Loading...
Res No 222-12-13779RESOLUTION NO.: 222-12-13 77 9 A Resolution authorizing the City Manager to expend funds for the purchase of modular systems furniture for the Sylva Martin Building Relocation Project for a fee not to exceed $45,000. WHEREAS, the City plans to relocate several departments; Planning, Code, Building and Central Services, to the Sylva Martin Building to create a one stop service center to more efficiently serve residents; and WHEREAS, the City accepted sealed quotations, including a quotation from JC White for modular systems furniture for the Sylva Martin Building Relocation Project; and WHEREAS, JC White was a responsive and responsible vendor who provided the lowest bid while conforming to the conceptual floor plan layout provided by the City; and WHEREAS, JC White will provide the modular systems furniture, including delivery and installation for a fee not to exceed $45,000. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is authorized to expend funds to JC White for the purchase of modular systems furniture, including delivery and installation, for the Sylva Martin Building Relocation Project for a fee not to exceed $45,000. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon approval by the City Commission. Section 4. The expenditure is to be charged to the Capital Improvement Fund, Account Number 301 - 1790 - 519 -6450 with a current balance of $85,270.00 PASSED AND APPROVED this 7thday of November , 2012. ATTEST: APPROVED: CITY CLERK V MAYO READ AND AP LANGUA D AS TO Y AND i EREOF CITY ATTORNEY COMMISSION VOTE: Mayor Stoddard: Vice Mayor Liebman: Commissioner Harris: Commissioner Newman: Commissioner Welsh: 4 -0 Yea Yea Yea absent Yea South Miami All•Amedca city CITY OF SOUTH MIAMI I r OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM 2001 To: The Honorable Mayor & Members of the City Commission J A060 From: Hector Mirabile, Ph,p, City Manager /6 Date: November 7, 2012 Subject: A Resolution authorizing the City Manager to expend funds and purchase modular systems furniture for the Sylva. Martin Building Relocation Project from JC White for a fee not to exceed $45,000. Background: The City is relocating several departments; Planning, Code, Building and Central Services, to the Sylva Martin Building to establish a one stop service center and more efficiently serve residents and businesses. A number of renovation projects are underway to modernize and provide a much needed face lift to Sylva Martin. When completed, residents will no longer have to travel throughout City Hall to conduct business for integrated services provided by Planning, Code and the Building departments. In addition, the renovation will restore the interior of Sylva Martin without compromising its historical significance and designation. Central Services was moved as a result of the presence of mold in the attached facility to Sylva Martin. To accommodate the four departments and 22 employees, the purchase of modular systems furniture is recommended. Existing furniture is bulky and large and is designed for a traditional, hard walled office environment. An Invitation to Quote was issued on October 5, 2012 to 15 pre - qualified prequalified vendors from a Miami -Dade County furniture Contract No. 1072- 1/16-1. Piggybacking from the County contract provides the City volume discounts negotiated by the County and, an expedited process over a traditional RFP in order to meet the December 31, 2012 project completion date. A Pre -quote meeting was held on October 10, 2012 with five vendors in attendance. Five sealed quotations were received on the due date, October 22, 2012. After a review of each proposal, suggested floorplan and products quoted, JC White, the second lowest bidder is recommended for the award. The lowest bidder, Hugh Robinson, quoted $21,800.00 for the moveable walls only and therefore, the bid was disregarded. JC White quoted $38,112 which includes delivery and installation. The furniture can be delivered and installed within 4 to 5 weeks of receiving an order, thereby meeting the project completion date. JC White's bid amount is pending an adjustment for a switch of cubicles for an open plan review area and other options under offices: keyboards, power dome, Director's doors, and key charges thus the difference between the quoted amount of $38,112 and the requested amount of up to $45,000.00. Expense Not to exceed $45,000 to account no. 301 -1790 -519 -6450 with a balance of $85,270 Capital Improvement Fund Account Attachments: Resolution Invitation to Quote Solicitation Addendum #1 Miami -Dade County Contract # 107-2-1/16-1 Award Sheet Pre -quote Sign -in Sheet Bid Opening Report Bid Summary JC 'White Proposal {�nll lJ� a S OH{J SUBMITTED TO: City Clerk CITY OF SOUTH MIAMI PIGGYBACK FROM MIAMI DADE COUNTY CONTRACT 010724/16 -1 INVITATION TO QUOTE SYSTEMS FURNITURE: LUMP SUM PROPOSAL NAME: Maria Menendez, CIVIC ADDRESS: 6130 Sunset Drive CITY /STATE: Miami, Florida 33143 PHONE: 305- 663 -6339 MANDATORY PRE -QUOTE MEETINGb+ I= OI1hA.t titylChainlb�rs % ., QUOTE SUBMISSION REQUIREMENTS: SuQulh Mlatn} zom PROJECT: Sylva Martin Bldg Relocation ADDRESS: 6130 Sunset Drive CITY /STATE: South Miami, FL 33143 DATE: October S. 2012 EMAIL: skutick @southmiamifl.gov No DUE DATE: �;f�101QbQiFQBt All bidders must attend Mandatory Pre -quote Meeting (if Applicable) to submit a quote. Quotes submitted after 3:00 PM on the due date will not be accepted unless otherwise specified in the quote document of a time change. All quotes will be submitted to the City Clerks Office In a sealed envelope. The label on the envelope needs to read as follows: City of South Miami Maria M. Menendez, CMC 6130 Sunset Drive South Miami, Ff. 33143 Project Name: Sylva Martin Bldg Relocation Must input project name. If label does not have all information above your quote will not be accepted. INSURANCE REQUIREMENTS: The City's insurance requirements are attached (Exhibit 1). As a condition of award, the awarded vendor must provide a certificate of insurance naming the city as additional insured. Affidavits and Forms to BE COMPLETED BY BIDDER: (EXHIBIT #2) SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY purpose of this ITQ is to solicit quotes from awarded vendors on Miami -Dade County Contract #1072 -1/16 that can ride systems furniture and movable walls, Please refer to the Exhibit #3 "Floorplan:' The "Floorplan" represents the 's suggested layout for systems furniture. The facility is undergoing a renovation and while electrical service is present, Contractor must indicate the electrical service required for the systems furniture quoted. Contractor must submit a rplan and a detailed bill of materials with their quote representing the Contractor's layout for the facility. Citv prefers stock systems furniture to expedite delivery and installation. DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR: Item Number Item Description Unit Qty Amount 1 Workstations per Exhibit #3 Floorplan. Include Product Descriptions. "Include Style and Color of the Furniture Quoted" 2 Delivery, Installation and Setup from Receipt of Order 3 Warranty :,. ;y j_Vote StDCk "Svstgf Furniture is PrBfcrred w LUMP SUM TOTAL Contractor shall furnish all inaterials and equipment necessary to secure completion of the work. Contractor shall be compensated according to the quote submitted. A Pre -quote meeting shall be conducted at the site: 6130 Sunset Drive, South Miami FI 33143 on Thursday, October, 11, 2012 at 10 AM. Contractor is responsible to secure all permits and reflected in the Lump Sum quote. Contractor may choose to submit a quote an company letterhead but must be attached with this form. Deadline to submit is Monday, October, 22, 2012 at 3 PM -Clerk's office at 6130 Sunset Drive, South Miami, F133143 Print/Type Name: Signature: E -mail: Firm Name: Address: Phone: Date: Fax: F.E.I.N. No.: City: State: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOU NO BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-RESPONSIVE. THE CRY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACC EPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. THE CRY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOsr RESPONSIVE PRICE, THE CITY RESERVES THE RIGHT TO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. Exhibit # I Insurance and Indemnification t. Insurance and Indemnification Without limiting its liability, the proposing firm shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the proposing firm, from claims which may arise out of or result from the proposing firm's execution of a contract with the City of South Miami for Performance Based Audits, whether such execution by the firm or by any sub - consultant, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The CONTRACTOR/COMPANY shall not commence WORK on this Agreement Iln[li hp h2c nk"inaff ell incr,ronea eanieirnrl kw thong i'ity T6a �••�•• .� •�� �Vg 10w ul. of g..V."I Vr� .Y�M114V Vl M14 VIY,. 1114 CONTRACTOR/COMPANY shall indemnify and save the City harmless from any and all damages, claims, liability, losses and causes of actions of any kind or nature arising out of a negligent error, omission, or act of the CONTRACTOR/COMPANY, its agents, representatives, employees, Sub - Contractor, or assigns, incident to arising out of or resulting from the performance of the CONTRACTOR/COMPANY'S professional services under this Agreement. The CONTRACTORICOMPANY shall pay all claims and losses of any kind or nature whatsoever, in connection therewith, including the City's attorney's fees and expenses in the defense of any action in law or equity brought against the City arising from the negligent error, omission, or act of the CONTRACTOR/COMPANY, its agents, representatives, employees, Sub- Contractor, or assigns, incident to, arising out of or resulting from the performance of the CONTRACTOR/COMPANY'S professional services under this Agreement.. The CONTRACTOR/COMPANY agrees and recognizes that the City shall not be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the CONTRACTOR/COMPANY, its agents, representatives, employees, Sub - Contractors, sub - contractors, or assigns. In reviewing, approving or rejecting any submissions or acts of the CONTRACTORICOMPANY, the City in no way assumes or shares responsibility or liability of the CONTRACTOR/COMPANYS, Sub - Contractors, their agents or assigns. The CONTRACTOR/COMPANY shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the CONTRACTOR/COMPANY shall become legally obligated to pay as damages for claims arising out of the services or work performed by the CONTRACTOR/COMPANY its agents, representatives, Sub- Insurance and Indemnification July 25, 2012 Contractors or assigns, or by any person employed or retained by him in connection with this Agreement This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement However, the CONTRACTORICOMPANY may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, on a Florida approved form including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical insurance $25,000 per person; • Property Damage: $500,000 each occurrence; • Automobile Liability: $1,000,000 each accidentloccurrence. C. Umbrella Commercial General Liability insurance on a Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim. The City must be named as additional "named" insured for all except Workers' Compensation, and reflect the indemnification and hold harmless provision contained herein. Policy must specify whether it is primary or excess /umbrella coverage. City must receive 10 days advance written notice of any policy modification and 30 days advance written notice of cancellation, including cancellation for non - payment of premiums. All insurance must remain in full force and effect for the duration of the contract period with the City. The CONTRACTORICOMPANY must provide not only a "certified copy" of the Hinder but also the Policy itself with the name, address and phone number of the agent and agency procuring the insurance. D. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. E. The policies shall contain waiver of subrogation against City where applicable, shall expressly provide that such policy or policies are primary over any other collective Insurance that City may have. The City reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the City. Insurance and Indemnification July 25, 2012 F. All of the above insurance required to be provided by the CONTRACTOR/COMPANY is to be placed with BEST rated A -l3 (A -VIII) or better insurance companies, qualified to do business under the laws of the State of Florida on approved Florida forms. The CONTRACTOR/COMPANY shall furnish certified copies of all "Binders" or certificates of insurance to the City prior to the commencement of operations, which "Binders" or certificates shall clearly indicate that the CONTRACTORICOMPANY has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or' cancellation of this insurance shall be effective without thirty (30) days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the CONTRACTOR/COMPANY of his liability and obligations under this Section or finder any adier portion of this Agreement. CONTRACTOR/COMPANY agrees to supply copies of certificates of insurance to the City verifying the above- mentioned insurance coverage. CONTRACTOR/COMPANY agrees to list City as an Additional Insured of the CONTRACTOR/COMPANY's General liability insurance and shall provide the City quarterly reports concerning any and all claims, Insurance and Indemnification July 25, 2012 EXHIBIT 2 AFFIDAVITS AND FORMS SUBMISSION REQUIREMENTS I. Respondent's Sworn Statement Under Section 287.133(3)(A), Florida Statutes, on Attachment #1 "Public Entity Crimes and Conflicts of Interest Affidavit," shall be completed and provided with the proposal submittal. 2. Neither the individual(s) /firm, nor any of his /her /its employees shall be permitted to represent any client before the Commission or any Committee, department or agency of the City, and shall agree not to undertake any other private representation which might create a conflict of interest with the City. The individuals) /firm may not represent any Commission member, individually, or, any member of their family or any business in which the Commission member of their family has an interest. 3. All proposals received will be considered public records. The City will consider all quotations using such criteria as the Commission or City Manager may adopt at either of their sole discretion. The individual(s) /firm selected will be required to enter into a formal agreement with the City in a form satisfactory to the City, prior to the execution of which the City shall reserve all rights, including the right to change its selection. 4. Respondent's Attachment #2 "Drug Free Workplace" form shall be completed and provided with the proposal submittal. S. Respondent's Attachment #3 "No Conflict of Interest/Non Collusion Aidavit," shall be completed and provided with the proposal submittal. 6. Respondent's Attachment #4 "Acknowledgement and Conformance with OSHA Standards," shall be completed and provided with the proposal submittal. 7. Respondent's Attachment #5 "Vendor Registration Form" shall be completed in its entirety and provided with the proposal submittal. Page 1 of 10 ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to [print name of the public entity] by [print individual's name and title] for [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ,) 2. I understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 30 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or Page 2 of 10 without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contender. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 50 1 understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person' includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are. active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 19896 The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.] Page 3 of 10 Continuation of Attachment #2 Public Entity Crimes and Conflicts I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED, 1 ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 2$7.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and suherrihati hafnra ma this Personally known or Produced identification clay of Notary Public — State of My commission expires [signature] 2n (Type of identification) (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06111192) Page 4 of 10 ATTACHMENT #2 "DRUG FREE WORKPLACE" Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or polo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, 1 certify that this firm complies fully with the above requirements. PROPOSER's Signature: Print Name: Date: Page 5 of 10 ATTACHMENT #3 "NO CONFLICT OF INTEREST /NON COLLUSION AFFIDAVIT" Submitted this day 20 , The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion_ or fraud. The Bidder /Proposer agrees if this response/submission is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response/submission pertains. The Bidder /Proposer states that -this response is based upon the documents identified by the following number: Bid /RFP The full -names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Name Street Address City State Zip The Bidder /Proposer further certifies that this response/submission complies with section 4(c) of the Charter of the City of Miami. Florida, that, to the best of its knowledge and belief, no Commissioner, Mayor, or other officer or employee of the CITY has an interest directly or indirectly in the profits or emoluments of the Contract, job, work or service to which the response /submission pertains. Signature: Printed Name: Title: Telephone: Company Name Continuation of Attachment #3No Conflict of inter /Non - Collusion Certification Page 6 of 10 NOTARY PUBLIC: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 by (name of person whose signature is being notarized) who is SEAL Personally known to me, or Personal Identification: Type of Identification Produced Did take an oath, or Did Not take an oath. (Name of Notary Public: Print, Stamp or type as commissioned.) FAILURE TO COMPLETE SIGN &RETURN THIS FORM MAY DISQUALIFY YQUR RESPONSE Page 7 of 10 ATTACHMENT #4 "ACKNOWLEDGEMENT AND CONFORMANCE WITH OSHA STANDARDS" TO THE CITY OF SOUTH MIAMI We, , (Name of Contractor), hereby acknowledge and agree that as Contractors for the Janitorial Services RFP, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor s names): to comply with such act or regulation. CONTRACTOR BY: Name Title Witness FAILURE TQ COMPLETE SIGN._, _& RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE I' . � : I City of South Miami 6130 Sunset Drive, South Miami, Florida 33143 (305) 663 -6339 Fax: (305) 6674806 VA".southmiamfigov VENDOR REGISTRATION FORM General Information (all information below is required) Company Name: Owner's Name: Mailing Address: City: Contact Person: Office Phone: entail: Remittance Address (if different from above) Street/P.O. Box: State: Portable Phone: Tax Identification Number (TIN): Social Security (If Indivival): Zip: City: State: Zip: Telephone: Fax: Contact • .. Bank information (for Electronic Fund Transfer) Name of Bank: Routing Number: Account Number: Must Check One of the Following ❑ Checking ❑ Savings ❑Opt Out of EFT Program* I hereby authorize: 1) The City of South Miami here refer to as "The City' to deposit my invoice payment via electronic funds transfer. 2) My financial institution to credit this amount to my account. In the event that the exercise of this authorization for any reason results in an overpayment for invoices actually due and payable to me, 1 hereby authorize The City to either: A) debit my above - Identified account for an amount not to exceed said overpayment, or B) withhold a sum equal to the overpayment from my next disbursement of supplier invoice payment. Print Name: Title: Signature: Date: * If vendor elects to opt out of the EFT program, there will be a three dollar ($3) check issue fee. The fee, will be deducted from each check issued to the vendor. 7 W4 (Required) 7 Insurance F1 Other: F�j Related Party Transaction Verification (Required) Small Business nDisabled Veteran Woman -Owned XA PurchasingWendorRegistrationWendorRegistration Form Rev. March 14, 2012 Central Services.dueMarch 14, 2012 Form W ®9 Request for Taxpayer Give Form to the (Rev. Janumy 2011) Identification Number and Certification requester. Do IRSot Oepartm ...0" OTreasury Internal Revenue Service Nam* (as shown on your income tax return) Business nameidisregarded entity name, If different from above d rn a' Check appropriate box for federal tax cclassification (required): ❑ Individual /sole proprietor ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ TrusVestats o `d ❑ Limited liability company. Enter the tax classification (C =C corporation, S =S corporation, P= partnership) I► ❑ Exempt payee ............ IL ❑ Other (see Instructions) 0, Address (number, street, and apt, or suite no.) Requester's name and address (optional) a rA City, state, and ZIP code 91; aactwntnumbet(s) here Tax ayer identification Number TINS_._ Pnfar 1 /ntlr TIN In Mc 14 .w T6n TIAI .. ..i.Y..d ... ..\ ....\.\. H.� .. .. u... 1;_.. 1 Rn,Nat aam,dti, n ml,.. i )W.. .... ... ow ..r,,,VM1,M \V VVn. ,U4 ,I,N I/r l/Y,YGV IIIYO \,IIPtNI UIO,IOIIIO aIYOII VII IHO 9405 Ri 11110 "� to avoid backup withholding, For individuals, this is your of security number However, for resident alien; sale proprietor, or disregarded entity, y, see the Part I Instructions on n page e 3. For other entities, it Is your employer Identification number (EIN). if you do not have a number, see How to get a F M TIN on page 31 Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. =rl Under penatties of perjury,) comity that: 1. The number shown on this form is my correct taxpayer Identification number (or 1 am waiting for a number to be Issued to me), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the Instructions on page 4. arum I signature of Here U.S. Person► General Instructions Section references are to the Internal Revenue Code unless otherwise rioted. Purpose of Form A person who Is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TiN) to report, for example, Income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W -9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected Income. Date No Note. If a requester gives you a form other than Form W -9 to request yourTiN, you must use the requester's form if it is substantially similar to this Form W -9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person If you are: • An Individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, It An estate (other than a foreign estate), or It A domestic trust (as defined In Regulations section 301.7701 -7). Special rules for partnerships, Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W -9 has not been received, a partnership Is required to presume that a partner Is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner In a partnership conducting a trade or business in the United States, provide Form W -9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership Income. Cat. No. 10231X Form Wag (Rev. 1-2011) Form W -9 (Rev.1 -20i 1) The person who gives Form W -9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on Its allocable share of net Income from the partnership conducting a trade or business In the United States is in the following cases: • The U.S. owner of a disregarded entity and not the entity, • The U.S. grantor or other owner of a grantor trust and not the trust, and • The U.S. trust (other than a grantor trust) and not the beneficiaries of the trust. Foreign person. If you are a foreign person, do not use Form W -9. Instead, use the appropriate Form W -8 (see Publication 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of Income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes, It you are a U.S. resident alien who is relying on an exception contained In the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of Income, you must attach a statement to Form W -9 that specifies the following five Items: 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from taxes a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and Its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Example, Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship Income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S. -China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship Income would attach to Form W -9 a statement that includes the information described above to support that exemption. If you are a nonresident alien or a foreign entity not subject to backup withholding, give the requester the appropriate completed Form W-8. What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS a percentage of such payments. This Is called "backup withholding." Payments that may be subject to backup withholding include interest, tax- exempt Interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding It 1. You do not furnish your TIN to the requester, 2. You do not certify your TIN when required (see the Part II Instructions on page 3 for details), 3. The IRS tells the requester that you furnished an incorrect TIN, 4, The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or 5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding. See the instructions below and the separate instructions for the Requester of Form W -9. Also see Special rules for partnerships on page 1. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments In the future from this person. For example, you may need to provide updated Information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. in addition, you must furnish a new Form W -9 if the name or TiN changes for the account, for example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false Information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TiNS, If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Name If you are an individual, you must generally enter the name shown on your income tax return. However, if you have changed your last name, for instance, due to marriage without Informing the Social Security Administration of the name change, enter your first name, the last name shown on your social security card, and your new last name. if the account is in joint names, list first, and then circle, the name of the person or entity whose number you entered In Part I of the form. Sole proprietor. Enter your individual name as shown on your income tax return on the "Name" line. You may enter your business, trade, or "doing business as (DBA)" name on the "Business name /disregarded entity name" line. Partnership, C Corporation, or S Corporation. Enter the entity's name on the "Name" line and any business, trade, or "doing business as (DBA) name" on the "Business name / disregarded entity name" line. Disregarded entity. Enter the owner's name on the "Name" line. The name of the entity entered on the "Name" line should never be a disregarded entity. The name on the "Name" line must be the name shown on the income tax return on which the income will be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a domestic owner, the domestic owner's name Is required to be provided on the "Name" line. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on the "Business name(disregarded entity name" line. If the owner of the disregarded entity Is a foreign person, you must complete an appropriate Form W -8. Note. Check the appropriate box for the federal tax classification of the person whose name is entered on the "Name" line (individual /sole proprietor, Partnership, C Corporation, S Corporation, Trustlestate). Limited Liability Company (LLC). If the person identified on the "Name" line is an LLC, check the "Limited liability company" box only and enter the appropriate code for the tax classification in the space provided. if you are an LLC that Is treated as a partnership for federal tax purposes, enter "P" for partnership. If you are an LLC that has filed a Form 8832 or a Form 2553 to be taxed as a corporation, enter "C" for C corporation or "S" for S corporation, If you are an LLC that Is disregarded as an entity separate from its owner under Regulation section 301.7701 -3 (except for employment and excise tax), do not check the LLC box unless the owner of the LLC (required to be Identified on the "Name" line) is another LLC that Is not disregarded for federal tax purposes. if the LLC is disregarded as an entity separate from its owner, enter the appropriate tax classification of the owner identified on the "Name" line. Form W -9 (Rev. 1.2011) Other entities. Enter your business name as shown on required federal tax documents on the "Name" flne, This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DBA name on the "Business name/ disregarded entity name" line. Exempt Payee If you are exempt from backup withholding, enter your name as described above and check the appropriate box for your status, then check the "Exempt payee" box in the line following the "Business name/ disregarded entity name," sign and date the form. Generally, individuals (including sole proprietors) are not exempt from backup withholding. Corporations are exempt from backup withholding for certain payments, such as interest and dividends. Note, if you are exempt from backup withholding, you should still complete this form to avoid possible erroneous backup withholding. The following payees are exempt from backup withholding: 1. An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2), 2, The United States or any of its agencies or instrumentalities, 3. A state, the District of Columbia, a possession of the United States, or any of their political subdivisions or instrumentalities, d A fnroinn onvarnmant nr an„ ns an pmmn�i a, etw ,.,.a..,,.. -•p•• „w.r ...... ..... v. wok v. ,.v'.vuuVN. JV V V /rNI V, W, age�,Mte.�l, or instrumentalities, or 5. An International organization or any of its agencies or instrumentalities. Other payees that may be exempt from backup withholding include: 6. A corporation, 7. A foreign central bank of Issue, 8. A dealer in securities or commodities required to register in the United States, the District of Columbia, or a possession of the United States, 9. A futures commission merchant registered with the Commodity Futures Trading Commission, 10. A real estate Investment trust, 11. An entity registered at all times during the tax year under the Investment Company Act of 1940, 12. A common trust fund operated by a bank under section 584(x), 13. A financial Institution, 14. A middleman known in the investment community as a nominee or custodian, or 15. A trust exempt from tax under section 664 or described in section 4947. The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above,1 through 15. IF the payment is for ... THEN the payment is exempt for Interest and dividend payments All exempt payees except for 9 _ _ Broker transactions Exempt payees 1 through 5 and 7 through 13. Also, C corporations. Barter exchange transactions and Exempt payees 1 through 5 patronage dividends Payments over $600 required to be Generally, exempt payees T reported and direct sales over 1 through 7' $5,000' 'See Form 1099 -MISC, Miscellaneous income, and its Instructions. 'However, the following payments made to a corporation and reportable on Form 1099 -MISC are not exempt from backup withholding: medical and health care payments, attorneys' fees, gross proceeds paid to an attorney, and payments for services paid by a federal executive agency. 3 Part 1. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box, If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN Is your IRS individual taxpayer identification number (ITIN). Enter It in the social security number box. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. However, the IRS prefers that you use your SSN. If you are a single- member LLC that Is disregarded as an entity separate from its owner (see Umtted Liabillty Company fLLC) on page 2), enter the owner's SSN (or EIN, if the owner has one). Do not enter the disregarded entity's EIN. If the LLC is classified as a corporation or partnership, enter the entity's EIN. Note. See the chart on page 4 for further clarification of name and TIN combinations. How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local Social Security Administration office or get this form online at www.ssa.gov. You may also gat this form by calling 1 -800- 772 -1213. Use Form W -7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.1irs.gov /businesses and clicking on Employer identification Number (EIN) under Starting a business. You can get Forms N/ -7 and SS -4 from the IRS by visiting IRS.gov or by calling 1 -800- TAX -FORM (1 -800- 829 - 3876). If you are asked to complete Form W -9 but do not have a TIN, write "Applied For" in the space for the TIN, sign and date the form, and give It to the requester. For Interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note, Entering "Applied For" means that you have already applied for a TIN or that you intend to apply for one soon, Caution: A disregarded domestic entity that has a foreign owner must use the appropriate Form W -8. Part 11. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W -9. You may be requested to sign by the withholding agent even if item 1, below, and items 4 and 5 on page 4 indicate otherwise. For a joint account, only the person whose TIN is shown In Part I should sign (when required). In the case of a disregarded entity, the person identified on the "Name" line must sign. Exempt payees, see Exempt Payee on page 3. Signature requirements. Complete the certification as indicated in items 1 through 3, below, and Items 4 and 5 on page 4. 1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1963 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. if you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification_ You may cross out item 2 of the certification. Form W -9 (Rev. 1 -2011) 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN, "Other payments" include payments made in the course of the requester's trade or business for rents, royahies, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments to certain fishing boat crew members and fisherman, and gross proceeds paid to attorneys Qncluding payments to corporations), 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt. qualified tuition program payments (under section 529), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester 1. Individual 2, Two or more Individuals Qolnt account) S. Custodian account of a minor (Uniform Gift to Minors Act) 4. a. The usual revocable savings trust (grantor is also trustee) b. So-called trust account that is not a legal or valid trust under state law 5. Sole proprietorship or disregarded entity owned by an Individual 6. Grantor trust filing under Optional Form 1098 Fillna Method 1 (see uive name ano Iry or: The Individual The actual owner of the account or, If combined funds, the first Individual on the account' The minor' The grantor - trustee The actual owner' The owner' The grantor' name and EIN of: 7, Dferegarded entity not owned by an The owner individual 8. A valid trust, estate, or pension trust Legal entity' 9. Corporation or LLC electing The corporation corporate status on Form 8632 or Form 2553 10. Association, club, religious, The organization charitable, educational, or other tax - exempt organization 11. Partnership or mufti•member U-C The partnership 12. A broker or registered nominee The broker or nominee 13. Account with the Department of The public entity Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments 14. Grantor trust filing under the Form The trust 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Renulallon section 1.671- 41(b)MMIM) ' List first and circle tha name of the person whose number you furnish. It only one person on a joint account has an SSN, that person's number roust be furnished, Circle tho minor's name and furnish the minoi s SSN. 'You roust show your individual name and you may also enter your business or "DDA" name on the "Business nameldisregaided entity" name line. You may use either your SSN or EIN (it you have one), but the IRS encourages you to use your SSN. ' list first and circle the name of the trust, estate, or pension trust. (DO not furnish the TIN of the personal representative or trustee unless the legal entity itself is not daslgnated inthe account title.) Also see •Speciril rules for partnerships on page 1. 'Note. Grantor also must provide a Form W9 to trustee of tniai. Privacy Act Notice 2 Note, If no name Is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records from identity Theft Identity theft occurs when someone uses your personal information such as your name, social security number (SSN), or other Identifying Information, without your permission, to commit fraud or other crimes. An Identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax preparer. If your tax records are affected by Identity theft and you receive a notice from the IRS, respond right away to the name and phone number printed on the iRS notice or letter. If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity or credit report, contact the IRS Identity Theft Hotline at 1- 800 - 908 -4490 or submit Form 14039. For more information, sea Publication 4535, Identity Theft Prevention and Victim Assistance. Victims of Identity theft who are experiencing economic harm or a system problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll -free case intake line at 1 -877- 777 -4778 or TTY/T0D 1- 800 - 8294059. Protect yourself from suspicious smalls or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise In an attempt to scam the user Into surrendering private information that will be used for identity theft. The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. if you receive an unsolicited email claiming to be from the IRS, forward this message to phishing ®irsgov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration at 1 -800- 388 -4484. You can forward suspicious smalls to the Federal Trade Commission at: spam @uce.gov or contact them at www-ftc goirlidtheft or 1- 877- IDTHEFT (1- 877 -438- 4338). Visit IRS,gov to team more about Identity theft and how to reduce your risk. Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or contain other Income paid to you; mongago Interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to Ole Information returns with the IRS, reporting the above information, Routine uses of this information Include giving it tothe Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S, possesslons for use In administering their taws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civH and criminal taws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally wfthtlold a percentage of taxable Interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Car tain penalties may also apply for providing false or fraudulent Information. RELATED PARTY TRANSACTION VERIFICATION FORM i , individually and on behalf of Name ofRepresentadve CompanyNendor/Entity have read the City of South Miami ( "City ")'s Code of Ethics, Section 8A-i of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and bellet• (1) neither 1 nor the Firm have any conflict of interest (as defined in section 8A -1) with regard to the contract or business that I, and /or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A -1, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, and (3) neither i nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: fuse a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (4) no elected and /or appointed official or employee of the City of Miami, or any of their Immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financially interest, directly or indirectly, in the contract between you and /or your Firm and the City other than the following individuals whose interest Is set forth following their names: (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5 %) or more of the total assets of capital stock in the firm are as follows: (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. (6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows: (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (I) any member of the City Commission; (11) any city employee; or (iii) any member of any board or agency of the City other than as follows. (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (7) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my Immediate family members (hereinafter referred to as "Related Parties') has responded to a solicitation by the City in which I or the Firm that i represent or anyone who has a financial interest greater than 5% in X: \Purchasing \Vendor Registration \8.i6.i2 RELATED PARTY TRANSACTION VERIFICATION FORM 2 (2).docx the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children. brothers and sisters) have also responded, other than the following: (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (8) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (9) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. Under penalty of perjury, I declare that i have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge, information and belief. Signature: Print Name & Title: Date: ATTACHED: Sec 8A- I - Conflict of interest and code of ethics ordinance, X: \Purchasing \Vendor Reglstratlon \8.16.12 RELATED PARTY TRANSACTION VERIFICATION FORM 2 (21.docx Municode Page 1 of Sec. 8A48 - Conflict of Interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Mismi Conflict of interest and Code of Ethics Ordinance:' This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shalt be applied In a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the some contract or transaction. (b) DetfniWns For the purposes of this section the following definitions shall be effective: (1) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel' shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi- judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi-judicial functions. (4) The term "advisory personnel' shalt refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission: (6) The tern "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, end ail assistants to the city clerk, city manager and city atwmey, noweverptied. (6) The terra "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The terra "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation ora direct or indirect Interest of ten percent or more in a firm, partnership, or other business entity at the time of transacting business with the city. (8) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shalt refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a RFP, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (cl Prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered In violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall effect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (1) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to tire. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (1) An open4o -all seated competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4); • . (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered lend surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2),(3) and (4); (3) The property or services to be Involved In the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may In no case ratify a transaction entered in violation of this subsection. Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeat any other law pertaining to the same subject matter. Municode Page 2 of 4 (d) Further protrJbition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter Into any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though Incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(1) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Ofrcar, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, ff in any instance the transaction or matter would affect the person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public generally. Any person Included in the term defined in paragraph (b)(1) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (e) OJns (1) Definition. The term "gift' shall refer to the transfer of anything of economic value, whether in the form of money, service, ban, travel, entertainment, hospitality, item or promise, or in any other forth, without adequate and lawful consideradon. (2) Exceptions. The provisions of paragraph (e)(1) shall not apply to: a. Political Contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that Is prohibited under paragraph (3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely Informational or of an advertising nature. (3) Prohibitions, A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)(1) through (6), or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because OF a, An official public action taken, or to be taken, or which could be taken, or an omisslon or failure to take a public action; b. A legal duty performed or to be performed, orwhich could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(1); or d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or aeries of gifts from any one person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local officers" with the city clerk simultaneously with the Kling of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the cleric of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shalt corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. No parson included in the terns defined In paragraphs (b)(1) through (6) shalt accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential Information garnered or gained through an offiolai position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. (t) Confdicfing employment prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment In the performance of any public duties. Municode Page 3 of 4 (J► Prohibition on outside employment. (1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full -time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof Is to be performed on city time. b. When permitted. A full -time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. Is obtained. C, Approval of department head required. Any outside employment by any full -time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section 1 -11 of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full -time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the cliv clerk. The reports shalt be available at a reasonable time and place for Inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited Investments. No person included In the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (1) Certain appearances and payment prohibited. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counsel or legal advisor to a party who seeks legal relief from the city Ora city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency an which the person serves, either directly or through an assoclate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or girt, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counsel or legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that Person or any member of the immediate family has a financial Interest A financial Interest Is defined In this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring Rnanclat interests, No person included In the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (o) Recommending professional services. No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firth, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officlals, officers or employees. (p) Continuing application after city service. (1) No person Included in the terms defined in paragraphs (b)(1), (5) and (6) shall, fora period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)] in connection with any judicial or other proceeding, application, RFP, RFQ, bid, Municode Page 4 of 4 request for ruling or other determination, contract, daim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any Interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 501(c)(3) non -profs entities or educational institutions or entities, and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official In connection with any subject described in paragraph (p)(1) in which the city or one of Its agencies Is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, Investigation, or otherwise, during hie or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "Indirectly" where he or she knowingly participated in any way In the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials, (8) Any person who violates this subsection shall be subject to the penalties provided in section 6A -2(p). (q) City attorney to renderopinions on request. Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of Interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall, publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord,, No, 6 -99 -1660, § 2, 3 -2 -99) Editor's note— Ord. No. 6- 994680, § 1, adopted 3 -2 -99, repeated §§ 8A -1 and SA-2 in their entirety and replaced them with new §§ $&1 ands. Former % 8A.1 andJUU- pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 6341 % 1(1A -1). 1(IA4).adopted JanM11969. EXHIBIT #3 "FLOORPLAN" i 9 W'T .`a°a I ADDENDUM No 1 CITY OF SOUTH MIAMI SouthMIami PIGGYBACK FROM MIAMI DADE COUNTY CONTRACT #1072- 1/164 U41vol"tl� REVISED INVITATION TO QUOTE 1018/12 P SYSTEMS FURNITURE: LUMP SUM PROPOSAL zo�r SUBMITTED T0: City Clerk PROJECT: Sylva Martin Bldg Relocation NAME: Maria Menendez, CMC Unit ADDRESS: ADDRESS: 6130 Sunset Drive CITY /STATE: CITY /STATE: Miami, Florida 33143 2 DATE: PHONE: 305- 663 -6339 E -MAIL: REVISED MANDATORY PRE•QUOTE Lltedr es+ayfr t>ct�bei 1p, Z01�3 MEETING: 10;AMaiCify`Chamber "s` °. DUE DATE: 3 Warranty QUOTE SUBMISSION REQUIREMENTS: 6130 Sunset Drive South Miami, FL 33143 October 8, 2012 skulick @southmiamifl.gov { ) fujraniiay, �- 1;`2i,3p12,�tR��PR!1 All bidders must attend Mandatory Pre -quote Meeting (If Applicable) to submit a quote. Quotes submitted after 3:00 PM on the due date will not be accepted unless otherwise specified in the quote document of a time change. All quotes will be submitted to the City Clerks Office in a sealed envelope. The label on the envelope needs to read as follows: City of South Miami Maria M. Menendez, CMC 6130 Sunset Drive South Miami, Ff. 33143 Project Name: Sylva Martin Bldg Relocation Must input project name. If label does not have all information above your quote will not be accepted. INSURANCE REQUIREMENTS The City's insurance requirements are attached (Exhibit 1). As a condition of award, the awarded vendor must provide a certificate of insurance naming the city as additional insured. Affidavits and Forms to BE COMPLETED BY BIDDER: (EXHIBIT #2) SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY purpose of this ITQ is to solicit quotes from awarded vendors on Miami -Dade County Contract #1072 -1116 that can vide systems furniture and movable walls. Please refer to the Exhibit #3 "Floorplan." The "Floorplan" represents the 's suggested layout for systems furniture. The facility is undergoing a renovation and while electrical service is present, Contractor must indicate the electrical service required for the systems furniture quoted. Contractor must submit a rplan and a detailed bill of materials with their quote representing the Contractor's layout for the facility, furniture to DESCRIPTION OF WORK TO BE and Item Number Item Description Unit Qty Amount 2 Workstations per Exhibit #3 Floorplan. include Product Descriptions. "Include Style and Color of the Furniture Quoted" 2 Delivery, installation and Set -up from Receipt of Order 3 Warranty Note.' Stock 5y�gtng F{t�lttjreis P�efe# red . LUMP SUM TOTAL Contractor shall furnish all materials and equipment necessary to secure completion of the work. Contractor shall be compensated according to the quote submitted. A Pre -quote meeting shall be conducted at the site: 6130 Sunset Drive, South Miami Fl 33143 on Wednesday, October, 10, 2012 at 20 AM. Contractor is responsible to secure all permits and reflected in the Lump Sum quote. Contractor may choose to submit a quote on company letterhead but must be attached with this form. Deadline to submit is Monday, October, 22, 2012 at 3 PM - Clerk's office at 6130 Sunset Drive, South Miami, FI 33143 PrintType Name: Phone: Signature: E -mail: Firm Name: Address: Date: Fax: F.E.I.N. No.: City: State: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSALTHAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER YO THE TERMS OF ITS OFFER, THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE. THE CITY RESERVES THE RIGHT TO AWARD THE PROJECT TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. From: kulick, Steven P Sylva Martin Bldg Relocation Date: Cc: Sarah Diaz; Webster. John; Vera. Jorge; Baker. Carmen V.; 12ennis Deblois; Brimo Christogher; Kelly Barket; &Iva Martin Relocation Final Riverol, Alfredo; Menendez, Maria M.; one. Nkenga; Citarella, Victor; Figueroa, Andres Bcc: "steve.kahn(a )icwhitexom "; " vanwaardenburga (alallsteeloffice.com "; "mstern0odimiami.com "; "me Ocorgoratedesignchoice.com "; "ibinkowski(OWempreofftce.com "; "scott.russelifti.com "; "ileana(alorraderemfg.com "; "diaziPcomoass- office.com ", "sue mitchell0knoll.com "; 12tivia.maior sc oolspecial m "; "Ouote(Wemco.com "; "scott.russelMi.com "; "hri0robinsonwalls.com "; Subject: Invitation to Quote: Sylva Martin Bldg Relocation Date: Friday, October 05, 2012 4:17:00 PM Attachments: Invitation to Quote &Iva Martin Relocation Final 10.5.12.ndf Good afternoon, Attached is an Invitation to Quote (ITQ) for the " Sylva Martin Building Relocation." The City of South Miami is relocating specific offices to the Sylva Martin building, a facility located within the City Hall complex. The relocation involves a renovation of the building and the purchase of systems furniture to accommodate the affected departments. The City is piggybacking from a Miami -Dade County Furniture Contract #1072 - 1/16 -1 for the purchase of furniture and workstations. A Mandatory Pre -quote Meeting will be held on Thursday. October 11. 2012 at 10 AM at City Chambers located at 6130 Sunset Drive, South Miami, FL 33143 to discuss the project in more detail; including a walkthrough of the Sylva Martin Building. Submittals will only be accepted from attendees of the Mandatory Pre -quote Meeting. Quotations are due on Monday. October 22. 2012 at 3 PM and must be submitted to: City Clerk Maria Menendez, CIVIC City of South Miami 6130 Sunset Drive South Miami, FI 33143 The Cone of Silence is in effect. Questions and /or clarifications prior to and after the Mandatory Pre -quote meeting must be submitted in writing. Regards, Steven Kulick, C.P.M. Purchasing Manager /Central Services City of South Miami 6130 Sunset Drive South Miami, FI 33143 Ph: 305/663 -6339; Fax: 305/667 -7806 skulick @southmiamifl.gov BID NO.: 10724/16 - ®TR OPENING: 2:00 P.M, WEDNESDAY March 22, 2006 MIAMI -DADE COUNTY, FLORIDA INVITATION TO BID TITLE: FURNITURE (OFFICE AND NON - OFFICE) FURNISH, DELIVER AND /OR INSTALL 'TO VARIOUS MIAMI -DADE COUNTY DEPARTMENTS FOR A PERIOD OF FIVE (5) YEARS WITH COUNTY OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEARS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: CATALOGUE AND LISTS :........ ...........................I... I................ CERTIFICATE OF COMPETENCY: I ............. I........................ EQUIPMENT LIST: ..................................................................... INDEMNIFICATION / INSURANCE :.......... ............................... LIVINGWAGE: ........................................... ............................... PRE -BID CONFERENCE / WALK- TIIRU: ....... 6 ........................ SBEMEASURES: .... I ... 11 ................... P ..... .................................... SAMPLES/INFORMATION SHEETS: ..................................... SECTION 3 — MDIIA :................................... ...........................I... SITE VISIT/AFFIDAVIT: ........................................................... USER ACCESS PROGRAM: ...................................................... WRITTEN WARRANTY: .............................. I ........ I ................... See Section 2.0, Paragraph 2.6 N/A N/A See Section 2.0, Paragraph 2.11 N/A N/A See Section 2.0, Paragraph 2.2 N/A N/A N/A See Section 2.0, Paragraph 2.21 N/A FOR INFORMATION CONTACT Theresa (Tessie) Wilson at 305 - 375 -5073, or Twilson @miamidade.gov. IMPORTANT NOTICE TO BIDDERS A Small Business Enterprise (SBE) bid preference applies to this solicitation (Paragraph 2.2) MIAMI -DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 19 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 19 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON - RESPONSIVE MIAMI -DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 1072 - 146 -OTR Title: FURNITURE (OFFICE AND NON - OFFICE) FURNISH, DELIVER AND /OR INSTALL TO VARIOUS MIAMI -DADE COUNTY DEPARTMENTS FOR A PERIOD OF FIVE (5) YEARS WITH COUNTY OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEARS Procurement Contracting Agent: Theresa (Tessie) Wilson, CPPB Bids will be accepted until 2:00 p.m. on March 22, 2006 Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy fo make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non - traditional format please call 305- 375 -5278. Instructions: Each Bid submitted to the Department of Procurement Management shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of.the Bid. Included in the envelope shall be an original and three copies of the Bid Submittal, plus attachments if applicable. Failure to comply with this requirement may result in your Bid not being considered for award. All Bids must be submitted in a sealed envelope or container and will be opened promptly at the time indicated in this solicitation document. Any Bid received after the first Bid has been opened will be returned to the Bidder unopened. The County does not accept responsibility for delays, natural or otherwise. NOTICE TO ALL BIDDERS: FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON - RESPONSIVE. THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING TO THIS SOLICITATION MIAMI -DADE COUNTY BID NO,: 1072 4/16 -OTR SECTION 1 GENERAL IERMS AND CONDITION FURNITURE (OFFICE AND NON - OFFICE) I.I. DEFINITIONS Bid - shall refer to any offer(s) submitted in response to this solicitation. Bidder - shall refer to anyone submitting a Bid in response to this solicitation. Bid Solicitation - shall mean this solicitation documentation, including any and all addenda. Bid Submittal Form - defines the requirement of items to be purchased, and must be completed and submitted with Bid The Bidder should indicate its name in the appropriate space on each page. County- shall refer to Miami -Dade County, Florida DPM= shall refer to Miami -Dade County's Department of Procurement Management, Bids and Contracts Division. Enrolled Vendor - EFFECTIVE JULY 8, 2002, shall refer to a firm that has completed the necessary documentation in order to receive Bid notifications from the County, but has not yet registered Registered Vendor -shall refer to a firm that has completed the Miami - Dade County Business Entity Registration Application and has satisfied all requirements to enter in to business agreements with the Count34 For additional information about on -line vendor enrollment or vendor registration contact the Vendor Assistance Unit at 111 N.W. 1" Street; 13m Floor, Mle ni, FL 33128, Phone 305375 -5773, EcVif AaV E *W, AJV • ' UWA .e,.,a,.. -v" AM "bfc tL eruvn anuu �, �, o register online by visiting omrweb site at http: / /mimnidndcgov and click on "Business , 1.2, INSTRUCTIONS TO BIDDERS A. Bidder Qualification R is the policy of the County to encourage full and open competition among all available qualified vendors. All vendors regularly engaged in the type of work specified in the Bid Solicitation are encouraged to submit Bids. Vendors may enroll with the County to be included on a mailing list for selected categories of goods and services. To be eligible for award of a contract (including small purchase orders), Bidders must complete a "Miami -Dade .County. Business Entity Registration Application ". Only Registered Vendors can be awarded County contracts. Vendors are encouraged to register with the County anytime by contacting the Vendor Information Center at 305- 375 -5287. The County endeavors to obtain the participation of all qualified minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development at 111 N.W. I Street 19i6 Floor, Miami, FL 33128 -1844, or telephone at 305- 375 -3111. County employees wishing to do business with the County are referred to Section 2- 11.1(d) of the Miami -Dade County Code. B. Vendor Registration To be recommended for award the County requires that vendors complete a Miami -Dade County Business Entity Registration Application with all required disclosure affidavits. The Miami -Dade County Business Entity Registration Application must be returned to the Department of Procurement Management (DPM), Bids and Contracts Division within Fourteen (14) days of notification of the intent to recommend for award. In the event the Miami -Dade County Business Entity Registration Application is not properly completed and returned within the specified time, the' County may award to next lowest responsive Bidder. The Bidder is responsible for obtaining the Miami. Dade County Business Entity Registration Application and all affidavits by downloading from DPM's website at htto: / /mian idade.aov and click on "Business" or from the Vendor Assistance Unit at 111 N.W. 1° Street,'Miamt FL. In becoming a Registered Vendor with Miami -Dade County, the vendor confirms its knowledge of and commitment to comply with the following: 1. Disclosure of Employment - pursuant to Section 2- 8.1(d) of the County Code. 2. Disclosure of Ownership Affidavit - pursuant to Section 2- 8.1(d) of the County Code. 3. Drag -Free Affidavit - pursuant to Section 2- 8.1.2(b) of the County Code. I - 4. W -9 and 8109 Forms - The vendor must furnish these forms as required by the Internal Revenue Service. 