HomeMy WebLinkAboutR-99-0929--1
J-99-993
11/30/99
0
RESOLUTION NO. 9 v 2 v
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE PROCUREMENT OF ENVELOPES FROM
MAC PAPERS, INC., FOR CITYWIDE USE, ON AN AS
NEEDED CONTRACT BASIS THROUGH
AUGUST 28, 2000, SUBJECT TO FURTHER
EXTENSIONS BY THE STATE OF FLORIDA, FOR
VARIOUS CITY DEPARTMENTS, UNDER EXISTING
STATE OF FLORIDA CONTRACT NO. 310-000-98-1,
AT THE PROPOSED TOTAL ANNUAL AMOUNT OF
$20,000; ALLOCATING FUNDS THEREFOR FROM THE
GENERAL OPERATING BUDGETS OF VARIOUS USER
DEPARTMENTS AT TIME OF NAED.
WHEREAS, the Purchasing Department requires envelopes for
City-wide use; and
WHEREAS, the City Manager and the Chief Procurement Officer
recommend the purchase of envelopes from .Mac Papers, Inc.,
awarded under existing State of Florida. Contract
No. 310-000-98-1, on an as needed contract basis through
August 28, 2000, subject to further extensions by the State of
Florida, at the proposed annual amount of $20,000, be approved;
and
WHEREAS, funds are available from the General Operating
-------------
CITY COMMSSION
MEETING op
O E C 1 4 1999
liesolutio(`n�iNo.
9 9 - V d rl
R,
Budgets of various user departments at time of need;
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 procurement of envelopes from Mac Papers,
Inc., for Citywide use, on an as needed contract basis through
August 28, 2000, subject to further extensions by the State of
Florida, for various City departments, under existing State of
Florida Contract No. 310-000-98-1, at a total annual amount of
$20,000, is hereby approved, with funds therefor hereby allocated
from the General Operating Budgets of various user departments at
time of need.
Section 3. This Resolution shall become effective
- 2 - 99- 929
immediately upon its adoption and signature of the Mayor Y
PASSED AND ADOPTED this 14th day of December , 1999.
JOE CAROLLO, MAYOR
In accordance with -Mizmi COde Sec. 2-36, since the Mayor did not Indicate ap?)rn+pni of
this legislaticn by it in the designalod place: provided, said lea`
AV
becomes effective vriih file clapsAZ
te of Ccm:�,;.- :n
regarding same, without the May
ATTEST:
an, City Clerk
WALTER J. FOEMAN
CITY CLERK.s'i 0
AND CORRECTNESS: V
XhV,KNDRdrVI LARELLO
C127 ATTORNEY
3 957 : 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 - 99-9
Honorable Mayor and Members
To ` of the C Commission .
FROM: City Manager
RECOMMENDATION:
CITY OF MIAMI, FLORIDA A-10
INTER -OFFICE MEMORANDUM
DATE: _ FILE:
SUa,ECT: Resolution Authorizing the Purchase of
Envelopes Citywide under existing State
of Florida Contract No. 310-000-98-1
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission pass the attached resolution authorizing
the purchase of envelopes citywide from Mac Papers, Inc., a Non-Minority/Non-Local vendor,
on an as -needed contract basis through August 28, 2000, subject to further extensions by the
State, for various City departments under existing State of Florida Contract No. 3 10-000-98- 1, at
a total proposed annual amount of $20,000.00. Funds are available from various City
departments at time of need.
BACKGROUND:
Due to the fluctuation in prices for envelopes the Purchasing Department has determined it is more
cost effective to establish a Citywide contract for envelopes.. It is recommended that the award be
made to Mac Papers, Inc., utilizing State of Florida Contract No. 310-000-98-1 where prices are
held firm.
DHW/BWH/JSC/adm
009_ D29
Suite 315
t6R'TIFICATION
OF CONTRA. __
TITLE: Envelopes: Kraft and White Wove CONTRACT NO.: 310-000-98-1
BID NO.: 63-310-000-C EFFECTIVE: August 29, 1997
through August 28, 2000
(Rev 22 March 99)
CONTRACTOR(S): Mac Papers, Inc. (A) SUPERSEDES: 310-070-95-1
310-420-96-1
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE
SHALL BE BROUGHT TO THE ATTENTION OF WANDA BEASLEY AT (850) 488-1086 SUNCOM
278-1086 E-MAIL: beasiew@dms.state.fl.us
A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services on
August 13, 1997, a contract has been executed between the State of Florida and the designated contractors.
B. EFFECT - This contract was entered into to provide economies in the purchase of Envelopes: Kraft and White Wove
by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all
purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the
suppliers specified.
C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering
instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes.
All contract purchase orders shall show the Division of Purchasing contract number, product number, quantity,
description of item, with unit prices extended and purchase order totaled. (This requirement may be waived when
purchase is made by a blanket purchase order.)
D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform according to the
requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem
within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office.
E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any
restrictions accepted from the supplier are noted on the ordering instructions.
F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input
and recommendations for improvements in the contract to the Division of Purchasing for receipt no later than 90 days
prior to the expiration date of this contract.
