Loading...
HomeMy WebLinkAboutR-99-0306.7FA J-99-355 4/12/99 I nq RESOLUTION NO. S 9 w J v G• A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE PROCUREMENT OF OFFICE FURNITURE FROM VARIOUS VENDORS PURSUANT TO MIAMI-DADE COUNTY CONTRACT NO. 1072-1/00, ON AN AS -NEEDED CONTRACT BASIS UNTIL AUGUST 31, 1999, IN AN AMOUNT NOT TO EXCEED $75,000, WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE-YEAR PERIOD, FOR THE DEPARTMENT OF POLICE; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.290201.6.850. WHEREAS, the Police Department has not had a major furniture purchase in approximately five years; and WHEREAS, the existing furniture has deteriorated beyond repair; and WHEREAS, funds are available from the Police General Operating Budget, Account Code No. 001000.290201.6.850; and WHEREAS, the City Manager and the Chief of Police recommend that the procurement of office furniture from various vendors awarded pursuant to Miami -Dade County Contract No. 1072-1/00, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY CM COMUSSION SING OF, APR 2 7 1999 R&SWUtim No. 9 9 - �n6.7 ■ OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The procurement of office furniture from various vendors awarded pursuant to Miami -Dade County Contract No. 1072-1/00, on an as -needed contract basis until August 31, 1999, at a total contract amount not to exceed $75,000, is hereby approved, with the option to extend for an additional one-year period, for the Department of Police, with funds therefor hereby allocated from Account Code No. 001000.290201.6.850. Section 3. This Resolution shall become effective - 2 - 99- 306.? I immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this 27th day of April , 1999. ATTEST: WALTER J. CITY CLERK AS ATTORNEY 396:RCL JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of tft legislation by signing it in the designated place provided, said legislation now becums effective with the elapse of ten (10), s m the of Cornmiss; actior, regafft same, without the May r ex rcisi a t vvatt I er►ma i,�--ity Clerk CTNESS:Nb" 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 3 - j CITY OF MIAMI, FLORIDA CA=16 INTER -OFFICE MEMORANDUM The Honorable Mayor and Members APR 1 9 19N To : of the City Commission DATE: FILE SUBJECT: Proposed Resolution FROM: Onald H. WarshaW REFERENCES: Purchase Of Office City Manager Furniture ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of office furniture from various vendors, through a bid awarded under an existing Miami -Dade County Bid No. 1072-1/00. This will provide for purchases on an as -needed basis until August 31, 1999, with the option to renew for one (1) additional year, for the Department of Police, for a contract amount not to exceed $75,000. Funding is available from the Department of Police Budget, Account Code 001000.290201.6.850. BACKGROUND The Police Department has not had a major furniture purchase in approximately five (5) years. The existing office furniture has deteriorated beyond repair, and in many instances cannot be safely used. DHW:WEO:II Nl_ 99-3061 9 I t�. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DonaldH. Warshaw ;;-. ;`y�� LEG 7-2 TO: City Manager DATE : FILE: SUBJECT: Purchase of Office Furniture FROM: William E. O'Brien REFERENCES: Chief of Police ENCLOSURES: This Police Department has verified that funds are available with the Department of Management & Budget to purchase office furniture, at a total cost of $75,000.00. Funding is to be from the Police Department General Operating Budget, Account Code 001000.290201.6.850. BUDGETARY REVIEW & APPROVAL: Dipak M. Parekh, Director U Department of Management & Budget WEO:ll City of MIUM Management & Budget Dabs & Tune i'o �W Amount of $ z, ab available in account minim. %trif'ied by- SIGNATURE, 99-306.'7 IF L CONTRACT 1072-1/00 R TZ171 1E (OFFICE/NON-OFFICE) CONTRACT PERIOD: th= AWARD SHEET 1072-1/97-1 (Previous Bid No. ) 9/1/98 true 8/31/99 COMMODITY CODE: 420-03 AWARD BASED ON MEASURES: Yes ( ) NoX) OTR YEARS: ( )Set Aside ( )Bid Preference ( )Goal ( )BBE ( )HBE ( )WBE owned firms ( ) Local Preference ( ) CSBE Level ( ) Prevailing Wages (Reso. 90-143) PART #1: VENDORS AWARDED F.E.I.N.: 592489715 VENDOR: Automated Systems Service - STREET: 1352 SW 12th Avenue CITY/STATE/ZIP: Po�za Beach, FL 33069 F.O.B. TERMS: Destination PAYMENT TERMS: v/30 DELIVERY: As Needed PHONE: 95 3112. FAX: 95 9 1- 32 CONTACT PERSON: Leslie A. Balfour PART #2: ITEMS AWARDED LISM) PART #3: AWARD INFORMATION (XX)BCC ( )PMD AWARD DATE: 7/21/98 AGENDA ITEM #: BIDS & CONTRACTS RELEASE DATE: OTR YEAR: N/A ADDITIONAL ITEMS ALLOWED: YES SPECIAL CONDITIONS: ape 1 Insurance is required for inptallation TOTAL CONTRACT VALUE: $ 15,487,609.50 MODIFIED CONTRACT VALUE: $ DOLLAR AMOUNT USER DEPARTMENT ALLOCATED Aviation $ 6,000,000.00 CAA $ 20.423 Clerkof Courts $ ,00 )ROCUREMENT AGENT: Edgar Irmiss, C.P.P.B. 11-06-98 %I - 33-3GG.'7 650029534 F.E.LN: VENDOR: Corporate Design Choice, Inc. STREET: 8280 NW 27th t., #510 S LA �uc'4� CITY/STATE/ZIP: _ Miami. FL 122 F.O.B. TERMS: Destination p frtf A- PAYMENT TERMS: N130 DELIVERY: As Needed PHONE: (305) 716-9990 — FAX: (305) 716-9980 CONTACT zob PERSON: I 351893077 F.E.I.N. VENDOR: Creative Dimensions, Inc. STREET: 1255 E. Lincoln Street CITY/STATE/ZIP: Nappanee, IN 46350 F.O.B. TERMS: Destination PAYMENT TERMS: N/30 DELIVERY: As Needed PHONE: (219) 773-2441/(800) 669-2431 FAX: (219) 773-7026 CONTACT PERSON: Paul Hantt (2) 9J-30697 F.EIN: 5923895 VENDOR: Demaria Holding, Inc./Mark Products STREET: 14W sw n6th Street _ CITY/STATE/ZIP: Mom, FL 33 8� 6 F.O.B. TERMS: Destination PAYMENT TERMS: N/30 As Needed DELIVERY: PHONE: (305) 232-4461,/62 FAX: (305) 232-7901 CONTACT PERSON: Paul Gr�ing F.E.I.N. 470730877 VENDOR: Falcon Products, Inc. 9387 Dielimn Industrial Dr. STREET: CITY/STATE/ZIP: St. Louis, M 63132 F.O.B. TERMS: Destination N/30 PAYMENT TERMS: DELIVERY: As Needed (954) 796-1678/(800) 873--3252 PHONE: FAX: (954) 796-6068 CONTACT PERSON: Matt Boyle I (3) 99-306.7 592277804 F.E.I.N: VENDOR: Future Enterprises, Int' 1, Inc. 2641 W. 81st Street STREET: CITY/STATE/ZIP: yeah, FL 33016 F.O.B. TERMS: Destination PAYMENT TERMS: N130 As Needed DELIVERY: PHONE: (305) 556-9882/(800) 556-9887 FAX: (305) 556-9849 Dick Fleming CONTACT PERSON: 561238615 F.E.LN. Girsberger Industries, Inc./Grisberger Office Seating VENDOR STREET: P.O. Box 1476 Smithfield, NC 27577-1476 - CITY/STATE/ZIP: F.O.B. TERMS:. Destination PAYMENT TERMS: N/10 DELIVERY: As Needed _ (919% 934-0545/(800) 849-0545 - PHONE: (919) 934-7765 FAX: CONTACT PERSON: Kay Tew - i (4)c! k- h'- F.E.I.N: 561975400 VENDOR: Hickory Leather Co.. Inc./HLC, Inc - STREET: 7514 West NC #10 Hwy. Vale, NC 28168 CITY/STATE/ZIP: F.O.B. TERMS: Destination N/30 PAYMENT TERMS: DELIVERY: As Needed PHONE: (.704) 462-2988 (704) 462-2672 FAX. CONTACT PERSON: Marty Carrie F.E.I.N. 130998830 Mmxw Fabric Corporation VENDOR: P.O. box 6900 STREET: CITY/STATE/ZIP: HauPpauge, NY 11788 Destination F.O.B. TERMS: PAYMENT TERMS: N/30 DELIVERY: As Needed (305) 446-8905/(800) 645-3943 PHONE: FAX: (516) 582-1026 CONTACT PERSON: Marcie Green (5) 39-306.7 F.E.I.N: 650431135 VENDOR: M. Hanson & Co., Inc. 5441 NE 21st Terr. STREET: Ft. Lauderdale, FL 33308 CITY/STATEIZIP: Destination F.O.B. TERMS: PAYMENT TERMS: N130 As Needed DELIVERY: (954) 776-8477 PHONE: (954) 491-8989 FAX: CONTACT PERSON: Pau- Andres 650674671 F.E.I.N. _ VENDOR: NBB Office Enviroments 3300 NW 72nd Avenue STREET: Miami, FL 33122 CITY/STATE/ZIP: F.O.B. TERMS: Destination N/30 PAYMENT TERMS: DELIVERY: As Needed (305) 470-2232/(888) 528-7600 PHONE: FAX: (IM) 470-4 6 CONTACT PERSON: Arnold Rinker F.E.I.N: 591851050A VENDOR: STREET: 8200 NW 27th Street r S�'� Miami, FL 33122,U�2 CITY/STATE/ZIP: F.O.B. TERMS: Destination PAYMENT TERMS: N/30 DELIVERY: As Needed PHONE: (305) 471-4455 (305) 471-0505 FAX: Leslie Matus UJl.Ct �p,QE W24 IlIl CONTACT PERSON: F.E.I.N. 210632589 VENDOR: Stylex, Inc. P. 0. Box 5038 STREET: Delance, NJ 080750438 CITY/STATFJZIP: Destination F.O.B. TERMS: PAYMENT TERMS: W30. DELIVERY: As Needed PHONE: (609) 461-5600/(800) 257-5742 (609) 461-5574 FAX: CONTACT PERSON: Ded Kidd I "I.- (7) 042596375 F.E.I.N: Wrightline, Inc. VENDOR: STREET: 8004 NW 154th St. , #381 Miami Lakes, FL 33016 CITY/STATE/ZIP: F.O.B. TERMS: Destination PAYMENT TERMS: N/30 As Needed _ DELIVERY: PHONE: (305) 822-8420/(800) 225-7348 - FAX: (305) 822-3546 — - CONTACT PERSON: Deborah Flagg F.E.I.N. 650194300 VENDOR Office F=Ature Warehouse, Inc. 2099 West Atlantic Blvd. STREET: Paq)ano Beach, FL 33068 CITY/STATE/ZIP: F.O.B. TERMS: Destination _ PAYMENT TERMS: N/30 As Needed DELIVERY: PHONE: (954) 968-4700/(800) 783-4797 FAX: (954) 968-489Z CONTACT PERSON: George Amiel (8) V- 99--306*7 a F.E.I.N: 390188010 VENDOR: Buckstaff Canparx STREET: P.O. Box 2506 Oshkosh, WI 54903=2566 CITY/STATE/ZIP: F.O.B. TERMS: Destination N/30 PAYMENT TERMS: DELIVERY: As Needed PHONE: .(920) 235-5890/(800) 755-5890 FAX: (920) 235-2018 CONTACT PERSON: Lisa -Marie Wesenberg F.E.I.N. 650053576 Buy -Rite Office Furniture VENDOR: 4400 West Hillsboro Blvd, #2 STREET: CITY/STATE/ZIP: Coconut Creek, FL 33073 Destination F.O.B. TERMS: PAYMENT TERMS: N/30 As Needed DELIVERY: PHONE: (954) 426-9400/(800) 783-4077 (954) 426-9010 FAX: CONTACT PERSON: Les Trainer (9) 9J-30Ck7 t. F.E.I.N: 591024001 VENDOR. Camilo Office RLniture, Inc./Camilo Muebles 4110 Laguna Street STREET: CITY/STATE/ZIP: Coral Gables. FL 13146 F.O.B. TERMS: Destination PAYMENT TERMS: N/30 DELIVERY: As Needed PHONE: (30) 445-i505 FAX: (305) . 447-8566 CONTACT PERSON: Susan Lopez F.E.I.N. 510305216 VENDOR: Corporate Express of the South STREET: 18000 NW State Road 9 CITY/STATEIZIP: Miami, FL 33162 1012 Destination F.O.B. TERMS: PAYMENT TERMS : N/30 DELIVERY: As Needed (305) 949-9539 /(800) 270-9?11 PHONE: (305) 999-6651 FAX: CONTACT PERSON: Bob Scarr 0'/l ail ((� �1L�.