5. Social Security Number - The vendor must provide a copy of the primary owner's social security card if the social security number is being used in lieu of the Federal Identification Number (F.E.I.N.). G Americans with Disabilities Act (A.D.A.) Affidavit - It is the policy of the County to comply with all requirements of County Resolution R182 -00 andthe A.D.A. 7. Collection of Fees, Taxes and Parking Tickets Affidavit - pursuant to Section 2- 9.1(c) of the County Code. S. Conflict of Interest and Code of Ethics - pursuant to Sections 2- 8.1(i) and 2- 11.1(b) (1) through (6) and (9) of the County Code and County Ordinance No. 00-1 amending Section 2- 11.1(c) of the County Code. 9. Code of Business Ethics - pursuard to Section 2- 8.1(i) of the County Code. 10. Debarment Disclosure Affidavit- pursuant to County Code 10 -38. 11. Office of the Inspector General Pursuant to Section 2 -1076 of the County Code. 12. Minority and. Disadvantaged Business Enterp rises. The County endeavors to obtain the participation of all minority and disadvantaged uesrness enterprises y "ersuarit to Sections 2 -8.2, 2- 8.2.3 and 2 -8.2.4 of the County Code and Title 49 of the Code of Federal Regulations. 13. Individuals and Entities Doing Business with the County not current iss their obligations to the County - pursuant to Sections 2- 8.1(h) and 2 -1 LI(b)(8) of the County Code, 14. Nondiscrimination pursuant to Section 2 -8.1.5 oftho County Code. 15. Family Leave - Pursuant to Section 11 A -30 of the County Code, 16. Living Wage -- Pursuant to Section 2 -8.9 ofthe County Code. 17, Domestic Leave- Pursuant to Section I I A-60 of the County Code. 18, Antitrust Laws - By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United States and the State of Florida C. PUBLIC ENTITY CRIMES To be eligible for award of a contract, firms wishing to do business with the County must comply with the following: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may nottransact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list D. Request for Additional Information I. Pursuant to Section 2- 11.1(t) of the County Code, all Bid Solicitations, once advertised and until an award recommendation has been forwarded to the appropriate authority are under the "Cone of Silence". Any communication or inquiries, except for clarification of process or procedure already contained in the solicitation, are to be made in writing to the attention of the Procurement Agent identified on the front page of the solicitation. Such inqumes or request for information shall be submitted to the procurement agent in writing and shall contain the requester's name, address, and telephone number. If transmitted by facsimile, the request should also include a cover sheet with Bidder's facsimile number. The requestor must also file a copy of this written request with the Clerk of the Board, 111 NW 1" Street 17i1 Floor, suite 202, Miami, Florida 33128.1983 or email elerkbec(d4mi amidada -;uv. 2. The Department of Procurement Management may issue an addendum in response to any inquiry received, prior to Bid opening, which changes, adds to or clarifies the terms, provisions Revised 06/07//05 MIAMI -DADE COUNTY SID NO.: 1072- 1 /16 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) or requirements of the solicitation. The Bidder should not rely on any representation, statement or explanation whether written or verbal, other than those made in this Bid Solicitation document or in any addenda issued. Where there appears to be a conflict between this Bid Solicitation and any addenda, the last addendum issued shall prevail. 3. It is the Bidder's responsibility to ensure receipt of all addenda, and any accompanying documentation, The Bidder is required to submit with its Bid a signed "Acknowledgment of Addenda" form, when any addenda have been issued. & Contents of Bid Solicitation and Bidders' Responsibilities 1. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions ofthis solicitation. Pleas of ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Bidder. 2. This solicitation is subject to all legal requirements contained in the applicable County Ordinances, Administrative Orders, and Resolutions, as well as all applicable State and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order. Federal, State and local 3. It is the responsibility of the Bidder/Proposer, prior to conducting any lobbying regarding this solicitation to file the appropriate form with the Clerk of the Board stating that a Particular lobbyist Is authorized to represent the Bidder/Proposer. The Bidder /Proposer shall also file a form with the Clerk of the Board at the point in time at which a lobbyist is no longer authorized to represent said Bidder / Proposer. Failure of a Bidder/Proposer to file the appropriate form required, in relation to ebch solicitation, may be considered as evidence that the Bidder /Proposer is not a responsible contractor. F. Change or Withdrawal of Bids I. Changes to Bid -Prior to the scheduled Bid operring a Bidder may change its Bid by submitting a new Bid, (as indicated on the cover page) with a letter in writing on the fums letterhead, signed by an authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 2. Withdrawal of Bid — A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. Only written a letter received by the DPM Bids and Contracts Division prior to the Bid opening date may withdraw a bid A bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. G. Conflicts Wlthbr The Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Submittal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. H. Prompt Payment Term 1. It is the policy of Miami -Dade County that payment for all purchases by County agencies and the Public Health Trust shall be made in a timely manner and that interest payments be made on late payments. In accordance with Florida Statutes, Section 218.74 and Section 2 -8.1.4 of the Miami -Dade County Code, the time at which payment shall be due from the County or the Public Health Tryst shall be forty -five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shalt -I1- be thirty (30) days from receipt of a proper invoice. All payments due from the County or the Public Health TmA and not made within the time specified by this section, shall bear interest from thirty (30) days after the due date at the rate of one percent (1 %) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Manager, or his or bar designee(a), not later than sixty (60) days after the date on which the proper invoice was received by the County or the Public Health Trust. 2. The Bidder may offer cash discounts for prompt payments, however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page ofthe solicitation. 1.3. PREPARATION OF BIDS A. The Bid submittal form defines requirements of items to be purchased, and must be completed and submitted with the Bid. Use of any other form will result in the rejection of the Bidder's offer. B. The Bid submittal form must be legible. Bidders shall use typewriter, computer or ink. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the Bid to be rejected. C. An authorized agent o£.the Bidder's firm must sign the Bid submittal form. FAILURE TO SIGN THE BID SUBMITTAL FORNI SHALL RENDER THE BID NON - RESPONSIVE. D. The Bidder may be considered non- responsive if bids are conditioned to modifications, changes, or revisions to the terms and conditions of this solicitation. F. The Bidder may submit alternate Bid(s) for the same solicitation provided that such offer is allowable under the terms and conditions. The alternate Bid must meet or exceed the minimum requirements and be submitted on a separate Bid submittal marked "Alternate Bid". F. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. 1.4. CANCELLATION OF BID SOLICITATION Miami -Dade County reserves the right to cancel, in whole or in part, any Invitationto Bid when it is in the best interest of the County. 1.5. AWARD OF BID SOLICITATION A. This Bid may be awarded to the responsible Bidder meeting all requirements as set forth in the solicitation. The County reserves the right to reject any and all Bids, to waive irregularities or technicalities and to re- advertise for all or any part of this Bid Solicitation as deemed in its best interest. The County shall be the solejudge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low Bid or in whichever manner deemed in the best interest of the County. C. The County reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it is otherwise determined to be in the County's best interest to do so. D. The County reserves the right to negotiate prices with the low bidder, provided that the scope of work of this solicitation remains the same. E. Award of this Bid Solicitation will only be made to firms that have completed the Miami -Dade County Business Entity Registration Application and that satisfy all necessary legal requirements to do business with Miami -Dade County. Firms domiciled in Miami - Dade County must present a copy of their Miami -Dade County issued Occupational License. F. Pursuant to County Code Section 2- S.I(g), the Bidder's perfommnce as a prime contractor or subcontractor on previous County contracts shall be taken into account in evaluating the Bid received for this Bid Solicitation, G. To obtain a copy of the Bid tabulation, Bidder(s) shall enclose an Revised 06/07//05 MIAMI -DADS COUNTY BID NO.: 1072- 1 /16 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) appropriately sized self - addressed stamped envelope. Bid results operates or performs business. Post Office Boxes are not will not be given by telephone or facsimile. Please allow ten (10) verifiable and shall not be used for the purpose of calendar days after Bid opening for mailing, establishing said physical address, and IL The Bid Solicitation, any addenda and/or properly executed 3. a business that contributes to the economic development and modifications, the purchase order, and any change order(s) shall P constitute the contract, well-being of Miami -Dade County in a verifiable and L In accordance with Resolution R- 1574 -88 the Director of Bids and measurable way. This may include but not be limited to the Contracts Division will decide all tie Bids. retention and expansion of employment opportunities and J. Award of this Bid may be predicated on compliance with and the support and increase in the County's.tax base. To satisfy submittal of all required documents as stipulated in the Bid this requirement, the vendor shall affirm in writing its Solicitation compliance with either of the following objective criteria as of the bid or proposal submission date stated in the 1.6. CONTRACT EXTENSION solicitation: A. The County reserves the right to exercise its option to extend a contract for up to one hundred-eighty (I80) calendar days beyond (a) vendor has at leas4 ton (10) permanent full time the current contract period and will notify the contractor in writing employees, or part time employees ees works to 10 ofthe extension. FIE (`Tull -time equivalent" employees wonting 40 hours per week) that live in Miami -Dade County, or R. This contract may be extended beyond the initial one hundred- at Least 25% of its employees that live in Miami - eighty (180) day extension period upon mutual agreement between Dade County, or the County and the successful Bidder(s) upon approval by the Board of Co" Commissioners. (b) vendor contributes to the County's tax base by paying either real r tangible personal 1.7. WARRANTY property takestoNami -DadoC County, or Aii warranties, express and implied, shall be made available to the (c) some other verifiable and measurable contribution to County for goods and services covered by this Bid Solicitation. All goods furnished shall be fully .guaranteed by the successful Bidder the economic development and well -being of Miami. against factory defects and workmanship. At no expense to the County, Dade County. the successful Bidder shall correct any and all apparent and latent When the bid from a Miami -Dade local business is within 10% of the defects that may occur within the manufacturer's standard warranty. lowest price submitted by a non -local business, the local business and The Special Conditions of the Bid Solicitation may supersede the the non -local low bidder shall have the opportunity to submit a best and manufacturer's standard warranty. final bid equal to or lower than the amount of the low bid previously 1.8. ESTIMATED QUANTITIES submitted by the non -local business. Estimated quantities or dollars are for Bidder's guidance only: (a) At this time, there is an interlocal agreement in effect between Miami - estimates are based on the County's anticipated needs and/or usage Dade and Broward Counties until September 2005. Therefore, a vendor during a previous contract period and; (b) the County may use these which meets the requirements of (1) and (2) above for Broward County estimates to determine the low Bidder. Estimated quantities do not shall be considered a local business pursuant to this Section contemplate or include possible additional quantities that may be ordered by other government, quasi - government or non -profit entities 1.11. CONTINUATION OF WORK utilizing this contract under the Joint Purchase portion of the County Any work that commences prior to and will extend beyond the User Access Program (UAP) described in Section 121 of this contract expiration date of the current contract period shall, unless terminated by solicitation and the resulting contract, if that section is present in this mutual written agreement between the County and the successful solicitation document. No guarantee is expressed or implies as to Bidder, continue until completion at the same prices, terms and quantities or dollars that will be used during the contract period. The conditions. County is not obligated to place any order for the given amount subsequent to the award of this Did Solicitation. 1.12, DID PROTEST A- A recommendation for contract award or rejection of award may 1.9. NON- F,XCLUSIVITY be protested by a Bidder in accordance with the procedures It is the intent of the County to enter into an agreement with the contained in Sections 2 -8.3 and 2 -8.4 of the County Code, as successful Bidder that will satisfy its needs as describe herein, amended, and as established in Administrative Order No.3 -21. However, the County reserves the right as deemed in its best interest to B. To initiate a Bid protest, the protester shall present to the Cleat of perform, or cause to be performed, the work and services, or any portion the Board a non - refundable filing fee, payable to the Clerk of the thereof, herein described in any manner it sees fit, including but not Board, in accordance with the schedule provided below: limited to: award of other contracts, use of any contractor, or perform Award Amount Filing Fee the work with its own employees. $25,OW- $It10,0W $500 $100,001- $500,000 $1,000 1.10. LOCAL PREFERENCE $500,00145 million $3,000 The evaluation of eompeliitive bids is subject to Section 2 -8.5 of the Over $5 million $53000 Miami -Dade County Code, which, except where contrary to federal and state law, or any other funding source requirements, provides that In the event a Bidder wishes to protest any part of the General preference be given to local businesses. A local business shall be Conditions, Special Conditions and/or Technical Specifications defined as: contained in the Bid Solicitation it must file a notice of protest in writing with the issuing department no later than 48 hours prior to 1. a business that has a valid occupational license, issued by the Bid opening date and hour specified in the solicitation. Miami -Dade County at least one year prior to bid or Failure to file a timely notice of protest will constitute a waiver of proposal submission, that is appropriate for the goods, proceedings. services or construction to be purchased; C. For award recommendations greater than $100,000 the following 2. a business that has physical business address located within shall apply: the limits of Miami -Dade County from which the vendor %Vhen a letter of intent to award a Bid Solicitation has been communicated (mail, faxed or emailed) to each competing Bidder III - Revised 06/07//05 MIAMI -DADE COUNTY BID NO.: 10724/16 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) and filed with the Clerk of the Board, a Bidder wishing to protest said award recommendation shall file a protest with the clerk of the Board within ten (10) working days of the date of award recommendation letter. Within two (2) days of that filing, the protester shall provide the County Attorney and each Bidder with a copy of each document that was filed with the protest. Failure to timely file the written protest shall constitute a waiver of the right to protest the award recommendation. A For award recommendations from $25,000 to $100,000 the following shall apply: Each Monday, in the lobby of the Stephen P. Clark Center, located at III. N.W. 14 Street, award-recommendations are posted Participants may also call the Awards Line at 305 -375- 4724, or 800410 -4724, or the contact person as identified on the cover page of the Bid Solicitation Any Bidder wishing to protest such recommendations shall file a protest with the Clerk of the Board within five (5) working days of the posting and submit a $500 non-refundable filing fee. 1.13. RULES, REGULATIONS AND LICENSES The successful Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this Bid Solicitation The Bidder shall be familiar with all federal, state and local laws that may in affectthe goods andlor services offered. 114. PACKAGING Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with Resolution No. 738 -92. 1.15. SUBCONTRACTING Unless otherwise specified in this Bid Solicitation, the successful Bidder shall not subcontract arty portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of the contract for default. When Subcontracting is allowed the Bidder shall comply with County Resolution No. 1634 -93, Section 10 -34 of the County Code and County Ordinance No. 97 -35. 1.16. ASSIGNMENT The successful Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contract, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. 1.17, DELIVERY Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination Freight shall be included in the proposed price. 1.15. RESPONSIBILITY AS EMPLOYER The employee(s) of the successful Bidder shall be considered to he at all tines its employee(s), and not an employee(s) or agent(s) of the County or any of its departments. The successful Bidder shall provide competent and physically employee(s) capable of performing the work as required. The County may require the successful Bidder to remove any employee it deems unacceptable. All employees of the successful Bidder shall wear proper identification. 1.19. INDEMNIFICATION The successful Bidder shall indemnify and hold harmless the County and its officers, employees, agents and instrumer"ities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the County or its officers, employees, 'agents or instnrmentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successlid Bidder or its employees, agents, servards, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in IV - connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. 1.20. COLLUSION Where two (2) or more related parties, as defined herein, each submit a Bid for any contract, such Bids shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submittal of such Bids. Related parties shall mean Bidder or the principals thereof which have a direct or indirect ownership interest in another Bidder for the same contract or in which a parent company or the principals thereof of one (1) Bidder have a direct or indirect ownership interest in another Bidder for the same contract. Furthermore, any prior understanding agreement, or connection between two or more corporations, firms, or persons submitting a bid for the same materials, supplies, services, or equipment shall also be presumed to be collusive Bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may be considered non -responsible, and may be suspended or debarred, and any contract resulting from collusive Bidding may be terminated for default. 1.21. MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing through the issuance of a modification to the contmet, purchase order, change order or award sheet, as appropriate. 1.22. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the successful Bidder shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the successful Bidder prior to notice of termination The County shall be the sole judge of "reasonable costs." 1.23. TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or in whole, or place the vendor on probation in the event the successful Bidder fails to perform in accordance with the terms and conditions stated herein The County further reserves the right to suspend or debar the successful Bidder in accordance with the appropriate County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County may procure the required goods and/or services from any source and use any method deemed in its best interest All to-procurement cost shall be home by the successful Bidder. 