc Fnx Mo. 305416:035 • fru g. 15 2W1 010: 5@nM R3
V�
PROPOSAL FOR: City of Miami - Healing ]Board
Att: Maria Faria
444 S.W. 2nd Avenue
Miami, Florida 33130
DATE: October 09, 2000
Quote Number. 0100900 -Supply Quote
We propose, to'fiunish the matorial specified below at the prices quoted and
under the conditions stated below.
DESCRIPTION: COLOR BAR CONVrRSION SERVICE - Convert Top
Tab Letter/ Legal Folders to End Tab LetterlLegal Folders
#130070 Print Color Bar Labels $ .30 ea.
#130300 Apply Labels to End Tab Folders S .13 ea.
#ETCC-14 End Tab Letter 14pt Manila Folder $14.00/100
#ETCC14-1 End Tab Letter 14pt Manila Folder $21.00/100
Fastener #1 position
#ETCC 14-1-3 Fend Tab Latter 14pt Manila Folder $29,75/100
kastener tp l and #3 position
Prices Listed below are based on Quantity purchase of 100
#FST1514TY End Tab Letter 1-3/4" Expansion Pocket $1.60 ea.
#FSTIS24TY End Tab letter 3-1/2" Expansion Pocket $1.90 ea.
4FSTI:S34TY End Tab leiter 5-1/2" Expansion Pocket $2.30 ea.
#872M1 Economy Expandi-File 2" Expansion 1 Inner $2.10 ea,
divider with twin prong fasteners
#873M2 Economy Expandi-File 3" Expansion 2 Inner S2.93 ea.
dividers with twin prong fasteners
#WF23X End Tab Letter ]opt Manila Folder with 2" W
fold - 250/carton no fasteners (500 min) S87.50 ctn
12" bonded fastener 91 pos. 5127.50 ctn
2 2" bonded fasteners #1 & #3 pos. $167,50 ctn
(250 min.)
4FE110 MagnMle 1" Box Base Hanging Folder S2.75 ea.
#FE120 Magni>51e 2" Box Base, Hanging Folder $2.85 ca.
#FE130 Magnifile 3" Box Base Hanging Folder $3.05 ea.
United Business Systems O 1_ 870
OtfIAAAt OrlAndn, Miami, Tampa, Jacksonville
FROM : C:ty of Miami Hear;ng S0s FAX NO. : 3054162035 •
Aug. 15 2061 Q9:59AM f'4
UnIWd
Bns ness
L"9VsYstems
SCHEDUM: 4 week Delivery
TERMS: Net 30 Days on Final Balance
Subject to our credit department approval, this quotation is made for immediate
acceptance and is subject to change %ithoat notice. Catalog items are made to
order and entirely special orders are not subject to return. Deliveries are
--I+-b,. — Aelesrr frnin fin*q strikes and other causes beyond our control,
We reserve the right to correct clerical errors.
By; Dan A. Smith United Business Systems Inc.
3109 West Hallandale Beach Boulevard, Suite 101
Hallandale, FL 33009
Accepted by-.
Dated:
United business Systema
Offices: Orlanbo, Miami, Tampa, Jacksonville
01- 870
f12Q^9 City of Miami Hearing BOO -S FAX N0. : 3054162035 • Aug. 15 2001 10:00AM P5
Un�t+�d
Bush"
Systems
PROPOSAL YOR: City of M juin - Office of Houing 8oard6
444 S.W. 2nd Avenue 7th floor
Miami, Florida 33130
DATE-. Novmeber 17, 2000
QUOTE NO: M00-0301594
DRAWING NO: 0031594A
Gentlemen: We propose to furnish the material specified below at the prices quoted
and under the conditions stated below.
DESCRIPTION: Spacesaver Mechanical Assist Mobile Storage System
20' Spacesaver Structural T -Rail Track - 2 Qa. 9'&'
10' System Entrance Ramp - spans entire front of System
37' Elevated Floor - positioned between front rail to back wall and
between Stationary Unit and wall
1 Spacesaver Stationary Unit - 12" Deep X 5' Long X 83. S" Higb. Unit to
have 6 shelf openings - 11-I/4" Clearance between shelves - 4 dividers
per shelf opening. Complete with End Panel. Total File inches: 360"
1 Spacesaver Mechanical Assist Mobil Unit - 12" Deep X 5' Long X 83.5" High -
Unit to have 6 Shelf Openings 11-114" Clearance between shelves 4 dividers
per shelf opening. Complete with Laminate End Panel - Steel Back Panels
In -Rail Anti Tip Device - Waist High Lock Total pile Inches: 360"
2 Spacesaver Power Assist Mobile Units - 24" Deep X $' Long X
83.5" High - Unit to have 6 Shelf Openings - 11-1/4" Clearance between
shelves - 4 dividers per shelf openings. Complete with Laminate End Panel
Total File Inches: 720"
TOTAL FILE INCHES FOR FOLDERS: 2160"
State of Florida GSA Contract - Net Cosa- Delivered & Installed 57,237.42
Refer to attached GSA Contract Quotation
TERMS:, ;30 D"S ON BALANCE
Subject to. our credit department approval, this quotation is made for inunediate
acceptance and is subject to change without notice. Catalog items are made to order and
United Business avatems
Offices: Orlando, Mismi, Tampa, Jacksonville 01-
870
FROM City of Miami Hearing 8*; FAY. NO. .3054162035 • Aug. 15 2001 10: 01AM P6
VQit
Busimu
Systems
entirely special orders are not subject to return. Deliveries are subject to delays from
fires, strikes, and other causes beyond our control. We reserve the right to correct
ciaical errors.
