Loading...
HomeMy WebLinkAboutR-99-0525J-99-604 7/1.5/99 RESOLUTION NO. 9 9 2 5 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE CITYWIDE PROCUREMENT OF PAPER, FROM UNISOURCE; PAPER HOUSE; MAC PAPER, INC., AND XPEDX, AWARDED PURSUANT TO EXISTING MIAMI-DADE COUNTY CONTRACT NO. RP7053-00, FOR THE DEPARTMENT OF PURCHASING, ON A SPOT MARKET BASIS UNTIL JUNE 30, 2000, SUBJECT TO FURTHER EXTENSION BY MIAMI-DADE COUNTY; ALLOCATING FUNDS THEREFOR FROM VARIOUS USER DEPARTMENTS AND REQUIRING BUDGETARY APPROVAL PRIOR TO USAGE. WHEREAS, the Department of Purchasing seeks to contract for the Citywide procurement of paper; and WHEREAS, this contract will allow departments to purchase paper at the time of need, obtaining quotes from the approved vendors; and. WHEREAS, purchases will be made pursuant to Miami -Dade County Contract No. RP7053-00, until June 30, 2000; and WHEREAS, the City Manager and the Director of Purchasing recommend that the procurement of paper from Unisource; Paper Crff cobwsszox METING OF 3U L 2 7 1999 Resolution No. ��- J2r' House; Mac Papers, Inc., and XPEDX, awarded pursuant to existing Miami -Dade County Contract No. RP7053-00, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY 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 Citywide procurement of paper from Unisource; Paper House; Mac Paper, Inc., and XPEDX, awarded pursuant to existing Miami -Dade County Contract No. RP7053-00, on a spot market basis, until June 30, 2000, subject to further extension by Miami -Dade County, for the Department of Purchasing, is hereby approved, with funds therefor hereby allocated from the various user departments and budgetary approval prior to usage. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayorl�. PASSED AND ADOPTED this 27th day of July , 1999. JOE CAROLLO, MAYOR In samm&ance with Miami Codig Sec. 2.36, since the Mayor did not Indicate ap!arcavcl of bit p legislation by signing it in the designated piece isro�;c� :r, (waid i gtalr.,tir:o� rtw�.�d becomes effective with the elapse often (10) days fr the d of Commis regarding same, without the Mayor exercising ATTEST: • �jN1 Walter J. , City Glens WALTER J. FOEMAN CITY CLERK APPROVE, AS F AND CORRECTNESS:t A J R V L ITY T ' EY 59 RCL �i 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 - 9' 52ej CITY OF MIAMI, FLORIDA 10 CAmll INTER -OFFICE MEMORANDUM TO: DATE: FILE Honorable Mayor and JUL ^w Members of the City Commission SUBJECT: Resolution Authorizing Purchase of Paper CityWide FROM: REFERENCES: onald H. Warshaw ENCLOSURES: Miami -Dade County City Manager Contract No. RP7053-00 RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the citywide contract for the purchase of paper, from Unisource , located at 3501 Commerce Parkway, Miramar, FL 33025; Paper House, located at 3475 NW 60th Street, Miami, FL 33142; Mac Papers, Inc., located 3300 Phillips Hwy. Box 5369, Jacksonville, FL 32247; and XPEDX, located at 2785 Commercial Parkway, Miramar, FL 33025; under existing Miami - Dade County Contract No. RP7053-00, on a spot market basis, until June 30, 2000, subject to further extension by Miami -Dade County. Funding is available from operating budgets of the various user departments and requiring the budgetary approval of funds to purchase paper from individual departmental accounts prior to usage. BACKGROUND Various municipalities and agencies have realized substantial savings utilizing the Miami -Dade County Contract for the purchase of paper. The Purchasing Department needs to secure a citywide contract for this commodity for use by various City departments on an as -needed contract basis under existing Miami -Dade County Contract No. RP7053-00. It is therefore recommended that award be made under existing Miami -Dade County Contract No. RP7053-00. WB SCE/alp DH 9*- 525 BID NO: 5698-0J00-OR Or4DE OPENING: 2:00 P.M. WEDNESDAY DATE: MARCH 19, 1997 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID TITLE PAPER, FINE REGISTERED MILL BRANDS AND RECOVERED FIBER CONTENT PAPER (PRINTING/XEROGRAPHIC, ETC.) FOR GSA MATERIALS MANAGEMENT DIVISION FOR A THREE (3) YEAR PERIOD THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE- PRE-BID COFFERENCE/WALK-THRU RACE CoKSiClUuSNESS MEASURE;: SAMPLES/I,NFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: N/A SEE SECTION 2.0, PARA. 2.25 & 2.32 N/A N/A N/A N/A SEE SECTION 2.0, PARA. 2.34 N/A N/A N/A N/A FOR INFORMATION CONTACT: KATHERINE BERMAN, CPPB (305) 375-4946 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION 9- 525 UUNIKAUI A R„ n U �j -BID NO.: RP7053-00 (Previous Bid No. RP7053-0 PAPER, FINE REGISTERED MILL BRANDS & RECOVERED FIBER CONTENT PAPER (PRINTING/XEROGRAPHIC, ETC. SPOT MARKET) CONTRACT PERIOD: 7/1/97 thru 6/30/00 COMMODITY CODE: 64500 OTR YEARS: N/A PART #1: VENDORS AWARDED F.E.I.N: 135369500 VENDOR: Unisource STREET: 3501 Commerce Parkway CITY/STATE/ZIP: Miramar, FL 33025 F.O.B. TERMS: Dest. PAYMENT TERMS: 2% 10 Days Net 30 DELIVERY: 5 Days ARO PHONE: (305) 436-0700 FAX: (305) 436-0000 CONTACT PERSON: _ Bill Ready F.E.I.N: 223149743 VENDOR: Paper House (Div. of R.L.P.C.) STREET: 3475 N.W. 60th St. CITY/STATE/ZIP: Miami, FL 33142 F.O.B. TERMS: Dest. PAYMENT TERMS: 2% 10 Days Net 30 DELIVERY: 5 Days ARO PHONE: (305) 637-2100 FAX: (305) 637-2153 CONTACT PERSON: Kim Haydee F.E.I.N: 591059698 VENDOR: Mac Papers, Inc. STREET: 3300 Phillips Hwy. Box 5369 CITY/STATE/ZIP: Jacksonville, Florida 32247 F.O.B. TERMS: Dest. PAYMENT TERMS: 2% 30 Days Net 30 DELIVERY: 5 Days ARO PHONE: (800) 622-2968 FAX: (904) 348-3340 CONTACT PERSON: Jerry Shane 99- 545 LUNIKALI AWAKU JNttl BID NO. RP7053-00 PAGE 2 40 • PART #1: VENDORS AWARDED - continued F.E.I.N: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT PERSON: 130872805 Miramar, FL 33025 Dest. 2% 10 Days Net 30 5 Days ARO (954) 431-4004 (954) 431-4240 Donna M. Costa PART #2: ITEMS AWARDED See Attached XPEDX 2785 Commercial Parkway Miramar, Florida 33025 PART #3: AWARD INFORMATION (X)BCC ( )PMD AWARD DATE: 6/3/97 AGENDA ITEMS #: BIDS & CONTRACTS RELEASE DATE: 6/20/97 OTR YEAR: N/A ADDITIONAL ITEMS ALLOWED: Based on Price Lists SPECIAL CONDITIONS: Prices for the period July 1, 1997 thru December 31, 1997 TOTAL CONTRACT VALUE: $10,275,000.00 MODIFIED CONTRACT VALUE: $ USER DOLLAR AMOUNT DEPARTMENT ALLOCATED GSA/Materials Mgmt. $9,900,000.00 I.T.D $375,000.00 PROCUREMENT SPECIFICATION SPECIALIST: Katherine Berman, CPPB KB/rl 06-23-97 99- 525 MtTROPOLITAN DADE COUNTY BID NO. 5698-0/00-OTR SECTION 2.0 SPECIAL CONDITIONS PAPER, FINE REGISTERED MILL BRANDS AND RECOVERED FIBER CONTENT PAPER (PRINTING/XEROGRAPHIC, ETC.) 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 paper, fine registered mill brands 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: THIRTY-SIX 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; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for thirty-six (36) months and upon completion of the expressed and/or implied warranty period. 2.5 INTENTIONALLY OMITTED 2.6 METHOD OF AWARD TO FOUR PRE-QUAL PARTICIPATE IN SPOT MARKET PURCHA-1 WILL B Award of this contract will be made to the four (4) lowest responsive, responsible bidders who offer the lowest unit price on an item by item basis. These awarded bidders shall be pre -qualified to participate in spot market purchases as required by the County on a periodic basis. When such spot market purchases are identified, the awarded bidders shall be invited to offer a fixed price for a specific purchasing period. The Bidder offering the lowest fixed price shall be awarded the purchase for the specific period. The award to one Bidder for that period does not preclude the ability of the remaining pre -qualified Bidders from submitting offers for other specific periods. Semi -Annual Contract Semi -Annual Price Quotes Time Frame shall be returned no later than. 1. July 1, 1997 thru 1. N/A December 31, 1997 2. January 1, 1998 thru 2. November 14, 1997 June 30, 1998 2:00 p.m. Page 1 ��- 525 METROPOLITAN DADE COUNJ, BID NO. 5698-0/00-OTR 0 3. July 1, 1998. thru 'December'31, 1998 4. January 1, 1999 thru June 30, 1999 5. July 1, 1999 thru December 31, 1999 6. January 1, 2000 thru June 30, 2000 3. May 29, 1998 2:00 p.m. 4. November 20, 1998 2:00 p.m. 5. May 28, 1999 2:00 p.m. 6. November 19, 1999 2:00 p.m. Above dates subject to change based on official contract award date. In order to accommodate the unique needs of the County, the award of the contract shall be made to bidders based on the following criteria: Items 3 thru 5, 9 thru 30, 56 thru 64 and 72 thru 74 will be awarded to no more than the four (4) lowest responsive, responsible bidders on an item by item basis. Items 1 and 2, 6 thru 8, 31 thru 33, 34 thru 49, 50 thru 55, 65 thru 68 and 69 thru 71 will be awarded to no more than four (4) lowest responsible bidders who bid on all items in the group and whose bid offered the lowest price when all items in the group are added in the aggregate. Item 75 shall only be awarded to those vendors who have submitted the lowest qualified bid on any items or groups from item 1 thru 74. 