� II11((ilGG (10) 99-306*7 r•. `r n• F.E.I.N: 593073095 VENDOR: E & K Marketing Group, Inc. - 2604 Manorwood Dr. STREET: _ - CITY/STATEIZIP: Melbourne, FL 32901 Destination F.O.B. TERMS: - N/30 PAYMENT TERMS: — DELIVERY: As Needed - (407) 984-8729/(800) 881.-3480 - - PHONE: FAX: (407) 676-5040 _ CONTACT PERSON: Sharon Olson _— F.E.I.N. 592743154 - Global Industries South, Inc. VENDOR: 5600 Sawg ws Corp. Parkway STREET: s CITY/STATE/ZIP: Sunrise, FL 33325 Destination = F.O.B. TERMS: - PAYMENT TERMS: N/30 As Needed DELIVERY: PHONE: (954) 846-8888/(800) 331-0529 (954) 846-8110 FAX: CONTACT PERSON: Joseph Cauriel - <4 j B9-306.7 ''fir F.E.I.N: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N. VENDOR -- STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 38-1333053 Irwin Seating Co. P. 0. Box 2429 Grand Rapids, MI 495501 Destination N/3o As Needed (954) 967-2765 (954) 967-2765 Robert Namus 133873847 Knoll, Inc. 3930 NE 2nd Avenue, #101 Miami, FL 33137-3622 Destination N/30 As Needed (305) 446-0211/(305)569-6276 (305) 446-7225 William Meyer (12) 3y-30G2 F.E.I.N: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N. VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: . PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: %I- 382693587 Findley, Inc./Office Pavilion One Oakwood Blvd., #100 Hollywood, FL 33020 Destination N/30 As Needed (305) 945-0601 (305) 921-5727 Juan Leal 591441275 Office Systems Office, Inc. P.O. Box 4910 M ami, FL 33014 Destination N/30 As Needed (305) 620-0654 (305) 620-6079 Les Galloway CO- nc o /1/10S (13) 99-30617 i � C 592167018 F.E.I.N: P.R.I.D.E. of Florida VENDOR: 2720 Blair Stone Rd., Ste. G STREET: CITY/STATE/2IP: Tallahassee, FL 32301 Destination F.O.B. TERMS: N/30 PAYMENT TERMS: DELIVERY: As Needed (850) 487-3774/(800) 643--8459 PHONE: (850) 488-1299 FAX. CONTACT PERSON: Carol Brentles 592954122 F.E.I.N. VENDOR: R. George & Associates, Inc. STREET: P. 0. Box 2854 Deland, FL 32723-2854 CITY/STATE/ZIP: F.O.B. TERMS: bestination PAYMENT TERMS: N/30 DELIVERY: As Needed (904) 736-2326 PHONE: FAX: (904) 736-3706 CONTACT PERSON: Richard Geoff (14) SJ-306:7 i F.E.I.N: 592832494 VENDOR' SECD Dn1 i 100 STREET: 7290 SE 41st Street CITY/STATE/ZIP: Miami, FL 3315 F.O.B. TERMS: Destination PAYMENT TERMS: N130 DELIVERY: As Needed PHONE: (305) 266-3675/(800)780-9274 FAX: (305) 266-0544 CONTACT PERSON: Sybil Pulver F.E.I.N. 310849755 VENDOR: 7homs W. Ruff Co. of Florida STREET: 3201 Commerce Parkway CIT'YfSTATElZIP: Miramar, FL 33025 F.O.B. TERMS: Destination PAYMENT TERMS: N130 DELIVERY: As Needed PHONE: (954) 435-7300 FAX: (954) 435-7212 CONTACT PERSON: Howard Rifkin a j (15) 99-306.7 i i i INV FA M F.E.I.N: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N. VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TER.MS:. DELIVERY: PHONE: FAX: CONTACT PERSON: 591851050 J.C. White Furniture Company 10125 NW 19th Street Miami, FL 33172 Destination N130 As Needed (305) 477-5817 (305) 477-5882 Steven Kahn 592819233 Marcus Office Furniture & Supplies. Inc. 4701 NW 72nd Avenue Miami, FL 33166 Destination N130 As Needed (305) 477-3444 (305) 477-3555 Henry Marquez (16) s J - 2 0 6:1 � C 4'. 650754741 F.E.I.N: VENDOR: Furniture & Design Resources, Inc. STREET: 215 San Larenzo. suite B CITY/STATE/ZIP: Coral Gables, FL 33146 Destination F.O.B. TERMS: PAYMENT TERMS: N/30 DELIVERY: As Needed PHONE: (305) 774-9650 (305) 774-9638 FAX: CONTACT PERSON: Janina Covindvo 592663954 F.E.I.N. VENDOR: Office Depot. STREET: 13794 NW 4th St . , Ste. 200 Sunrise, FL 33325 CITY/STATEIZIP: F.O.B. TERMS: Destination PAYMENT TERMS: N/30 DELIVERY: k Needed PHONE: (800) 815-7221/(800) 386-0226 (954) 846-1233 FAX: CONTACT PERSON: Gary Howard (17) 99-306,W v=VW - lw F.E.I.N: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N. VENDOR STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 521906050B US Office Products/Office Connection) 3249 SW 42nd Street Ft. Lauderdale. FL 33312 Destination N/30 As Needed (954) 792-9997/(800) 741-1850 (954) 316-6066 Mary Badder 592668691 ACME Business Systems and Services, Inc. P.O. Box 9489 Coral Springs, FL 33075 Destination N/30 As Needed (305) 944-4351 (305) 755-5124 Ronald Wt ensmith (18) 89-30607 7_ F.E.I.N: 350420370 VENDOR: Jasper Seating Co . , Inc. STREET: P.O. Box 2_31 CITY/STATE/ZIP: Jasper, IN 47547-0231 F.O.B. TERMS: Destination PAYMENT TERMS: N130 DELIVERY: As Needed PHONE: ($123 936-9977/(800) 457-4511 FAX: (812) 936-9979 CONTACT PERSON: Mchael Eckstein 592751534 F.E.I.N. VENDOR: 1RA Shapiro STREET: 1083 E. 24th St. Hialeah, FL 33012 CITY/STATEIZIP: F.O.B. TERMS: Destination PAYMENT TERMS: N130 DELIVERY: As Needed PHONE: (305) 835-6616 FAX: (305) 835-0561 CONTACT PERSON: Ira. Shapiro 99-306.7 l,- I F.E.I.N: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: F.E.I.N. VENDOR: STREET: CITY/STATEIZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 650025931 Office Dimensions, Inc. 2 NE 39th Street Miami, FL 33137 Destination N/30 As Needed (305) 576-7550 (305) 576-7511 Mark Stem. 382739629 American Seating Company 215 San Lorenzo, Ste B Coral Gables, FL 33146 Destination N/30 As Needed (305) 774-9670/(800) 748-0268 (3051 774-0268 Jasmine Govindvo (20) 99-30607 METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO.1072-1100.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LIST PRICE 1 ASCO OFFICE FURNITURE, INC. OFFICE FURNITURE USA 58.50 2 ACCORD BUSINESS FURNITURE CORPORATE EXPRESS, INC. 47.00 3 ACHITEX (TEXTILES) CORPORATE EXPRESS, INC. 22 4 ACME TECHNOLOGY CORP. CORPORATE EXPRESS, INC. 35.50 5 ADANLOCK OFFICE ENVIRONMENTS NO 810 6 ADD INTERIORS SYSTEMS NO 810 7 ADD SPECIALIZED SEATING FURN. & DESIGN RESOURCES, INC. 39.00 9 ADDEN FURNITURE, INC. E & KMARKETING GROUP, INC. 40.00 8 NWAUATM M.CKAJlOEM 9 ADELPHIA STEEL EQUIPMENTS NO BID 10 ADJUSTABLE SHELVING CORPORATE EXPRESS, INC. 44.50 8 11 ADJUSTABLE STEEL PRODUCTS, INC. OFFICE DIMENSIONS, INC. 45.00 7 12 ADU-ART DESIGN INTL NO BID 13 ADVANCE MANURACTURING CO. NO BID 14 ADVANTAGE MARCUS OFF. FURN. & SUPP., INC. 35.00 5 15 AFFORDABLE INTERRIOR SYSTEMS A.I.S. CAMILO OFFICE FURNITURE, INC. 59.00 5 10 AGI FURNT. & DESIGN RESOURCES, INC 45.00 17 ALAR AUTOMATED SYSTEMS & SVS. INC. 46.00 18 ALFA UMBRELLA CO NO BID 19 ALL SEATING CORPORATION CORPORATE DESIGN CHOICE, INC. 48.00 20 ALLE NO BID 21 ALLSTEEL, INC. J.C. WHITE OFFICE FURNITURE 62AO 22 AMERICAN OF MARTINSVILLE NO BID 23 AMERICAN SEATING AMERICAN SEATING 54.50 8 FRA&IwoatFREEsrANDM 24 AMERICAN SEATING 1AMERICAN SEATING 54.50 8 ev EW MAJE wRK 25 JAMERICAN SEATING JAMERICAN SEATING 53.00 YAK" t I CIO Y.' METROPOLITAN DADE COUNTY ITEM MANUFACTURER .NO. BID NO. 1072-1100.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON IIRT PRIM 26 AMERICAN SEATING AMERICAN SEATING 53.00 WATM 27 AMERICAN SEATING AMERICAN SEATING 0.00 AUWOMVMWADW 26 AMERICAN SEATING AMERICAN SEATING 57.50 8.5 Lmmu ymmoom 29 AMERICAN SEATING AMERICAN SEATING 53.00 �aEa 30 AMOTEWLUSA. INC. CORPORATE EXPRESS, INC. 51.76 31 ANDERSON HICKY CO. OFFICE FURNITURE USA 56.50 32 ANZEA (TEXTILES) NO BID 33 ARC COM FABRICS OFFICE CONNECTION 37.1 i _ 34 ARC COM FABRICS CORPORATE EXPRESS, INC. 22 35 ARCADIA THOMASW. RUFF & COMPANY 44.41 36 ARCHITECTURAL FIBERGLASS NO BID 37 ARCHITECTURAL SUPPLEMENTS THOMAS W. RUFF a COMPANY 35.53 38 ARCONAS NO BID 39 ARK CORPORATE EXPRESS, INC. 45.25 4 40 ARMES COLOR FILE NO BID 41 ARNOLD GROUP CORPORATE EXPRESS, INC. 46.75 5 42 ARTCP-BELL CORPORATION NO BID _ 43 ARTEC DIV. OF KIMBALL CETRA OFFICE DIMENSIONS, INC, sAwtE AS KnMeAu OFFCE TvaWTune �M ARTELITE NO BID V 45 ARTOPEX. USA NBB OFFICE ENVIRONMENTS 38.50 45 ASPETSIPAC DESIGN NO BID 47 4B 49 50 ATLANTIC FURNITURE SYSTEMS ATLANTIC METAL INDUSTRIES ATU AUGUST NO BID CORPORATE EXPRESS, INC. IMARCUS OFF. FURN. 3 SUPP., INC. I NO BID 50.00 19 5 _ _ IIIIETROPOLI v AN DADE COUNTY REM MANUFACTURER NO, BID NO. 1072-1100.OTR.CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON IIRT PRIG 51 AURITA SHELVING NO BID 52 AVCO OFFICE FURNITURE, INC. NO BID S3 AVENUE OFFICE PAVILION 55.00 7 54 A.C. FURNITURE J.C. WHITE OFFICE FURNITURE 38.00 55 A.C.M.1. NO 810 56 A.G.I. INDUSTRIES, INC. THOMAS W. RUFF 8 COMPANY 46.51 57 ISAKER FURNITURE J.C. WHITE OFFICE FURNITURE 44.10 56 BARRICKS BUY -RITE OFFICE FURNITURE 42.00 3 59 BASSETT ROOERS FURNITURE 40.00 2 80 BENCHMARK DESIGN GROUP BUY -RITE OFFICE FURNITURE 40.00 3 61 BENNETTIBRICKELL NO BID 62 BERCO INDUSTRIES CORPORATE EXPRESS, INC. 48.50 63 JBFRNHARDT MODULAR FURNITURE OFFICE PAVILION 43.00 5 64 BERNHARDT (TEXTILES) OFFICE DIMENSIONS, INC. 18 65 BERNHARDTICONTRACT THOMAS W. RUFF & COMPANY 46.30 88 BEVIS CORPORATE EXPRESS, INC. 56.00 5 67 BEYLERIAN NO 810 _ 68 BIEFFEPLAST NO BID 89 BLANK _ 70 BLOCKHOUSE CO. NO BID 71 800 BAKER COMPANY NBS OFFICE ENVIRONMENTS 38.50 _ 72 BODYBILT SEATING J.C. WHITE OFFICE FURNITURE 52.80 73 SOLING COMPANY BUY -RITE OFFICE FURNITURE 42.00 74 BONAVENTURE J.C. WHITE OFFICE FURNITURE 42.00 _ 75 BORROUGHS WILKSONSTAK LIB. R. GEORGE 8 ASSOCIATES, INC. 47.0 14 CIO 1 Ct� 3 METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO.1072-1/00.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON I1gT PRICE 78 BORROUGHSA.EAR SIEGLER, INC. NO BID T? BOSS OFFICE PRODUCTS AUTOMATED SYSTEMS R SVS. INC. 51.60 _ BOULEVARD OFFICE DIMENSIONS, INC. 50.00 7 _78 79 BRADFORD 8 STEWARD NO BID 80 BRADINGTON YOUNG OFFICE FURNITURE USA 55.00 89 BRANDRUD FURNITURE J.C. WHITE OFFICE FURNITURE 46.20 82 BRASS SMITH NO BID 83 BRAYTON INn THOMAS W. RUFF 3 COMPANY 47.31 64 BRETFORD J.C. WHITE OFFICE FURNITURE 47.30 05 BREWSTER NO BID 86 BRIGHT CHAIR COMPANY NO BIO 87 BRITTANY HOUSE OFFICE FURNITURE USA 56.00 s.AT*+o-V*CViTvE, QUEST 69 BRODART CUSTOM LIS. SYSTEM R. GEORGE & ASSOCIATES, INC. 47.00 7 E9 BROWN ENTERPRISES OFFICE CONNECTION 27.90 ea►Nae 90 BROWN JORDAN, COMPANY THOMAS W. RUFF 3 COMPANY 45.00 99 1BROWN TABLES. INC. NO BID 92 BRUETON INDUSTRIES J.C. WHITE OFFICE FURNITURE 38.00 93 BRUNSCHWIG & FILS (TEXTILES) NO BID 94 BUCKSTAFF BUCKSTAFF CO. 41.00 10 95 BUSH INDUSTRIES MARCUS OFF. FURNT. 