Authorized Signature
MH/sec
Attachments
99- 929
ING INSTRUCTIONS
Mae Papers
ORDERING INSTRUCTIONS
ALL ORDERS SHOULD BE DIRECTED TO:
SPURS VENDOR NUMBER: F59-1059698-002
VENDOR: Mac Papers (See attached list) (A
STREET ADDRESS OR P.O. BOX: P.O. Box 5369
CITY, STATE, ZIP: Jacksonville, FL 32247
TELEPHONE: 904-348-3300
TOLL FREE NO.: I-800-622-2968
ORDERING FAX NO.: 904-348-3340
REMIT ADDRESS:
CITY, STATE, ZIP:
JCT
:MATION: DIRECT INQUIRY TO:
NAME AND TITLE:. Jerry Shane, Senior Vice President
ADDRESS: 3300 Phillips Hwy., Box 5369
CITY, STATE, ZIP:_ Jacksonville, FL 32247
TELEPHONE: 904-348-3300
TOLL FREE NO.: 1-800-622-2968
URL HOME PAGE ADDRESS:
ELECTRONIC MAIL ADDRESS:
15698-002 (A)
>ONVILLE, FL
HILLIPS HIGHWAY
OFFICE BOX 5369
, September 21, 1999
MAC PAPERS, INC.
AUTHORIZED SERVICE DEALERS
F59-1059698-009(A)
WEST PALM BEACH, FL
7970 CENTRAL INDUSTRIAL DRIVE, NORTH
BUILDING #8
Page I of 2
12:26 PM
RUNG INSTRUCTIONS
CSONVILLE, FL 32207
HARRIS, GENERAL MANAGER
RIVIERA BEACH, FL 33404 Page 2 of 2
396-5312
233-5734 FAX
ROD HIGHSMITH, GENERAL MANAGER
(561) 840-1900
?I Sept 99)
(800) 622-2860 FAX
(800) 622-2845
T9698-003 (A)
(Rev 21 Sept 99)
FL
F59-1059698-090 (A)
W- 176TH STREET (33015)
MONTGOMERY, AL
OX 172640
6020 MONTICELLO DR. (36117)
I, FL 33017-2640
POST OFFICE BOX 240186
COLLINS, GENERAL MANAGER
MONTGOMERY, AL 36124
52-9699
;2-0262 FAX
LEE SHAFFER, GENERAL MANAGER
(334) 244-8018
12-3098
(334) 244-8092 FAX
Sept 99)
(800) 633-5600
9698-005(A)
DO, FL
F59-1059698-001 (A)
14GSPOINTE P/W (32819)
HAVANA, FL
=FICE BOX 590115
1425 COMMERCE BLVD.
JO, FL 32859-0115
HAVANA, FL 32333
3 KIRBY, GENERAL MANAGER
I-5595
EARL BOORTZ, GENERAL MANAGER
(850) 574-3700
-7330 FAX
(850) 342-2696
ept 99)
(850) 574-3757 FAX
(800) 356-7906 FAX
;98-004 (A)
(Rev 21 June 99)
'L
F59-1059698-008(A)
►TH STREET (33619)
MOBILE, AL
"ICE BOX 5657
'L
5525 COMMERCE BLVD., W. G'
33675
P.O. BOX 191207
IMS, GENERAL MANAGER
MOBILE, AL 36619
1461
i927 FAX
JOHN WARREN, GENERAL MANAGER
(334) 443-5622
722
(334) 443-8488 FAX
►t 94)
(Rev 21 Sept 99)
smber 2l, 1999
12:26 PM
SPECIAL CONDITIONS
PURPOSE The purpose of this bid is to establish a 24 month contract for the purchase of Envelopes - Kraft and White
Wove by all State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General
Conditions. It is anticipated that the contract will be effective from August 29, 1997 through August 28, 1999.
FEDERAL GOVERNMENT AGENCIES
In addition to "Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal
agencies which may desire to purchase under the terms and conditions of the contract.
OPTIONAL CONTRACT USAGE
In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made
under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the
State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made
under this contract.
ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend
approximately $2,118,357 annually under any contract resulting from this bid. These estimated figures are given only as a
guideline for preparing your bid and should not be construed as representing actual figures under the contract.
SPECIAL ACCOMMODATION
Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the
Division of Purchasing at (904) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech
impaired, please contact the Division by usingthe Florida Relay Service which can be reached at 1 (800) 955-8771
(TDD).
TECHNICAL DOCUMENTATION
All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical
documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable
technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required
technical documentation with the bid submittal shall make the biddernonresponsive, unless the Division of Purchasing, in
its sole discretion and in the best interest of the State, determines the acceptability of theproducts offered through
technical documentation available within the Division as of the date and time of bid opening. Such authority of the
Division shall in no way relieve the bidder from the ultimate responsibility to submit the required technical
documentation, nor shall any bidderassume that such documentation is otherwise available to the Division. The State
shall not be responsible for the accuracy of the technical documentation in its possession.
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e) of the Immigration
and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for
unilateral cancellation of the contract.