2.7 PRICES SHALL BE FIXED AND FIRM FOR THE SPECIFIC PERIODS If the bidder is awarded a contract under this bid solicitation, the prices proposed by the bidder shall remain fixed and firm during the specific periods. 2.8 INTENTIONALLY OMITTED 2.9 SEE SECTION 3.0, PARAGRAPH 3.12 2.10. INTENTIONALLY OMITTED 2.11 INTENTIONALLY OMITTED 2.12 INTENTIONALLY OMITTED 2.13 INTENTIONALLY OMITTED 2.14 INTENTIONALLY OMITTED Page 2 99- 525 METROPOLITAN DADE COUNTY 0 BID NO. 5698-0/00-OTR 9 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES The successful vendor(s) shall submit an invoice(s) to the requesting department(s) after purchase has been completed, whether picked up by authorized County personnel or delivered to the site by the vendor. 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. Submittal of these 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 the items. 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 GSA Materials Management Division, 2225 N.W. 72 Avenue, Miami, Florida 33122. 2.17 DELIVERY SHALL BE FIVE (5) DAYS AFTER ORDER IS PLACED BY THE COUNTY The bidder shall make deliveries within five (5) calendar days after the date that the County department orders the items. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder.shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of days as stated in its proposal not to exceed five (5) calendar days, the County reserves the right to cancel the contract. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor these re -procurement costs, the County may suspend the bidder from submitting bid proposals on County contracts for a minimum period of six (6) months. DELIVERY TIMES SPECIFIED The Bidder shall only be authorized to deliver items between the hours of 9:00 a.m. and 3:00 p.m. 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 Page 3 9Zy- 5025 METROPOLITAN DADE COUNTY, right to cancel'�the charge the bidder for 2.19 INTENTIONALLY OMITTED 2.20 CONTACT PERSON For any additional requirements of this 375-4946. BID NO. 5698-0/00-OTR . order, seek the items flo another vendor, and any re -procurement costs. information regarding the specifications and contract, Contact: Katherine Berman at (305) 2.21 ACCEPTANCE OF PRODUCT BY THE COUNTY The products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the County. 2.22 ADDITIONAL FACILITIES MAY BE ADDED Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency facility may be added to this contract at the option of the County. Successful bidder(s) under this contract shall be invited to submit price .quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the -lowest responsible bidder(s) meeting specifications in the best interest of the County and a separate purchase order shall be issued by the County. Notwithstanding, the successful bidder does not have an exclusive right to these additional sites. The County may determine to obtain price quotes for the additional facilities from other bidders in the event the County does not find the price quotes comparable. 2.23 AUTHORIZATION TO PICK-UP MATERIALS Dade County employees are authorized to pick-up materials against purchase orders issued to the successful bidder(s). Such authorization is provided for the- County employee through an "Authorization to Pick -Up Materials" (Dade County Form No. 160.04.17) who shall surrender the form to the bidder during each purchase. If the bidder is in doubt about the authenticity of the person picking up the material, the bidder shall contact Procurement Management for assistance at 375-5289. 2.24 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this Solicitation is specific to a County Department, it is hereby agreed and understood that any County department or -agency 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. Under these circumstances, a separate purchase order shall be issued by the County which identifies the requirements of the additional County department(s) or agency(ies). Page 4 ME'rROPOLITAN DADE COUNTY BID NO. 5698-0/00-OTR 2.25 CATALOGS AND PRICE LISTS SHOULD BE SUBMITTED WITH BID The bidder shall submit three (3) copy(ies) of the current manufacturer's price list(s) and catalog(s) with the bid. Failure to meet this requirement may result in your bid being rejected. These documents shall be in effect at the commencement of the contract and shall remain in effect for the life of the contract; unless price escalations are specifically allowable in accordance with Section 2.7 of this Invitation to Bid. Discounts offered will be evaluated against these price lists and catalogs in order to determine the lowest responsive, responsible bidder. Upon request, the bidder shall provide additional sets of the manufacturer's product catalogs and price lists at no cost to the County. 