Loading...
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