PRICES
In order to qualify your bid for a specific group, bids must be submitted for all items listed within that group. Prices
offered shall be firm against any increase for a period of at least 90 days from effective date of contract. Upon completion.
of this initial period, if vendor has received, or receives during balance of contract period, an increase in prices from the
mill, they may request, in writing, an increase not to exceed 5% in any90 day period. Request may cover all or part of
items on contract. A certified letter from the mill showing price increases must accompany therequest. Increases)
requested, if acceptable to the State, will apply only to the wholesale cost per lb., from the mill, will be general
throughout the paper industry, and not confined to the mill supplying the paper.
MINIMUM ORDER Minimum order for this contract shall consist of not less than 1000 Kraft Envelopes or 5000 White
Tuesday, September 21, 1999
-jj
k.
12:28 PM
SPECIAL CONDITIONS Page 2 of
Diliof
Wove Envelopes in any combinafull cartons.
DELIVERY REQUIREMENTS
All prices bid shall include delivery to purchaser within 40 days for printed items and 25 days for unprinted items after
receipt of purchase order.
DELIVERY Inside delivery, specifying the exact location, must be requested at time of placing order and shall be billed
to the agency by the vendor and shown as a separate item on the invoice. Price for inside delivery shall be shown in the
space provided on the ordering instruction sheet. The State reserves the right to reject these charges based on excessive
pricing.
PUBLIC ENTITY CRIMES
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime
may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract
with a public entity for the construction orrepair of a public building or public work, may not submit bids on leases of
real property to a public entity, may not be awarded or perform workas a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any publieentity in excess of the
threshold amount provided in f s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list.
R- TERNET HOME PAGE The Contract resulting from this bid will become a public document. The State of Florida,
Division of Purchasing (DOP) is using the Florida Communities Network (FCN) on the Internet World Wide Web
(WWW) to distribute State Term Contracts and product information to eligible users and other interested entities who
may subscribe to this service and pay the appropriate access fee. While not required at this time, each CONTRACT
VENDOR is encouraged to develop and maintain a HOME PAGE on the Internet WWW. The HomePage must be
compatible with the most recent version of.browser software being used by the Division of Purchasing. As of the writing _
of this solicitation, Netscape Navigator 3.0 is the DOP browser standard. The DOP intends to upgrade to new browser
versions as they become available and fully tested, at its' discretion. The Universal Resource locator (URL) for the
INTERNET HOME PAGE must be listed in the space provided on the Ordering Instructions page of the bid.
INTERPRETATIONSMISPUTES Any questions concerning conditions and specifications shall be directed in writing to
this office for receipt no later than June 19, 1997. Inquiries must reference the date of bid openingand bid number. No
interpretation shall be considered binding unless provided in writing by the State of Florida in response to requests in full
compliance with this provision. Any person who is adversely affected by a Division of Purchasing decision or intended
decision concerning a procurement solicitation or contract award and who wants to protest such decision or intended
decision shall file a protest in compliance with Rule 60A-1.006(6), Florida Administrative Code. Failure to file a protest
within the time prescribed in Section 120-53(5), F.S. shall constitute awaiver of proceedings under Chapter 120, F.S. A
pre -award site visit by Division of Purchasing representatives to the bidder's manufacturingfacility, may also be required
Bidders that have successfully preformed on previous State of Florida Envelope contracts may not be required tosubmit
samples for testing or have a site visit.
INSURANCE, WORKERS' COMPENSATION
The contractor shall take out and maintain during the life of this agreement, Worker's Compensation Insurance for all of
his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the
subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such
employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida
Worker's Compensation law. In case any class of employees engaged inhazardous work under this contract at the site of
the project is not protected under the Workmen's Compensation statute, the Contractor shallprovide, and cause each
subcontractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not
otherwise protected.
SUMMARY OF TOTAL SALES
Contract supplier shall furnish the Division of Purchasing a detailed Summary of Sales at the end of each quarterly
contract period. Sal�s_%kgimary shall include State contract numbers, contractor's name, thg. total of each commodity sold
during the quarter, and the'total dollar amount of purchases. Failure to provide this information, including no sales, within
thirty (30) calendar days following the end of each quartermay result in the contract supplier being found in default or
Tuesday, September 21, 1999 (�
J 9
SPECIAL CONDITIONS
� � Page 3 of 3
unilateral cancellation of your coikby the Division of Purchasing.
EVALUATION/A WARD
Bids will be evaluated and awarded on an all or none basis, by group, to the responsive low bidder(s). To qualify a bid for
a specific group, bids must be submitted for all items listed within the group. All other provisions of Awards Paragraph,
General Conditions, shall prevail.
Tuesday, September 21, 1999
12:28 PM
99— 929
SPECIFICATIONS Page Iof3
SPECIFICAT10NS
1.0 SCOPE AND CLASSIFICATION
1.1 Scope: This specification covers three types and two classes of paper stock envelopes used by the State of
1.2 Classification: The envelopes described by this specification are regular commercial, catalog, and booklet
as listed below and further described in Specification Summary and Price Sheets.