By: Dan A. Smith
United Business SySterns
3109 W Hallandale Brach Blvd.
suite 101 -
Hallandale, >~l. 33009
Accepted by:
Date:
United Business Systems
Offices: Orlando, Mlaml, Tomps, Jacicsonvills 61— 870
FROM : City of Miami Hearing 1W5 FAX NO. : 3054162035 • Aug. 15 2001 10:01AM P7
United
Basil=
Systems
r -
DATE; November 17, 2000
TO: City of Miami - Of5ce of Hearing Boards
444 S.W. 2nd Avenue 7th floor
Miaral, Fl. 33130
QUOTATION NUMBER; MD060301594
ACCOUNT REFERENCE: 305 416-2034
Gentlemen: We propose to &Mish the material w0eified at Paces quoted below and
under the conditions stated below.
ITEM: Spacesaver Mechanical Assist Mobile File System
QUANTITY: I Lot per SW of Materials Attached
DESCRIPTION:
5pacesaver Mechanical Assist Mobile File System per attached bill of
materials and written description.
Pricing in Accordance with State of Florida State Contract
Contract 0420-5"-98-1
Price List - Spacesaver Corporation SC -9437 8-99
Contractor. Spacocavar Corporation 1 The Crarpmver ritnup
Contract NO: GS -28F -1003C
PERIOD: November 1, 1994 through October 31, 2003
Equipment List Price . S8,942,20
Net GSA Discount (48.73/6) - Mobile Portion - S6,803.60 $3,490.24
(47.1%) - Shelving $2,138.60 51,131.32
NET GSA TOTAL $4,621.56
Optional installation & set up (28% of net - Min. WS0.00) $1,294.04
Optional off loading truck at site 510.00/C#-2299# $ 229.90
Inside delivery to installation site S 8.00/C4 - 22990 S 183.92
Eagineming/Space Planning $ 908.00
Total order amount: 57,237,42
Calor:
Order Address: United Business Systems Inc.
Span Vendor Number: F 591224726-001
Att, Dan Smith 303 *621.8932
3109 W Hallandale Beach Bvld Suite 101
Hallandale, Fl. 33009
United Business Systema _ 8 r1
Offices: Oflando, MIsMi. Tampa, Jacksonville
FROM : City of Miami Hearing s FAX NO. : 3054362031 • Aus. 15 200! 10:02AM Pe
United
Susinass
Systems
Payment Address- United Business Systems
122 Coastline Road Suite 41004
Siu&01,6, I1.12771
we accept Credit Cards - Visa or MasterCard
Subject to our credit department approval, this quotation is made for imnwdiate
acceptance and is subject to change without notice. Catalog items, are made to
order and entirely special orders are not subject to return. Deliveries are subject to
delays from fires, strikes, and other causes beyond our control. We reserve the
right to oorraca clai it:itt w uu �.
By: Dan A. Smith United Business Systems Inc.
3109 W Hallandale Bch Blvd #101
Hallandale, Tl. 33009
Accepted by: Date:
United Business Systems
Offices: Orlando, Miami, Tampa, Jacksoneillo
420-590-98-1 = Furniture: Library • • Pagel of 2
Furniture: Library
420 -590 -98 -
Effective: 05/14/98 through 11/13/01
Certification
Special Conditions
Price Sheet
Ordering Instructions
Revisions
Adapto Stora Qroducts
Austble Shelving Preducts
B.C. Inventar
a -0-a QU "hC�oration
Borrows Corporate -Wilsons
Brod_art Co.
13u pkstaff ompeny
Ceraln. CoMQration LWoodtronic.�
Cherok-ce Pro uc s IDcyBtanton & Moore Co.
Datum -filing Systems
Dell , lir c,
QLgcompack
Lstey
Equipto
F.E. ale Mf,,. Co,
GresscQ
Holes, Inc.
Kazdex_Systen s .nc.
Lee Metal Products
LLbraOLRpreau
Librw-yBjureau_Steel
McDole Library Furniture
Montgl .Aetnastak• I c,
Palmieri Furniture Limited
Ply► fold International
Pride Enterorises
Richards-WilcoxInc.
RUAa B, assett
Southem Metal In stris
SpacejAyer Corporation
Tab Products Comply.