1.24, FRAUD AND MISREPRESENTATION Pursuant to Section 2 -8.1.4 of the Miami -Dade County Code, any individual, corporation or other entity that allempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 1.25. ACCESS TO RECORDS The County reserves the right to require the Contractor to submit to an audit by Audit and Management Services or other auditor of the County's choosing at the Contractor's expense. The Contractor shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. Revised 06/07U05 MIAMI -DADS COUNTY BID NO.: 1072- 1 /16 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) The Contractor shall retain all records pertaining to this Agreement and upon request make them available to the County for three years following expiration of the Agreement._ The Contructor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to onsum compliance with applicable accounting and financial standards. 1.26 OFFICE OF TIKE INSPECTOR GENERAL Miami -Dade County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. The. Impactor General (IG) has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. The Inspector General may, on a random basis, perform audits on all County contracts. The cost of random audits shall be incorporated into the contract price of all contracts and shall be one quarter (1/4) of one (1) percent of the contract price, except as otherwise provided in Section 2- 1076(cXg) of the County Code. 1.27 PRE-AWARD INSPECTION The County may conduct a pre - award inspection of the bidder's site or hold a pre -award ,qualification hearing to detemnine if the bidder is capable ofpcdomning the requirements of this bid solicitation. 118 PROPRIETARY /CONFIDENTIALINFORMATION Bidders are hereby notified that all information submitted as part oL or in support of bid submittals will be available for public inspection after opening of bids'in compliance with Chapter 119 of the Florida Statutes; popularly know as the `Public Record law," The bidder. shall not submit any information in response to this invitation, which the bidder considers to be a trade secret, proprietary or confidential. The submission of any information to the County in connection with this invitation shall be deemed conclusively to be a waiver of any trade secret or other protection, which would otherwise be available to the bidder. In the event that the bidder submits information to the County in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the bid as protected or confidential, the County shall endeavor to redact and return that information to the bidder as quickly as possible, and if appropriate, evaluate the balance of the bid. The redaction or return of information pursuant.io this clause may render a bid non - responsive. 1.29. BEA14TH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity That performs or assists Miami -Dade County with a function or activity involving the use or disclosure of "individually identifiable health information (11111) and/or Protected- Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HTAA) of 1996 and the Miami -Dade County Privacy Standards Administrative Order. HIPAA mandates for privacy, security and electronic transfer standards, that include but are not limited to: 1. Use of information only for performing services required by the contract or as required by law; 2. Use of appropriate safeguards to prevent non - permitted disclosures; 3. Reporting to Miami -Dade County of any non - permitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the samo restrictions and conditions that apply to the Bidder /Proposer and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer, 6, Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer, V- 7. Making PHI available to Miami -Dade County for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to Miami -Dada County for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder! Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 130. CIIARTER COUNTY TRANSIT SYSTEM SALES SURTAX When proceeds from the Charter County Transit System Sales Surtax levied putsuar t to Section 29.121 of the Code of Miami -Dade County are used to pay for all or some part of the cost of this contract, no award of a Blanket Purchase Order (BPO) for Transit/Public Works as part of a multi- department contract, nor an award of a contract solely for the use of Transit(Public Works shall be effective and thereby give rise to a contractual relationship with the County for Transit/Public Works purchases unless and until both the following have occurred: 1) the County Commission awards the contract, and such award becomes final (either by expiration of 10 days after such award without veto by the Mayor, or by Commission override of a veto); and, 2) either, i) the T.rn.rnf m fm % L-- ..r- . .,., " ._J loll A uua appss v'vcu inclusion of Transit/Public Works in this contract, or, ii) in response to the C1TTs disapproval, the County Commission reaffirms Transit/Public Work's inclusion in the contract by two - thirds (2/3) vote of the Commission's membership and such reaffirmation becomes final. 131 LOBBYIST CONTINGENCY FEES A) In accordance with Section 2- 11.1(s) of the Code of Miami -Dade County. after May, 16, 2003, no person may, in whole or in part, pay, give or agree to pay or give a contingency fee to another person. No person may, in whole or in part, receive or agree to receive a contingency fee. B) A contingency fee is a fee, bonus, commission or non - monetary benefit as compensation which is dependant on or in any way contingent upon the passage, defeat, or modification of: 1) any ordinance, resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the County Manager or any County board or committee; or 3) any action, decision or recommendation of any County personnel during the time period of the entire decision - making process regarding such action, decision or recommendation which forseeably will be heard or reviewed by the County Commission or a County board or committee. 1.32 COMMISSION AUDITOR — ACCESS TO RECORDS Pursuant to Ordinance No. 03 -2, all vendors receiving an award of the contract resulting from this solicitation will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds. Revised 06/07//05 MIAMI -DADE COUNTY BID NO.:10724/16 -OTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY 2.2 The purpose of this solicitation is to establish a contract for the purchase of Office and Non - Office Furniture, including replacement parts and upholstery, in conjunction with the County's needs on an as needed when needed basis. A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and /or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305- 375 -3111 or access www.miainidade. ovg /dbd. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference. 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: FIVE (5) YEARS This contract will commence after approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award letter, which is distributed by the County's Department of Procurement Management, Purchasing Division; and contingent upon the completion and submittal of all required bid documents. This contract shall remain in effect for five (5) years; provided that the services rendered by the Bidder(s) during the contract period are satisfactory and that County funding is available as appropriated on an annual basis and upon completion of the expressed and /or implied warranty period. The percentage discount offered by the Bidder in its Bid Proposal shall be based on service for five (5) years. However, the successful bidders may increase the percentage discount offered off the manufacturer list price or decrease percentage mark -up to the County at any time. 2.5 OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEARS (Maintain Same Discount/ Mark -up) The initial contract prices resultant from this solicitation shall prevail for a five (5) year(s) period from the contract's initial effective date. Prior to, or upon completion, of that initial term, the County shall have the option to renew this contract for an additional MIAMI -DADE COUNTY BID NO.:1072- 1 /16 -OTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) five (5) year period, provided awarded bidders maintain the discount or mark -up from the most recent published price list per manufacturer product line. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. Should the vendor decline the County's right to exercise the option period, the County will consider the vendor in default which decision shall affect that vendor's eligibility for future contracts. NOTE: IF MULTIPLE VENDORS ARE INVOLVED UNDER A GIVEN CONTRACT, ANY OPTIONS TO RENEW WILL BE RESTRICTED TO THE SPECIFIC ITEMS OF WORK INITIALLY • <iT 1 TTTT T!\ • I TYT f . lV TT1 H vVA -Rill' U I V AIN Y SP CHit; VENDOR. 2.6 METHOD OF AWARD: TO THE HIGHEST PERCENTAGE DISCOUNT OR TO THE LOWEST MARK -UP BY MANUFACTURER (Exclusive of Options PURCHASE Award of this contract will be made to the responsive, responsible Bidder(s) who offers the highest percentage discount off the manufacturers' most recent published price lists per manufacturer product line or the lowest mark -up per manufacturer product line, which ever is most advantageous to the County. Award will only be made to one bidder per manufacturer product line. Accordingly, the vendor must submit its manufacturer's price lists in order to be considered eligible for award. Miami -Dade County may allow a vendor to submit price lists during the evaluation period. These most recent published price lists must be common to, and accepted by, the industry in general. Upon request, the vendor shall provide additional sets of the manufacturer's product catalogs and price lists at no additional cost to the County. The successful bidder(s) must submit a letter with the manufacturer's letterhead from each manufacturer that the successful bidder(s) will represent in this contract stating that the successful bidder is an authorized representative of the manufacturer's product line. If a bidder fails to provide the manufacturer's authorization letter they will not be allowed, under this contract, to represent the manufacturer. This "source -of- supply" letter must remain current throughout the term of this contract. The County recognizes that from time -to -time manufacturers change their dealer structure. Any manufacturer 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 as designated by said manufacturer while maintaining same discount and/ or mark -up. 2 MIAMI -DADE COUNTY BID N0.:10724/16 -QTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) The lowest price based on percentage discount or mark -up will be calculated on a manufacturer by manufacturer basis and will be determined using one of the two following ways according to the bid proposal received: 1. By taking- the price from the manufacturer's "Most Recent Published Price List" or catalog, minus the discount off the list. "List Price" ($100.00) - "Discount" 40% ($40.00) _ "Price" or 2. Where manufacturers do not have a "Price List" but have a "Net Price" book, the lowest price will be calculated as the "Net Price" plus the mark -up. "Net Price" ($100.00) + "Mark -up" 10% ($10.00) _ "Price" ($1l Greater discounts may be negotiated. The successful Bidder(s) may be invited to participate in spot market purchases, as required by the County on an as- needed basis. When the need is identified, the User Departments will invite at least five (5) vendors, representing manufacturers offering similar products to the items identified in the spot market quote. INSTALLATIONS Bidders participating in installation may charge the County a percentage of the total value of the identified project. The successful bidders shall provide this percentage to the County, based on an estimated project total value of $10,000.00. Projects may be smaller or larger in value; the $10,000.00 figure provided is for evaluation purposes only. 23 Intentionally Omitted 2.8 Intentionally Omitted 2.9 Intentionally Omitted 2.10 LIQUIDATED DAMAGES FOR INCOMPLETE PROJECTS OR LATE DELIVERIES Failure to complete the project or deliver in accordance with the specifications and to the satisfaction of the County within the time stated shall cause the vendor to be subject to 3 MIAMI -DADS COUNTY BID N0.:1072- 1 /16 -OTR SECTION 2 PF�IAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) charges for liquidated damages. The amount of damages will be .specified on a quote by quote basis. As compensation due the County for loss of use and for additional costs incurred by the County due to such non - completion of the work or delivery, the County shall have the right to deduct the said liquidated damages from any amount due, or that may become due to the vendor under this agreement, or to invoice the vendor for such damages if the costs incurred exceed the amount due to the vendor. 2.11 INDEMNIFICATION AND INSURANCE (1) - GENERAL SERVICE AND MAINTENANCE CONTRACT Insurance is required ONLY for Bidders who elect to perform installation Provider shall indemnify and hold harmless the County and its officers, employees, Zlb'Gt11J t111U 111511 U111G111d1111GJ 11Vlll ally 11114 all 11ilUlllly, lUJ5G5 oI daIrlageS, InClUding attorneys' .fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider .shall . pay all claims and tosses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The vendor shall furnish to the Vendor Assistance Section, Department of Procurement Management, Administration Division, 111 NW 1st Street, Suite 1300, Miami, Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker'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. Miami -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 11 MIAMI -DADS COUNTY BID NO.:1072- 1116 -OTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) $300,000 combined single limit per occurrence for bodily injury and property damage. 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 Iess than `B" as to management, and no less than "Class W 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. I 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 in advance notice to the certificate holder. NOTE: DADE COUNTY SOLICITATION NUMBER AND TITLE OF SOLICITATION MUST APPEAR ON EACH CERTIFICATE. CERTIFICATE HOLDER MUST READ :MIAMI -DADE COUNTY 111 NW 1St STREET SUITE 2340 MIAMI, FL 33128 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 County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this solicitation, the vendor 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 vendor fails to submit the required insurance documents in the manner prescribed in this solicitation within twenty (20) calendar days after Board of Commission approval, the vendor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the vendor 5 MIAMI -DADS COUNTY BID NO.:1072- 1 /16 -OTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) may be prohibited from submitting future Proposal to the County in accordance with Section 1.24 of the General Terms and Conditions. The vendor shall be responsible for assuring that the insurance certificate 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 vendor in accordance with Section 2.5 of this solicitation. If insurance certificates are scheduled to expire during the contractual period, the vendor 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 solicitation; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) Rnt P.nd.inz cliv.Q the f nnnty rnnv nt 4Q Qnlp /ttor%rPtlnn YPrrn in a4P tHie n�ntrnnt ^r nnlinu - _--- - - - ^ -I a »jam, .�.�� vv r..%Y ... »J, ».. A vv YAVVX VAAV 31, &vA A AAA Alu LV tAAA0 LVLil1 UVL AVA t(AUOI and seek re- procurement damages from the vendor in accordance with Section 1.24 of this solicitation. Department of Procurement Management Bids and Contracts Division 111 NW 1st Street, Suite 1300 Miami, Florida 331284989 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES The vendor(s) shall submit a correct invoice(s) to the County user department(s) after purchase has been completed, whether the specific item(s) were picked up by authorized County personnel or delivered to the site by the vendor. In addition to the general invoice requirements set forth below, the invoices shall reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time 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. Gel MIAMI -DADE COUNTY BID NO.:1072- 1 /16 -OTR SECTION 2 SPECIAL CONDITION FURNITURE (OFFICE AND NON - OFFICE) All correct invoices shall contain the following basic information: I. Vendor Information: • The name of the business organization as specified on the contract between Miami -Dade County and vendor • Date of invoice • Invoice number • Vendor's Federal Identification Number on file with Miami -Dade County II. County Information: • Miami -Dade County Release Purchase Order or Small Purchase Order Number • Miami -Dade County Requisition Number III. Pricing Information: • Unit price of the goods, services or property provided • Extended total price of the goods, services or property • Applicable discounts IV. Goods or Services Provided per Contract: • Description • Quantity V. Delivery Information: • Delivery terms set forth within the Miami -Dade County Release Purchase Order • Location and date of delivery of goods, services or property 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: l MIAMI -DADE COUNTY BID N0.:10724/16-OTR SECTION 2 SPECIAL CONDITION FURNITURE (OFFICE AND NON - OFFICE) 2.17 DELIVERY SHALL BE DETERMINED ON WORK ORDER(S) The vendor shall deliver and or install as established on the work order. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the vendor(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 vendor. In these cases, the vendor shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County. Should the vendor(s) to whom the contract(s) is awarded fail to deliver and or install in the number of days stated, the County reserves the right to cancel the contract on a default basis. If the contract is so terminated, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the incumbent vendor with anv re- procurement costs: If the vendor fans to hnnnr thecp. rP- nrnrnir&.ment costs, the County may terminate the contract for default. Certain County employees may be authorized in writing to pick -up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick -up, vendor shall contact the appropriate user department to confirm the authorization. 2.18 BACK ORDER DELAYS IN DELIVERY SHALL NOT BE ALLOWED The County shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the County within the time specified on the work order; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the County reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re- procurement costs. If the vendor fails to honor these re- procurement costs, the County may terminate the contract for default. 2.19 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE A. Type of Warranty Coverage Required In addition to all other warranties shall warrant its products and /or material, for a minimum period of labor, materials and/or equipment 1 remain in force for the full one (1) N that may be supplied by the bidder, the bidder service against faulty labor and /or defective one (1) year after the date of acceptance of the )y the County. This warranty requirement shall year period; regardless of whether the bidder is MIAMI -DADS COUNTY BID N0.:1072- 1 /16-OTR SECTION 2 SPECIAL-CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) 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) 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 terms and conditions of this solicitation and resultant contract, contact: Theresa (Tessie) Wilson, CPPB at (305) 375 -5073; fax: 305- 375 -4407; email: Twilson @miamidade.gov 2.21 COUNTY USER ACCESS PROGRAM (UAP) User Access Fee Pursuant to Miami -Dade County Budget Ordinance No. 03 -192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2 %). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2 %) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi - governmental or not- for - profit entity. The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and /or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. 