2.26 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER The bidder shall be responsible for filing, processing and collecting all damage claims against -the shipper. 2.27 ENVIRONMENTALLY ACCEPTABLE PACKAGING Effective June 16, 1992, all contracts in excess of ten thousand ($10,000) dollars will be affected by Resolution Number R738-92 amending Metropolitan Dade County Administrative Order 3-2 (relating to the procurement of goods and services). As a, waste management alternative, and .as an additional means of reducing the volume and toxicity of waste and by-products entering Florida's solid waste stream, Metropolitan Dade County has instituted the following policy with regard to source reduction. In order to discourage excessive packaging of a product solely for marketing purposes and to encourage packaging for purposes of ensuring durability,. re -usability and recyclability. No goods shall be purchased if the goods constitute less than 90 percent (by volume) of the item being purchased or if the goods contains more than 10 percent package and packing material (by volume). No packaging shall be purchased which is not environmentally acceptable packaging. For purposes of meeting, the requirements of this resolution, "Environmentally Acceptable" shall be defined as; any item that is returnable for reuse or recycling, or which is recyclable. In order to insure compliance with this resolution, bidders shall indicate in the space provided on the bid proposal page, the method to be used for returning packaging materials to the distributor in conjunction with this solicitation and/or by completing the General Services Certification of Recycled Product Content Form indicating the ability of the materials to be recycled through existing recycling collection programs. Page 5 � � _ METROPOLITAN DADE COUNO BID NO. 5698-0/00-OTR Appeals for waiver of these requirements may be a in writing to the County Manager through the Director of Procurement Management. No waiver shall be effective unless approved by a majority vote of the Board of County Commissioners. Proposals failing to provide this information may result in being declared non -responsive; however the Bidder shall be given the opportunity to provide the information - during the bid evaluation period. At such time, the Bidder shall be given fifteen (15) calendar days to submit this information. Vendors wishing to obtain a copy of the complete resolution should contact The Office of Vendor Assistance at (305) 375-5289. 2.28 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the Bidder are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such materials to the Bidder at the Bidder's expense or (2) require the Bidder to replace the materials at the Bidder's expense. 2.29 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. 2.30 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 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. 2.31 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON PRICE LISTS While the County has listed all major items on the bid solicitation which are utilized by County departments in conjunction with its operations, there may be ancillary items that must be purchased by the County during the term of this contract. For this reason, bidders are requested to quote the percentage discount that will be offered to the County for items which do not appear on this bid solicitation. This Page 6 .9- 525 METROPOLITAN DADE COUNTY discount shall is offered established annual retail published catalog shall serve price to be discounted. BID NO. 5698-0/00-OTR for all items Oted in nationally supply catalogs. The most recently as the basis for establishing the retail 2.32 QUALIFIED PRODUCTS LIST SHALL BE UTILIZED FOR THIS SOLICITATION In accordance with Section 3.0, paragraph 3.11 of the Technical Specifications, the Bid contains a Qualified Products List that identifies only those products that may be bid. "Equal" products shall not be considered. The Qualified Products List is contained in the Technical Specifications. 