8 SUPP., INC. 50.00 10 98 IBUSINESS ACCESSORIES NO 610 97 BUSINESS EFFICIENCY AIDS (BEA) NO 610 98 B.P.I. INC. CORPORATE EXPRESS, INC. 58.75 _ CABOT WRENN OFFICE CONNECTIONIIISOP 48.10 _99_ 100 CADSANA CORPORATE EXPRESS. INC. 45.25 n 1"... I METROPOLITAN DADE COUNTY BID NO. 1072.1100-OTR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARK-UP INSTALL. NOTES NO, % OFF NET ADD ON II4T PRICE 101 CAF NO BID ,102 CAMELOT WEST NO BID ^_ 103 CAMILO MUEBLES, INC. CAMILO OFFICE FURNITURE, INC. 52.00 5 104 CANO CORPORATION BUY -RITE OFFICE FURNITURE 41.00 6 _ 105 CAROLINA HOUSE FURNITURE OFFICE FURNITURE USA 55.00 108 CAROL.INA SEATING CO. J.C. WHITE OFFICE FURNITURE 51.40 107 • CARTWRIGHT FURNITURE DESIGNERS SERVICE BUREAU, INC. 42.00 100 CASEWORKS FURNITURE NO BID 109 CASTELLI DIV. KRUEGER NO 810 110 CCN J.C. WHITE OFFICE FURNITURE 44.70 III CCN INTL THOMAS W. RUFF & COMPANY 42.00 112 CENTER CORE THOMAS W. RUFF & COMPANY 42.00 113 CENTER CORE, INC. J.C. WHITE OFFICE FURNITURE 44.20 114 CHAIR BY COOKE NO 810 I IS CHAIRCRAFT OFFICE FURNITURE USA 56.50 GUEST. RECEPMN. LOUNGE, HOSMAunr WATM 116 CHAIRMASTER INC. FURN. & DESIGN RESOURCES, INC. 40.00 117 ICHAIRWORKS OFFICE FURNITURE USA 55.00 LEATHER 0MOnwE, GUEIr MTM 118 ICHARLOTTE CO. NO BID 119 JCHF INDUSTIRES, INC. NO 810 120 CHILDCRAFT NO 810 121 CHROMECRAFT MONARCH CORPORATE EXPRESS, INC. 54.00 _ _ 122 CLARIN CORPORATION NO BID 123 CLEATOR OFFICE DIMENSIONS, INC. 42.10 CO -DESIGN, INC. BY ALLSTEEL NO BID _124 125 COLLECTION REPRODUCTION NO BID 126 COMFORTO J.C. WHITE OFFICE FURNITURE 55.00 127 COMMERCIAL BUILD. SYST. (CBS) NO BID 128 COMMUNITY JASPER SEATING CO., INC. 47.00 129 ICOMPANY. INC. NO BID I 5 i %I- '1r• METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO. 1072.1100.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LIST PRICE 13D COMPATICO NO BID 131 CONTEMPORARY PRODUCTS, INC. NO BID -- -_ 132 CONTEMPORARY PRODUCTS, INC. NO BID 133 CONTINENTAtENGINEERING GROUP OFFICE CONNECTION 41.10 4.9 w-no=wvmR rrnx+e _.._- r 134 CONTINENTALENGINEERING GROUP OFFICE CONNECTION 44.80 4.9 rn+o a soucfnoi+.l FuaH _ 135 CONTINUM, INC. NO BID 136 CONTRACT GALLERY NO BID 137 CONVENTRY HOUSE NO BID 138 CONWED NBB OFFICE ENVIRONMENTS 47.20 8 139 CORAL OF CHICAGO (TEXTILE) CORPORATE EXPRESS, INC. 22 ' 14D COREL SEATING J.C. WHITE OFFICE FURNITURE 46.10 141 CORPORATE DESIGN CHOICE, INC. CORPORATE DESIGN CHOICE, INC. 50.00 5%EXTRA FROM LW _ 142 COUNCILL BUSINESS FURNITURE J.C. WHITE OFFICE FURNITURE 44.20 143 COUNCILL BUSINESS FURNITURE THOMAS W. RUFF 6 COMPANY 44.20 144 CRAMER. INC. THOMAS W. RUFF & COMPANY 50.00 145 CREATIVE DIMENSIONS, INC. CREATIVE DIMENSIONS, INC. 45.00 146 CREATIVE OFFICE SEATING NO BID 147 CREATIVE WOOD PRODUCTS CORPORATE EXPRESS, INC. 42.25 14a CUMBERLAND INTERNATIONAL NO BID 149 CURTIS PRODUCTS, LTD, NO BID i50 CUSTOM CRAFTERS BUY -RITE OFFICE FURNITURE 39.00 3 t4,. rlI METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO. 10724100.0TR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LIST PRICE 151 CUSTOM EXECUTIVE OFFICEPTS NO BID 152 OA•LITE SCREEN COMPANY, INC. SECO SUPPLIES, INC. 28.00 153 DAPHA NO BID 154 DAR/RAN J.C. WHITE OFFICE FURNITURE 54.20 155 DATUM OFFICE SYSTEMS AUTOMATED SYSTEMS 3 SVS, INC. 45.00 156 DAUPHIN NORTH AMERICA J.C. WHITE OFFICE FURNITURE 44.00 _ 157 WAD•EDWARD. LTD. FURN. J.C. WHITE OFFICE FURNITURE 44.80 _ ISO DAVIS FURNITURE, INC. CORPORATE EXPRESS, INC. 45.50 159 DAVSON•BULLETIN BOARDS NO BID IW DECAR CORPORATION NO 810 161 DECORA XE 5 COLLECTION NO BID 162 DELCO BUY -RITE OFFICE FURNITURE 39.00 8 163 DESCOR NOB OFFICE ENVIRONMENTS 48.50 164 DESIGN AMERICA OFFICE DIMENSIONS, INC 40.70 166 DESIGN ASSOCIATES NO 810 108 DESIGN OPTIONS CORPORATE EXPRESS, INC. 50.75 167 DESIGN SEATING CORPORATE EXPRESS, INC. 51.75 166 DESIGN TEX TEXTILES OFFICE DIMENSIONS, INC 18 109 DESIGNE TECH NO 810 _ 170 DESK CONCEPTS NO BID 171 DETAILS THOMAS W. RUFF 3 COMPANY 54.51 172 DI DESIGNS NO BID _ 173 DIC CORPORATION CORPORATE EXPRESS, INC. 26.50 7 _ 174 DILLION FURNITURE CO. FURN. a DESIGN RESOURCES, INC. 30.00 I IDONGHIA NO BID IV i_ s METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO. 1072-1100.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON 11RT PRICE 176 DOR•VAL MFG. LTD MARK PRODUCTS 35.00 8 y177 DOWCRAFT J.C. WHITE OFFICE FURNITURE 42.60 5 178 DSOR NO BID 179 DYNASTY FURN. MFR. CO., INC. MARCUS OFF. FURNT. & SUPP., INC. 30.00 180 D.O.OFFICE SEATING NO BID 161 D.O.F. J.C. WHITE OFFICE FURNITURE 48.00 182 EATON NO BID 153 ' ECA J.C. WHITE OFFICE FURNITURE 44.00 164 ECK ADAMS CORPORATION CORPORATE EXPRESS, INC. 50.75 165 EDWARD AXEL ROFFMAN, INC. NO BID 186 EGAN VISUAL THOMAS W. RUFF & COMPANY 47.00 3 167 ELDON OFFICE CONNECTION 44.20 4.9 woRKMAwnExaAwm _ 166 ELDON OFFICE CONNECTION 37.90 MSKAOCESSORIESSSMAHMOFtNE 169 ELECOMPACK NO 810 190 ENEM SYSTEM NO BID 191 ENGLANDER BEDDING NO 810 192 ENVIRONMENTAL LIFE SPACE NO BID 193 EOC J.C. WHITE OFFICE FURNITURE 38.00 3 194 ERG INTL. THOMAS W. RUFF 3 COMPANY 45.00 195 ERGO SYSTEMS CORPORATE EXPRESS, INC. 46.50 _ 196 ERGODSPEC SEATING R. GEORGE 6 ASSOCIATES, INC. 35.00 197 ERGODYNE NO BID 196 ERGONOM CORP. NO BID 199 ERINCRAFT NO BID 2W ESFI ENVIRD SYST. FURN., INC. FURNT. 6 DESIGN RESOURCES, INC 35.00 8 METROPOL1iAN DADE COUNTY REM MANUFACTURER NO. BID NO.1072.1I00.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON I flair pRICR 201 EXCEL NO BID _ 202 EXECUTIVE FURN., INC. AUTOMATED SYSTEMS S SVS. INC. 52.70 203 EXECUTIVE OFFICE CONCEPTS MARCUS OFF. FURNT, a SUPP., INC. 45.00 204 E-Z MODULAR CAMILO OFFICE FURNITURE, INC. 18 8 205 FACILITIES GROUP OFFICE FURNITURE USA 53.75 206 FAIRFIELD OFFICE FURNITURE USA 53.50 207 FALCON FALCON PRODUCTS 48.00 10 208 FEVSOUTHERN METAL INDUSTRIES CORPORATE EXPRESS, INC. 42.50 7 209 FICKS REED ROGERS FURNITURE 40.00 2 210 FILER NO BID 211 FILLIP METAL FURN. a DESIGN RESOURCES, INC. 40.00 10 212 FIRE KING J.C. WHITE OFFICE FURNITURE 52.40 213— FIRST SOURCE J.C. WHITE OFFICE FURNITURE 53.00 214 FIXTURES FURNITURE J.C. WHITE OFFICE FURNITURE 54.10 215 FLEETWOOD MFR. CORPORATE EXPRESS, INC. 10.00 5 216 FLEXSTEEL CORPORATE EXPRESS, INC. 52.00 217 FLEX-Y-PLAN NOB OFFICE ENVIRONMENTS 31.50 _ 218 FLORIDA COMPUTER FURNITURE NO BID 219 FLORIDA DESK J.C. WHITE OFFICE FURNITURE 45.00 220 FOREST FURNITURE CORP. AUTOMATED SYSTEMS A SVS. INC. 50.50 221 FOREST FURNITURE, INC, OFFICE CONNECTION 50.50 _ _ _- 222 FORMINO NO BID ---- — 223 FORMS d SURFACES NO BID 224 FORTRESS SEATING NO BID — 225 FRASER CONTRACT FURN. J--NO BID C� 1 G•J G; Ir METROPOLITAN DADE COUNTY BID NO. 1072-1100.0TR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARK-UP INSTALL. NOTES NO. % OFF NET ADD ON LIST PRICE 226 FREE ENTERPRISES NO BID 227 F.W. LOMBARD COMPANY E & K MARKETING GROUP, INC. 25.00 5 *WaLATCH ►W OPME $100 _ 226 GARCY/SLIP CORPORATE EXPRESS, INC. 46.00 2 229 GARRETT INDUSTRIES, DBA NO BID 230 GARRETT LEATHER CORPORATION NO BID 231 GAUTIER OFFICE DEPOT 53.85 232 GEIGER BRICKEL OFFICE PAVILION 41.00 233 GEORGIA CHAIR COMPANY SECO SUPPLIES, INC. 34.50 234 GIANNI, INC. J.C. WHITE OFFICE FURNITURE 43.00 235 IGILBERT INTL NO BID 235 GILMORE FURN. & DESIGN RESOURCES, INC. 18.00 237 GIRSBERGER OFFICE SEATING GIRSBERGER OFFICE SEATING 41.00 23E GLARO, INC. NOB OFFICE ENVIRONMENTS 40.17 239 GLASSFORWDURAFORM NO BID - 240 IGLASSPEC CORP. NO BID _ 241 GLOBAL BUSINESS FURN., INC. MARCUS OFF. FURNT. a SUPP., INC. 52.10 242 GLOBAL INDUSTRIES GLOBAL INDUSTRIES, INC. 52.00 5 MSTALL. CKAME/ oN SYMMS a MOD" 243 GLOBE BUSINESS FURNITURE OFFICE FURNITURE USA 56.50 244 GOELST CORP. NO BID 245 GORDON INTL CORPORATE EXPRESS, INC. 42.50 245 GORDON INTL THOMAS W. RUFF 6 COMPANY 42.00 _ 247 GPF, INC. NO BID 245 GRAHL IND. CORPORATE EXPRESS, INC. 45.75 249 GRAMMER INC. GRAMMER INC. 45.00 8 250 IGREAT OPENINGS OFFICE PAVILION 65.00 --------------- -- METROPOLI fAN DADE COUNTY 810 NO. 1072.1100.OTR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARK-UP INSTALL. NOTES NO• % OFF NET ADD ON I1ftr PRIM 251 GREGSON FURN. INC. J.C. WHITE OFFICE FURNITURE 54.40 252 GRESSCO, LTD. NO BID 253 GUNLOCKE CO. OFFICE FURNT. WAREHOUSE, INC. 50.00 8 254 G.F. FURNITURE NO BID 255 IG.F, FURNITURE SYSTEMS NO BID 256 HAG USA CORPORATE EXPRESS, INC. 45.00 257 HALCON THOMAS W. RUFF A COMPANY 44.20 258 HALCON, INC. HAMILTON SORT NO BID 250 HALE WOOD BOOKCASES J.C. WHITE OFFICE FURNITURE 44.20 200 HAMILTON NO 610 261 HARDEN CONTRACT THOMAS W. RUFF & COMPANY 41.07 262 HARDWOOD VISUALS NO BID 263 HARPERS NO AWARD we As aWku OFFICE FURWnME 264 IHARTER CORP. DESIGNER SERVICE BUREAU, INC. 45.10 265 HARVARD INTERIORS OFFICE CONNECTION 53.90 2W HARVEY PROBER NO BID 267 HASKELL OF PITTSBURGH NO BID 2W HAWORTH. INC. J.C. WHITE OFFICE FURNITURE 54.00 5 209 HAYES NO BID .270 HBF TEXTILES OFFICE DIMENSIONS, INC. 271 HELKO BUY -RITE OFFICE FURNITURE 41.00 272 HENREDON NO BID 213 HERMAN MILLER OFFICE PAVILION 62.00 10 A01,2.3.ARW 274 HERMAN MILLER lHFRMAN JOIFFICE PAVILION 51.00 0 FIUNO, EOM0. EROON 3. Am Am smwa 275 MILLER OFFICE PAVILION 51.00 t-1,0 En+oWAM A.- METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO.1072-1/00.OTR-CW BIDDER DISCOUNT MARK-UP INSTAL.. NOTES % OFF NET ADD ON lQY ooeec 276 HICKORY BUS. FUR!. (HBF) NBB OFFICE ENVIRONMENTS 46.70 277 HICKORY LEATHER IND. HICKORY LEATHER CO., INC. 46.00 278 HIGH POINT FURNITURE IND. J.C. WHITE FURNITURE 54.80 279 HILLCREST OFFICE CONNECTION 44.50 - 290 HILLE NO BID 291 HOLGAN J.C. WHITE OFFICE FURNITURE 40.00 1 4 292 HOLLAND INDUSTRIES NO 610 _ — 283 RON CONCENSYS J.C. WHITE FURNITURE 58.85 204 HON. COMPANY -REGENT PRODUCTS CORppMTE 19"Eas OF Tm SOUTH M. 57.00- 295 HON. COMPANY -TERRACE SYS Cor4KMTt lJ MESS OF THE SOUTH n+C. 62.50 206 HOOSIER DESK CO. NO BID 267 HORIZON STEEL NOS OFFICE ENVIRONMENTS 46.00 268 IHOWE TABLE J.C. WHITE OFFICE FURNITURE 52.60 2W HUMAN CARE BUY -RITE OFFICE FURNITURE 43.00 6 290 HUMAN FACTOR TECHNOLOGIES, INC. NO BID 291 ICF UNIKA VAEV NO BID _—�__-- 292 INDIANA CHAIR CO. OFFICE FURNT. WAREHOUSE, INC. 53.00 _ 293 INDIANA DESK CO. J.C. WHITE OFFICE FURNITURE 55.10 294 INFINITY OFFICE SYSTEMS NO BID 295 INTEGRA NO BID 296 INTERIOR ACOUSTICS J.C. WHITE OFFICE FURNITURE 47.20 5 297 INTERIOR CONCEPTS NO BID 299 INTERNATIONAL LIBRARY FURN. CORPORATE EXPRESS, INC. 38.00 g 299 INTREX OFFICE CONNECTION 38.40 300 INVINCIBLE J.C. WHITE OFFICE FURNITURE 53.60 r. METROPOLIi tAN DADE COUNTY ITEM MANUFACTURER NO. BID NO. 1072-1100.