Contractors:
www.adapto_com
wwwld-usaxpm
mww.borrqughs. cow
www.borroughs.com
wwwbrodampomm
www buolcsta .co
www. wood ronicscom
www. i-amorica.net/bl-4ntonandmaore
yvww.datumf ling,com
www.tennsco coM
www. AAI:pAQ,coM
www.ntFnet.coM/
www.gresscoltdfrom
www."@ corn
www.katdex.comn
www. scho glspgcialty_,com
www.mon licor
www.onrampsa/
ri efl.co n
www.richards"wilcox.com
vwvw.-uss�ett.com
www.t�$_com
0 1 870 �/12/Zoo1
http://m,ww.myflorida.com/st—contracts/420590981/
420-590-98-1 = Furniture. Library • • Page 2 of 2
Texwaod Furni
moque Furnis in¢s,._�td. www.uniquefumishings.com
The WQrden MY
w+yw.wordencomoanv.com
01— 870
http://www.myflorida.com/st—contracts/420590981/
7/12/2001
[Contract Number] -- Vendor Inforfon • Page 1 of 1
Furniture: Library
420-590-98-1
Price Sheets '
How to Use This CQ_nl act
Product Listing
Class/Groupatem dentifica-tion
i
Ada to Storage Products
Adjustable Shel_vingProducts
B& Inventar
BorrQugb_LColoration
Borrows Comoration - Wilsonstak
Brodart Co.
Buckstaff Contp_y.
Geraln Coraoration MpAt n, ice.
Cherokee Products Inc., dba: Blanton & Moore Co.
Datum Filing Systems
Deli, Inc.
Elecornpack
Estev
Bqupto
1,_E_.Hale MfCo.
Gressco
Holga—Inc.
Kar ex Systems, Inc,
Lee _Metal Products
library Bureau
LLbr4ry.Rureau Steel
McDo.1e Library_ urniture
Mantelinastak�Ipc.
Palmieri_Fucpt�e. Limited
Plan old_Interna ional
Puede Entlprises
Richards_Wilcox, Inc.
Russ Bassett
Southern McWL Indus�ies
Spacesav_eror�oration
Tab Products Company
Te�cwoo _ Furniture
Unique ish'rigs. Itd.
The Wo en Cpmpany
www.adapto.com
www.bci-usa. corn
www.borroughs.com
www.brodart_com
www.buckstaffcom
www.woodtronics.torn
www.i-americu.net/bimik andmoore
�.datumf�ing,.com
w Kw_Ae U5co.corr�
www.ec wpt, o.com
www.ntcnet.com/
www, res col d_com
www.hol ag_ com
w.vw.kar�ex. m
www.sdroolspeciWcom.
www.moMi.corn
www.onr. —,.ca/
www.plidefl.com
www.richa s-wii�ox.com
www.russbassett.com
ww"'.tab.com
www.uniauefurnisinus.corn
www.wordencomWy.com
r� 6 `
http://wrvw.myflorida.com/st_contracts/420590981/price.htm 01—
� 1 — V 7/12/2001
SPACESAVER CORPORATION • • Page 1 of I
SPAESAVER CORPORATION
PRICE HEET
BRAND NAME BID:ACE AVERCO?'�RATION
PRICE LIST NAME / NUMBER: STANDARD -SPECIAL PRIGLIST 2/dS UTILISTORE_l 1/1 /95
UI k IP PRICE ISTS & SAS- 28F.7- 003C L I/1/94 THRID
IM11/a FOR DISCOUNT
FIXED DISCOUNT FROM LIST PRICES / GSA DISCOUNT: SEE GSASCHEDUCE
ADDITIONAL QUANTITY DISCO -UN T$:
NONE
_QUICK SHIj� PROGRAMS ARE AVAILABLE FOR:.
LIST ANY SERIES / PRODUCTS AVAILABLE ON QUICKSHIP: GSA DISCOUNTS APPLY TO QUICK SHIP
PRICING. S/I SERIES MOBILE - SHELVING KITS - LATERAL FILE SYSTEMS -- 4 -POST -- X-RAY --
CASE TYPE.
INSTALLATION C.O-STS:
28% OF NET COST OF ITEMS -- MINIMUM INSTALLATION CHARGE OF $350.00
SPACE PLANNING COSTS:
$45.00 PER HOUR
SHIPPING / DELIVERYCOSTS:,
IF THERE ARE ADDITIONAL COSTS NOT ALREADY LISTED IN THE BASIC DISCOUT PRICE, PLEASE
DETAIL THOSE BELOW:
INSIDE DELIVERY $8.00 C/WGT
UNLOADING TRUCKS / PORTAGE TO INSTALLATION SITE $10.00 C/WGT
(NEW 12 OCT 99)
http://www.myflorida.com/st_contracts/420590981 /price34.htm
0J.— 870 7/12/2001
SPACE SAVER CORPORATION • • Page I of 3
SPACESAVER CORPORATION
QRUMG INSTRUCTION
]VOTE: ALL ORDERS SHOULD BE DIRECTED TO:
SPURS VENDOR NUMBER:- F 591224726_001--_.
VENDOR: __ UNITED HU$1N.ESS SYSTEMS C0._ [NCV(A)
STREET ADDRESS OR P.O. BOX:.____122COAS2LINQAD StJ1TE 100_, __ _.