0 MIAMI -DADE COUNTY BID N0.:10724/16 -OTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) Joint Purchase Only those entities that have been approved by the County for participation in the County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami -Dade County contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The vendor must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside .the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a reps eOeJALMI Ve V1 thli VIUU11118 e11Ll Ly �l� IVr tV j111pp111g `the goods. Miami -Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP. Vendor Compliance If a vendor fails to comply with this section, that vendor may be considered in default by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract. 2.22 ACCIDENT PREVENTION AND BARRICADES Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services under this contract shall conform to all relevant OSHA, State and County regulations during the course of such effort. Any fines levied by the above mentioned authorities for failure to comply with these requirements shall be borne solely by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. 2.23 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 10 MIAMI -DADS COUNTY BID NO.:1072- 1 /16 -OTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) 2.24 PACKING SLIPMELIVERY 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. 2.25 ADDITIONAL MANUFACTURERS / VENDORS MAY BE ADDED The County may 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 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 this solicitation. The County may obtain a list of eligible Bidders from the manufacturer to be bid or may obtain Bids directly from that manufacturer. Additional manufacturer's brands may be added to the contract only written recommendation by a County Agency's Director is received, justifying the addition of the manufacturer not already awarded. 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. 2.26 PURCHASE OF OTHER ITEMS/ SERVICES NOT LISTED WITHIN THIS SOLICITATION BASED ON PRICE QUOTES: While the County has listed all major items/ services within this solicitation which are utilized by County departments in conjunction with their operations, there may be similar items/ services that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the similar items/ services. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these similar items/ services to the primary contract vendor, another contract vendor based on the lowest price quoted, or to acquire the items/ services through a separate solicitation. 11 MIAMI -DADE COUNTY BID N00:10724 /16 -OTR SECTION 2 SPECIAL CONDITIONS FURNITURE (OFFICE AND NON - OFFICE) 2.27 MULTIPLE AWARDS BY MANUFACTURER'S PRODUCT It is the County's intent to award all Products from a manufacturer to one bidder unless that manufacturer markets specific products separately in which case 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, these should be shown separately by the bidder in the bid proposal, in order to clarify the complete proposal to the County. The determination as to whether to split the award of a manufacturer between bidders is the sole prerogative of the County and shall be based on anticipated usage of a manufacturer's products. 2.28 SECURITY PROCEDURES AT SELECTED COUNTY FACILITIES A. THE MIAMI INTERNATIONAL AIRPORT (MIA) The Vendor must follow all security procedures required of workers at MIA. This will include security checks and passes for all employees, a special driving course for those who operate a vehicle on the aircraft operating area (AOA), additional badges to work within the US Customs service area and may include bonding for a Customs T.D. For Customs ID, call 305 - 526 -2638 for information and pick -up forms package at Concourse B, lower level, Monday- Friday, Noon until 3:00 p.m. For Miami Dade Aviation Department ID, call 305- 876 -7418 for appointment and to pick -up package. Vendors are responsible for all costs incurred in obtaining security badges. Security clearance must be obtained prior to start of contract. 12 MIAMI -DADE COUNTY BID NO.: 1072- 1 /16 -OTR SECTION 3 TECHNICAL SPECIFICATIONS FURNITURE (OFFICE AND NON - OFFICE) 3.1 SCOPE To establish a contract for the procurement of various office and non - office furniture, including replacement parts and upholstery, in conjunction with the County's needs on an as needed when needed basis. The successful bidders will represent the existing manufacturers in the contract and any additional manufacturers that may be added during the life of the contract. 3.2 INSTALLATION (DEFINED) During spot market purchases, successful bidders participating in installation may charge the County a percentage of the total value of the identified project. The successful bidders shall provide this percentage to the County, based on an estimated project total value of $10,000.00. Projects may be smaller or larger in value; the $10,000.00 figure provided is for evaluation purposes only. 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, (items which consist of component parts which require extensive screws, bolts or electrical connection or attachment to floor, wall or ceiling) is subject to installation charges as stated above, such as 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. 3.2 ELECTRICAL HOOK -UP FOR SYSTEM FURNITURE The successful bidder 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 the "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 installation cost. 3.3 WAREHOUSING Should conditions dictate that the delivery or installation of the furniture be delayed, through no fault of the bidder; the successful bidder shall be required to warehouse 13 MIAMI -DADS COUNTY BID NO.: 10724/16 -OTR SECTION 3 TECHNICAL SPECIFICATIONS FURNITURE (OFFICE AND NON - OFFICE) subject furniture for a period not to exceed thirty (30) calendar days at no additional cost to the County. Should the warehousing exceed thirty (30) calendar days, the successful bidder may after negotiations with the County, invoice the cost of the goods and additional warehousing period to the County. 14 Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1St Street 17th Floor, Suite 202 Miami, Florida 33128 4983 OPENING: 2:00 P.M. WEDNESDAY March 22, 2006 INVITATION TO BID SECTION 4 BID SUBMITTAL FORM PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN MIAMI -DADE COUNTY, FLORIDA NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: DPM Date Issued: This Bid Submittal Consists of Pages TW Purchasing Division 3/1/06 15 through 19 + Affidavits Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of DPM, Bids and Contracts Division, Vendor Assistance section at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. FURNITURE (OFFICE AND NON - OFFICE) FURNISH, DELIVER AND /OR INSTALL TO VARIOUS MIAMI -DADE COUNTY DEPARTMENTS FOR A PERIOD OF FIVE (5) YEARS WITH COUNTY OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEARS A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County ACCEPTED WRITE IN THIS SPACE HIGHER THAN LOW _ FIRM NAME: NON-RESPONSIVE DATE B.C.C. ITEM NOS. ACCEPTED UNRESPONSIBLE NO BID COMMODITY CODE: 420-03,425-00 -Various Procurement Contracting Agent: Theresa Wilson, CPPB RETURN THREE COPIES OF BID SUBMPTTAL PAGES ONLY FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 190F SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 19 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID NON - RESPONSIVE 15 Revised 01/05 MIAMI -DADS COUNTY BID NO.:1072- 1 /16 -OTR BID SUBMITTAL FOR: FURNITURE (OFFICE AND NON - OFFICE) FIRM NAME: Manufacturer Discount Off Markup List Price Net Price Manufacturer: Catalog No.: Estimated Quantity Discount Off List Price Delivery Days After Receive of Order: OR Markup Net Price Manufacturer: Catalog No.: Estimated Quantity Discount Off List Price Of Delivery Days After Receive of Order: M' Markup Manufacturer: Catalog No.: Estimated Quantity Discount Off List Price VAO Delivery Days After Receive of Order: Me Markup Net Price Make copies of this proposal page as needed to include all the manufacturers you will represent IN Revised 01105 MIAMI -DADS COUNTY BID NO.:1072 =1 /16 -OTR BID SUBMITTAL FOR: FURNITURE (OFFICE AND NON -O { +ICE) FIRM NAME: Manufacturer Cost of Installation based on.Percentage of Project Value OPTION: Installation Cost (A percentage to be charged to the County based on a project total value — See paragraph 3.2) Manufacturer: Estimated Quantity $ 1000.00 Installation Cost Manufacturer: Estimated Quantity Installation Cost $ 10,000.00 % Manufacturer: Estimated Quantity $ 1000.00 Installation Cost Manufacturer: Estimated Quantity $ 10,000.00 Installation Cost Make copies of this proposal page as needed to include all the manufacturers you will represent 17 Revised 01/05 MIAMI -DADE COUNTY BID NO.: 10724/16 -OTR SECTION 4 BID SUBMITTAL FOR: FURNITURE (OFFICE AND NON - OFFICE) ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2; Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: TITLE OF OFFICER: 18 DATE: Revised 01/05 MIAMI -DADE COUNTY 'BID SUBMITTAL FORM BID NO.* 1072- 1 /16 -OTR Bid Title: FURNITURE (OFFICE AND NON - OFFICE) By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2 -11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2- 11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation. the Bidder most file the annronriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Section 2 -8.6, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ❑ Place a check mark here to affirm compliance with this disclosure requirement. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder is requested to indicate, at `A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest at 'A' and `B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi- governmental or not - for - profit entities located Wthin the geographical boundaries of Miami -Dade County? Yes No and B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi- governmental or not - for - profit entities located outside the geographical boundaries of Miami -Dade County? Yes No LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is El, or is not ❑, a local business. For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this time (by checking the appropriate box above) shall render the vendor ineligible for Loud Preference. Firm Name: Street Address: Mailing Address (if different): Telephone No. Fax No. Email Address: FEIN No. Prompt Payment Terms: % days net days *C'By signing this document the bidder agrees to all Ternis (Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract" Signature: (Signature of authorized agent) Print Name: Title: Failure to sign this page shall render Your Bid non - responsive, 19 Revised 01/05 DIVISION BID NO.: 1072- 1/16 -1 PREVIOUS BID NO.: TITLE: FURNITURE (OFFICE & NON - OFFICE) CURRENT CONTRACT PERIOD: 03/01/2012 through 02/28/2017 Total #k of OTRs: 1 MODIFICATION HISTORY Bid No. 1072 - 1/16 -1 DPM Notes Aivard Sheet APPLICABLE ORDINANCES LIVING WAGE: No UAP: Yes IG: Yes OTHER APPLICABLE ORDINANCES: CONTRACT AWARD INFORMATION: Yes Local Preference No Micro Enterprise No Full Federal Funding jvp Performance Bond No Small Business Enterprise (SBE) No PTY Funds YCs Partial Federal Funding yes Insurance Miscellaneous: REQUISITION NO.: PROCUREMENT AGENT: CLENTSCALE SHER PHONE: 305 375 -2179 FAX: 305 375.5688 EMAIL: SCLENTS(cDMIAMIDADE.GOV DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 1 of 50 Bid No. 10724116 -1 Award Sheet VENDOR NAME: WRIGHT LINE LLC DBA: FEIN: 030471268 SUFFIX: 01 01606 STREET: 160 GOLD STAR BOULEVARD CITY: WORCESTER ST: MA ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 225 -7348 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref, Micro Ent. Selection Factor Goal Other: Vendor Record Verified. * * *fi *fifi *kfifikfikkk *fifi * *kkkfi *kkkkfi kkk *fifi Nkkfififikfifikfifi * *fikfifi *fifikkfikk * *fifi *k Vendor Contacts: Name Phonel Fax Email Address MARY STEMM _Phone2 _ 813- 263 -2509 800- 225 -7348 508 - 365 -6123 MARYSTEMM(@,EATON.COM VENDOR NAME: AFFORDABLE INTERIOR SYSTEMS INC DBA: FEIN: 043117869 SUFFIX: 01 01749 STREET: 4 BONAZZOLI AVENUE CITY:I- iUDSON ST: MA ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION; CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Veriied? kk **kfik kkk * *fi **kkkkkkkkk *** kkk *kk * * *k kkkkkfi *kkfikkkkk*k *fikk *kkkkkkkk *k Vendor Contacts: Name Phonel Phone2 Fax Email Address MICHAEL DUGALLY 978 -562 -7500 978- 562.0811 MDUGALLY(ilAIS- INC.COivt DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 2 of 50 Bid No. 1072-1/16-1 Award Sheet VENDOR NAME: STAPLES CONTRACT & COMMERCIAL INC DBA: STAPLES TECHNOLOGY SOLU' FEIN: 043390816 SUFFIX: 04 33442 STREET: 1096 E NEWPORT CENTER DRIVE 4300 CITY:DEERFIELD BEACH ST: FL ZIP: 'OB_TERMS: DEST -P DELIVERY: 'AYMENT TERMS: NET30 TOLL PHONE: 800 - 828 -9949 CERTIFIED VENDOR ASSIGNED MEASURES Vendor: SIIE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: T Vendor Record Verified? R** RN**** R* R******* N*** RR* RR* R** R***** R *RRR * *R * *RN * *N * * * * * * * * *R *NRR *R Contacts: Name _ Phonel Phone2 Fax Email Address GREGGLOWENSTEIN 954.379 -5547 800- 828 -9949 _ 954- 379 -5498 GREGG.LOWENSTEIN(oSTA —PL ES.0 _ OM VENDOR NAME: ADDEN FURNITURE INC DBA: FEIN: 043455958 SUFFIX: 01 >TREET: 26 JACKSON STREET CITY:LOWELL 'OB_TERMS: DEST -P 'AYMENT TERMS: NET30 Vendor: Contacts: CERTIFIED VENDOR 01 ST: NY ZIP: DELIVERY: TOLL PHONE: 800- 625 -3876 ASSIGNED MEASURES Set Aside Bid Pref. Ent. Selection Factor (foal Other: kkkkkkk kkkk *kk *k*Rk *Nk *kkkkki.kN *N * *R *kk Rk Rk Nk *NR *NkRNNRkkk **k * *kR * *** Vendor Record Verified? Name I Phonel Phone2 Fax Email Address -- - - - - -- -- '4-. -.- - --..5 -._ --- - - -.._- -- - -- _.... -_..-- ANDREW LAPP 978.454 -7848 800 -625 -3876 978 - 453 -1449 ALAPPr,ADDENFURNI'I'URE.COM DEPARTMENT'OFPROCUREMENT MANAGEMENT DIVISION Page 3 of 50 Bid No. 1072 - 1116 -1 Aivard Sheet VENDOR NAME: VIATEK CONSULTING LLC DBA: VIATEK INTERNATIONAL FEIN: 043655515 SUFFIX: 01 33166 STREET: 4995 NW 79TH AVENUE STE # 110 CITY:MIAMI ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR MEASURES Local Vendor: SBE Set Aside _ASSIGNED Bid Pref _ Micro Ent. Selection Factor Goal Other: Vendor Record Verified? *** khAkhhkkhk *k*kkkh*hNkkkkkfififi * *kfihk *hkfi NpNpfi *fi* * * * *hhpk *kkk *kfikkfikh Vendor Contacts: Name Phonel Phone2 Fax Email Address IG ACI NO _ J AYALA 305 -503 -5979 305 -503 -5986 IJAYALA(WIATEKINTERNATIONAL.0 VENDOR NAME: DESIGNTEX GROUP INC DBA: FEIN: 113460711 SUFFIX: 01 10014 STREET: 200 VARICK STREET CITY: NEW YORK ST: NY ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 221 -1540 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal ----- .... - -- Other. ----- .._.__....__ - - - - -- Vendor Record Verified? Vendor Contacts: Name Phonel Phone2 Fax Email Address JANE W]LLIAMSON 212 - 886 -8100 800.221 -]540 800 - 829 -3839 CONNEC'fa,DESIGNTEX.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 4 of 50 BO No. 1072 - 1/16 -1 Award Sheer VENDOR NAME: MAHARAM FABRIC CORPORATION DBA: MAHARAM FEIN: 130998830 SUFFIX: 01 20037 STREET: 1255 23RD STREET SUITE 100 CITY: WASHINGTON ST: DC ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 645 -3943 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: - -- -- — - - Vendor ReeordVerifred? * *kkk * *k kkkkk **k * *AA * * * *AA *kk *kkkkk ** kkk * * *kkkk *kkkkkAkk * * *k * * * * * * *k* Vendor Contacts: Name Phonel Phone2 Fax Email Address I TARA MENDOZA 202 - 466.6386 800- 645 -3943 202 - 466 -1134 TMENDOZA a MAHARAM.COM � VENDOR NAME: EMPIRE OFFICE INC DBA: FEIN: 131945763 SUFFIX: 01 33025 STREET: 3201 COMMERCE PARKWAY CITY: MIRAMAR ST: FL ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 954 -798 -7866 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: - - -- - ... ........ -- SBE Set Aside - - - - - -- - -. . Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? * * * * *kk *k * *k *k *k * ** kkk******** * *k *AAkkk *Ak * *A*k * *k * *kkAkkk *kk *kkk * * *k Vendor Contacts: Name — Phonel Phone2 Fax - ........ ...._ -- Email Address JAY BINKOSKI 954. 435 -7300 954- 798 -7866 954 -435 -7212 - JBINKOWSKIPEMPIREOFFICE.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 5 of 50 Bid No. 1072- 1/16 -1 Alvard Sheel VENDOR NAME: KNOLL INC DBA: FEIN: 133873847 SUFFIX: 01 33131 STREET: 200 S.BISCAYNE BLVD STE 1700 CITY: MIAMI ST: PA ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: _ Vendor Record Verified? kkkkkkkkkrkkkkkk**** k*** kkkkkkk *kkkkkkkkkkkk*kk *kkkkkkk*k * * * ** *kkkk *k Vendor Contacts: Name Phonel Phone2 Fax _ Email Address _ _ SUE MITCHELL 305 - 571 -0913 305 -571 -0930 SUE— MITCHELL(ebKNOLL.COM VENDOR NAME: CHILDCRAFT EDUCATION CORP DBA: ABC SCHOOL SUPPLY FEIN: 135619818 SUFFIX: 02 17552 STREET: 1156 FOUR STAR DRIVE CITY: MOUNT JOY ST: PA ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 631 -5652 ENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ Set Aside u� Bid Pref. icro Ent. Selection Factor Goal Other: Vendor Record Verified? k **k *kk* *kkkkkk * ** kkkk * *kkkkk *k *kkkk *kkk * * * *k *k * *kk * *k* *kkkkkk *k *k* ** Vendor Contacts: Name Phonel Phone2 Fax Email Address STEPHEN M 4E EN 800.631 -5652 800 -631 -5652 717- 653 -7930 CECBID(DCIIILDCRAFTEDUCATION.C( DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 6 of 50 Bid No. 1072- 1/16 -1 Award Sheet VENDOR NAME: COMMUNITY PRODUCTS LLC DBA: COMMUNITY PLAYTHINGS FEIN: 141803009 SUFFIX: 02 12471 STREET: 2032 ROUTE 213 CITY:RIFTON ST: NY ZIP: FOB_'I'ERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 777 -4244 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: — Vendor Record Verified? AA* A** kk* kF* kkkk* kkkkA***** k * *hk **Ak *kA *k * *k * * * * *Akkk * *kkk AkAkk* *kAkk Vendor Contacts: Name Phonel P_hone2 Fax Email Address_ I RACHEL P SORENSEN� 800- 777 -4244 800. 777 -4244 800.336.5948 SALES(a,COMMUNITYPLATHINGS.COh � VENDORNAME: SPINNEYBECK ENTERPRISES INC DBA: SPINNEYBECK FEIN: 161159029 SUFFIX: 02 14068 STREET: 425 CROSSPOINT PARKWAY SUITE 100 CITY: GET7VILLE ST: NY ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT" PERMS: NET30 TOLL PHONE: 800 - 482 -7777 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Int. Selection Factor Goal Other: -----.._._...-. - -- -- Vendor Record Verifted? A *Akk *kk *kk * * * * * ** kAkk** Ak* hAAAA** hA** * *A * *kk *hk * *h * *k *kk *hA * * * * * * *hh Vendor Contacts: Name Phone] Phone2 Fax Email Address SUSANE FRANCES 716 -446 -2380 800 -482 -7777 716. 446 -2396 SFRANCESoSPINNEYBECK COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 7 of 50 Bid No. 1072 - 1/16 -1 Aivar•d Sheet VENDOR NAME: RESIDENTIAL KITCHEN DESIGNS INC DBA: FEIN: 200265138 SUFFIX: 01 33015 STREET: 5921 NW 176TH STREET SUIT# 2 CITY:MIAMI ST: FL ZIP: FOB–TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kkkkk* k*** kkkkk* kk* kk* kkkkkkkkk* k* kAk* * *AAkAAk *kkkkkk *kkkkkA *AA *k* * *k Vendor Contacts: Name Phonel Pltone2 Fax Email Address MARCIAL TORRES _ _ 800.407 -3460 954- 337 -6374 MARCIALRKDe(GMAIL.COM VENDOR NAME: COUNCILL COMPANY LLC DBA: COUNCILL CONTRACT FEIN: 200510078 SUFFIX: 01 27239 STREET: 1156 N MAIN STREET CITY: DENTON ST: NC ZIP: FOB–TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 336 -859 -2155 VENDOR INFORMATION: CERTIFIED_ VENDOR ASSIGNED MEASURES_ Local Vendor: SBE _ Set Aside Bid Pref. Micro Ent. Selection Factor Goal - -- _.- ...... - -- Other: - - - - -- ------ ....... _.. - -- — Vendor Record Verified? *kAkk *kk *k *Akk*k * *A AARkkk* *k *Akkk * * * *Akkk * * *AkAk **k *kAAAk kk *k * *kk * *hk Vendor Contacts: Name Phonel Phone2 --.. -- _....-- -- ---- Fax -- - -- ---- -- Email Address – — - ..._CIL.C- ---- ----- - - -- — TOMO'CONNELL 828- 495 -8235 336 - 859 -2155 ik --85 336.859 -5289 DAWNMORFII- T�COUNCIL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 8 of 50 Bid No. 1072- 1/16 -1 Aivard Sheet VENDOR NAME: FLORIDA LIBRARY DESIGNS INC DBA: FEIN: 200572575 SUFFIX: 01 3264300 STREET: 28010 NW 142ND AVENUE CITY: HIGH SPRINGS ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 877 - 234 -1657 F,NDOR INFORMATION: CERTIFIED_ VENDOR ASSIGNED MEASURES Local Vendor: _ _ _ SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? k** k * * *kk * *kkkk*k *k * * *kkkk *kk * * *k *k kkkkkkkk *kkkk *kAkkkkk *kkkkkkkk * * ** Vendor Contacts: Name Phonel Phone2 Fax — .- ... -- -- -- ---- ... - -- - --- Email Address DEBRA J BAUCOM 38G -454 -7855 877 - 234 -1657 386 - 454 -7857 - --- - ----- ---- -_ - ...._ - -- -_ -- DJBAUCOM�j.DSSYSTEMS.COM VENDOR NAME: YOUR OFFICE INC DBA: FEIN: 201359939 SUFFIX: 01 33319 STREET: 6193 ROCK ISLAND ROAD # 306 CITYJAMARAC ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 954- 326 -8219 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: Set Asi de Bid Prof FSBE� Ent. Selection Factor Goal r: Vendor Record Verified? * * *w'kk *k *kkkk * * *kk *kkk *kkk *kkk * *kk * * * ** *kkk * * *k ** *kkk* *kkk **kk** *kkk* Vendor Contacts: Name Phonel Phone2 Fax Email Address CHARLES S WILLIAMS 954. 