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LIST PRICE 301 INWOOD OFFICE FURNITURE J.C. WHITE OFFICE FURNITURE 58.60 302 IPOCORK NO BID 303 IRA SHAPIRO a CO. NO DID 304 IRON BOUND METAL PRODUCTS FURNT. 3 DESIGN RESOURCES, INC 16 7 305 JIRWIN SEATING IRWIN SEATING 20.00 1 10 305 I.I.L. INTI NO BID 307 JACKSON OF DANVILLE THOMAS W. RUFF & COMPANY 42.00 30A JASPER CHAIR CO., INC. MARK PRODUCTS 39.00 309 JASPER DESK CO., INC. MARCUS OFF. FURNT. 6 SUPP., INC. 49.50 310 JASPER SEATING CO. NBB OFF)CE ENVIRONMENTS 47.10 311 JAX INTERNATIONAL NO BID 312 JG FURNITURE SYSTEMS, INC. THOMAS W. RUFF & COMPANY 42.10 15 313 JOFCO OFFICE FURNITURE USA 56.25 314 JOHNSON INDUSTRIES TABLES J.C. WHITE OFFICE FURNITURE 48.30 315 jJSl JASPER SEATING CO., INC. 51.00 316 J. H. CARR BUY -RITE OFFICE FURNITURE 42.00 3 317 J.D. TACKIT OFFICE FURNT. WAREHOUSE, INC. 41.00 4 J.O. FURNITURE SYSTEMS, INC. J.C. WHITE OFFICE FURNITURE 47.20 4 _310 319 KARDEX OFFICE SYSTEMS OF FLORIDA 6.50 13 IEKn*mRAVTownmfRMOSYsnm 320 KARDEX OFFICE SYSTEMS OF FLORIDA 23.00 8.5 MOVAEIe swLf mm sysnN 321 KAUFMAN OF COLLINGWOOD OFFICE CONNECTION 38.80 322 KEILHAUER IND., LTD. THOMAS W. RUFF 3 COMPANY 49.80 _ 323 KEWAUNEE J.C. WHITE OFFICE FURNITURE 51.50 4 324 KIMBALL OFFICE FURN., INC. M. HANSON & CO. 54.00 325 10MBALL-LODGING GROUP NO BID i 3 METROPOLITAN DADE COUNTY BID NO. 1072-1100.OTR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARK-UP INSTALL. NOTES NO. % OFF NET ADD ON LIST PRICP 326 KINE CONTRACT SEATING NO BID 327 KINETICS J.C. WHITE OFFICE FURNITURE 53,00 328 KING ARTHUR PRODUCTS BUY -RITE OFFICE FURNITURE 40.20 8 329 KINGSTEY LIBRARY EQUIPMENT CO. NO BID 330 KLN STEEL PRODUCTS J A SALES ASSOCIATES, INC. _ 40.00 10 331 KNOLL, INC. KNOLL, INC. 38.80 aeCR SHIP 332 KNOLL, INC. KNOLL, INC. 57.16 REFF 333 KNOLL, INC. KNOLL, INC. 49.00 CURRENTS —� 334 KNOLL, INC. KNOLL, INC. 46.96 DIVVEWW 335 KNOLL, INC. KNOLL, INC. 57.16 MORRM N 3M KNOLL, INC. KNOLL, INC. 52.08 _ DIFFERENT MULTME SEATM 337 KNOLL, INC. KNOLL, INC. 49.00 338 KNOLL, INC. KNOLL, INC. 49.00 _ SOHO a SAPPER SEATM 339 KNOLL, INC. KNOLL, INC. 54,10 SUuoOQ (A PARACHUTE SEATM 340 KNOLL, INC. KNOLL, INC. 54.10 CALMMOOuecim 341 KNOLL, INC. KNOLL, INC. 49.00 KNM STUDIO 342 1 KNOLL, INC. KNOLL, INC. 54.10 KNMLExntA 343 KNOLL, INC. KNOLL, INC. 49.00 WTERAC MTASIES 344 KNOLL, INC. KNOLL, INC. 61.24 EOUrTY' ' 345 KNOLL, INC. TEXTILES KNOLL, INC. ' 0.50 YDS. EK DUKXX T. FREIDHT QUOTED SEPERATE►Y 346 KREUGER INTERNATIONAL (Kl) J.C. WHITE OFFICE FURNITURE 53.80 3 347 KRON, USA CORPORATE EXPRESS, INC. 45.25 348 KRUG SOFT CARE NO BID 349 KRUG, INC. ICORPORATE EXPRESS, INC. 50.75 350 KT FURNITURE J.C. WHITE OFFICE FURNITURE 53.00 IV- ,.- a METROPOLITAN DADE COUNTY BID NO. 1072-1100.OTR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARK-UP INSTALL. NOTES NO, % OFF NET ADD ON UST PRICE 351 KUSCH NO BID 352 KWIK FILE J.C. WHITE OFFICE FURNITURE 46.10 353 KD. CONTEXT NO 810 354 KM.i. BUY -RITE OFFICE FURNITURE 42.00 355 L 3 B PRODUCTS NO BID 358 LACASSE OFFICE FURNITURE USA 56.50 357 LANDSCAPE FORMS, INC. FURN. 8 DESIGN RESOURCES, INC. 35.00 355 LANE FURNITURE COMPANY OFFICE FURNITURE USA 56.50 359 LANE/VENTURE ROGERS FURNITURE 40.00 2 3W LAWRENCE - NO BID 361 LA-Z-BOY CORPORATE EXPRESS, INC. 53.25 EXCLU eS MMT"CAN a HOSMAL Y 362 LA-Z-BOY HEALTH CORP. OFFICE CONNECTION 51.90 363 LBF OFFICE SYSTEMS NOB OFFICE ENVIRONMENTS 33.50 354 LEATHERCRAFT CONTRACT J.C. WHITE OFFICE FURNITURE 51.10 3W LEIF JACOBSEN NO BID 3W LELAND INTERNATIONAL CORPORATE EXPRESS, INC. 45.25 367 LEXINGTON ROGERS FURNITURE 40.00 2 368 LEYFORM J.C. WHITE OFFICE FURNITURE 51.00 389 LIBRARY BUREAU NO BID 370 LISA SEATING NO BID 371 LIZ JORDAN HILL (TEXTILES) CORPORATE EXPRESS, INC. 22 372 LOEWENSTEIN. INC. NBB OFFICE ENVIRONMENTS 51.70 _ 373 LOUIS INTERIORS NO BID 374 LTD. L.P. NO 810 375 LTD. L.P. NO 810 METROPOLITAN DADE COUNTY BID NO. 1072-1100-OTR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARK-UP INSTALL. NOTES NO. % OFF NET ADD ON IIIRT PRICE .376 LUI CORPORATION OFFICE CONNECTION 48.40 377 LUNA TEXTILES J.C. WHITE OFFICE FURNITURE 15 370 LUNDIA NO BID 379 LUNSTEAD, INC. J.C. WHITE OFFICE FURNITURE 49.00 _ 300 LUX STEEL NO BID 381 LUXO OFFICE CONNECTION 38.00 TASK LK ffW*MXSKUVAPS 382 LUXO OFFICE CONNECTION 31.60 MoinEctua+na 383 LUXOR SECO SUPPLIES, INC. 28.00 394 LYON NO BID 385 M 3 J DESK MFR. CO NO BID 306 MAGA DESIGN MAGNADESIGN DESIGNERS SERVICE BUREAU 42.30 387 MAHARAM (TEXTILES) MAHARAM 10.00 ALL rrEM8 3118 MARCUS OFFICE FURNITURE MARCUS OFF. FURN, 3 SUPP., INC. 50.00 5 389 MARK PRODUCTS MARK PRODUCTS 30.00 12 390 MARTINIBRATTRUD, INC. J.C. WHITE OFFICE FURNITURE 43.40 391 MARVEL J.C. WHITE OFFICE FURNITURE 51.80 392 MATTED GRASSI NO BID 393 MAXIMUM SEATING FURN. 6 DESIGN RESOURCES, INC. 40.00 394 MAYLINE J.C. WHITE OFFICE FURNITURE 43.20 395 MCDONALD PRODUCTS THOMAS W. RUFF 3 COMPANY 45.00 396 MEILINK OFFICE CONNECTION 46.80 397 MERIDIAN, INC. OFFICE PAVILION 42.00 396 METCOR NO BID 399 METIER FURN. 6 DESIGN RESOURCES, INC. 49.50 6.5 4W METROPOLITAN THOMAS W. RUFF a COMPANY 43.52 cz cl !,216 METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO. 1072-1I00.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON IIRT PRICE 4M MICA CASE, INC. NO BID 402 MICRO COMPUER ACCESSORIES NO 810 403 MICROCENTRE CORPORATE EXPRESS, INC. _ 35.75 404 MIDWEST FOLDING PRODUCTS THOMAS W, RUFF A COMPANY COST +25 405 IMIDWEST DATA ACCESS NO BID 4W MILLER DESK INC, J.C. WHITE OFFICE FURNITURE 55.10 407 MILLER SEATING MARCUS OFF. FURN. 3 SUPP., INC. 45.00 400 MILLER SOA ACTION OFFICE 1,2 OFFICE PAVILION 67.00 10 409 MILLER SOA PHONIX SYSTEMS OFFICE PAVILION 54.00 10 410 IMILLER SOA RADIAN, SEATING OFFICE PAVILION 12.00 0 411 IMILLER SOA -0- SYSTEM OFFICE PAVILION 12.00 10 412 MILLSTONE BUSINESS PRODUCTS NO 81D 413 MITY-LITE TABLES NO 810 414 MJ INDUSTRIES, INC, MARK PRODUCTS 35.00 10 - 415 MLP J.C. WHITE OFFICE FURNITURE 38.00 418 MODE CORPORATION NO BID _ 417 MODERN CONTRACTS FURN. NO BID 419 MODUFORM, INC. NO 810 419 MODULAR MARCUS OFF. FURN. 3 SUPP., INC. 50.00 420 MODULAR FURN. 6 DESIGN RESOURCES, INC. 20 421 MODULAR DESIGN, INC. NO BID MOMENTUM TEXTILES CORPORATE EXPRESS, INC. 22 _422 423 MONTEIAETNASTAK SHELVING NO BID 424 MONTISA OFFICE FURNITURE FUTURE ENTERPRISES 51.00 425 MOTEL, INC. NO 810 428 JMOTIONWORKS OFFICE FURNITURE USA 54.00 iERGONOOCS ACCES"IES. KEYM TUYS. W"TM MU, ETC 17 tM METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. HID NO.1072-1I00-OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LIST PRICE 427 MTS SEATING CORPORATE EXPRESS, INC. 53.75 426 MUELLER FURNITURE CORP. J.C. WHITE OFFICE FURNITURE 49.00 429 MYRTLE DESK CO. J.C. WHITE OFFICE FURNITURE 49.00 430 NANCY CORZINE NO BID 431 1 NATIONAL OFFICE FURNITURE OFFICE PAVILION 54.50 432 INATIONAL (STEPPS SYSTEMS) NO AWARD BA61E AS KWMLL OFFICE FURWtUNE 433 NEMSHOFF CHAIR, INC. NO BID 434 NETWORK CABINET PRODUCTS J.C. WHITE OFFICE FURNITURE 38.00 4 435 NEURAL POSTURE ERGONOMICS DESIGNERS SERVICE BUREAU 42.60 430 NEUTRAL BY DESIGN J.C. WHITE OFFICE FURNITURE 48.30 _ 437 NEVERS INDUSTRIES J.C. WHITE OFFICE FURNITURE 52.40 4M NEVINS THOMAS W. RUFF A COMPANY 47.86 AIX NIGHTINGALE MARCUS OFF. FURNT. & SUPP., INC. 50.00 440 NORD PLAN USA PRO. FILING SYSTEMS, INC. 25.00 6.5 eI+ELv>No 411 INORD PLAN USA PRO. FILING SYSTEMS, INC. 23.50 6.5 taoBILE1oEs NZ NORDICAN MARCUS OFF. FURN. & SUPP., INC. 45.00 443 NORIX GROUP/SEBEL, FURN. J A SALES ASSOCIATES, INC. 40,00 414 NORSON NO BID 445 NORTHERN FURNITURE NO BID _446 NOVA J.C. WHITE OFFICE FURNITURE 49.30 _ 447 NOVIKOFF NO BID _ 448 NUCRAFT FURNITURE J.C. WHITE OFFICE FURNITURE 53.10 7 449 OFFICE EQUIPMENT WHOLESALE, INC. J.C. WHITE OFFICE FURNITURE 46.20 _ 450 OFFICE FURNITURE USA OFFICE FURNITURE USA 53.00 FULL CATALOG `^ 451 OFFICE MASTER NO BID ::OFFICE OFFICE SPECIALITY OFFICE DIMENSIONS, INC. 45.10 FILINO SPECIALITY OFFICE DIMENSIONS, INC. 48.90 SEATWWABLEST I P8 12 METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO. 1072-1100-0TR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LIST PRICE 454 OFFICE SPECIALITY FURN. 6 DESIGN RESOURCES, INC. 47.50 6.25 "TFcmu 456 OFFISPACE, INC. 4W OFSJSTYLINE NO BID J.C. WHITE OFFICE FURNITURE 53.00 457 OMNI INTERNATIONAL NO BID 455 051 DIVISION GE OFF. FURN. NO BID 459 O'SULLIVAN MARCUS OFF. FURN. 8 SUPP., INC. 45.00 7 4W OXFORD FURNITURE NO BID 461 O.F. & SPECTRUM OFFICE FURN. J.C. WHITE OFFICE FURNITURE 53.60 462 PACIFICA FURN. CO. NO BID 453 PACKARD INDUSTRIES, INC. NO BID 464 PALAT2ETTi NO BID 465 PALLAS TEXTILES NO BID 466 PANEL CONCEPTS CORPORATE EXPRESS, INC. 55.50 5.5 467 PAOLI. INC J.C. WHITE OFFICE FURNITURE 56.80 466 PATRICIAN DAR-RAN J.C. WHITE OFFICE FURNITURE 56.40 469 PAUL BRAYTON DESIGN (TEXTILES) CORPORATE EXPRESS, INC. 22 470 PEMCO NO BID 471 PEOPLE FRIENDLY PLACES, INC. NO BID 472 PERFORMANCE SEATING NO BID 473 PERIOD FURNITURE NO BID -- 474 PEROGEE CONTRACT FURNITURE NO BID _------ _ 475 PETER PEPPER PRODUCTS OFFICE DIMENSIONS, INC. 38.80 T _ 476 PETERSON DESIGN NO BID - 477 PETTIT NBB OFFICE ENVIRONMENTS 31.50 476 PIPP MOBILE SYTEMS NO BID METROPOLITAN DADB COUNTY ITEM MANUFACTURER NO. BID NO. 1072-1100.