Type I - Commercial (Open Side)
Paper Stock A - White Wove
Class 1, Regular (Plain & Printed)
Class 2, Window (Plain & Printed)
Paper Stock B - White Wove, Recycled Content
Class 1, Regular (Plain & Printed)
Class 2, Window (Plain & Printed)
Paper Stock C - White Kraft
Class 2, Window (Plain & Printed)
Paper Stock D - Brown Kraft
Class 2, Window (Plain & Printed)
Type II - Catalog (Open End)
Paper Stock D - Brown Kraft
Class 1, Regular (Plain & Printed)
Class 2, Window (Plain & Printed)
Paper Stock E - Brown Kraft, Recycled Content
Class 1, Regular (Plain & Printed)
Class 2, Window (Plain & Printed)
Type III - Booklet (Open Side)
Paper Stock D - Brown Kraft
Class 1, Regular (Plain & Printed)
Paper Stock E - Brown Kraft, Recycled Content
Class 1, Regular (Plain & Printed)
2.0 APPLICABLE PUBLICATION
2.1 Applicable portions of the following publications (issue in effect on date of invitation to bid) shall form a
specification.
T.A.P.P.I. Test Methods
T-401, T-403, T-410, T-451, T-452
(Copies of the Methods may be obtained from the Technical Association of the Pulp & Paper Industry,
Box 105113, Atlanta, Georgia 30348).
3.0 REQUIREMENTS: VIRGIN AND RECYCLED CONTENT ENVELOPES
3.1 Envelope Paper Stock
3.1.1 White Wove Paper (A) or White Kraft Paper (B): For white wove or Kraft paper, fiber content of paper
under this specification shall be 95% (min.) chemical cellulose, and not more than 5% groundwood fib
3.1.2 Tan Colored Kraft Paper (C), Recycled Content White Wove Paper (D), and Recycled Content Tan Col
Paper : Fiber content of paper supplied under this specification shall be 90% (min.) chemical cellulo
more than 10% groundwood fiber pulp.
3.2 For items containing recovered materials:
3.21 Recycled Content: Fiber content of paper supplied under this specification shall be derived from recove
materials, which may include preconsumer and/or postconsumer recovered paper material. For definitio
"Recycled Content" and 'Recovered Materials" refer to "Recycled Content Requirements" page include
bid package.
3.2.2 Certification: When bidding recycled paper stock items, bidder shall provide paper manufacturers writt
certification, of the percentage (%) of recovered materials contained in the specified commodities or m
Failure to comply with this requirement shall result in disqualification of the related bid
3.2.3 Commodity Groups Items containing recovered materials are not acceptable in commodity classificatio
,specified as having recycled content. Exceptions include but are not limited to core materials, pad backi
(chipboard), packaging, etc. Failure to comply with this requirement sh all result in disqualification of th
bid. t
Tuesday, September 21, 1999 (� (� 12:28 PM ��
99— 929
SPECIFICATIONS Page 2of3
3.3
General Enve . Requirements: Applies to Types 1, 11 & Ili apes covered by this specification.
3.3.1
Gumming Seal flap gumming shall be of a type formulated for use under high humidity corfiditions, wit
pre -tabbed, stuck or warped flaps, and shall be of acceptable quality. There shall be a minimum ofthre
interrupted gum strips (solid is acceptable) across top inside of the flap.
3.3.2
Window Material: Window envelopes shall use a clear or translucent material, having a maximum opac
Material shall be free of wrinkles, streaks or excessive glare. Window must allow clear non -glare reada
OCR equipment.
3.3.3
Window Construction: Window material of window envelopes shall be securely glued to the inside of e
and lie flat without curl or protruding unglued edges. Window patch for double window envelopes shal
piece construction.
3.3.4
Standard Window Size And Position: Unless specified otherwise window shall be a rectangle, 1.125" X
positioned 0.875" in from the left side, and 0.625" from the bottom of the envelope.
3.3.5
Imprinting: shall be available in either blue/black ink (PMS 289) or black ink, at the option of the orderi
Imprinting shall be on one side of the envelope only, and shall consist of post office related indicia only
3.3.6
Quality and Composition: Imprinting quality shall be clean and well defined image density, complete a
characterization. Reasonable care shall be given to spacing, word division, uniformity of style, and goo
characters.
3.3.7
Address/Label Placement Marks: Printed, non -window envelopes may contain the four (4) placement
address or label position within the OCR read areas. This addition shall be at the option of the ordering
and at no additional cost to the agency.
3.3.8
State Seal: The State Seal may be included when authorized by the Secretary of State.
3.3.9
Optical Character Reader (OCR) Requirements: All envelopes shall meet OCR readability requirements
be tested accordingly. Test results must exceed a 90% OCR successful read rate as defined by the U.S.
Service.
3.3.10
Camera Ready Requirement Ordering Agencies shall supply Camera Ready Copy, or art work for addr
information on envelopes. Copy or art work shall be returned to the ordering agency upon completion o
order. Any errors in the copy or art work shall be the responsibility of the ordering agency.
3.3.11
Typesetting Services To Ordering Agencies: When ordering agencies require typesetting services, all pr
be submitted to the ordering agency for approval prior to printing.