CITY, STATE, ZIP:,___ ___ _SANFORD. FL. _32771---_.�...-----_-_-_
TELEPHONE:—.--.--.—. 407-328-0688_..__.__
TOLL FREE NO.:__..___ ------_-__--
ORDERING FAX NO.: _—__ 4Q 8-8188
REMIT ADDRESS:___---- _.._ _i1NITI. D BUSINESS SYSTEMS C -Q.. INC...
CITY, STATE, ZIP:_.FORD, FL _32771.:
<WILL ACCEPT THE VISA CARD>
PRODUCT
INFORMATION: DIRECT INQUIRY TO:
NAME AND TITLE:____._ �vIARK_HQ�J)3E�Sl CHILD. D1I2._OF SALES _
ADDRESS:_,i._.-- —__._— l4 0.__JANE�LL�, AVE.
CITY, STATE, ZIP:FORT ATKINSON,_ W_53
TOLL FREE
URL HOME PAGE ADDRESS:._. _...._ _ _
ELECTRONIC MAIL ADDRESS:.______lrlyhaubenschild@)spacesaver.cam
(Rev 7 April 00)
http://www.myflorida,conVst-contracts/42059098 I/order30.htm
7/12/2001
SPACESAVER CORPORATION • Page 2 of 3
SP.ACESAYYJtACO%kOfflt N
SERVICING DEALERS
IS
T ,,� 'E DISTRICTS;
DEAIL�'.KNAME & ADDREM CONTACIMRSM
United Business Systems Art Hoge
4417 Beach Blvd., Suite 305 John Massa
Jacksonville, FL 32007
Walter Hopkins Company Tim A. Steed
10069 Calle De Palencia
Navarre; FL 32566
�t9 t ERIC DI�MCT:
DEALER INS &ADDRESS CONTACT PERSON
United Business Systems Art Hoge
4417 Beach Blvd. John Massa
Suite 305
Jacksonville, FL 32007
PHO -WN -01
904-396-4700
800-432-6230
904-398-2435 FAX
850-9394349
850-939-5150 FAX
PHONE N-0.
904-396-4700
800-432-6230
904-398-2435 FAX
United Business Systems
Conrad C. Palumbo
407-328-0688
122 Coastline Rd.
John Massa
800-432-6230
Suite 1004
Van Taylor
407-328-8188 FAX
Sanford, FL 32771
Sid Doyle
CENTRAL DISTRICT:
QI�ALER NAME & ApDR-EM
CONTACT PERS-ON
PHO NO.
United Business Systems
Conrad C. Palumbo
407-328-0688
122 Coastline Rd.
John Massa
800432-6230
Suite 1004
Van Taylor
407-328-8188 FAX
Sanford, FL 32771
Sid Doyle
United Business Systems
Chuck Palumbo
813-626-3378'
5803 Breckenridge Dr.
Tom Kelly
800432-6230
Suite E
John Massa
813-626-9327 Fax
Tampa, FL 33610
United Business Systems Dan Smith
3109 W. Hallandale Beach Blvd. David Ryan
Suite 101 John Massa
Hallandale, FL 33009
954-961-6611
800-432-6230
954-961-0961 Fax
305-621-8932
Total Business Associates Paul Tomaszewski 407-644-4429
1154 Solana Avenue 407-644-4832 FAX
Winter Park, FL 32789
http://www,myflorida.com/st—contracts/420590981/order3O.htm
Cj 1 ~ S (, 7/12/2001
SPACESAVER CORPORATION .
SOUIRERN DIST-MCIt
_SER NAM�s�ADDl3F
nited Business Systems
3109 W. Hallandale Beach Blvd.
Suite 101
Hallandale, FL 33009
(NEW 12 OCT 99)
CRNTAC-T-PKP QN
Dan Smith
David Ryan
John Massa'
http://www.inyflorida.com/st_contracts/42059098 I/order3O.htm
• Page 3 of 3
PHONE..N10
954961-6611
800432-6230
954-961-0961 Fax
305-621-8932
�� J — 870 7/12/2001
SPECIAL. CONDITIONS . • Page I of 9
SPECIAL CONDITIONS
The purpose of this bid is to establish a 36 month contract for the -purchase of Educational/Institutional Furniture by all
State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is
anticipated that the contract will be effective from April 1, 1998 through March 31, 2001.
SCOPE
This Invitation covers all library furnishings, including: bookcases, stationary and mobile shelving, display racks and
cases, audio-visual carts and consoles, card catalog files, carrels, library tables and seating, and charging desks and
stations. All products offered under this contract shall be new and unused and in current production — remanufactured
or refurbished products are not a part of this offering. No series shall be considered for award under this solicitation if
already awarded under another State contract.
ES ED OUANTITIM
It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $2,000,000
annually under any contract resulting from this bid, These estimated figures are given only as a guideline for preparing
your bid and should not be construed as representing actual figures under the contract.
$ ECJA._ACCOMIVI__WATION_
Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the
Division of Purchasing at (850) 488-8440 at least five (5) workdays prior to the opening date. If you are hearing or
speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1-800-955-
8771 (TDD).
AUDJT.1 NA . E LMLEUS>E RS
In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal
agencies and private non-profit educational facilities as defined in Section 240.605, Florida Statutes, which may desire
to purchase under the terms and conditions of the contract.