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES OFF NET ADD ON IIRT PRICE 479 PLAN HOLD OFFICE DIMENSIONS, INC. 37.30 4W PLANTO FURNITURE MFG. NO BID 491 PLEION CORP. OFFICE CONNECTION 55.40 4.9 482 PLYMOLD SEATING NO BID 493 POLO OFFICE FURNT. WAREHOUSE INC. 55.00 484 IPOWER FLOR NO BID 485• PRADERE CORPORATE EXPRESS, INC. 43.75 4 486 PRECISION MFR. INC. J.C. WHITE OFFICE FURNITURE 38.00 6 407 PRIDE FURNITURE MGR. CORP. OFFICE FURNT. WAREHOUSE INC. 52.00 4E8 PROFORMIX KEYBOARD MARCUSrOFF. FURNT. & SUPP., INC. 50.00 489 PRO-MUEBLES, INC. NO BID 490 PRONTO -CHAIR NO BID 491 PROTOCOL CONTRACT FURNITURE J A SALES ASSOCIATES, INC. 40.00 10 PULASKI FURNITURE CORP. FURN. 3 DESIGN RESOURCES, INC. 10 _492 403 PURE LITE NO BID 494 P.R.I.D.E. OF FLORIDA PRIDE ENTERPRISES 0.00 495 QUADRANTS OFFICE CONCEPTS, INC. NO BID 495 QUAKER FURN., INC. NO BID 497 QUARTET OVONICS NO BID 490 R A D GROUP NO 610 _ 40 RAMPART NO 610 500 RAYNOR OFFICE FURNITURE USA 54.00 MCvr?VE MTM _ 501 RECYCLED ALTERNATIVE CORPORATE ENVIRON. BUY -RITE OFFICE FURNITURE 42.00 6 502 REVEST OFFICE SYSTEMS OF FLORIDA 60.10 503 RICHARD • WILCOX OFFICE SYSTEMS OF FLORIDA 28.00 8 504 RIVERSIDE IMARCUS OFF. FURN. & SUPP., INC. 50.00 METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. RID NO. 1072-1100-OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON IIRT PRIGF 505 ROBT. CHARLES. INC. NO BID 508 RON MCDOLE, INC. NO BID 507 ROQUE BROS. ROQUE BROS 50.00 506 ROSEMOUNT OFFICE SYSTEM BUY -RITE OFFICE FURNITURE 41.00 6 SW IROVO CHAIR NO 810 510 ROYAL SEATING CORP. SECO SUPPLIES, INC. 38.00 511 RPI DESIGNS J.C. WHITE OFFICE FURNITURE 16 512 RPI INC. NO BID 513 RUBBERMAID OFFICE PRODUCTS M Eum" 514 RUDD INTL INC. - NO BID 516 RUSS BASSETT OFFICE SYSTEMS OF FLORIDA 9.00 6 516 R-WAY NO 610 517 RYSON J.C. WHITE OFFICE FURNITURE 41.00 518 R.J. WOODWORKING NO BID 519 1 SAFCO MANUFACTURING J.C. WHITE OFFICE FURNITURE 46.30 520 SAINBURG NO BID 521 SAMSONITE FURNITURE NBB OFFICE ENVIRONMENTS 48.50 522 SAUDER CORPORATE EXPRESS, INC. 36.50 523 SCHAFER BROS.. INC. NO BID 524 SCHWAB SAFE COMPANY OFFICE FURNITURE USA 54.00 F&EPROOF FKEe, WES, Meow CAMMTe 525 SEATING INC. OFFICE SYSTEMS OF FLORIDA 44.00 528 SEATING, INC. NO BID 527 SHAFER COMM. SEATING NO 610 528 SHELBY WILLIAMS BUY -RITE OFFICE FURNITURE 44.10 6 5; SHOTO CORPORATE EXPRESS, INC. 46.75 A- METROPOLITAN DADE COUNTY BID NO. 1072-1100.0TR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARES -UP INSTALL. NOTES NO. % OFF NET ADD ON 119T PRICE SW SIGMA STORTECH, INC. PRO. FILING SYSTEMS, INC. 36.00 7.5 531 SIGNORE INC. J.C. WHITE OFFICE FURNITURE 55.40 532 SIMMONS NO 810 533 SINA PEARSON TEXTILES CORPORATE EXPRESS, INC. 22 534 SIRCO BUY•RITE OFFICE FURNITURE 43.40 3 535 SIRCO MFG., INC. SEGO SUPPLIES, INC. 30.00 538 SIT ON IT FURNITURE OFFICE PAVILION 52.00 537 SITMATIC OFFICE CONNECTION 48.10 535 SITMATIC SEATING FURN. & DESIGN RESOURCES, INC. 40.00 539 SKOOLS FURN. a DESIGN RESOURCES, INC. 30.00 W SLIGH, INC OFFICE DEPOT 53.31 7 541 SMEAD MANUFACTURING CO. OFFICE CONNECTION 30.75 4.9 542 SMED MFG. OF CANADA NO BID 543 SMITH MCDONALO CORPORATION OFFICE DEPOT 50.00 544 SMITH METAL PARTS NO BID 545 SMITH SYSTEM OFFICE CONNECTION 32.68 4.9 545 SOHO CONTRACT J.C. WHITE OFFICE FURNITURE 15 547 SOURCE INTERNATIONAL CORP. OFFICE FURNITURE USA 56.50 546 SOUTHEASTERN ACOUT. PANEL CO. NO BID 549 SOUTHWOOD NO BID 550 SPACE SAVER NO BID 551 SPACESAVER CORP. NO BID 552 SPEC FURNITURE J.C. WHITE OFFICE FURNITURE 57.20 553 SPRINGER PENGUIN NO BID I �S 22 %` h- METROPOLITAN DADE COUNTY ITEM MANUFACTURER No. ®ID NO.1072-1000.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON UST PRICE 554 ISTACOR NO BID 555 STANDARD DESK CORPORATE EXPRESS, INC. 53.75 556 STARCOMM r NO 810 567 STEELCASE, INC. OFFICE SYSTEMS OF FLORIDA STATE ONTRAC STATE ONTRAC QUOTE WITIPIE AWARp 558 STEELCASE, INC. THOMAS W. RUFF 8 COMPANY r QUOTE 1lllLfPlE AWARD 558 STENDIG NO BID WO STOW 8 DAVIS THOMAS W. RUFF 3 COMPANY 45.82 560 STRATFORD HALL (TEXTILES) NO BID 561 STREATER T4S 8 TASKII a TASK VIEW STREATER INC. 47.00 5 582 STROUT CHAIR NO BID y 563 STRWAL INTL NO BID 564 STUART-CLARK INC. FURN. 6 DESIGN RESOURCES, INC. 20 585 ST. TIMOTHY CHAIR CO. J.C. WHITE OFFICE FURNITURE 54.70 SW SUNBURSTIPAVILION FURN. 8 DESIGN RESOURCES, INC. 38.00 567 SUPERIOR CHAIRCRAFTS CORPORATE EXPRESS, INC. 55.00 1 METROPOLITAN DADE COUNTY BID NO. 1072-11004TR-CW ITEM MANUFACTURER BIDDER DISCOUNT MARK-UP INSTALL. NOTES NO. % OFF NET ADD ON �nr DDIP_1= 566 SUPREME EQUIPMENT NO BID 569 SURFACE TECHNOLOGIES J.C. WHITE OFFICE FURNITURE 56.00 570 SYSTEMATIX-PURELITE FURN. ll, DESIGN RESOURCES, INC. 30.00 571 SYTLEX SYTLEX, INC. 50.00 572 TAB PRODUCTS NO BID 573 TABLEWORKS CORPORATE EXPRESS, INC. 35.00 574 TALIN-USA NO BID _ — 575 TAYCO PANELINK LTD AUTOMATED SYSTEMS 6 SVS. INC. 50.50 576 TAYLOR CHAIR CORPORATE EXPRESS, INC. 45.75 1_ 577 ITAYLOR DESK CORPORATE EXPRESS, INC. 45.75 576 TEAMBOARD CORPORATE EXPRESS, INC. 0.50 579 TECHNIQUES IN WOOD NO BID ' SW TEKNION, OFFICE SYSTEMS OFFICE DEPOT 47.50 7 DOMEVAxo WATk+o 561 TEKNION, OFFICE SYSTEMS OFFICE DEPOT 50.00 7 TMSEATMo 502 TEKNION, OFFICE SYSTEMS OFFICE DEPOT 49.38 7 D 50M WOODGAKEo00oe a WTM 563 TEKNION, OFFICE SYSTEMS OFFICE DEPOT 51.98 7 TOO a TPAMO SYSTEM —_ 564 TEKNION, OFFICE SYSTEMS OFFICE DEPOT 52.69 7 SOULEVAM SYSTEM 565 TELLA NO BID 566 TELLUS FURNITURE J.C. WHITE OFFICE FURNITURE 56.20 567 TENNSCO-BOOK CASES NBB OFFICE ENVIRONMENTS 38.50 588 TEXWOOD FURN. CORP. NO BID 509 THADEX, PHOENIX DESIGN NO BID 590 THE ADVANCE PRODUCTS CO., INC. NO BID 591 THE CHILDRERS FURNITURE CO. FURN. S DESIGN RESOURCES, INC. 24.00 592 THE HOH COMPANY J.C. WHITE OFFICE FURNITURE 6012 _.. I4' t, r f METROPULITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO.1072-1100.OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LmT PRICE 593 THE MARVEL GROUP, INC. CORPORATE EXPRESS, INC. 52.75 59-4 THE THRASHER GROUP NO BID 595 THE WORDEN CONTRACT NO 810 595 THIS END UP CONTRACTS THIS END UP CONTRACT 48.00 597 THOMASVILLE INDUSTRIES, INC. AUTOMATED SYSTEMS S $VS. INC. 49.20 596 THONET NO BID 599 THYER GOGGIN THOMAS W. RUFF 6 COMPANY 48.00 a 600 TIFFANY OFFICE FURNITURE USA 58.50 601 TJE WOODEN CONT. FURN., INC. NO BID 602 TONON MANUFACTURING NO BID 603 TOUHY FURNITURE OFFICE DIMENSIONS, INC. 40.70 604 TRENDWALL FURN. S DESIGN RESOURCES, INC. 45.00 606 TRENDWAY CORPORATE EXPRESS, INC. 51.25 8 606 TUGHY LAS FURN. a SHELVING J.C. WHITE OFFICE FURNITURE 45.20 5 60T TURNSTONE NO AWARD 51.40 8 MME AS 6"93rA E ON UNITED J.C. WHITE OFFICE FURNITURE 57.60 609 UNITED STATIONERS MARCUS OFF. FURN. 3 SUPP., INC. 45.00 7 610 UNDUE FURNITURE LTD. E S K MARKETING GROUP, INC. 33.00 611 VECTA CONTRACT OFFICE DIMENSIONS, INC. 50.63 7 612 VERSTEEL CORPORATE EXPRESS, INC. 45.00 613 614 VIA, INC. OFFICE PAVILION 52.00 VIVJNG ACOUSTICALIERO PRODUCTS FURN. & DESIGN RESOURCES, INC. 30.00 615 616 VIRCO J.C. WHITE OFFICE FURNITURE 57.40 COWVTRERFUR►TURE,FaowoTABLES aouJRS^ i VIRCO OFFICE FURNITURE USA 56.50 617 VITRA NO BID _ 616 IVOGEL PETERSON OFFICE CONNECTION 44.90 ■ METROPOLITAN DADE COUNTY ITEM MANUFACTURER NO. BID NO. 1072-1100-OTR-CW BIDDER DISCOUNT MARK-UP INSTALL. NOTES % OFF NET ADD ON LIST PRICE 619 WALL INNOVATORS OFFICE SYSTEMS OF FLORIDA 45.00 SM WEILAND R.M. WIELAND CO., INC. 45.00 7 621 WEST COAST INDUSTRIES NO BID 622 WESTIN NIELSEN THOMAS W. RUFF & COMPANY 43.00 623 WHITE OFFICE SYSTEMS PRO. FILING SYSTEMS, INC. 6.75 13 1 Pam Fees 624 WHITE OFFICE SYSTEMS PRO. FILING SYSTEMS, INC. 2.00 15 24aovennckmoumsmxr 625 WHITE OFFICE SYSTEMS PRO. FILING SYSTEMS, INC. 29.50 0.5 4 POW M4WHO 626 WHITE OFFICE SYSTEMS PRO. FILING SYSTEMS, INC. 24.50 6.5 umE cARRmEs 627 WHITE OFFICE SYSTEMS PRO. FILING SYSTEMS, INC. 24.50 6 csurrxEves sa+etv�ao 626 WHITEHALL FURNITURE J.C. WHITE OFFICE FURNITURE 55.30 S29 WHOLESALE BUSINESS FURNITURE BUY -RITE OFFICE FURNITURE 41.00 _ 630 WILKHAM OFFICE DIMENSIONS, INC. 50.63 631 WILKHAN THOMAS W. RUFF 3 COMPANY 46.13 7 632 WINSTON & SONS, INC. J.C. WHITE OFFICE FURNITURE 54.20 633 WOODTRONICS FURN. & DESIGN RESOURCES, INC. 10 6 034 WORKING WALLS CORPORATE EXPRESS, INC. 43.75 3 035 WORKSPACE INTERNATIONAL OFFICE FURNITURE USA 54.50 VMW VED*R soot A%S. EW"IM C sEATM 6M WORLD BUSINESS DISTRIBUTOR BUY -RITE OFFICE FURNITURE 42.00 637 WORLD DESIGNS FURN. a DESIGN RESOURCES, INC. 46.00 636 WRIGHTLINE WRIGHTLINE DISCOUNT VARIES ON $ AMOUNT QJ9 X CEPTION DESIGN, LTD. NO BID 640 YATES FURNITURE SYSTEM IYORK NO BID I 641 WOOD PRODUCTS NO BID lfw- MIAMI BID NO: BID1072-1/00-OTR-CW OPENING: 2:00 .. ,A. -Wcdncsday DATE: March 4, 1998 MIAMI DADE COUNTY, FLORIDA IVITATION TO BID TITLE !FURNITURE (OFFICE AND NON -OFFICE) FOR VARIOUS DADE COUNTY DEPARTMENTS FOR A ONE (1) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR ONE (1) ADDITIONAL YEAR THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: N/A CATALOGUE AND LISTS: N/A EQUIPMENT LIST: ' N/A INDEMb1IFICATION/INSURANCE: See Section 2.0, Para. 2.11 PRE -BID CONFERENCE/WALL-THRU N/A RACE -CONSCIOUSNESS MEASURE: N/A SAMPLES/INFORMATION SHEETS: N/A SITE VISIT/AFFIDAVIT: N/A SOURCE OF SUPPLE': See Section 2.0, Para. 2.36 TRADE CERTIFICATION: N/A WRITTEN WARRANTY: N/A FAIR SUBCONTRACTING PRACTICE: N/A FOR INFORMATION CONTACT: .EDGAR INNISS, CPPB (305) 375-4260 MIAMI DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION 9-30C47 t,.. MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW SECTION 2.0 SPECIAL CONDITIONS FURNITURE, OFFICE AND NON -OFFICE 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid is to establish a contract for the purchase of Furniture Office and Non -Office and shall include Replacement Parts, Upholstery and Desk Accessories Items in conjunction with the County's needs on an as needed when needed basis. 2.2 Intentionally Omitted 2.3 Intentionally Omitted ' 2.4 TERM OF CONTRACT: TWELVE MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division. The contract shall remain in effect for twelve (12) months., 2.5 OPTION TO RENEW ONE (1) YEAR (Maintain Same Discounts) Dade County shall have the option to renew this contract for an additional year provided the bidder will maintain the same discount(s) from manufacturer's published price list(s). Continuation of the contract beyond the initial period is a County prerogative not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. In the event that the bidder declines the County's right to exercise the option period, the County shall suspend the bidder from submitting bid proposals for a minimum period of six (6) months; provided however, that the County may waive the suspension period if the bidder is unable to accept the option period due to extenuating circumstances beyond its control. 