530 -0137 954 -32G -8219 954 -567 -1439 YOUROFFICEFL @AOL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 9 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheet VENDOR NAME: TAMPCO GROUP INC DBA: FEIN: 201401029 SUFFIX: 01 33967 STREET: 17311 -E ALICO CENTER ROAD SUITE E CITY: FORT MYERS ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 239 - 633 -2608 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ _ Set Aside — Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kkkk *A * * *k *kk * * * * * *k * *Akkkkk * *kA * *k *kkk AkkkkAkk0.AkAkkAA *k* * * *kk *kk *kk Vendor Contacts: Name Phonel Phone2 Fax Email Address _ BRIAN C O'NEIL 239- 481 -8181 239. 633.2608 239.481 -1515 BRIANC e TAMPCO.COM VENDOR NAME: COMPASS OFFICE SOLUTIONS LLC DBA: FEIN: 204013098 SUFFIX: 01 33025 STREET: 3320 ENTERPRISE WAY CITY: MIRAMAR ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: VENDOR ASSIGNED MEASURES Local Vendor: _CERTIFIED SBE Set Aside Bid Pref. Micro Ent- Selection Factor Goal Other: Vendor Record Verified? A* k* kkkAkk * * *AAk *k *k * * * * *kkkA * ** * ** *kkk *** *kkk *kAk * * *k ** *A *AA *kAkk * ** Vendor Contacts: Name Phone] Phone2 Fax Email Address JOSE M D1AZ 954. 430 -4590 954- 430.4591 DIAZJ e COMPASS- OFFICE.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 10 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheet VENDOR NAME: STYLEX INC DBA: FEIN: 210632589 SUFFIX: 01 08075 STREET: TUNGSTEN RD CITY:DELANCO ST: NJ ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 257 -5742 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other - - -- �__- - -- - -- �� - - -- � Vendor Record Verified? - — Vendor Contacts: i Phonel Phone2 Fax Email Address JOHN P GOLDEN 1 856 -461 -5600 800 - 257 -5742 856- 461 -5574 JGOLDEN n STYLEXSEATING.COM VENDOR NAME: DACO LIMITED PARTNERSHIP DBA: DAUPHIN NORTH AMERICA FEIN: 223258679 SUFFIX: 01 07005 STREET: 300 MYRTLE AVE CITY:BOONTON ST: NJ ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 -631 -1186 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? Vendor Contacts: Name Phones Phone2 Fax Email Address GARY D CHIN 973 - 263.1100 800 -631 -1186 800- 220 -3844 GCHIN(DAUPHIN.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page I 1 of 50 Bid No. 1072 - 7116 -1 Alvard Sheet VENDORNAME: TEKNION LLC DBA: FEIN: 223785040 SUFFIX: 01 08054 STREET: 350 FELLOWSHIP ROAD CITY: MT LAUREL ST: NJ ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 877 -552 -5830 VENDOR INFORMATION: CERTIFIE_D_VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: -- - -__ ^ -^ Vendor Record Verified? * * * * *kkk AAk AAkk k * **A* AAA *kk *kAkAA **k *kA *Akkk *AAAR *Ak *kAkkA *Ak *h **k A *k Vendor Contacts: Name Phone2 _ _Fax Email Address _ _ JEFFREY M KRAUS _Phone] 856 -596 -7608 877 -552 -5830 856 -552 -5830 JKRAUS e TEKUS.COM VENDOR NAME: HERTZ FURNITURE SYSTEMS LLC DBA: FEIN: 223795977 SUFFIX: 01 07430 STREET: 95 MCKEE DRIVE CITY: MAHWAH ST: NJ ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 -526 -4677 VENDOR INFORMATION: CERTIFIED VENDOR MEASURES _ Local Vendor: ISBE _ _ __ _ _ASSIGNED Set Aside _ Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? AAkAkA**** k***** A* Ak * * * * *AAk *A *kkkkAA*AAAAkkAAA *A *k A *kk * * *AAAA *kAkk ** Vendor Contacts: Name Phone] Phone2 Fax Email Address MA S DAVIDSON - CONTRACTS N201 -529 -2100 800 - 5264677 888 -363 0877 BIDS @HERTZFURNI rURE.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 12 of 50 Bid No. 1072 - 1116 -1 Award Sheet VENDOR NAME: FORMS & SURFACES INC DBA: FEIN: 251476717 SUFFIX: 01 1522319 STREET: 30 PINE STREET CITY:PITTSBURGH ST: PA ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: 2 %15NET30 TOLL PHONE: 800 - 553 -7722 VENDOR INFORMATION: CERTIFIED VENDOR_ ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: ----------- --- __._._.�--- ---- -- .- --- ___ - -- Vendor Record Verified? -- *** kk* kk* kk* k****** kk***** k* kk** kkk** kk *k * *kkkk *k *££ *kkkkk *kkkkkkk * *k Vendor Contacts: Name Phone] Phone2 Fax Email Address TODKOPCO- DIRSALES 1 412 -781 -9003 800 -553 -7722 412 - 781 -7840 MARKETING(u),FORMS- SURFACES.COK � VENDOR NAME: SOURCE4 LLC DBA: FEIN: 262348043 SUFFIX: 01 33331 STREET: 4280 PINE RIDGE COURT CITY: WESTON ST: FL ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - END R INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kk* k*£*£**£*** k***£££* kk* kkk****£****£ *k * *£ *££ * * *k * * * **k£k *kk * * * *k * *£ Vendor Contacts: Name _ Phonel _ Phone2 Fax Email Address GREGORY P RAMOS 954- 882 -4758 954 -681 -4256 GREG @SOURCES4.COM DEPARTMENT OF PROCUREMENT MANAGEMENT Page 13 of 50 Bid No. 1072-1/16-1 Atvard Sheet VENDOR NAME: G2 AUTOMATED TECHNOLOGIES LLC DBA: FEIN: 264174091 SUFFIX: 01 75243 STREET: 10500 METRIC DR # 122 CITY: DALLAS ST: TX ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES W Local Vendor: SBE J Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other Vendor Record Verified? A* kMk* A* AA* NNNA** kkNk* NA* Akkk**** A* *kkkN * * *A **kkkkkAA *N * *A *kkAkk*k NN* Vendor Contacts: Name Phones Phone2 Fax _Email Address NATALIE L LAOCKHART 972- 479 -0699 r 972 -479 -0717 MORGAN -N( r}G2AUTOMATEDTECIINO VENDOR NAME: MOMENTUM TEXTILES INC DBA: MOMENTUM TEXTILES LOOM; FEIN: 330580411 SUFFIX: 01 92614 STREET: 17811 FITCH STREET CITYARVINE ST: CA ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 366 -6839 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? AN *Nkkkkkkkkk AAkk RAkAk AAAA AAAAAAAkk AN*k *k AkAkAAN **A *AAkkkAkkkANAA *A kA Vendor Contacts: Name Phonel Phone2 -0— - Fax — - -- Email Address — ._..---- - - -- -- _...___- -- CARMF:NMARTINE7. -- - -- - -- - - -- - 949 -833 -3886 800.366 -6839 949 - 833 -9233 CMART1NEZgMOMTEX.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 14 of 50 Bid No. 1072 - 1/16 -1 Rivard Sheet VENDOR NAME: FLORIDA OFFICE & DATA SYSTEMS INC DBA: FLORIDA OFFICE SYSTEMS FEIN: 331028797 SUFFIX: 01 33314 STREET: 4350 OAKES ROAD CITY: FT LAUDERDALE ST: FL ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 877 - 792 -8226 VENDOR INFORMATION: CERTIFIED VE_NDOR ASSIGNED MEASURES Local Vendor: SBE �— Set Aside Bid Pref Micro Ent. Selection Factor Goal Other: -- - - -- Vendor Record Verified? - kA *kk kkkkkk kA * *AAkk Ak AAk *A * *kkkkkkkkkkAkkkkAkkk *kkkkk *kkkk* *kkkkkkkAk Vendor Contacts: Name _ Phonel Phone2 Fax ^ Email Address RICHARD C FERRARA I 954- 252 -3333 877- 792 -8226 954- 252.0333 � VENDOR NAME: ALLSTEEL INC DBA: FEIN: 360717079 SUFFIX: 01 5276152 STREET: 2210 SECOND AVENUEE CITY: MUSCATINE ST: IA ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT" PERMS: NET30 TOLL PHONE: 888 - 255 -7833 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kAkkk kkkkk* kkkk kkkkkkkk* kkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkkk * *kkkkk kkkkk Vendor Contacts: Name Phonel Phone2 Fax Email Address ATHENA VANWAARDENBURG 954- 926 -6411 888-255-7833 954- 921 -2048 VAN WAARDENBURGAI�ALLSTEELOF DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 15 of 50 Bid No. 1072- 1/16 -1 Award Shee[ VENDOR NAME: W W GRAINGER INC DBA: GRAINGER FEIN: 361150280 SUFFIX: 01 33172 STREET: 2255 NW. 89TH PLACE CITY :MIAMI ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ Set Aside _ Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kkkkk *k *kk *k* kkkkk %k %% kkkkk* k %kkkkkkk *kkkkknkkkkk % * * *kh * %k*k *kkkkk *kk Vendor Contacts: Name Phones Phone2 Fax _ Email Address GEORGE JOSEPH 305 -594 -0587 800- 459 -2727 MIAMIGOVTEAM@GRAINGER.COM VENDOR NAME: EDWARD DON & CO DBA: FEIN: 362081964 SUFFIX: 01 33025 STREET: 1 1500 MIRAMAR PARKWAY SUITE 600 CITY: MIRAMAR ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 777 -4366 FNDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: - - — - - - - -- - —_ -- VendorRecordVerifred? kk % *kkkkkkkk% %kkkkk %kkkkkkkkkkk *kkkkkkkkk kkk *kkkkk %kkkkkkAkk *kkkkkkkk Vendor Contacts: Name Phonel Phone2 Fax Email Address ARMANDOCOSTOYA 305.773 -27]6 800- 777 -4366 305 - 251.5499 ARMANDOCOSTOYA(�+�,DON.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 16 of 50 Bid No. 1072- 1/16 -1 Award Sheet VENDOR NAME: BRETFORD MANUFACTURING INC DBA: FEIN: 362113703 SUFFIX: 02 6013112 STREET: 1 1000 SEYMOUR AVENUE CITY: FRANLIN PARK ST: IL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 -521 -9614 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: Set Aside Bid Pref. LSBE t. Selection Factor Goal Vendor Record Verified? ***** k******* k* k****** A***** Rk**** k** k * * *k * *k *k * * * * *k *k * ** * *kk* *k* *k* Vendor Contacts: Name _ Phonel Phon_e2_ Fax _ _ Email Address NATHANIEL HAWKINS 847- 678 -2545 800 -521 -9614 800 - 343•!779 NHAWKINSPBRETFORD.COM VENDOR NAME: NORIX GROUP INC DBA: FEIN: 363257149 SUFFIX: 01 60185 STREET: 1000 ATLANTIC DRIVE CITY: WEST CHICAGO ST: IL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT "PERMS: NET30 TOLL PHONE: 800 - 234 -4900 VENDOR INFORMATION; CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other- Yendor Record Yerilred7 Vendor Contacts: Name Phonel Phone2 Fax Email Address BILLKARL 630 -231 -1331 800- 234 -4900 630 - 231 -4343 SALES@190RIX.COM DEPAR'T'MENT OF PROCUREMENT MANAGEMENT DIVISION Page 17 of 50 Btd No. 1072- 1/16 -1 Aivard Sheer VENDOR NAME: LANDSCAPE FORMS INC DBA: FEIN: 381897577 SUFFIX: 01 49048 STREET: 431 LAWNDALE AVE CITY:KALAMAZ00 ST: MI ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 441 -1945 VENDOR INFORMATION: CERTIFIED VENDOR MEASURES_ Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kkk* A*** *k * *AkAkkAAAkkAA * *AAk *AkkkAA * *k AAAkk AAkkkkkkk *kkAAk *kk *kAAkkk Vendor Contacts: Name Phonel Phone2 Fax — _Email Address SUZ1E DEUEL 261 -381 -0396 800 -441 -1945 269- 381 -8269 SUZIED ®LANDSCAPEFORMS.COM VENDOR NAME: SYSTEM 2/90 INC DBA: 2/90 SIGN SYSTEMS INC FEIN: 382242437 SUFFIX: 01 49512 STREET: 5350 CORPORATE GROVE, BLVD SE CITY: GRAND RAPIDS ST: MI ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 777 -4310 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES `- Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: - ...__..._......- ..._.. - -- _ .__._ ... - -_ -- -- - - -- - - -__ -- — Vendor Record Verified? ** AkkAkkAk** k***** kA* A* k** AkA* A* A***** *Akkk * *kAAkk *k * *kkA *AAkkA * *kk *k Vendor Contacts: Name Phonel Phone2 Fax Email Address AL13ER"f PERRY 616- 656 -4310 800 - 777 -4310 616- 656 -4300 ALMS Y0( 290SIGNS.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 18 of 50 Bid No. 1072- 1/16 -1 Award Sheet VENDOR NAME: AMERICAN SEATING CO DBA: FEIN: 382739629 SUFFIX: 01 49504 STREET: 801 BROADWAY NW CITY: GRAND RAPIDS ST: MI ZIP: FOB - TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 748 -0268 ENDOR I FORMATION: CERTIFIED VENDOR_ ASSIGNED MEASURES Local Vendor: _ SBE _ Set Aside v _ Bid Pref. Micro Ent. Selection Factor Goal ._ ---------- Other: ���- - -- Vendor Record Yerifred7 Vendor Contacts: Name Phonel Phone2 Fax Email Address KRISTEN M MAZUR 1 616.732 -6600 800 -748 -0268 616- 732 -6401 v VENDOR NAME: GRAND RAPIDS CHAIR COMPANY DBA: FEIN: 383249793 SUFFIX: 01 49503 STREET: 625 CHESTNUT SW CITY: GRAND RAPIDS ST: MI ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - ENDOR 1 FOR ATION CERTIF_IE_D_ VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? Vendor Contacts: Name Phonel Phone2 Fax Email Address — - RACHEL WRIGHT -- - - ... 616- 774.0561 - - -.- - - - -- - 616- 774 -0563 EFORMSat GRANDRAPIDSCHAIR.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 19 of 50 Bid No. 1072 - 1/16 -1 Ativard Sheet VENDOR NAME: THE BUCKSTAFF COMPANY DBA: FEIN: 390188030 SUFFIX: 01 54901 STREET: 1127 S MAIN ST CITY: OSHKOSH ST: WI ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 -755 -5890 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goat Other. Vendor Record Verified? k** k* M1kk#* k* kkkk*# M1k### kkkk*# kM1kk* M1M1#* k #kk * * *k * # *k # # # * # #kkkkkkkk # # #M1M1 Vendor Contacts: Name Phonel Phone2 Fax Email Address _ LISA -MARIE WESENBERG -REP 920- 235 -5890 800- 755 -5890 920- 235 -2018 LMW@BUCKSTAFF.COM VENDOR NAME: SCHOOL SPECIALTY INC DBA: FEIN: 390971239 SUFFIX: 01 54942 STREET: 'W6316 DESIGN DRIVE CITY: GREENVILLE ST: WI ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 305 -0173 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other. ------------ -_- -�— Vendor Record Verified? *###*#******#*## k#**** kk* P*# k*** k*** M1* *M1 # * # * * * # * * *kk #* *k * * * *kk # * * ## ** Vendor Contacts: Name Phones Phone2 Fax -_-------- -- -- Email Address SYLVIA WALTON -MAJOR 954 - 534.4676 800- 305 -0173 954- 438 -6797 SYLVIA.MAJOR @SCHOOLSPECIALTY. DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Pale 20 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheet VENDOR NAME: DEMCO INC DBA: FEIN: 391311089 SUFFIX: 01 53704 STREET: 4810 FOREST RUN RD CITY: MADISON ST: WI ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800- 462 -8709 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? k* k* k** hk* k* h*** k* knh* hk%%* A* khk% kkkkkhhk * * * * * * %kAkk * *kk ** * *k * *hkk *kk Vendor Contacts: Name Phones Phone2 Fax Email Address I LE ANN DAWSON 60 8- 241 -1201 800 - 462 -8709 _ 888329 -4728 QUOTEDEMCO.COM (aD � VENDOR NAME: KRUEGER INTERNATIONAL INC DBA: KI FEIN: 391375589 SUFFIX: 03 54302 STREET: 1330 BELLEVUE ST CITY: GREEN BAY ST: Wl ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 -454 -9796 VENDOR INFORMATION: CERTIFIED VENDOR MEASURES Local Vendor: .. - -- - -- - ..- .._..... - -- SBE - -- - ___ - Set Aside - - - — - Bid Pref. Micro Ent. Selection Factor Goal —— Other: - .... .. ........ Vendor Record Verified? Vendor Contacts: Name ---- — - -- - ----- .. -.. -- Phone] Phone2 Fax Email Address SCO "11'KUSSELL — -8,00-4-5-4-9-7-9-6 ... ---- - .._. __..- ....-... _........ --- -- -- 920 -468 -278] - -- -- -- SCO "I "P.RUSSELL(iDK1.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 21 of 50 Bid No. 1072 - 1116 -1 Aivard Sheet VENDOR NAME: E -2 WALLS INC DBA: FEIN: 412275655 SUFFIX: 01 33634 STREET: 7711 CHERI CT CITY:TAMPA ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 888 - 816 -9816 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? **AAAAA AAA* AA* AkAkAA* AAk *AA*A * * * *kA * *AAAAAAA*AApAA * *Ak AAkAkAA *Ak AAAA* Vendor Contacts: Name Phonel Fax Email Address _Phone2 _ _ _ _ KENNETH DEVARS 813- 374 -2010 888.816-9816 813- 374 -2006 KENDEVARS ryE2WALLS.COM VENDOR NAME: STONE GROUP ENTERPRISES INC DBA: FEIN: 450466686 SUFFIX: 01 33150 STREET: 1177NW 81ST STREET CITY:MIAMI ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 "POLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SHE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Wier: - ------_---- Vendor Record Verified? * *k * *A * *A * *A * *hA *k * ** ** AAA******* AAAkA **k *k * * * *A *AA **A *AA *k *AkAA * *A*A Vendor Contacts: Name Phonel Phone2 Fax Email Address KAREN AZARI - SECRETARY 305- 696 -3366 KAREN123STMI (,BELLS OUTII.NET DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 22 of 50 Bid No. 1072- 1/16 -1 Award Sheet VENDOR NAME: OFFISTATION INC DBA: FEIN: 481275111 SUFFIX: 01 33315 STREET: 1405 SW 20 STREET CITY:FT.LAUDERDALE ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - F.NDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? Vendor Contacts: Name Phonel Phone2 v f Fax Email Address GEORGE A. LEE ]R., PRESIDENT 954 -766 -9878 l 954466.9896 GEORGE et OFFISTATION.COM VENDOR NAME: N K I INC DBA: FEIN: 510279611 SUFFIX: 01 1174369 STREET: 82 MAIN STREET SUITE # 100A CITY: HUNTINGTON ST: NY ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? Vendor Contacts: Name Phonel Phone2 Fax Email Address MS VALERIE C RIBARO 631 - 271 -3800 ............. ..._.__._.._- _.__......__. 631 -271 -3377 —_ - -- ._ -- VRIBAROONKIAMERICA.COM - DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 23 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheet VENDOR NAME: KAYBEE MONTESSORI INC DBA: FEIN: 521448865 SUFFIX: 01 14613 STREET: 157 LAGRANGE AVE CITY: ROCHESTER ST: NY ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 732 -9304 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ Set Aside Bid Pref. Micro Ent. Selection Factor Other: —� Vendor Record Verified? - -Goal kA * * *AkAAAAkA * *A * *kkkkkk * * * * *A* AAA * *kkkAAk *k * * * * *AAkk AkAkkkk * *Akkk * *k Vendor Contacts: Name Phonel_ Phone2 Fax _ Email Address _ ANTHONY M SINOPOLI 585- 254 -1420 800 - 732 -9304 585- 254 -1425 SERVICE(WONTESSORICOLLECTION. VENDOR NAME: KAPLAN EARLY LEARNING COMPANY DBA: FEIN: 560935286 SUFFIX: 01 2702306 STREET: 131OLEWISVILLE- CLEMMONSRD CITY:LEWISVILLE ST: NC ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - ENDOR INFORMATION: CERTIFIED_ VENDOR ASSIGNED MEASURES Local Vendor: SBE _ Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kkk* kk**** kkkk** k*** k** kkkkk** k**** kk* *R * * *k * *kkk * * *kkkk*kk *AkkAk * * *A Vendor Contacts: Name Phonel Phone2 -- -- - .._..- - Fax - -- -- Email Address - - ..__........ — — - -- - -- —... - MRS BRENDA W ROBERTS 336 -766 -7374 800- 452 -7526 BRO13ERTS(�KAPLANCO.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 24 of 50 Bid No. 1072 - 1/16 -1 Award Sheer VENDOR NAME: PATTERSON POPE INC DBA: FEIN: 560986683 SUFFIX: 01 28206 STREET: 3001 NORTH GRAHAM STREET 4 CITY:CHARLOTTE ST: NC ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 432 -6230 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? *##*##*##*#*********#**** k#***#******* *k * *A *kA # * *A * * # *A *A * *AA * * # * * * *A Vendor Contacts: Name Phonel _ Phone2 Fax _ Email Address DAN SMITH 1 954- 921.9004 800 - 432.6230 407 - 328 -8188 SALESFL(PATTERSONPOPE.COM 1 VENDOR NAME: DAR RAN FURNITURE INDUSTRIES INC DBA: FEIN: 561171971 SUFFIX: 01 27263 STREET: 2402 SHORE ST CITY:HIGH POINT ST: NC ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 334 -7891 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other. ---- - - - - -- - Vendor Record Verified? Vendor Contacts: Name Phonel Phone2 Fax Email Address -- -- ---- -- - -- - --.-... -- CAMI BOND 336 - 681.2428 800- 334 -7891 3Y6- 434 -7602 ---- _...----- ---_._ CBOND �,DARRAN.COM DEPAR`T'MENT OF PROCUREMENT MANAGEMENT DIVISION Page 25 of'50 B&No. 1072 - 1/16 -1 Award Sheet VENDOR NAME: HANCOCK & MOORE INC DBA: CABOT WRENN FEIN: 561304022 SUFFIX: 01 28601 S'T'REET: 405 RINX DAM RD CITY: HICKORY ST: NC ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES___ Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? Vendor Contacts: Name Phonel Phon_e2 Fax Email Address THOMAS J O'CONNELL 828- 495 -4607 828 -495 -1294 JUDY@CABOTWRENN.COM VENDOR NAME: LIBRARY INTERIORS OF FLORIDA INC DBA: FEIN: 581877256 SUFFIX: 01 33434 STREET: 20685 NW 26TH COURT CITY: BOCA RATON ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal - -- Other: - - - -- — - - Vendor Record Verrfied7 *** h**** hARA***** hphA** h** p** p* Ak**** A * * * * *Ap * *pP * * * * * * * * * *p* * *hp * * ** Vendor Contacts: Name Phone] Phone2 Fax Email Address ROBERT S GRANT ET DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 26 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheet VENDOR NAME: CAMILO OFFICE FURNITURE INC DBA: FEIN: 591024001 SUFFIX: 02 33155 STREET: 4400 SW 75 AVE CITY:MIAMI ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET10 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR MEASURES Local Vendor: SBE v Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: ---- _----- -_- - -� Vendor Record Verified? A* AkA**** AkA** k* kA* k*k *A * **A *AAkAk *A * *A * * * * *A * *AAk AAAAAAA* * * **k * * *kA* Vendor Contacts: Name Phonel P6ne2 Fax Email Address__ CAMILO LOPEZ 305- 261 -5366 305- 262.4230 _ CCOMAN n,CAMILO.COM VENDOR NAME: DESIGNERS SERVICE BUREAU INC DBA: FEIN: 591282566 SUFFIX: 01 33331 STREET: 15951 SW 41 ST STE 200 CITY: FT LAUDERDALE ST: FL 'ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION; CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? k *kA *A * * * *A * * * * * * *AAAAA *k* * * * * *A AAAAAk * *AkA * * **kAAA ** *A * *A *A *AA *fr *AAk Vendor Contacts: Name Phonel Phone2 Fax Email Address STEVEN MARTIN -- --- - - -------_......._- - STEVEpcDSBPL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DWIS10N Page 27 ol'50 /aid No. 1072 - 1/16 -1 Award Sheet VENDOR NAME: PRADERE MANUFACTURING CORP DBA: FEIN: 591423861 SUFFIX: 01 33014 STREET: 76-55W20 AVENUE CITY: HIALEAH ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - F.NDOR INFORMATION: VENDOR ASSIGNED MEASURES Local Vendor: —CERTIFIED SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verfied? Vendor Contacts: Name Phonel Phone2 Fax Entail Address ILEANA PRADERE 305- 823 -0190 305- 823 -0192 ILEANA@PRADEREMFG.COM VENDOR NAME: PRADERE MANUFACTURING CORP DBA: PRADERE OFFICE PRODUCTS FEIN: 591423861 SUFFIX: 02 33014 STREET: 7655 W 20 AVENUE CITY: HIALEAH ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT "TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? *k * *kk *k * * *k* kkk *kk * *kk *N* kkk * ** *** * * **k * *k *kkk ** * ** * * * * * * *k * ** *kkk *k Vendor Contacts: Name Phonel Phone2 - -- ... — -- - -- Fax - Email Address - — -- - ---- ILEANAPRADERE _,.__.... -- 305 -823 -0190 - 305- 823 -0192 ILEANA 0WRADEREMFG.