0PM1_QNAI[_C_0ly_T$ACT USAGJ♦;
In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be
made under the terms and conditions of this Invitation to Bid, by governmental entities located outside the State of
Florida. Appropriate govemmental entities' purchasing laws, rules and regulations shall apply to purchases made under
this contract.
WIRCHARGE FES AND SC ARY OF M AJ SALES
The Division of Purchasing hereby imposes a vendor surcharge fee of 1% on contractors' sales under any contract
resulting from this bid. The fee will be paid by the contractor and must be included in prices bid and cannot be added as
a separate item. Use of this contract will be optional by State Agencies. If a State Agency
elects to purchase from a source other than the resulting State contract, such purchases shall be in accordance with
01- C'70
http://www.myflorida.com/st—contracts/42059098 I /conditions.htm 7/12/2001
SPECIAL CONDITIONS • • Page 2 of 9
Chapter 287, F.S., and 60A Florida Administrative Code.
After receipt of payment from the contract purchases, all vendor surcharge fees shall be payable to the State of Florida
no later than 15 days after the end of each quarter.
Vendor surcharge fee and contract number should be noted on the check and remitted to:
State of Florida
Department of Management Services
P,O. Box 5438
Tallahassee, FL 32314-5438
Contract supplier shall furnish the Division of Purchasing a detailed summary of sales at the end of each quarter. By
submission of these Sales Summary reports and corresponding vendor surcharge deposits, the contractor(s) is certifying
their correctness. All such reports and fee deposits shall be subject to audit by the State of Florida,
Failure to comply with these requirements will result in the contract supplier being found in default, in which case any
and all reprocurement costs and all outstanding vendor surcharge fees may be charged against the defaulting contractor
and may result in immediate, unilateral cancellation of your contract by the Division of Purchasing.
SALES REQUIREMENTS: Should no sales be recorded in two consecutive contract quarters, the contract supplier
may be placed in probationary status. Should no sales be recorded for three consecutive quarters, the contract supplier
may be removed from the contract.
CONTRACT AD — IST R UK&
The contract resulting from this Solicitation will become a public document. The State of Florida, Division of
Purchasing (DOP), is using the Florida Communities Network (FCN) on the Internet World Wide Web (WWW) to
distribute contract and product information to users of State Term Contracts. Contract information includes
certification, special conditions, and revisions. Product information includes specifications, pricing, ordering
information, and revisions.
The following components and activities may be required of each CONTRACT HOLDER unless specifically
exempted, in writing, by the DOP:
INTERNET HOME PAGE: Each CONTRACT HOLDER will be required to develop and
maintain a Home Page on the Internet WWW. The Home Page must be built and then
maintained over the life of the State Term Contract to be compatible with the most recent
version of browser software being used by the DOP. As of the writing of this Solicitation,
Netscape Navigator 2.0 is the DOP browser standard. The DOP intends to upgrade to new
browser versions as they become available and fully tested, at its discretion.
Each CONTRACT HOLDER Home Page must include, at a minimum, text based information
about the products and/or services to be provided under the contract that effectively describes
the product or service. Though not required at this time, it is highly recommended that
graphics and/or audio based information also be used,
http://www.myflorida.com/st–c'ontracts/42059098 I /conditions.htm
7/12/2001
SPECIAL CONDITIONS • Page 3 of 9
Descriptions of products or services must be organized on the CONTRACT HOLDER Home
Page based on DOP Commodity Code. A separate Universal Resource Locator (URL) must be
provided for each DOP Commodity Code.
The URL for the Home Page must be listed in the space provided on the Ordering Instructions
page of the bid.
PRICE LISTS: DOP, at its discretion, will allow the CONTRACT HOLDER to configure its
own PRICE LIST of all eligible offerings and to post the prices on the CONTRACT
HOLDER Home Page. However, price changes must be reviewed and approved by the DOP
Contract Administrator before they can be posted to the CONTRACT HOLDER Home Page.
Price lists and revisions for the Home Page must be provided by the CONTRACT HOLDER
in American National Standard Code for Information Interchange (ASCII) text format or as a
Word For Windows file. At the discretion of the DOP, price list and revision text or Word For
Windows files will be required to be sent electronically using E-MAIL, and/or shipped by
carrier using diskette, to the Contract Administrator.
Product and service pricing must be organized on the CONTRACT HOLDER Home Page
based on the CONTRACT HOLDER Home Page based on DOP Commodity Code. A
Universal Resource Locator (URL) must be provided for each DOP Commodity Code.
Failure to submit the information required in this section may be grounds for disqualification of your bid and/or
removal from any resulting contract.
TECHNICAL DOCUMIE TAILON
All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical
documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable
technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required
technical documentation with the bid submittal shall make the bidder non-responsive, unless the Division of
Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products
offered through technical documentation available within the Division as of the date and time of bid opening. Such
authority of the Division shall in no way relieve the bidder from the ultimate responsibility to submit the required
technical documentation, nor shall any bidder assume that such documentation is otherwise available to the Division.