2.6 METHOD OF AWARD: Award of this contract will be made to the responsive, responsible Bidder who offers the highest discount for products from manufacturers to be bid listed under Section 3.0, Paragraph 3.1. The lowest price will be calculated on a manufacturer by manufacturer basis and will be determined by taking the manufacturer's "List Price" minus the discount off the "List price" plus the installation charges where appropriate expressed as an add -on percentage of the "List Price". Where manufacturers do not have a "List Price" but have a "Net Price" Book, the lowest price will be calculated as the "Net Price" plus the mark-up plus the installation charges where appropriate expressed as an add on percentage of the "Net Price". Example: "List" ($100.00) - "Discount" Page 1 v 9 �' 3 0 6-0 It -enr MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW 40% ($40.00) + installation 6% ($6.00) _ "Price" ($66.00) OR "Net" ($100.00) + "Mark-up" 10% ($10.00) + installation 6% ($6.00) _ "Price" ($116.00). The item "$1 to $1OM" shall be used as the basis for award. The price list, whether -"List" or "Net" must be common to,.and accepted by, the Industry in general. The determination as to whether to consider the installation costs as appropriate in the price evaluation shall be the sole prerogative of the County and shall be based on anticipated usage of a manufacturer's products. 2.7 PRICES SHALL BE BASED ON PUBLISHED PRICE LISTS The price lists used to calculate the costs of a manufacturers' furniture must be common to, and accepted by the Industry in general. Revised Published Price List may be used as a means of price adjustment and will be accepted only in the event that a manufacturer issues an industry -wide price change. The manufacturer's price, listcurrent at the time of the issuance of a County purchase order shall prevail except when 2; successful bidder/vendor submits a written proposal. Prices so indicated must be firm for a period of 60 days after the date of the proposal. 2.8 Intentionally Omitted 2.9 Intentionally Omitted 2.10 LIQUIDATED DAMAGES FOR INCOMPLETE PROJECTS (OPTIONAL)_ The County reserves the right to initiate on a project by project basis liquidated damages to be paid by the bidder/vendor upon failure to complete a project in accordance with the specifications and to the satisfaction of the County within the time agreed upon at the time a purchase order is issued. A letter of understanding shall be initiated by the County and signed by the successful bidder/vendor indicating that the purchase order is subject to liquidated damages in the amount of one tenth (1/10) of one (1) percent (%) of the value of the Project which remains to be completed for each calendar day the project remains incomplete. This compensation is due the County for loss of use and for additional costs incurred by the County due to such non completion of the work. The County shall have the right to deduct the said liquidated damages from any amount due the bidder/vendor under this agreement or to invoice the bidder when costs incurred exceed the amount due to the bidder. 2.11 INDEMNIFICATION AND INSURANCE - (1) GENERAL SERVICE AND MA CONTRACT (FOR THOSE BIDDERS WHO ELECT TO PERFORM INSTALLATION) The successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. Page 2 MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, 111 N.W. 1st Street, Suite 232.3 250, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Workmen's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Public Liability Insurance on a comprehensive basis in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an'amount not less than $300,000 combined single limit per occurrence for bodily injury and 'property damage. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly - reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this Agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of Page 3 l4' k1- MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with this General Terms and Conditions. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the Bidder in accordance with Section 2.5 of, the Special Conditions. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement charges from the Bidder in conjunction with Section 1.8 H of the General Terms and Conditions. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED DELIVERIES AND SERVICES The successful bidder(s) shall submit an invoice(s) to the County department(s) that has requested the items through a purchase order. The invoices shall reference the appropriate purchase order number, the delivery address, and the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County department when the items were delivered and accepted. The periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of e the items. Page 4 9 9 _ a U Vol ■ M MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW 2.16 SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at Various Locations within Dade County. 2.17 DELIVERY TIME The Bidder shall deliver the furniture required in conjunction with this Bid solicitation within ninety (90) calendar days after the date that the order is placed by the County's authorized representative unless otherwise agreed upon in writing between the Bidder and the County. Where the Manufacture has "Quick Ship" or "In -Stock" Programs which form the basis for the County's decision to specify 'a specific product, the manufacturers' published claim of shipping or delivery times will be used. 2.18 BACK ORDERS SHALL NOT BE ALLOWED The County shall not accept any back orders of deliveries from the bidder. Accordingly, the bidder is required to deliver all items to the County within the time specified in this solicitation; and no grace period shall be honored. In the event that the bidder fails to deliver the goods within the time specified, the County reserves the right to cancel the order, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the County. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the County at the time of defect. Any payment by the County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within five (5) calendar days after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a County bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County within ten (10) Page 5 9 9- 3 0 607 MIAMI DADE COUNTY BID NO. 1072-1100-OTR-CW calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.20 CONTACT PERSON For any additional information regarding the specifications and requirements of this contract, Contact: Edgar Inniss at (305) 375-4260. 2.21 ACCIDENT PREVENTION AND REGULATIONS Precautions shall be exercised at all times for the protection of per- sons and property. All Contractors and Sub -Contractors shall conform to all OSHA, State and County regulations while performing under the Terms and Conditions of this contract. Any fines levied by the above mentioned authorities because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. 2.22 CATALOGS AND PRICE LISTS SHALL BE SUBMITTED The successful Bidder shall submit (1) copy of the current manufacturers' price list and catalog, to the County and shall be given fifteen (15) days from notification to submit the information. Failure to meet this requirement may result in the bid being rejected. These documents shall remain in effect for the life of the contract and shall be regularly updated for content, products offering and current pricing by the bidder. Upon request, the bidder shall provide additional sets of the manufacturers' product catalogs and price lists at no cost to the County. 2.23 CLEAN-UP All unusable materials and debris shall be removed from the premises. At completion, the successful bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the Depart- ment Project Manager. 2.24 COUNTY-WIDE/STATE-WIDE USAGE Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments, determine shipping terms and issue its own exemption certificates as required by the bidder. Page 6 It- I MIAMI DADE COUNTY OSCEOLA SCHOOL DISTRICT _ Att: Donald Miller, Purchasing Director 817 Bill Beck Blvd. Kissimmee, FL 34744 PASCO COUNTY, BCC Att: Frank Fortino, Purchasing Director 8919 Government Drive New Port, FL 34654 VOLUSIA COUNTY SCHOOL BOARD Att: Tom Simms, Purchase Director i P.O. Box 2118 Deland, FL 32721 CITY OF OCALA ATT: James Crosby, Purchasing Director P.O. Box 1270 Ocala, FL 34478 BID NO. 1072-1/00-OTR-CW ST. JOHNS COUNTY SCHOOL BOARD Att: Don Hurd, Purchasing Director 299 SCHOOL HOUSE RD. St. Augustine, FL 32095 TAMPA SPORTS AUTHORITY Att: Joseph Haugabrook, Purchasing Director 4201 N. Dale Marby HWY. Tampa, FL 33607 VOLUSIA COUNTY 1. Att: Kenneth Hayslette, Purchase Director 123 W. Indiana Ave., 3rd Floor Deland, FL 32720-4608 2.25 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.26 DELIVERY TIMES SPECIFIED The Bidder shall only be authorized to deliver items between the hours of 9:00 A.M. and 5:00 P.M. unless special arrangements have been made in advance with the County Department requesting the furniture. 2.27 FURNISH AND INSTALL REQUIREMENTS These specifications describe the various functions and classes of work required as necessary for the completion of the project. Any technical omissions of functions or classes within the sections of these specifications shall not relieve the bidder from furnishing, installing or performing such work where required to the satisfactory completion of the project. Page 17 9 9 - 4900"667 %I . MIAMI DADE COUNTY 2.28 ELECTRICAL HOOK-UP (OPTIONAL BID NO. 1072-1/00-OTR-CW The successful bidder/vendor shall be responsible, when required by the County, to install and connect the electrical supply including outlets, junction boxes and installation of power supply to the house power panel and components of "System Furniture" when such electrical components are to be part of the furniture procured from the bidder. Electrical components shall be installed by a licensed electrician competent to perform each connection. A Building Permit is required and is the responsibility of the bidder. A separate price Quotation will be requested of the bidder for specific projects for the electrical hook-up when required. When approved by the County and included in the purchase order the successful bidder may invoice the County for such electrical hook-up costs, in addition to the normal discounted costs and installation costs. 