2.33 RECYCLED MATERIALS REQUIRED This bid contains items that specifically request products containing recycled materials. Bidders are required to submit with the bid a certification, attesting that the commodities offered contain the minimum percentage of post consumer recovered material as defined by The United States Environmental Protection Agency (EPA), where applicable or the percentage of post consumer recovered materials for commodities not covered by EPA guidelines. Recycling Definitions: For purposes of this Invitation to Bid, the following definitions shall apply: a. "Recovered Materials" shall be defined as any waste material or by-products that have been recovered or diverted from solid waste. b. "Recycled Product" shall be defined as any product which is in whole or in part composed of recovered materials. C. "Recyclable Product" shall be defined as the ability of a product and its packaging to be reused, reconditioned for use, or recycled through existing recycling collection programs. d. "Waste Reducing Products" shall be- defined as any product which will result in less waste generated due to its use rather than another product designed to serve the same function with an greater waste generation rate. This shall include, but not be limited to those products that can be reused, refilled or have a longer life expectancy and contain a lesser amount of toxic constituents. 2.34 SAMPLES MAY BE REQUIRED DURING EVALUATION After the Bid Proposals are opened by the County, the bidders may be required to submit a sample for the goods to be supplied for evaluation by, and at no cost to the County. If samples are required, the County will notify the bidder of such in writing and will specify the deadline for submission of the samples. Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name and brand name, and style number if Page 7 99- 525 METROPOLITAN DADE COU(6 BIJ#(0. 5698-0/00-OTR applicable. It the bidder fails to submit the samples, properly labeled, within the. specified date stipulated in the notice, the County shall not consider the bidder's proposal for that item(s); provided however, that in the event of a group or aggregate award, the bidder's proposal will not be eligible for that group or in the aggregate as applicable. All samples shall become the property of Metropolitan Dade County. The County reserves the right to perform its own testing procedures or to send any and all samples to the State of Florida's. Department of General Services, Division of Purchasing, Bureau of Standards Laboratory or any other certifiable laboratory for analysis. Any costs for testing shall be borne by bidder. On the basis of this testing and analysis, the County shall be sole judge of the acceptability of the sample in conformance with the bid specifications and its decision shall be final. Any sample submitted shall create an express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall conform to the sample submitted. Thebidder shall be required to provide adequate restitution to the County, in the manner prescribed by the .County, if this warranty is violated during the term of the contract. 2.35 SHELF LIFE OF STOCK The successful bidder(s) shall supply the County with fresh stock only and shall insure that items with a limited shelf life are inspected and certified fresh by the bidder prior to shipment to the County. 2.36 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER The successful bidder(s) shall ensure that adequate stock levels are maintained at its place of business in order to assure the County of prompt delivery. If the delivery terms specified in the Solicitation are not fulfilled by the Bidder, the County reserves the right to cancel the order, purchase the goods elsewhere, and charge the Bidder for any reprocurement costs incurred by the County. 