The State shall not be responsible for the accuracy of the technical documentation in its possession.
QUALIFICATIONS
Only those bids direct from product manufacturers will be considered for evaluation. Contract orders may be directed
to a manufacturer's representative or to servicing dealers, but only those bids signed and presented by the product
manufacturer will be considered for contract award.
All bidders shall provide technical documentation of products bid, including illustrations, product specifications, price
lists, and finishes, Eailur _to do so may be grounds#or re' ion of bid. The Division of Purchasing reserves the right to
require bidders to submit samples of the proposed products before making a final determination of acceptability.
REFEREMM
All bidders shall famish a minimum of three (3) projects sold to "Eligible Users" (see General Conditions, 4.8.)
hup://www,myflorida.com/st—contracts/42059098 I /conditions.htm 1 �1 �) 7/12/2001
SPECIAL CONDITIONS • • Page 4 of 9
completed in Florida in the last 24 months including name of the agency, university, city, county or school board,
responsible personnel and phone number where this specific type of furniture is installed. Three (3) purchase orders or
invoices shall be submitted with the bid package to document the sales of each manufacturer's brand bid. Failure to
w_Ply the regttired doc entat�on will re ult in disc ualification of your bid. The State of Florida reserves the right to
contact the references regarding the services provided.
P1�CE$
Prices shall be submitted in the form of a discount off manufacturer's current published price list or GSA discounts in
effect at the time of bid opening. Discounted prices shall be firm net delivered price to the ordering agency. A copy of
the price list must be submitted with the bid. The price list offered with the bid shall be firm against any increase for
180 days from effective date of contract. After this period, a revised price list may be submitted to the Division of
Purchasing with the State reserving the right to accept or reject within 30 days, or cancel the contract. Any increase
accepted shall not become effective prior to 30 days after the date of request. All requests for acceptance of revised
price lists must be substantiated by written evidence that they are the result of general industry -wide changes.
The Division of Purchasing reserves the right to reject discounts that are less than discounts offered to other eligible
users (i.e. city or county contracts) or discounts that do not offer substantial savings to the State.
FILL-IN P-RICJG
The bidder must also honor "fill-in" orders at the same pricing and discount for 90 days after substantial completion of
a single job, delivered to a single location.
QUANTM DISEDXN'ES
Bidder is urged to offer additional discounts for one time delivery of large single orders of any assortment of items in
the space provided on the price sheets. Such discounts will not be considered in evaluation of bid.
SPECIAL 5 -A -LES OFFERS
All purchases made from State contracts by State agencies, institutions and political subdivisions must be in strict
adherence to all terms, conditions and prices contained therein; therefore, all contrast suppliers and their representatives
are required to present any "special" price proposals directly to the Division of Purchasing.
DEI.MAY METHODS - DEF ITITION FTERMS
Non -Installed Orders: On non -installed orders, items delivered to the ordering agency shall be unloaded by the
delivering carrier and placed on the agency's loading dock. If there is no loading dock, items shall be unloaded by the
delivery carrier and placed in a space immediately adjacent to the carrier's vehicle at the delivery location.
Inside Delivery, Non -Installed: On orders specifying inside (non -installed) delivery, items shall be unloaded and
delivered, in the shipping carton, to the ordering agency by the delivering carrier and placed inside the door on the first
or ground level floor of the building.
Installed Delivery: On installed orders, (open, set in place, ready for use) the contract supplier or the delivering carrier,
acting as the contractor's agent, shall be responsible for receipt, inspection, and assembly of items delivered in the area
designated by the ordering agency, as well as prompt removal and disposal of all debris which is a result of the
delivery. The ordering agency shall be responsible for the immediate removal of any existing furniture from the area in
which the contract items are to be installed. Elevator(s) must be made available if more than one story. If no elevator is
http://www.myflorida.com/st-contr.acts/42059098 I/conditions.htm. 'q 7/12/2001
SPECIAL, CONDITIONS 0
available delivery will be made to the ground floor.
DELIYERY FROM STOCK
• Page 5 of 9
Bidders are encouraged to offer, as an option, pricing for deliveries not to exceed 30 days after receipt of order. Bidders
must indicate model number, minimum/maximum quantities, and any additional charge.
The Division of Purchasing reserves the right to accept or reject any individual item(s) offered under this option.
REUV_F R_Y._REQUIREMENT _
Delivery of all contract items is required within 90 days from receipt of purchase order containing complete ordering
information; contract number, commodity number, item description, manufacturer's model number and street delivery
address (not Post Office Box). Any known factors (including vacation period, factory inventory, etc.) that may disrupt
this delivery schedule must be clearly stated in the bid along with the specific information on how orders will be
processed during such periods. Delay in delivery beyond the time specified in the bid must be justified to the ordering
agency, in writing, and if required, the contract supplier shall provide temporary furniture on a rent-free basis.
Furthermore, items not delivered within the required delivery schedule may result in the contractor being found in
default by the Division of Purchasing in accordance with nonconformance to contract conditions paragraph, General
Conditions.