3.3.12
Endorsement Placement and Tyne Endorsement shall be readable and printed in the same direction as t
There shall be a clear space of 1,14" (minimum) both above and below the endorsement. Type shall stan
clearly and be 8PT minimum.
3.3.13
Measurements and Tolerances: Items shall be produced as described in the Specification Summary & P
All measurements shall be referenced to the left side and bottom of the envelope. All sizes, dimensions
window placement positions shall be+ 1/16" (.0625") of the specified measurements.
3.3.14
Clasps: When specified clasps shall be of rustproof metal securely fastened through the center seam, wi
and burrless edges. Eyelets shall be accurately positioned in the flaps to align with clasp, and shall be re
with a tag patch securely glued to the flap.
3.3.15
Press & Seal Feature: When specified this shall be a latex -seal envelope that requires no moistening.
3.3.16
Packing: Envelopes shall be packed in standard industry units and indicated on the appropriate packagi
information sheet at the end of the Specification Summary and Price Sheets. All items shall be packed t
safe delivery to destination at lowest cost.
3.3.17
Marking: Unless otherwise specified, shipping containers shall be marked with the type of envelopes, q
contained therein, name of contractor and contract and purchase order numbers.
3.3.18
Substitutions: Commodities procured under this specification shall not deviate from those originally co
without written approval from the Division of Purchasing.
3.3.19
Technical Documentation For Bid Evaluation: Technical documentation is required to be submitted wit
in the form of Mill Specifications for the paper products to be used to produce the envelopes. The mini
technical characteristic information required in the mill specifications shall be as follows:
TAPPI TEST
METHODS
BASIS WEIGHT T-401 Test for basis weight of
paper and paperboard
FIBER ANALYSIS T-410 Test for fiber analysis of
paper
CALIPER T-411 Thickness (caliper) of paper
" ' . and paperboard
SMOOTHNESS (SHEFFIELD) T-538 Smoothness of Paper
(Sheffield Method)
Tuesday, September 21, 1999 12:28 PM
1439- 929
SPECIFICATIONS
Page 3 of 3
BURST S ,. `'"t403 Test for bursting strength of
OPACITY paper
T-425 Opacity of Paper (I5/Diffuse
Illuminate A, 89%Reflectance
BRIGHTNESS Backing and Paper Backing)
T-452 Brightness of pulp, paper,
and paperboard directional
reflectance at 457nm). This test
method shall be omitted for any
colored aer submitted for testing
All characteristics of the mill specification shall be tested in accordance with the Technical Association of
Paper Industry (TAPPI) as listed. All properties shall be reported as target values and shall include establi
associated minimums and maximums.
3.4 e I Envelope Requirements Applies to all envelopes covered by this specification including envelope
from paper stock meeting "recycled content" requirements.
3.4.1 Construction: Envelopes shall be conventional solid die cut from a high die or AMC die cutter with regula
seal flaps and diagonal seams folded in.
3.4.2 Unacceptable Envelopes
be acceptable. : Executive style envelopes, diamond shaped flaps, or diaper fold style envelopes_
3.4.3 Inserting and Mailing Equipment Envelopes shall perform to the satisfaction of the using agency in auto
inserting and mailing equipment used by State agencies and the U.S. Postal Service.
3AA Brightness: Shall be 75% (minimum).
3.4.5 O aci : Envelopes shall have sufficient opacity, within the OCR (Optical Character Reader) read area, to
non -address printing on envelope inserts, and the envelopes' inner walls.
4.0 SAMPLING AND INSPECTION
. 4.1 Bid Samples: Apparent successful bidder(s) shall submit specific bid samples within ten (10) working day
issuance of written or verbal notification by the requesting agency. Successful bidder(s) shall deliver one
each of requested commodity numbers to the address as stated in the notification. Samples shall be new a
production items at the time of this bid. Samples delivered for previous bids will not satisfy this requirem
applicable state commodity number must appear on each box submitted. Bid samples which, when tested,
the specifications shall be basis for rejection of the related bid.
Samples delivered by a manufacturer will satisfy the bid requirements for authorized dealer(s) bidding the
commodity. It is the -bidder's responsibility to ensure that samples are delivered without damage, complete
specified components, no missing parts, and that identification on all delivered components, no missing p
that identification on all delivered bid samples are identical to that referred to on the bid sheets.
The State of Florida is not responsible for the inspection of delivered bid samples. It is the responsibility o
Bidder to ensure that bid samples delivered are undamaged.
Samples shall be furnished at no expense to the State of Florida and, if not destroyed in testing, may, upo
returned at the bidder's expense. Samples of successful bidders' items may remain on file with the Divisio
Purchasing for the term of contract. Request for return of samples shall be received within. ninety (90) day
opening date and shall be accompanied by shipping instructions (including shipping authorization and na
carrier). If instructions are not received within this time, the item shall be disposed of by the State of Flori
4.2 Random Samples: Samples of delivered items may be randomly selected and tested for compliance with t
specifications. If it is found that these samples when tested in accordance with the Test and Inspection Pla
fail to meet or exceed the specifications, the Division of Purchasing may proceed as stipulated in the "Gen
Conditions" of the bid.