2.37 TESTING OF RANDOM SAMPLES Samples of delivered items may be randomly selected and tested for compliance with these specifications. If it is found that the delivered commodities do not conform.to the specifications, the county shall require replacement within a reasonable length of time and may cancel the contract for cause. Page 8 99- 525 METROPOLITAN DADS CO TY NO. 5698-0/00-OTR SECTION 3.0 TECHNICAL SPECIFICATIONS PAPER, FINE,- REGISTERED MILL BRANDS (PRINTING/XEROGRAPHIC) AND RELATED PRODUCTS This contract will be used by GSA, Materials Management Div. to purchase flat sheet printing and xerographic papers as well as other related products such as envelopes, carbonless, continuous pin fed, roll fed,fax machine papers, lithographic plates, films, chemistry, adhesives and related technical services. Additionally, Information Technology Department will use this contract to purchase 3 hole punched paper for high speed laser printers. All printing paper must a be guaranteed registered Mill Brand only as specified in the current edition of "Competitive.Grade Finder for the Paper and Graphic Arts Industry". Private Brands are not acceptable. All Paper must be mill cut, mill wrapped in moisture proof wrappers and mill labeled. Unless otherwise specified (item 18 s 19), all 8-1/2" X 11", 8-1/2" X 14" and 11" X 17" xerographic and laser papers must be wrapped in ream packages and sealed in moisture proof cartons containing 5000 sheets. Moisture content must be adequate to ensure good, press performance in a sub -tropical climate. Containers are to be mill labeled. All paper must be guaranteed against curl (have extremely little tendency to curl). All paper must be grain long unless otherwise specified by Dade County. Paper shall_ be cut square.four sides, consistently smooth and exact without exhibiting cutting marks. Paper shall be free from lint, dust, or other, loose particles and shall be suitable for writing/printing on with ink. Dimensions of successive sheets within any package shall differ from each other by not more than 1/64" and individual sheets shall not vary more than 0.001" in thickness from one edge to the other. . All Xerographic and, Laser Papers to besupplied are for use on high speed Photocopiers, grain long, weight 20#, thickness .0038" plus or minus .0004", 100% Bleached Chemical wood pulp, surface sized, moisture 4.7% plus or minus 1.0%. Paper shall have stiffness, curl, finish and tensile strength characteristics sufficient to insure efficient feeding and transport through high speed photocopiers and must be free of paper dust. Sheets shall be flat trimmed and evenly.jogged. Paper size must not vary more than plus or minus 1/64" from the specified dimension in either direction. Page 9 n_ �' METROPOLITAN DADE COL9 3.6 1-HOL.B PUNCH SPECIFICATIONS BOO. 5698-0/00-OTR Xerographic paper required with 3-Hole Punch for insertion into standard 3-Ring Binders is to have holes with a 1/4"-5/16" Diameter and be punched 4-1/4" center to center. Punching must be clean to insure efficient feeding and transport through photocopy machines without jamming. 3.7 FAN APART ADHESIVES 3.8 All black print carbonless paper must be suitable for use with "Fan Apart" adhesive. Items ordered by Materials Management Division for drop shipment to various locations within Dade County will be invoiced in duplicate to Materials Management Division along with one (1) copy of a signed delivery receipt by the receiving agency. Delivery receipts are = to reflect invoice prices. A consolidated order will be prepared daily (Monday - Friday) by GSA, Materials Management Div., Supply Section. This order will be processed to vendors via fax transmission at approximately 2:30 PM daily. Within 30 minutes of transmission vendors will confirm receipt of orders by return fax to Materials Management Div., Supply Section, 592-3616. All deliveries are to be made prior to 3:00 p.m. and within elevator restriction hours enforced in some buildings. No deliveries accepted on published County holidays. 3.10 INSIDE DELIVERIES REOLtIRF.D Price(s) shall be quoted F.O.B. Destination, Delivered Basis (INSIDE DELIVERY) as required during the contract period to: A. Materials Management Division, 2225 NW 72 Avenue Miami, Florida B. Materials Management Division, Government Center 111 N.W. 1 Street - 18th Floor Miami, Florida (Loading Dock located at 110 N.W. 3 S�:eet) And any other Dade County Departments or locations as requested by Materials Management, GSA. Vendor to provide on the delivery vehicle any materials handling equipment required for off-load. Use of County equipment will not be allowed. Cartons/Skids ordered by Materials Management Division for shipment to contracted printer must be stenciled with the identifying order numbers provided at the time orders are placed. Page 10 99- 525 METROPOLITAN DADE CO' Y 3.11 OUAT.IFIEn PRODS LIST 89P0. 