MALLAM 'S/SPACE P IY�IIIV FE __
Installation charges shall be listed as a per -item fee or percentage of price fee, on the price sheets. Installing agent shall
be responsible for receipt, inspection, and assembly of items at the location listed on the purchase order. All items shall
be made ready -for -use, with removal and disposal of all debris and shipping materials. The ordering agency shall be
responsible for removal of any existing furniture from the area in which the contract items are to be installed. Elevators
must be made available if more than one story. If no elevator is available, delivery shall be made to the ground floor, or
additional fees for installation may be negotiated. The installation charges shall also apply to any required
reconfiguration of furniture during the term of the contract. Space planning fees shall be listed as an hourly fee on the
price sheet.
C0NF_OWA,NVCE TQCQAES
The servicing dealer shall be responsible for verifying furniture space plan/configuration fits the given space and all
aisles and openings and doors meet the local fire and safety codes and are in conformance with ADA regulations.
SERVICING p]EALE.RS CER,Tj IC-AT,LQIXFORM
Bidders are required to name at least one servicing dealer for each of the geographical regions, as indicated on the form
following the pricing pages. Each dealer named will be responsible for delivery and installation of products, as well as
providing needed assistance to the Users, as defined in the Eligible Users paragraph, General Conditions.
There must be a minimum of two (2) different dealers named, with each dealer servicing no more than two (2) districts,
see enclosed map. Bidders are encouraged to use certified Minority Business Enterprise dealers.
The list of servicing dealers shall be provided by the bidder as part of the bid package in hard copy, and on a 3.5 inch
diskette in a Word for Windows file. Any subsequent revisions shall be submitted in the same format to the DOP
http://www.myflorida.com/st_contracts/420590981/Conditions.htrn 01— �'� (J 7/12/2001
SPECIAL CONDITIONS • 0 Page 6 of 9
contract administrator, for review and approval prior to implementation.
Diskette must be formatted as:
"Word for Windows"
Font: Times New Roman 12
Preset tabs Qy
Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
No Tables
No Headers or Footers
No Excel files
Failure to comply with this requirement will result in disqualification of bid.
TiQICE TO CONTRA-C-10IR
The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e) of the
Immigration and Naturalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be
cause for unilateral cancellation of the contract.
PUO1.IC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or public work, may not submit bids on
leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor,
or consultant under a contract with any public entity, and may not transact business with any public entity in excess of
the threshold amount provided in f.s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list.
DOCUMENTS TO BE SUPPLIED Vy—ITBTHIS BID
The following documents shall be submitted with and in addition to the bid package. Do not put bid or documents in a
ring binder as these cannot fit on our file shelves.
1) The manufacturer's current published price Iist (in effect by the bid opening date) shall be supplied with the bid.
2) All product information and specifications.
3) Price lists pertaining to quick ship or in -stock programs.
NEW P�O1DIXISNENDORS
01- 870
http://www.myforida.com/st_contracts/42059098 I /conditions.htm 7/12/2001
SPECIAL CONDITIONS • 0 Page 7 of 9
New vendors/products will be considered for addition to the contract if in the best interest of the State and/or at the
request of using agencies. The contractor shall not be authorized to sell any new product prior to a contract revision
issued by the Division of Purchasing. Manufacturers may be considered for addition to the contract only by the written
request of a using agency and following receipt of completed bid documents and product review. Unless otherwise
warranted in the best interest of the State, manufacturers will be reviewed for addition to contract only on a scheduled
twice -yearly basis to be determined by the Division of Purchasing.
BHANG"RUR_8
issuance of a purchase order under a contract resulting from this bid is a binding agreement. Purchasers should
carefully check the accuracy of the order. Change orders or revisions are thereafter subject to the following:
1. Changes in the number of units (additions or deletions),
commodity number, description, features or colors can only be made
subject to the approval of the contractor.
2. Changes or revisions in the method of delivery or the designated
delivery destination can only be made subject to the approval of the
contractor.
3. Multiple delivery points must be clearly indicated on the purchase
order. When multiple delivery locations are required, enter ",See
Below" in the "Ship To" box on the purchase order. List delivery
locations and instructions in the body of the purchase order, as well
as the commodity number and quantity for each location.
4. Orders may be cancelled Qnly by obtaining approval from the
contractor, and may be subject to a 25% re -stocking fee, plus freight
charges.
$.FQ j�iBEl!'1?ENTS._QF -BIDDIERS_
Bidders are strongly encouraged to subscribe to the "State Term Contract" service on the
Florida Communities Network (http�//ww lrm state. us , and are strongly encouraged to
include their dealer and rep network in their subscription. This department will be
discontinuing printed paper copies of contracts.
Successful bidder shall, within 30 days subsequent to notification of an award, furnish all
agencies and political subdivisions an approved price list containing all awarded items, and
vendor may post price lists at their site on the "On -Line Purchasing Center". Color brochures
and fabric/finish cards must be provided to all users upon request. All price lists and literature
will be provided at no charge to the users or the State.
The Department of Management Services, Division of Purchasing shall review and approve all
literature, price lists, and promotional materials before distribution to agencies and political
subdivisions. Mailing label diskettes will be provided to contractors by the Division of
Purchasing after approval of literature, etc. Failure to comply with this requirement will result
in the contractor being found in default.