Tuesday, September21, 1999
12:28 PM
99- 9"9
i
PRICE SHEET
PRICE SHEET
ENVELOPES, PLAIN
COMMODITY NUMBER
310420-720-0020 Envelope, #6-3/4 plain, open side, diagonal seam, 24# white wove, 3.625" X 6.500".
QUANTITY
BREAK
PRICE/M
5 - 15M
$$ 7.811
16 - 50M
$ 7.79
51 - 150M
$ 7.77
151- 250M
$ 7.75
251 M +
$ 7.73
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310420-720-0040
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-720-0050
(Rev 23 Aug 99)
VENDOR:-Mac Papers
(Rev 51an 98)
COMMODITY NUMBER -
Tuesday, October 26, 1999
Envelope, #9 plain, open side, diagonal seam, 24# white wove, 3.875" X 8.875".
QUANTITY
BREAK
PRICE/M
5-15M
$9.72
16 - 50M
$ 9.70
51 - 150M
$ 9.68
151- 250M
$ 9.66
251M+
$9.64
Envelope, #10 plain, open side, diagonal seam, 20# white wove, 4.125" X 9.500".
QUANTITY
BREAK
PRICE/M
5 - 15M
$ 9.66
16 - 50M
$ 9.64
51 - 150M
$ 9.62
151- 250M
$ 9.60
251 M +
$ 9.57
t
's-
Page 1 of
1:12 PM
99- 929
PRICE S14EET
310420-720-0060
VENDOR: Mac Papers
(Rev 5 Jan 98)
Tuesday, October 26, 1999
Envelo # 10 p
QUANTITY lain, open side, diagonal seam, 24# wh .m,''K„ ove, 4.125" X 9.500".
BREAK
PRICE/M
5 - 15M
$ 10.34
16 - 50M
$ 10.32
51-150M
$10.30
151- 250M
$ 10.28
251M+
$ 10.26
Page 2 of 2
1:12 PM
99- 929
PRICE SHEET
Page I oft
PRICE SHEET
ENVELOPES, PRINTED
COMMODITY NUMBER
310420-720-0115 Envelope, #6-3/4 printed, open side, diagonal seam, 24# white wove, 3.625" X 6.500".
QUANTITY
BREAK PRICE/M
5- 15M $9.33
16-50M $9.31
51 - ISOM $ 9.29
151- 250M $ 9.27
251M+ $9.25
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
110420=220-0125 Envelope, #7-3/4 printed, open side, diagonal seam, 24# white wove, 3.875" X 7.500".
QUANTITY
BREAK PRICE/M
5 - 15M $ 11 72
16 - 50M $ 11.70
51 - I50M $ 11.68
151- 250M — $ 11.66
251M+ $ 11.63
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310420-720-0145 Envelope, #9 printed, open side, diagonal seam, 24# white wove, 3.875" X 8.875".
QUANTITY
BREAK PRICE/M
5 - 15M $ 11.24
16 - 50M $ 11.21
51-150M $11.19
151- 250M $ 11.17
251M+ $ 11.15
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310420-720-0155 -•Envelope, #10 printed, open side, diagonal seam, 20# white wove, 4.125" X 9.500".
QUANTITY
r
Tuesday, October 26, 1999
1:12 PM
99-- 929
PRICE S14EET
BSA�ke
PRICE/M
5 - 15M
$ 11.18
16-50M
$ 11.16
51-150M
$11.14
151- 250M
$ 11.11
251M+-
$ 11.09
(Rev 23 Aug 99)
VENDOR: Mac Pape
(Rev 5 Jan 98)
310-420-720-0165
Envelope, #10 printed. open side, diagonal seam, 24# white wove,
QUANTITY
4.125" X 9.50011.
BREAK
PRICE/M
5- 15M
$ 11.85
16 - SOM
$ 11.83
51-150M
$11.81
151- 250M
$ 11.78
251M+ —
$ 11.76
(Rev 23 Aug 99)
VENDOR: Mace
(Rev 5 Jan 98)
[ t;
Tuesday, October 26, 1999
Page 2of2
1:12 PM
9- 999
PRICE SHEET
• Page l of 2
PRICE SHEET
ENVELOPES, WINDOW, PLAIN
COMMODITY NUMBER
310-420-721-0040 Envelope, #9 standard window, open side, diagonal seam, 24# white
QUANTITY
wove, 3.875" X 8,875".
BREAK
PRCE/M
5 - 15M
$ 11.00
16 - 50M
$ 10.98
51-150M
$10.96
151- 250M
$ 10.94
251 M +
$ 10.92
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-721-0050
— Envelope, #10 standard window, open side, diagonal seam, 20# white
QUANTITY
wove, 4.125" X 9.500".
