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