VWA$RANTV
http://www.myflorida.com/st—contracts/42059098 I /conditions.htm 01 — 8170 7/12/2001
SPECIAL CONDITIONS • • Page 8 of 9
All equipment, including material used therein, shall be warranted by the contractor against mechanical, electrical, and
workmanship defects. In the event defects become evident within the warranty period, the contractor shall either repair
or replace the defective parts and materials at no additional cost to the purchaser. The contractor shall be liable to the
purchaser for supply of information and material necessary for mandatory revisions determined by the manufacturer at
no additional cost to the purchaser for the duration of the warranty period. The duration of this full parts warranty
period shall be at least 5 years (except for fabric and pneumatic cylinders, which shall be warranted for 1 year). The
warranty period shall start with the date of equipment acceptance and shall be extended to include times during which
the equipment is out of service for warranty repair. The warranty shall apply to all equipment provided under any
contract resulting from this bid regardless of the location within the State of Florida.
jPTIMCKA$ING CAJU PROGRAM
The State of Florida has implemented a purchasing card program through NationsBank, using the Visa network.
Vendors will receive payment from the purchasing card in the same manner as other Visa purchases. Please indicate
your ability to accept Visa in the space provided on the Ordering Instruction page of the bid.
YENDOR RESPONSE SYSTEM
To access an interactive Voice Response System for vendor payment inquiry, vendors may call (850)413-7269 between
7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by State agencies. The system can
accommodate English and Spanish speaking callers.
It is expressly understood and agreed that any articles which are the subject of, or required to carry out this contract
shall be purchased from the corporation identified under Chapter 946, F.S. in the same manner and under the same
procedures set forth in Section 946.515(2), (4), F.S.; and for purposes of this contract the person, firm, or other
entity carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings
with such corporation are concerned.
Available products, pricing and delivery schedules may be obtained by contacting:
Bid Administrator
PRIDE of Florida
2720 Blair Stone Road
Suite G
Tallahassee, Florida 32301
Telephone: (850) 487-3774
Fax: (850) 488-1299
"Pursuant to Section 287.043, Florida Statutes, products comparable in price and quality and approved by the Division
of Purchasing may be listed on the resulting contract."
INSURANCE, -W- RKERS'_C011 PENSATION
01-- 8'70
http://ww%v.myflorida.com/st_contracts/420590981 /conditions.htm
7/12/2001
SPECIAL CONDITIONS • •
Page 9 of 9
The contractor shall take out and maintain during the life of this agreement, Workers' Compensation Insurance for all
of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the
subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such
employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida
Workers' Compensation law, In case any class of employees engaged in hazardous work under this contract at the site
of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each
sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not
otherwise protected.
INSUgANCE, CQN1�A�'iT__Q S_ PUBLIC Ll1ARILITY AND_MPER'Y DANA E
The contractor shall take out and maintain during the life of this agreement COMMERCIAL GENERAL LIABILITY
AND COMMERCIAL AUTOMOBILE LIABILITY INSURANCE as shall protect him from claims for damage for
personal injury, including accidental death, as well as claims for property damages which may arise from operating
under this agreement whether such operations are by himself or by anyone directly or indirectly employed by him, and
the amount of such insurance shall be the minimum limits as follows:
A. CONTRACTOR'S COMMERCIAL GENERAL
LIABILITY COVERAGES, BODILY INJURY
& PROPERTY DAMAGE
B. AUTOMOBILE LIABILITY
COVERAGES, BODILY INJURY
& PROPERTY DAMAGE
$300,000.00
Each Occurrence,
Combined Single Limit
$100,000.00
Each Occurrence,
Combined Single Limit
Insuring clause for both BODILY INJURY and PROPERTY DAMAGE shall be amended to provide coverage on an
OCCURRENCE BASIS.
EVA LUATI_()IZAWARD
Award shall be by manufacturer's products, for each item, on a multiple award basis. All other provisions of Awards
Paragraph, General Conditions, shall prevail.
01-- 870
http://Nvww.myflorida.com/st_contracts/420590981 /conditions.htm 7/12/2001
•
AWARD UNDER STATS OF FLORIDA
CONTRACT NO 420-S90-98-1
ITEM: Spacesaver High Density File System, and related
supplies
DEPARTMENT: Office of Hearing Boards
TYPE OF PURCHASE: Single Purchase
REASON: The Office of Hearing Boards has a need to
purchase a Spacesaver High Density File System,
and related supplies, to perform duties efficiently
and effectively.
RECOMMENDATION: It is recommended that the procurement of one (1)
Spacesaver High Density File System, and related
supplies, award be made to United Business
Systems, awarded under existing State of Florida
Contract No. 420-590-98-1, effective through
November 13, 2001, subject to any extensions
thereto by the State of Florida, for the Office of
Hearing Boards, in an amount not to exceed $7,00;
allocating funds therefor from Account Code No.
001000.820101.6.840.
"rector of urc iasrng " t
w
Date
AwardStateContracts
$ "i 0