BREAK
PRICE/M
5-15M
$11.04
16 - 50M
$ 11.01
51 - 150M
$ 10.99
151= 250M
$ 10.97
251M+
$ 10.95
(Rev 23 Aug 99)
VENDOR Mac Papers
(Rev 5 Jan 98)
310-420-721-0060
Envelope, Plain,
#10 standard window, open side, diagonal
QUANTITY
seam, 24# white wove, 4.125" X 9.5
BREAK
PRICE
5-15M
$11.63
16-50M
$ 11.61
51 - 150M
$ 11.59
151- 250M
$ 11.56
251 M +
$ 11.54
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
'ENVELOPES, FOR W-2 FORMS, ESTIMATED USAGE: 14MOO
, Tuesday, October 26, 1999
1:12 PM
99�
9�'9
PRICE S14EET �G ^
page 2 of 2
310-420-723-0160 Envelo S, Plain, for W-2 forms window,
open side, si.� yY. , 24# white wove, 5.750" X 8.875
window shall be a rectangle, 1.125"
X 3.125", located 1.00" from the left side and 1.625" from t
of the envelope.
QUANTITY
BREAK PRICE/M
5- 15M $20.63
16 - 50M $ 20.60
51 - 150M $ 20.58
151- 250M $ 20.56
251 M + $ 20.54
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
Tuesday, October 26, 1999 1:12 PM
99- 929
PRICE SHEET
-.: Page 1 of
PRIC---CE SHEET
ENVELOPES, WINDOW, PRINTED
COMMODITY NUMBER
310-420-721-0115 Envelope, #6-3/4 standard window, printed, open side, diagonal seam, 24# white wove, 3.625"
QUANTITY
BREAK PRICE/M
5 - 15M $ 10.61_
16 - 50M $ 10.58
51 - 150M $ 10.56
151- 250M $ 10.54
251 M + $ 10.52
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-721-0125
Envelope, #7-3/4 standard
QUANTITY
window, printed, diagonal seam, 24# white wove, 3.875" X 7.50001.
BREAK
PRICE/M
5 - 15M
$ 13.01
16 - 50M
$ 12.99
51 - 150M
$ 12.97
151- 250M
$ 12.95
251 M +
$ 12.93
(Rev 23 Aug 99)
VENDOR Mac Papers
(Rev 5 Jan 98)
310-420-721-0135
Envelope, check
style, standard window, printed, open diagonal
8.625".
side, seam, 24# white wove, 3.
QUANTITY
BREAK
PRICE/M
5-15M
$13.35
16 - 50M
$ 13.31
51 - 150M
$ 13.29
151- 250M
$ 13.27
25I M +
$ 13.25
(Rev 23 Aug 99)
VENDOR Mac ----Paper
(Rev 5 Jan 98)
310-420-721-0145 Envelope, #9 standard window,
Printed, open side, diagonal seam, 24# white wove, 3.875" X S.
Tuesday, October 26, 1999
1:12 PM
icy � 9
PRICE SKEET
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-721-0155
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
a)
QUA"
BREAK
PRICE/M
5-15M
$12.53
16.50M
$ 12.51
51 - 150M
$ 12.48
151- 250M
$ 12.46
251 M +
$ 12.43
Page 2 of 3
Envelope, #10 standard window, printed, open side, diagonal seam, 20# white wove, 4.125" X 9
QUANTITY
BREAK
PRICE/M
5 - 15M
$ 12.55
16 - SOM
$ 12.53
51-Isom
$12.51
151- 250M
$ 12.48
251 M +
$ 12.46
310-420-721-0165 Envelope, #10 standard window, printed, open side, diagonal seam, 24# white wove, 4.125" X 9
QUANTITY
BREAK
PRICE/M
5 - 15M
$ 13.15
16-50M
$13.13
51-150M
$13.09
151- 250M
$ 13.07
251 M +
$ 13.05
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
ENVELOPE, WINDOW, PRINTED FOR W-2 FORMS
COMMODITY NUMBER
310-420-723-0060 Envelope, for W-2 forms window, printed, open side, side seam, 249 white wove, 5.750" X 8.8
window shall be 1.125" X 3.125", located I" from the left side and 1.625" from the bottom of th
QUANTITY
BREAK
PRICE/M
.-... I - 5M
6 - I OM
$ 22.13
$ 22.11
11 - 25M
$ 22.09
Tuesday, October 26, 1999
1:12 PM
99- 929
t
PRICE SHEET
47 Page 3 of 3
f
5�
26 22.07
$
51 M + $ 22.05
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
ENVELOPES, SPECIAL WINDOW, PRINTED
COMMODITY NUMBER
310-420-800-0200
Envelope, special, special window, printed (inverted), open side, white wove, 24#, diagonal
9.500". sea
Window size and position: Window shall be a rectangle, 1.250" x 4.25" positioned 4.25" from t
and 4.00" from the bottom of the envelope.