2.29 LIMITATION OF EXCLUSIVE CONTRACT SHALL BE $200.000.00 PER PROJECT Although the purpose of this Solicitation is to secure a contract that can satisfy the needs of the County or of a specific County agency, it is hereby agreed and understood• that this Solicitation does not constitute the exclusive right of the successful Bidder(s) to receive all orders that may be generated by the County for items contained within this Solicitation. Accordingly, the County reserves the right either to seek a separate bid for any project exceeding $200,000.00 or to seek the services of the awarded bidders. When requested, such awarded bidders may submit requotes to the County offering additional discounts or additional terms and conditions advantageous to the County. The County reserves the right to include furniture as part of a "turn key" construction project where the General Contractor is responsible for Procurement. The County also reserves the right to access State of Florida and Federal Furniture Contracts when available and advantageous to the County. 2.30 OMISSION FROM THE SPECIFICATIONS The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 2.31 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following Page 18 0 9 -306b7 a K tr IV. MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.32 PROTECTION OF PROPERTY All existing structures, walls, elevators, railings, utilities, services, roads, trees, shrubbery, etc. shall be protected against damage or interrupted services at all times by the bidder during the term of this contract; and the bidder shall be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the bidder's operation on the property. 2.33 DESIGN REQUIREMENTS The County or its designated Representative shall be the sole decision -maker as to the functional criteria and the aesthetic compatibility in the selection of furniture. 2.34 INSTALLATION (DEFINED) All items procured by the County under this agreement must be delivered and set in place to the address and location indicated by the County, free of delivery charges. Furniture which requires on -location assembly, that is to say, items which consist of component parts which require extensive screws, bolts or electrical connection or attachment to floor, wall or ceiling, is subject to additional installation charges. Examples: system furniture, filing systems, component furniture and bolted -in -place seating. Installation charges will not be allowed for loose seating, filing cabinets, or free standing desks, including "L" and "U" shaped desks. 2.35 WAREHOUSING Should conditions dictate that delivery or installation of the furniture shall be delayed, through no fault of the bidder, the successful bidder shall be required to warehouse subject furniture for a period not to exceed thirty (30) calendar days at no additional cost to the County. Should the storage exceed thirty (30) calendar days, the successful bidder may after negotiation with the County, invoice the cost of the additional storage period to the County. 2.36 SUPPLIERS OF MATERIALS/PRODUCTS SHALL BE IDENTIFIED If the Bidder shall be utilizing a third party distributor or manufacturer as the "source -of- supply" for obtaining and delivering products and/or materials required in conjunction with this Bid Solicitation, the Bidder shall submit written proof that they are at the time of bid submission, an authorized dealer or distributor of each manufacturer. This "source -of -supply" letter must remain current throughout the term of this contract. Written Proof may consist of one of the following items: A. Letter from the manufacturer. Page 19 "3iiG, t,� E M MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW B. Letter from the manufacturers' regional or territorial representative. C. Copy of current contract between bidder and source of supply. D. Letter from the importer or wholesale distributor. It is Dade County's intention to keep the source of supply as direct as possible, therefore we will not accept as proof of dealership letters from other dealers or retail distributors. The County recognizes that from time -to -time manufactures change their dealer structure. Any manufacture wishing to rescind their "source -of -supply" letter for an awarded bidder/vendor may do so in writing to the County. The County may then re -award that manufacturer to another bidder. 2.37 DEFINITION In each item of Section 4, Bid Proposal the Letter M is used to denote $1,000.00. Thus $10M will mean $10,000.00. 2.38 ADDITIONAL MANUFACTURERS MAY BE ADDED The bidder may submit additional manufacturers under item #479 of the list of manufacturers to be bid. The County, at its sole discretion, will decide whether to accept the bid of any manufacturer offered and if accepted they will be added to the contract. In addition, the County, at its sole discretion, may make a separate request for bids for specific new or replacement manufacturers during the contract period. Such request(s) for bids will be made to eligible vendors who meet the requirements of paragraph 2.38 of this bid. The County shall obtain a list of eligible Bidders from the manufacturer to be bid or shall obtain Bids directly from that manufacturer. The County may also add additional vendors or change vendors to replace any vendor who has gone out of business or has had their "source -of - supply" letter rescinded by the manufacturer. All items added, whether part of the original award or part of subsequent addition (s) are subject to the terms and conditions of the contract. 2.39 MULTIPLE AWARDS BY MANUFACTURER'S PRODUCT It is the Counties intent to award all Products from a manufacturer to one bidder unless that manufacturer markets specific products separately in which case, with the manufactures concurrence, the award may be split between two bidders. If a manufacturer has a different discount structure for different product lines such as between chairs and systems furniture or between regular shipping and quick -ship deliveries these should be shown separately by the bidder in order to clarify the complete proposal to the County. The determination as to whether to split the award of a manufacture between bidders is the sole prerogative of the County and shall be based on anticipated usage of a manufacturer's products. �6 r*� Page 20 9 9 ' 3 i t.- i a>� MIAMI DADE COUNTY uID NO. 1012-1/00-OTR-CW 2.40 ADDITIONAL LABOR (OPTIONAL) The successful bidder/vendor may be requested by the County to provide additional labor to remove, relocate or remodel existing County furniture fixtures or equipment in order to provide the furniture to be purchased and installed thru this bid. A separate price quotation will be requested of the bidder/vendor for specific projects for this additional service when required. When approved by the County and included in the purchase order the successful bidder/vendor may invoice the County for such additional labor cost, in addition to the furniture and installation costs as otherwise provided in this bid. Page 21 Of " J t- MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW SECTION 3.0 - TECHNICAL SPECIFICATIONS FURNITURE, OFFICE AND NON OFFICE - 3.1 MANUFACTURERS TO BE BID 1. A.G.I. INDUSTRIES, INC. 42. AVENUE - 2. ABCO OFFICE FURNITURE, INC. 43. A.C.M.I 3. ACCORD BUSINESS FURNITURE 44. BAKER FURNITURE 4. ADD INTERIORS SYSTEMS 45. BENNETTBRICKELL 5. ADANLOCK OFFICE ENVIRONMENTS 46. BERCO INDUSTRIES - 6. ADELPHIA STEEL EQUIPMENT CO. 47. BERNHARDT/CONTRACT 7. ADJUSTABLE STEEL PRODUCTS, INC. 48. BERNHARDT (TEXTILES) - 8. ADI-ART DESIGN INM 49. BEVIS CUSTOM FURNITURE 9. 3 ADDEN FURNITURE, INC. 50. BEYLERIAN _ 10. ADVANCE MArjUFACTURING CO. 51. BIEFFEPLAST 11. AGI INDUSTRIES, INC. 52. BLACK MFG. CO., INC. - 12. ALAR 53. BLOCKHOUSE CO. - 13. ALLE 54. BOB BAKER COMPANY 14. ALFA UMBRELLA CO. 55. BOLING COMPANY - 15. ALEX STUART DESIGN 56. BONAVENTURE 16. ALL STEEL, INC. 57. BORROUGHS/LEAR SIEGLER. INC = 17. AMERICAN OF MARTINSVILLE 58. BORROUGHS WILKSONSTAK LIB - _ 18. ANIERICAN SEATING FURN. - 19. ARMES COLOR FILE 59. B.P.I. INC. 20. AMOTEK/LUSA, INC. 60. BRADFORD & STEWARD _ 21. ANDERSON HICKY CO. 61. BRANDRUD FURNITURE 22. ANZEA (TEXTILES) 62. BRASS SMITH - 23. ARCADIA 63. BRAYTON INM 24. ARCHITECTURAL FIBERGLASS 64. BRETFORD =_ -_ 25. ARCHITECTURAL SUPPLEMENTS 65. BREWSTER 26. ARCHITEX (TEXTILES) 66. BRODART CUSTOM LIB. SYSTEM. _ 27. ARG COM FABRICS (TEXILES) 67. BRUETON INDUSTRIES - 28. ARCONAS 68. BUSH INDUSTRIES _- = 29. ARNOLD GROUP 69. BUSINESS ACCESSORIES =_ 30. ARTEC DIV. OF K MBALL CETRA 70. BUSINESS EFFICIENCY AIDS(BEr 31. ARTELITE 71. BRIGHT CHAIR COMPANY 32. ARTCP-BELL CORPORATION 72. BROWN TABLES, INC. 33. AItTOPEX, USA 73. BROWN JORDAN, COMPANY s 34. ASPECTS/PAC DESIGN 74. BRUNSCHWIG & FILS (TEXTILES 35. ATELIER INTERNATIONAL LTD. 75. BUCKSTAFF =_ 36. AUGUST 76. CAF 37. AURITA SHELVING 77. CHF INDUSTRIES. INC. 38 AVCO OFFICE FURNITURE. INC. 78. CABOT WRENN 39. ASPECT/PAC DESIGN 79 CAMILO MUEBLES. INC. - _- 40. ATLANTIC FURNITURE SYSTEMS 80. CAMELOT WEST _ 41 ATLANTIC METAL INDUSTRIES 81. CANO CORPORATION Page 22 MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW . SECTION 3,0 - TECHNICAL SPECIFICATIONS FURNITURE, OFFICE AND NON OFFICE 3.1 MANUFACTURERS TO BE BID _ 82. CAROLINA HOUSE FURNITURE 123. DAVID-EDWARD. LTD. FURN. - 83. CAROLINA SEATING CO. 124. DAVIS FURNITURE, INC. 84. CARTWRIGHT FURNITURE 125. DECAR CORPORATION _ 85. CASEWORKS FURNITURE 126. DECORA XE 5 COLLECT. -- 86. CASTELLI DIV. KRUEGER 127. DELCO 87. CCN 128. DESCOR 88. CENTER CORE, INC. 129. DESK CONCEPTS 89. CHARLOTTE CO. 130. DESIGN AMERICA 90. CHAIR BY COOKE 131. DESIGN ASSOCIATES 91. CHLL.DCRAFT l 132. DESIGN OPTIONS 92. CHROMCRAFT MONARCH 133. DESIGN TEX TEXTILES 93. CLARIN CORPORATION 134. DESIGNE TECH 94. CLEATOR 135. DI DESIGNS _= 95. COLE BUSINESS FURNITURE 136. DOMORE CORP. 96. COLLECTION REPRODUCTION 137. DONGHIA 97. COMFORTO I38. D.O. OFFICE SEATING 98. COMMERCIAL. BUILD. SYST.