5698-0/00-OTR 1. Carbonless Paper, Bid Items 34-49: MEAD TRANS/RITE or APPLETON NCR or 3M SCOTCHMARK, black print only. 2. Carbonless Paper (for Xerox Docutech), Items 50-55: MEAD TRANS/COPY 3. 25% Cotton Fiber Bond, Watermarked, Bid Items 6-8: NEKOOSA WRITING, GRAPHIC SERIES, 25% COTTON BOND, RECYCLED 4. #1 Bond Watermarked, Bid Items 31-33: CERTIFICATE LASER II (Eastern) or NEKOOSA BOND (Georgia Pacific) 5. All other items must qualify under the appropriate listing in the current edition of "Competitive Grade Finder for the Paper and Graphic Arts Industry" and be accepted by"Materials Management -Div as being suitable for the intended use. No Private Brands will be accepted per paragraph 3.1 and 3.2. Bids will not be considered from Vendors who fail to bid on Bid Item 74, and who do not maintain a full variety local inventory (within 50 miles of 2225 NW 72 Ave. Miami) of SPECIAL fine papers not included in Bid Items #1 through #74. Full variety includes: coated and non -coated text and cover stock, in sizes up to and including 26" x 40", in all mill produced colors and finishes; envelopes and announcement cards, bond and writing papers, pressure sensitive and gummed stock, Carbonless, tag, bristol, all in wide variety of colors, weights and sizes. Orders placed under this contract may require Vendors to break cartons as ordering quantities will be for actual unit requirements and will not be adjusted to coincide with mill packaging. 3.14 SPECIFIED OUA=TIES Estimated quantities specified in this contract must be provided to the County by the awarded vendors if required. Other governmental entities may be provided by the awarded vendor, except quantities needed shall n be deducted from the Dade County estimated quantities. The lowest bidder on each item or group shall be the prime supplier of those items. Failure of the prime supplier to deliver required items for the contractual price or within the contractually specified time may result in the vendor forfeiting the award and being charged for all additional costs incurred in the re -procurement of the item. 3.16 RECYCLED PAPERS Dade County is actively seeking to increase its consumption of printing and writing papers that meet EPA recovered fiber content standards for percentage of "waste paper" contained in the finished product. Vendors are encouraged to submit bids for the products described in the "recovered fiber" section of this bid (Items #1-19) and to identify any other papers meeting the EPA definition that may be of potential use to the County for printing, writing, and graphic usage. Page 11 METROPOLITAN DADE COIF B�10. 5698-0/00-OTR In addition, Dade County is active in promoting the use of papers manufactured by processes that reduce environmental impact. Particular interest has been placed on identifying available paper stocks manufactured using the alkaline process in conjunction with peroxide whiteners. vendors are encouraged to identify items bid that are chlorine free. The EPA definition of "waste paper" and "recovered materials" is contained in Sections 6002(h) and 6002(h)2 of the Resource Conservation and Recovery Act of 1976, as amended. 3.17 PARTICIPATION IN INCENTIVE PROGRAMS Awarded vendors and manufacturing mills will not exclude Dade County from participating in incentive programs. Purchases made under this contract will not exclude the County from receiving vendor or mill incentives.. The County will be eligible for rebates, prizes, credits, etc. for purchases made during the term of this contract. Awarded vendor must promptly notify Materials Management Division of incentive programs upon inception of such a program or upon award of qualifying product. Page 12 r • AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. RP7053-00 ITEM: Paper DEPARTMENT: Citywide TYPE OF PURCHASE: Term REASON: The Purchasing Department has a need to secure a citywide contract for the purchase of paper for various City departments. RECOMMENDATION: It is recommended that award be made to Unisource; Paper House; Mac Papers, Inc., and XPEDX, under existing Miami -Dade County Contract No. kP7053-00, on an as -needed contract basis, , until June 30, 2000, subject to further extension by Miami -Dade County; allocating funds therefor from various departmental Date Award Under Dade County Contracts 99- 3oft 40