QUANTITY
BREAK PRICE/M
1 - 5M $ 21.39
6-IOM $21.37
11 - 25M $ 21.35
26 - 50M $ 21.33
51M + $ 21.30
(Rev 23 Aug 99)
VENDOR Mac Papers
(Rev 5 Jan 98)
Tuesday, October 26, 1999
1:12 PM
99- 929
PRICE SHEET
Page 1 of 2
PRICE SHEET
ENVELOPES, PLAIN, -,RECYCLED CONTENT
COMMODITY NUMBER
310420-730-0020
Envelope, #6-3/4 plain, recycled content, open side, diagonal seam, 24# white wove, 3.625" X 6
QUANTITY
BREAK
PRICE/M
5 - 15M
$ 8.01
16 - 50M
$ 7.99
51 - 150M
$ 7.97
151- 250M
$ 7.95
251 M +
$ 7.93
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-730-0040
Envelope, #9 plain, recycled content, open side, diagonal seam, 24# white wove, 3.875" X 8.87
QUANTITY
BREAK
PRICEIM
5 - 15M
$ 9.96
16 - 50M
$ 9.94
51 - 150M
$ 9.92
151- 250M
$ 9.90
251M+
$9.88
(Rev 23 Aug 99)
VENDOR Mac Papers
(Rev 5 Jan 98)
310420-730-0050
Envelope, # 10 plain, recycled content, open side, diagonal seam, 20# white wove, 4.125" X 9.5
QUANTITY
BREAK
PRICE/M
5 - 15M
$ 9.89
16 - 50M
$ 9.87
51 - 150M
$ 9.85
151- 250M
$ 9.83
251 M +
$ 9.80
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-730-0060'' Envelope,, # 10 plain, recycled content, open side, diagonal seanf, 24# white wove, 4.125" X 9.5
t QUANTITY
Tuesday, October 26, 1999
1:13 PM
o9- 929
AWARD [UNDER STATE OF FLORIDA
CONTRACT NO 310-000-98-1
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
RECOMMENDATION:
AwardStateContracts
Envelopes
Citywide
Contract
To provide various envelopes to City
departments on an as -needed basis.
It is recommended that the award be made to
Mac Papers, Inc., on an as needed contract
basis through August 28, 2000, subject to
further extensions by the State, for various City
departments, under existing State of Florida
Contract No. 310-000-98-1, at a total
proposed annual amount of $20,000.00;
allocating funds therefor from the General
Operating Budgets of the various user City
departments at time of need; authorizing the
City Manager to instruct the Chief Procurement
Officer to issue Purchase Orders for these
acquisitions.
;eet-t- 04e, �-� -
Director of P chas'
Dat
t:.
99- 929
PRICE SHEET
�a„.y.
'&'-
- 1,.. Page 1 of
k
PRICE SHEET
ENVELOPES, PLAIN, RECYCLED CONTENT
COMMODITY NUMBER
310420-730-0020
Envelope, #6-3/4 plain, recycled content, open side, diagonal seam, 24# white wove, 3.625" X 6
QUANTITY
BREAK
PRICE/M
5 - 15M
$ 8.01
16 - 50M
$ 7.99
51 - 150M
$ 7.97
151- 250M
$ 7.95
251M+
$7.93
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-730-0040
Envelope, #9 plain, recycled content, open side, diagonal seam, 24#
QUANTITY
white wove, 3.875" X 8.87
BREAK
PRICE/M
5 - 15M
$ 9.96
16-50M
$9.94
51 - 150M
$ 9.92
151- 250M
$ 9.90
251M+
$9.88
(Rev 23 Aug 99)
VENDOR Mac Papers
(Rev 5 Jan 98)
310420-730-0050
Envelope, #I0 plain, recycled content, open side, diagonal seam, 20# white wove, 4.125" X 9.5
QUANTITY
BREAK
PRICE
5 - 15M
$ 9.89
16 - 50M
$ 9.87
51 - 150M
$ 9.85
151- 250M
$ 9.83
251 M +
$ 9.80
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
310-420-730-0060!'* •~ Envelope,,#l0.plain, recycled content, open side, diagonal seanj 24# white wove, 4.125" X 9.5
QUANTITY
Tuesday, October 26, 1999
1:13 PM
99- 929
PRICE SHEET
R
BREA
5 - 15M
16 - 501v1
51 - 150M
151- 250M
251 M +
(Rev 23 Aug 99)
VENDOR: Mac Papers
(Rev 5 Jan 98)
Tuesday, October 26, 1999
PR10E/M
S 10.59
S 10.57
S 10.55
S 10.53
$ 10.51
Page 2 of 2
1:13 PM
9
9m- 929
AWARD UNDER STATE OF FLORIDA
NOC TRACT NO 310-000-98-1
ITEM:
Envelopes
DEPARTMENT:
Citywide
TYPE OF PURCHASE:
Contract
REASON:
To provide various envelopes to City
departments on an as -needed basis.
RECOMMENDATION: —
It is
recommended that the award be made to
Mac Papers, Inc., on
an as needed contract
basis through August 28, 2000, subject to
further extensions by the State, for various City
departments, under existing State of Florida
Contract No.
310-000-98-1, at a total
proposed annual amount of $20,000.00;
allocating funds therefor from the General
Operating Budgets
of the various user City
departments at time of need; authorizing the
City Manager to instruct the Chief Procurement
Officer to issue Purchase Orders for these
acquisitions.
Director of P chas'
Dat
AwardStateContracts
v9- 29