(CBS) 139. DSOR 99. COMMUNITY 140. DYNASTY FURN. MFR. CO., L 100. COMPATICO 141. EATON 101. CO -DESIGN, INC. BY AL.LSTEEL 142. ENEM SYSTEM 102. CONDI DIV. PACIFIC FURN. 143. ECK ADAMS CORP. 103. CONTEMPORARY PRODUCTS, INC. 144. EI.DON _ 104. CONTINENTAL CREATIVE 145. EGAN VISUAL 105. CONTINUM, INC. 146. ELECOMPACK 106. CONTRACT GALLERY 147. ENGLANDER BEDDING 107. CONWED 148. ENVIRONMENTAL LIFE SPACE 108. CORAL OF CHICAGO (TEXi'IL.ES) 149. ERG INT''L 109. CORRY HIEBERT 150. ERGO SYSTEMS 110. COUNCILL BUSINESS FURNITURE 151. ERGODYNE 111. CONVENTRY HOUSE 152. ERGODSPEC SEATING =_ 112. CONTEMPORARY PRODUCTS, INC. 153. ERGONOM CORP. - 113. CRAMER, INC. 154. ERINCRAFT _ 114. CREATIVE OFFICE SEATING 155. ESFI ENVIRD SYST. FURN., INC. 115. CREATIVE WOOD PRODUCTS 156. EXCEL 116. CUMBERLAND INTERNATIONAL 157. EXECUTIVE FURN., INC. - 117. CURTIS PRODUCTS, LTD. 158. EXECUTIVE OFFICE CONCEPTS 118. CUSTOM EXECUTIVE OFFICEPTS 159. FACILITIES GROUP 119. DARIRAN 160. FALCON 120. DAPHA 161. FICKS REED 121 DATUM OFFICE SYSTEMS 162. FILEX - 122. DAVSON-BULLETIN BOARDS 163. FIRE KING Page 23 S J - 3 ;y 6.7 t' MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW SECTION 3.0 - TECHNICAL SPECIFICATIONS FURNITURE, OFFICE AND NON OFFICE 3:1 MANUFACTURERS TO BE BID 164. FIXTURES FURNITURE 205. HARDWOOD HOUSE 165. FLEETWOOD MFR. 206. HARDWOOD VISUALS 166. FLEXSTEEL 207. HARPERS 167. FLEX-Y-PLAN 208. HARVARD INTERIORS 168. FLORIDA COMPUTER FURNITURE 209. HARTRR CORP. 169. FORMS & SURFACES 210. HARVEY PROBER 170. FORMINCO 211. HASKELL 171. FORTRESS SEATING 211. HAWORTH, INC. l 72. FRASER CONTACT FURNTURE 213. HAYES 173. FREE ENTERPRISES 214. HBF TEXTILES 174. F.W. LOMBARD COMPANY 215. HENREDON 175. G.F. FURNITURE SYSTEMS 216. HERMAN MILLER 176. GARCY/SLIP 217. HESCO 177. GARRETT INDUSTRIES, DBA 218. HICKORY BUS. FURN. (HBF) 178. GARRETT LEATHER CORPORATION 219. HICKORY LEATHER IND. 179. GAUTIER 220. HIGH POINT FURNITURE IND. 180. GEORGIA CHAIR COMPANY 221. HILLCREST 181. G.F. FURNITURE 222. HILLE 182. GPF, INC. 223. HOLLAND INDUSTRIES 183. GIANNI, INC. 224. HON CONCENSYS 184. GIRSBERGER OFFICE SEATING 225. HOOSIER DESK CO. 185. GLARO, INC. 226. HORIZON STEEL 186. GILBERT INT"L 227. HOWE TABLE 187. GLASSPEC CORP. 228. HUMAN FACTOR TECHNOLOGIES 188. GLASSFORM/DURAFORM 229. ICF UNIICA VAEV 189. GLOBAL BUSINESS FURN.. INC. 230. I.I. L. INTL 190. GLOBAL INDUSTRIES 231. INDIANA CHAIR CO.. INC. 191. GOELST CORP. 232. INDIANA DESK CO., INC. 192. GORDON INT'L 233. INF'MTY OFFICE SYSTEMS 193. GRAHL IND. 234. 1NTERGA 194. GRAMMER INC. 235. INTERIOR CONCEPTS 195. GREGSON FURN. IND. 236. INTERNATIONAL LIBRARY FURN 196. GRESSCO, LTD. 237. INTREX 197. GUNLOCKS CO. 238. INVINCIBLE 198. HAG USA 239. INWOOD OFFICE FURNITURE 199. HALCON 240. IPOCORK 200 HALCON. INC. HAMILTON SORT 241. IRA SHAPIRO & CO. 201 COMPANY, INC. 242 IRON BOUND NIEETAL PRODUCTS 202 HALE WOOD BOOKCASES 243 IRWIN SEATING 203 FiAMILTON IND. 244 J.D. TACKIT 204 HARDEN CONTRACT 245 J.G. FURNITURE SYSTEMS, INC Page 24 99-3u6:7 11" A MIAMI DADE COUNTY dI0 NO. 1072-1/00-OTR-CW SECTION 3.0 - TECHNICAL SPECIFICATIONS FURNITURE, OFFICE AND NON OFFICE 3.1 MANUFACTURERS TO BE BID 246. JANSKO 287. LOEWENSTEIN, INC. 247. JASPER CHAIR CO., INC. 288. LOUIS INTERIORS 248. JASPER. DESK CO., INC. 289. LTD. L.P. 249. JASPER SEATING CO. 290. LUI CORP. 250. JAX INTERNATIONAL 291. LUNDIA 251. JG FURNITURE SYSTEMS, INC. 292. LUNSTEAD, INC. 252. JOFCO 293. LUX STEEL. 253. JSI 294. LYON 254. JOHNSON INDUSTRIES 295. M & J DESK, MFR. CO. 255. KD. CONTEXT 296. M J INDUSTRIES, INC,. 256. KARDEX 9 297. MCDONAL.D PRODUCTS 257. KAUFMAN 298. MAHARAM (TEXTILES) 258. KAUFMAN OF COLLINGWOOD 299. MARTINBRATTRUD, INC. 259. K.M.I. 300. MARVEL 260. KEILHAUER IND. LTD 301. MAYLINE 261. KIIvBALL OFFICE FURN., INC. 302. MERIDIAN, INC. 262. KIMBALL - LODGING GROUP 303. MATTED GRASSI 263. KINE CONTRACT SEATING 304. MEELINK 264. KINGSTEY LIBRARY EQUIPMENT CO. 305. METALSTAND 265. KINETICS 306. METCOR 266. KLN STEEL PRODUCTS 307. METROPOLITAN 267. KNOLL, INC. 308. MICA CASE, INC. 268. KNOLL, INC. TEXTILES 309. MICRO COMPUTER ACCESSOR.IEE 269. KRON, USA 310. MIDWEST DATA ACCESS 270. KREUGER INTERNATIONAL (KI) 311. MIDWEST FOLDING PRODUCTS 271. KRUG, INC. 312. MILL SEATING 272. KRUG SOFT CARE 313. MILLER DESK, INC. 273. KUSCH 314. MILLSTONE BUSINESS PRODUCT 274. KWIK FILE 315. MITY-LITE TABLES 275. L & B PRODUCTS 316. MODE CORPORATION 276. LACASSE 317, MOMENTUM TEXTILES 277 LANE FURNITURE COMPANY 318, MONTE/AETNASTAK SHELVING 278 LAWRENCE 319. MODERN CONTRACTS FURN. 279. LEIF JACOBSEN 320. MODUFORM, INC. 280. LA-Z-BOY 321. MODULAR DESIGN, INC 281 LBF OFFICE SYSTEMS 322. MOTEL, INC. 292. LEATHERCRAFT CONTRACT 323 MONTISA OFFICE FURNITURE 283 LEYFORM 324 MTS SEATING 284 LIBRARY BUREAU 325 MUELLER FURNITURE CORP 285 LIS A SEATING 326 MYRTLE DESK CO. 286 LIZ JORDAN HILL (TE%?ILES) 3327 NANCY CORZINE Page 25 S 9_ 3 0 n 7 "T 7M 7N 7 It. r.. MIAMI DADE COUNTY BID NO. 1072-1/00-OTR-CW SECTION 3.0 - TECHNICAL SPECIFICATIONS FURNITURE, OFFICE AND NON OFFICE 3.1 MANUFACTURERS TO BE BID 328. NATIONAL OFFICE PRODUCTS 369. POWER FLOR. 329. NATIONAL (STEPPS SYSTEMS) 370. PRADERE 330. NEMSHOFF CHAIRS, INC. 371. PRECISION MFR., INC. 331. NEVERS INDUSTRIES 372. PRIDE FURNITURE MGR_ CORP. 332. NEVINS 373. P.R.I.D.E OF FLORIDA 333. NIGHTINGALE 374. PROFORMIX KEYBOARD 334. NORSON ' 375. PRO-MUEBLES, INC. 335. NORIX GROUP/SEBEL, FURN. 376 PRONTO -CHAIR 336. NORTHERN FLTJ41TURE 377. PURE LITE - 337. NOVA 378. QUADRANTS OFFICE CONCEPTS. 338. NOVIKOFF i 379. QUARTET OVONICS 339. NUCRAFT FURNITURE 380. QUAKER FURN., INC. 340. O.F. & SPECTRUM OFFICE FURN. 381. RAMPART 341. OFFICE MASTER 382. R & D GROUP 342. OFFICE SPECIALITY 383. R. J. WOODWORKING 343. OFFISPACE, INC. 384. RICHARD - WILCOX 344. OMNI INTERNATIONAL 385. ROQUE BROS. 345. OSI DIVISION GE OFF. FURN. 386. ROVO CHAIR 346. LTD L.P. 387. RPI DESIGNS 347. OXFORD FURNITURE. 388. RPI INC. 348. PACIFICA FURN. CO. 389. ROBT. CHARLES, INC. 349. PACKARD INDUSTRIES, INC. 390. EDWARD AXEL ROFFMAN, INC. 350. PALLAS TEXTILES 391 RON MCDOLE, INC. 351. PALAZZETTI 392. ROSE JOHNSON 352. PANELCONCEPTS 393. ROSEMOUNT OFFICE SYSTEM 353. PAOLI. INC. 394. RUDD INT'L, INC. 354. PATRICIAN DAR-RAN 395. RUSS BASSETT 355. PAUL BRAYTON DESIGN (TEXTILES) 396 R-WAY 356. PEMCO 397. SAINBURG 357. PEOPLE FRIENDLY PLACES. INC. 398. SAFCO MANUFACTURING 358. PERFORMANCE SEATING 399. SAMSONITE FURNITURE 359. PERIOD FURNITURE 400. SHAFER COMM. SEATING 360. PEROGEE CONTRACT FURNITURE 401. SCHAFER BROS., INC. 361. PETER PEPPER PRODUCTS 402. SCHWAB SAFE COMPANY 362. PETERSON DESIGN 403. SEATING, INC. 363. PETTIT 404. SHAWIWALKER 364. PHOENIX DESIGNS 405. SHELBY WILLIAMS 365. PIPP MOBILE SYSTEMS 406. SHOTO 366 PLAIN HOLD 407 SIGNA STORTECH. INC. 367 PLANTO FURNITURE N FG 408 SUAMONS 368 PLYNIOLD SEATING 409. SINA PEARSON TEXTILES Page 26 39-30697 MIAMI DADE COUNTY AID NO. 1072-1/00-OTR-CW SECTION 3.0 - TECHNICAL SPECIFICATIONS FURNITURE, OFFICE AND NON OFFICE 3.1 MANUFACTURERS TO BE BID 410. SIT ON IT FURNITURE 451. THOMASVILLE INDUSTRIES, INC 411. SLIGH, INC. 452. THE THRASHER GROUP 412. SMITH METAL PARTS 453. THE WOODEN CONT. FURN. INC. - 413. SMED MFG. OF CANADA & WOODEN UB 414. SOHO CONTRACT 454. THIS END UP CONTRACTS 415. SOURCE INTERNATIONAL CORP. 455. TIFFANY 416. SOUTHEASTERN ACOUT. PANEL CO. 456. TONON MANUFACTURING - 417. SOUTHWOOD 457. TRENDWAY 418. SOUTHERN SEATING 458. TUGHY LIB. FURN. & SHELVING 419. SPACE SAVER ; 459. NIQUE FURNITURING LTD. 420. ST. TIMOTHY CHAIR CO. 460. UNITED 421. STACOR 461. VECTA CONTRACT 422. STANDARD DESK 462. VIA, INC. 423. STARCOMM 463. VITRA 424. STRATFORD HALL (TEXTILES) 464. VOGEL PETERSON 425. STROUT CHAIR 465. WALL INNOVATIONS 426. SPACESAVER CORP. 466. WETLAND 427. SPRINGER PENQUIN 467. WEST COAST INDUSTRIES 428. STEELCASE, INC. 468. WESTIN NIELSEN 429 STENDIG 469. WHOLESALE BUSINESS FURNITL 430. STORWAL DFn 470. V{TII..KHAM 431. STOW & DAVIS 471. WOODTRONICS 432. STREATER THS & TASK II & TASK VIEW 472. THE WORDEN CONTRACT 433 SUPERIOR CHAIRCRAFTS 473. WORKING WALLS 434 SUPREME EQUIPMENT 474. WRIGHTLINE 435. SYTLEX 475. WYKO MIKA PRODUCTS, INC. 436. TAB PRODUCTS 476. X CEPTION DESIGN, LTD. 437. TALIN-USA 477. YATES FURNITURE SYSTEM 438. TAYLOR CHAIR 478 YORK WOOD PRODUCTS 439. TAYLOR DESK 479. MANUFACTURERS NOT LISTED 440. TECHNIQUES IN WOOD 441. TEKNION, OFFICE SYSTEMS 442. TELLA 443. TENNSCO-BOOK CASES 444. TEXWOOD FURN. CORP. 445. THADEX. PHOENIX DESIGN 446 THAYER GOGGIN 447 THONET 448 THE ADVANCE PRODUCTS CO.. INC. 440 THE HON COMPANY 450 THE MARVEL GROUP. INC Page 27 1, h i AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 1072-1 /00-OTR-CW ITEM: DEPARTMENT: TYPE OF PURCHASE: Office Furniture Police On an as -needed contract basis until August 31, 1999, with the option to renew for an additional one-year period. REASON: The Police Department has not had a major furniture purchase in approximately 5 years. The existing office furniture has deteriorated beyond repair, and in many instances cannot be safely used. RECOMMENDATION: It is recommended that award be made to various vendors awarded under existing Miami -Dade County Contract No. 1027-1/00-OTR-CW, at a total contract amount not to exceed, $75,000.00. Funds are hereby allocated from Acgo nt,Code No. 001000.290201.6.850. Award Under Dade County Contracts DWctor of Purchasing D to 9J-30V