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 28 of 50 Bid No. 1072 - 1/16 -1 VENDOR NAME: HUGH ROBINSON INC DBA: FEIN: 591752369 SUFFIX: STREET: 2718 NW 31ST AVENUE FOB—TERMS: DEST -P PAYMENT TERMS: NET30 Vendor: Vendor Contacts: Name THOMAS ROBINSON III CERTIFIED VENDOR Award Street 01 33311 CITY: FORT LAUDERDALE ST: FL ZIP: DELIVERY: TOLL PHONE: 800 - 766 -8711 ASSIGNED MEASURES _--- _--- ---- — _..____.. BE Set Aside Bid Pref. icro Ent. Selection Factor Goal Vendor Record Verified ?" ******** NN** N** k******** kN* kkk* k*** N** * * ** *NN *NNN* * * * *k **k * *kNNkk * * *k Phonel Phone2 954- 44-0660 800- 766 -8711 VENDOR NAME: BERWIN INC DBA: J C WHITE OFFICE FURNITURE FEIN: 591851050 SUFFIX: 01 STREET: 3501 COMMERCE PARKWAY FOB—TERMS: DEST -P PAYMENT TERMS: NET30 Vendor: dor Contacts: :�ERTIFIED VENDOR Fax Email Address 954- 484 -0664 I IRI ryROBINSON WALLS.COM 33025 CITY:MIRAMAR ST: FL ZIP: DELIVERY: TOLL PHONE: - ASSIGNED MEASURES BE Set Aside Bid Pref. icro Ent. Selection Factor Goal ether: Vendor Record Verified? Name Phones Phone2 Fax Email Address MR STEVE KAHN 305 - 477 -5817 305.477 -5882 STFVE.KAHN,JCWHITF.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 29 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheet VENDOR NAME: SKAGSETH BRYANT INC DBA: SKAGS OFFICE PRODUCTS FEIN: 591999929 SUFFIX: 01 33166 STREET: 6535 NW 84TH AVENUE C1TY:MIAMI ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 273 -2646 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pre f. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? * Nfi* fifififikfi** fiN** fifi** kkfififi* kkfififiNfi** fi* fiN *NN *N *N * **k * * * * *fiNfik * * * *N * * * *k Vendor Contacts: Name Phonel Phone2 Fax Email Address _ TIMOTHY JMCDERMOTT 305 -591 -7524 800 - 273 -2646 305 - 591 -7616 KELL753I @BELLSOUTH.NET VENDOR NAME: PRISON REHAB INDUSTRIES & DIV ENTERP INC DBA: PRIDE ENTERPRISES FEIN: 592167018 SUFFIX: 01 33702 STREET: 9400 4TH STREET N SUITE 200 CITY: ST. PETERSBURG ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - ENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? n* k* fiN***** kknkk* k* k *kfi * *k * *kkkRNkknN *NkNk *NN * *nkkn Akkiw *kwkk kNk * * *nNk Vendor Contacts: Name Phonel Phone2 Fax Email Address --- - - - - --- ...... - - -- -...... — — - -- — -- CAROL ORLOSKI 727 -556 -3300 -- 727- 570 -3449 BIDSOPRIDE- ENTERPRISES.ORG to DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 30 of 50 Bid No. 1072-1/16-1 Award Sheet VENDORNAME: LOEWENSTEIN INC DBA: FEIN: 592504882 SUFFIX: 01 33069 STREET: 1801 N ANDREWS AVE CITY: POMPANO BEACH ST: FL ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - F,NDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Otber: Vendor Record Verified? k* kkkkkkk* kk * *kkkA * * *kk * * * * * *k * * **kk *k * * ** *kkkk *kkk *k *k *kkkk* *kkk * * *k Vendor Contacts: Name Phonel _ Phone2 Fax Email Address NICOLE L COOK 954 - 960.1100 954- 960 -0409 VENDOR NAME: DEMARIA HOLDINGS INC DBA: MARK PRODUCTS FEIN: 592523895 SUFFIX: 01 3318667 STREET: 14218 SW 136TH STREET CITY: MIAMI ST: FL ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL P14ONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. icro Ent. Selection Factor Goal O-th -er Verified? *kk *kk ** *nkkkk* kkkk ** kkk *k * * * * * * * ** kkk * * ** *kkk ** **kk * *kk *k * *** * *k * *kk Vendor Contacts: Name Phonel Phonc2 Fax Email Address — .... - -- -- ._..._....._.... - -- - --- - - -- -----------(5-..-._.._.....-- ROBERT 6r 305-232-446l 305 - 232.4461 305- 232 -7901 RDEMARIA(�DIBMARKPRODUCTS.CO DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 31 o1' 50 laid No. 1072 - 1/16 -1 Aivard Steel VENDOR NAME: R GEORGE & ASSOCIATES INC DBA: FEIN: 592954122 SUFFIX: 01 32724 STREET: 945 ISLAND GROVE DRIVE CITY: DELAND ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 866 -235 -6960 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? kkkkk* AkA* k* kk**** k* kkk******* k* kkkkkkA **A * * * *RAAk* *A * * * * * * *AAAk* *k *k Vendor Contacts: Name Phonel Phone2 Fax Email Address _ _ AARON KEMBLE _ 561- 498 -9810 866- 235 -6960 561- 498.0720 INFOaeRGEORGE.COM VENDOR NAME: SYSTEMATIX INC DBA: FEIN: 592962689 SUFFIX: 01 32501 STREET: 612 WEST ROMANA ST CITY: PENSACOLA ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 366 -7873 ENDOR INFORMATION: VENDOR ASSIGNED MEAS_URES___ _ Local Vendor: _CERTIFIED rSBE Set Aside Bid Pref. I Micro Ent. Selection Factor Goal Other. -- __._- ._ - -.— -- Vendor Record Verified? Vendor Contacts: Name Phonel Phone2 Fax .... --- ------- - --- - -- Email Address ------.._._...-- ----- - -- AM JAMES S HOGAN -_---- -- - - - -- -- 850 - 983 -2213 800- 3G6.7873 850- 983 -1975 INFO�SYSTEMA'I'1X.ORG DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 32 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheer VENDOR NAME: ERNIE MORRIS ENTERPRISES INC DBA: FEIN: 593044992 SUFFIX: 01 33513 STREET: 232 N MAIN STREET CITY: BUSHNELL ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 457 -2745 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SHE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? ***** k*** A*** A* A* kAAA* k**** k* A**** * * *A *k * *A *AA * * * * * * * * *k * *kkAA *A* *AAA Vendor Contacts: Name Phonel Phone2 Fax Email Address ADIN A BURCHFIELD 352- 793.2745 800. 457 -2745 _ ABURCHFIELD a,ERN1EMORRIS.COM VENDOR NAME: E & K MARKETING GROUP INC DBA: FEIN: 593073095 SUFFIX: 01 32904 STREET: 2263 WEST NEW HAVEN # 336 CITY: WEST MELBOURNE ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL, PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGN_E_D_ MEASURES Local Vendor: SBE _ _ Set Aside _ Bid Pref. Micro Ent. Selection Factor Goal - - -- - Other: - -- - .._._- - - -- -- Vendor• Rernrd Verified? Ak * *A * ** *k * * *Ak **kA * * *k kAkAA Ah * * *kAkk *A *k *k AAAAAk * *AA * *kA *kkkkAk AkAk* Vendor Contacts: Name Phonel Phone2 Fax Email Address - -- ...- — — - — --- — -- - -- - -- SHARON OLSON 32]- 984 -8729 -- 321- 281 -6030 - - - - - -- R032901e(MINDSPRING.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 33 of 50 Sid No. 1072 - 1/16 -1 Award Sheet VENDOR NAME: SSE & ASSOCIATES INC DBA: FLORIDA MODERNFOLD FEIN: 593265072 SUFFIX: 02 32168 STREET: 569 CANAL MODERNFOLD CITY: NEW SMYRNA BEACH ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED_ MEASURES Deal Vendor: SBE _ A Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? Vendor Contacts: Name Phonel Phone2 Fax Email Address RALPH R OLESKY 386- 428.8875 386- 428 -8767 ROLESKY r SSETEAM.COM VENDOR NAME: WORKSCAPES SOUTH LLC DBA: FEIN: 593688363 SUFFIX: 01 33301 STREET: 632 SOUTH FEDERAL HIGHWAY CITY: FORT LAUDERDALE ST: FI, ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Deal Vendor: SHE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verf led? Vendor Contacts: Name Phonel Phone2 Fax Email Address - - -- -- ANN M WALLACE - -... 954 -467 -2686 - - - -- -... -- ..._... 954- 467 -8349 -_----_--__...........------ORKSCA- AWALLACE@WORKSCAPES.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 34 of 50 Bid No. 1072 - 1/16 -1 Aword Sheer VENDOR NAME: OFFICE DIMENSIONS INC DBA: FEIN: 650025931 SUFFIX: 01 3313736 STREET: 3621 N.E. 1 ST COURT' CITY:MIAMI ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET10 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE ^— _ Set Aside _ Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? * kkkkk* kk * * *k *k * * * * *k *kk * * *k *k *kk *kk ** kkkkkk *k * * * * *kk *k *kkkk *kkkkkkkk Vendor Contacts: Name -- — -- Phonel Phone2 Fax Em ail Address MARK STERN I 305 -576 -7550 305- 576 -7511 - -- -... - -- — ._._.... -.__ - - -- MSTERNoeODIMIAMI.COM VENDOR NAME: CORPORATE DESIGN CHOICE INC DBA: FEIN: 650029534 SUFFIX: 01 33172 STREET: 11001 NW 33RD STREET CITY:DORAL ST: FL ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - F.NDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other; Vendor Record Verified? kkkkkkk kkk ** kkkkkk* kkkkk *k* * * * *kk *k *kkkk *kkkkkkkkk kk *kkk * * * *kkk *k *kkk Vendor Contacts: Name Phonel Phone2 Fax Email Address MERYL WEISSMAN 305- 716 -9990 305 -716 -9980 MERYL(tDCORPORATEDESIGNCHOICE. DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 35 of 50 Bid No. 1072- 1/16 -1 Aivard Sheet VENDOR NAME: OFFICE EXPRESS SUPPLY INC DBA: FEIN: 650085768 SUFFIX: 01 33014 STREET: 8005 W 20 AVE CITY:HIALEAH ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 -557 -1667 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref Micro Ent. Selection Factor Goal Other. _ Vendor Record Verified? kkkkkkkkkkAAkkkhkkkkkkkkkkkkkAkkkkAkk *kAAkkAkkkkkAkkkk *AkkkAkk *AkAkkk Vendor Contacts: Name P_h_onel Phone2 Fax Email Address DANIEL FUENTES 305 - 557 -1667 800 -557 -1667 305- 824 -9211 BLANCAOMESSBUY.COM VENDOR NAME: ADVANCED FILING SYSTEMS INC DBA: FLORIDA OFFICE SYSTEMS FEIN: 650167601 SUFFIX: 02 33311 STREET: 1919 NW 19 STREET, SUITE 622 CITY: FT LAUDERDALE ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified? ** k*** AkA * *AA * *kk *A *k *k *A * * * * * * * * * * ** AkAkkk *k kk * *AkA* **A *k * *R *k * *k * ** Vendor Contacts: Name Phonel Phone2 Fax Email Address DAVIDSTOUTAMIRE _ 954- 792 4226 954- 792 -2569 _ SALESa,ADVANCEDFILING.COM DEPARTMENT OF PROCUREMENer MANAGEMENT DIVISION Page 36 of 50 Bid No. 1072 - 1116 -1 Award Sheer VENDOR NAME: ABP AVENTURA INC DBA: FEIN: 650789887 SUFFIX: 01 33178 STREET: 8751 NW 99TH STREET CITY:MEDLEY ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Yeri fred? * kkkkkkkkkk *kk *kkkkkkk *kk * *kk *kkkkkkkkkkkk kk kkkkkkkkkkkkkkkkkkkkkkk kk Vendor Contacts: Name Phonel Phone2 _ Fax _ _ _ Email Address SACHA JORDAN 305- 629 -9300 305 - 629 -9312 SACHMJ n,RELAXTHEBACK.NET VENDOR NAME: ABP AVENTURA INC DBA: RELAX THE BACK STORE FEIN: 650789887 SUFFIX: 02 33178 STREET: 8751 NW 99 ST CITY:MEDLEY ST: FL 'LIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside Sid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verified: k *kkk*kkkkkkkkk *kkkkkk* kkkk ** * *k * *k *kk kkkkkk kkkk kkkk *k * *kkk* *kkkkkk k* Vendor Contacts: Name Phonel Phone2 Fax Email Address SACRA JORDAN 305 -629 -9300 - 305 -629 -9312 SACHAJ@RELAXTHEBACK.NET DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 37 of 50 Bid No, 1072 - 1/16 -1 Award Sheet VENDOR NAME: OFFICE PAVILION SOUTH FLORIDA INC DBA: WORKPLACE RESOURCE FEIN: 650799515 SUFFIX: 04 33331 STREET: 3300 CORPORATE AVE CITY: WESTON ST: FL ZIP: FOB-TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE _ Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other. Vendor Record Verified? Vendor Contacts: Name Phonel Ph_one2_ Fax Email Address JAMES LYERLY 904 - 858 -9918 904 -858 -9951 JIM_LYERLYaWORKPLACERESOURC: VENDOR NAME: PARADISE AWNINGS CORPORATION DBA: FEIN: 650873978 SUFFIX: 01 33166 STREET: 7850 NW 64TH STREET CITY:MIAMI ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASUR_ES____ Local Vendor: SBE __ _ __ Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record Verifed? * kn***** n* n** *n**kk *n * *k*k * * * *n *k *n * * *nnnn *n Hn *kk *k *kn *kn * * *k * *k * * * ** Vendor Contacts: Name Phonel Phonc2 Fax Email Address - - .._...- — - - -- -- MANUELALCIBAR 305 -597 -5714 _ ---------- ----- - 305 -597 -3754 -- MANNYPPARADISEAWNINGS.COM DEPARTMENT OF PROCUREMENT MANAGEMENT 11301641631 Page 38 of 50 Bid No. 1072 - 1/16 -1 VENDOR NAME: R B INTERNATIONAL FURNITURE INC DBA: FEIN: 650911219 SUFFIX: 01 >TREET: 5646 NW 35TH COURT CITY:MIAMI 4OB TERMS: DEST -P 'AYMENT TERMS: NET30 Vendor: Contacts: CERTIFIED VENDOR Award Sheet 33142 ST: FL ZIP: DELIVERY: TOLL PHONE: 800 -526 -1655 ASSIGNED MEASURES BE Set Aside Bid Pref. ficro Ent. Selection Factor Goal Other: Vendor Record Verified? Name _ Phonel Phone2 Fax Email Address ROBERT A ROQUE 305 -634 -2243 _ 800. 526 -1655 305- 634 -8345 RAROQUE r,ROQUEBROS.COM VENDOR NAME: ACCENTS BY DESIGN INC DBA: FEIN: 650924854 SUFFIX: 01 >TREET: 7245 NE 4TH AVENUE CITY: MIAMI 'OB_TERMS: DEST -P 'AYMENT TERMS: NET30 Vendor: Contacts: CERTIFIED VENDOR 33138 ST: FL ZIP: DELIVERY: TOLL PHONE: ASSIGNED MEASURES BE Set Aside Bid Pref ficro Ent. Selection Factor Goal Other: Vendor Record Verf ed? Name Phonel Phone2 Fax Email Address LUIZ F SILVA 305- 758 -8087 - 305- 758.8088 SALES f,ACCENTSBYDESIGNUSA.Mv. DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 39 of 50 Bid No. 1072- 1 /16 -1 Award Sheet VENDOR NAME: OFFICE ELEMENTS INC DBA: FEIN: 650940785 SUFFIX: 01 33064 STREET: 2810 CENTER PORT CIRCLE CITY: POMPANO BEACH ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED ASSIGNED MEASURES Local Vendor: SBE Set Aside _ Bid Pref Micro Ent. Selection Factor Goal Other: Vendor Record Verified? •* k* k* kk*** k* k**** kk** kk****. k*** k* k* k* * * * ** * * * * * *k * * * *k *k * * * *kk * * *k ** Vendor Contacts: Name Phonel Phone2 Fax _ _ Email Address __ DOUG LACERRA 954- 782 -1855 954- 782 -1856 DOUG @OE- FURNITURE.COM VENDOR NAME: OFFICE GAP INC DBA: FEIN: 650949978 SUFFIX: 01 33317 STREET: 300 N.W. 70TH AVENUE # 301 CITY:FT.LAUDERDALE ST: FL ZIP: FOB TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 954- 822 -5510 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE _ _ Set Aside u Bid Pref. Micro Ent. Selection Factor Goal Other: -----_—_._- __— _- ----- ------------ ._- _._. -- Vendor Record Verified? kk********** k* kk** k******* k* kk* k* kkk* k *k * * * *kkk *k * *kk * * * * * * * *k *kkkkkk Vendor Contacts: Name Phonel Phone2 Fax Email Address MARIELA A. BORRELLO - PRE 954- 452 -2747 954- 822 -5510 954- 797 -7079 BORRELLOM a,MSN.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 40 of 50 Bid No. 1072 - 1/16 -1 VENDOR NAME: APRICOT OFFICE INTERIORS DBA: FEIN: 650962841 SUFFIX iTREET: 20401 NW 2ND AVE SUITE 300 IOB TERMS: DEST -P 'AYMENT TERMS: NET30 Vendor: dor Contacts: CERTIFIED VENDOR Award Sheei 01 33169 CITY: MIAMI GARDENS ST: FL ZIP: DELIVERY: TOLL PHONE: - ASSIGNED MEASURES BE Set Aside Bid Pref. licro Ent. Selection Factor Goal Other: Vendor Record Verifred? kkkk** kkk* k*** AA* AAk* kkkk*** AA*** AA*** k * * * *AA * * ** * * * * * * * * * * * *k **A * *k* Name Phonel Phone2 Fax Email Address STACEY E SILVERA 305 -517 -1288 305 -517 -3988 STACEY.SILVERA((DAPRICOTOS.COM VENDOR NAME: ALL RACK & SHELVING INC DBA: FEIN: 651064028 SUFFIX: 01 STREET: 10930 SW 129 STREET CITY:MIAMI 7013—TERMS: DEST -P 'AYMENT TERMS: NET30 CERTIFIED VENDOR Vendor: Ent. Other: Set Aside Selection Factor 33176 ST: FL ZIP: DELIVERY: TOLL PHONE: - ASSIGNED MEASURES Contacts: Bid Pref. Goal Vendor Record Verired? Name Phonel Ph0ne2 Fax Email Address RON ROSSITER 305- 793 -0358 - 305 -254 -0880 RBROSSITERRC AOL.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 41 of 50 Bid No. 1072- 1/16 -1 Award Sheet VENDOR NAME: CORPORATE EXPRESS OFFICE PRODUCTS INC DBA: CORPORATE EXPRESS A BUHR FEIN: 841248716 SUFFIX: 02 33162 STREET: 18000 STATE ROAD 9 CITY: MIAMI ST: FL ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: - VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE Set Aside laid Pref. Micro Ent. Selection Factor Goal Other: -- Vendor RecordVerifted? A* k*** AA* kAAk* k ** *k * * *k *kA *kAkq *q * *k *k *k *AkkA gAAkk *gk*k*q * * *Ak *q *q * ** Vendor Contacts: Name Phonei Phone2 _ Fax _ Email Address _ DEBRA OLAND 303- 209 -4881 305- 999 -6610 CASHAPP a,CEXP.COM VENDOR NAME: ESI ERGONOMIC SOLUTIONS LLC DBA: FEIN: 860955047 SUFFIX: 01 85215 STREET: 4030E QUENTON DR SUITE 101 CITY:MESA ST: AZ ZIP: FOB—TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 833 -3746 VENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES Local Vendor: SBE, Set Aside Bid Pref. Micro Ent. Selection Factor Goal Other: Vendor Record VMfred? ** q*** A* kgkA** kk** A** kA* k*** kkk* k** kA* A * ** * ** *A * *k * *k *k *kAA* *A * * *k * *h Vendor Contacts: Name Phonei Phone2 Fax Email Address TRACIE A NELSON 480. 517 -1871 800 - 833 -3746 480 -517 -1872 TNELSONoESIERGO.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 42 of 50 Bid No. 1072- 1 /16 -1 Award Sheet VENDOR NAME: MITY LITE INC DBA: FEIN: 870448892 SUFFIX: 01 84057 STREET: 1301 WEST 400 NORTH C1TY:OREM ST: UT ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 280 -3455 ENDOR INFORMATION: CERTIFIED VENDOR ASSIGNED MEASURES ocal Vendor: SBE Set Aside Bid Pref. icro Ent. Selection Factor Goal Other: __._ Vendor Record Verified? *AAk ** AAA* AAAA* AAAAkAA****** A*** A*** AA * *AA * * * ** * *AAAA *AAAAAkAAAA ** * ** Vendor Contacts: Name Phonel Pllone2 Fax Email Address JON D'ARC 801- 224 -0589 800 - 280 -3455 801- 224 -6191 _ JOND�MITYLITE.00M VENDOR NAME: WATSON FURNITURE GROUP INC DBA: FEIN: 910836983 SUFFIX: 01 9837094 STREET: 26246 TWELVE TREES LANE NW CITY:POULSBO ST: WA ZIP: FOB_TERMS: DEST -P DELIVERY: PAYMENT TERMS: NET30 TOLL PHONE: 800 - 426 -1202 ENDOR INFORMATi N: CERTIFIED_ VEND_ O_R_ ASSIGNED MEASURES ocal Vendor: SBE Y J Set Aside Bid Pref. icro Ent. Selection Factor Goal Other: Vendor Record Verifred? * k*** An** A* AA* kAAAkk****** A* k* k** k* k** A * *AA *AAAAkkk *AA *AAAAAAAA *AA *AA Vendor Contacts: Name _. -- --- Phonel Phone2 -- _. Fax -- -_ -- _ - -- Email Address STEPHANII:M DAVIS 360 - 394.1300 800- 426 -1202 3G0 394 -1322 _ . -- SDAVIS�WA1'SONFUKNI7UKE'.COM DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 43 of 50 Bid No. 1072 -1 1164 Aivard Sheet VENDOR NAME: L LAKESHORE EQUIPMENT COMPANY DBA: L LAKESHORE LEARNING MATE FEIN: 941525814 S SUFFIX: 01 9 90895 STREET: 2695 E DOMINGUEZ STREET C CITY: CARSON S ST: CA ZIP: FOB—TERMS: DEST - -P D DELIVERY: PAYMENT TERMS: N NET30 T TOLL PHONE: 800 - 421 -5354 VENDOR INFORMATION: CERTIFIED VENDOR A ASSIGNED MEA_S_UR_E_S__ Deal Vendor: S SBE S Set Aside �T B Bid Pref. Micro Ent. S Selection Factor G Goal Other: V Vendor Record Verified? * k**** AAA ** * * * * AAA AAA *** * *k* *k* * * ** *k *AAA k * AAA ***** * * AAA *k* * AAA *** AAA Vendor Contacts: Name P Phonel Phone2 F Fax _ _ Email Address ASHLEY B BICANEK 8 800.421 -5354 800 - 421 -5354 310.537 -7990 B BIDDEPT(c7)LAKESIIORELEARNING.CO: VENDOR NAME: S SUN NORTHWEST CORP DBA: FEIN: 943061546 S SUFFIX: 01 9 94121 -0 STREET: 326 26TH AVE C CITY: SAN FRANCISCO ST: CA ZIP: FOB TERMS: DEST -P D DELIVERY: PAYMENT TERMS: N NET30 T TOLL PHONE: VENDOR INFORMATION: CERTIFIED VENDOR A ASSIGNED MEASURES Deal Vendor: S SBE T S Set Aside B Bid Pref. Micro Ent. S Selection Factor G Goal - - - -- - - - - - --- -----------...- - -- - - -- ****** k* k* nk******************* k**** kk *kk *** * * *k * * * * * *k* * *k * * ** * * * * ** Vendor Contacts: Name P Phonel Phonc2 F Fax E Email Address — ._....__-..._..- - - - -- - -- - DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 44 of 50 Bid No. 1072-1/16-1 fhvard Sheet ITEMS AWARDED Section: Details: 1072 - 1116 -1 This is a prequalification contract which allows all qualified bidders to participate in spot market purchases. Periodic competitions yield the best current prices for furniture. AWARD INFORMATION Section BCC Award: No I DPM Award: No BCC Date: 02/20/2007 DPM Date: 01/12/2012 Contract Amount: $ 125,493,057.62 itional Items Allowed: Conditions: Agenda Item No BP O `INFORMATION, 3echon.<< DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 45 of 50 Bid No. 10724116 -1 Aivard Sheet DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 46 of 50 1 ABCW1200281 Commodi ID's Common Name 150 -49 MILLWORK: COUNTERS, CUSTOM -MADE 410 -33 FURNITURE, HEALTH CARE (CUS'T'OM MADE) 415 -55 FURNITURE, LABORATORY (CUSTOM MADE) 420 -03 ARTS AND CRAFTS FURNITURE (TABLES, ETC.) 420 -04 AUDITORIUM, STADIUM, TEAM SEATING 420 -08 CAFETERIA FURNITURE, CHAIRS AND TABLES 420 -09 CAFETERIA FURNITURE, BOOTHS 420 -12 CHAPEL FURNISHINGS: PEWS, PULPITS, ETC. 420 -14 COUNTERS, SALES AND STORE 420 -15 COURTROOM FURNITURE: CHAIRS, TABLES, 420 -16 DORMITORY FURNITURE, METAL: WARDROBES, 420 -20 DORMITORY FURNITURE, WOOD: WARDROBES, 420 -24 FOLDING CHAIRS, TABLES, AND CHAIR 420 -28 FOLDING CHAIRS AND TABLES, WOOD 420 -30 FURNITURE, GENERAL (CUSTOM MADE) 420 -40 HOUSEHOLD FURNITURE, GENERAL LINE 420 -44 INSTITUTIONAL FURNITURE, ALL TYPES 420 -48 LIBRARY SHELVING, METAL 420 -52 LIBRARY SHELVING, WOOD 420 -56 LIBRARY FURNITURE: BOOK TRUCKS, CARD 420 -59 LOUNGE FURNITURE, UPHOLSTERED 420 -60 LOUNGE FURNITURE, STEEL, INDOOR 420 -61 LOUNGE FURNITURE, STEEL, OUTDOOR 420 -62 LOUNGE FURNITURE, INDOOR: FIBERGLASS, 420 -64 LOUNGE FURNITURE, INDOOR, WOOD 420 -65 LOUNGE FURNITURE, OUTDOOR, WOOD 420 -66 MAILROOM FURNITURE: BINS, BOXES, CARTS, 420 -68 MATTRESSES AND BEDSPRINGS (NOT HOSPITAI. 420 -72 MIRRORS, GLASS (NOT AUTO, BARBER, 420 -73 MIRRORS, SAFETY AND SECURITY, NON - GLASS, 420 -74 MIRRORS, SAFETY AND SECURITY (FOR BLIND 420 -81 RECYCLED FURNITURE FOR CAFETERIA, 420 -84 SCI -IOOLROOM FURNITURE, METAL: CABINETS, 420 -86 SCHOOLROOM FURNITURE; PLASTIC, 420 -88 SCHOOLROOM FURNITURE, WOOD: CABINETS, 420 -92 SHOWCASE, TROPHY CASES AND EXHIBIT CASES 425 -07 CHAIRS, OFFICE, WOOD 425 -40 FILING CABINETS, OFFICE, METAL: CARD, 425 -54 MODULAR PANEL SYSTEMS, (WITH METAL DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 46 of 50 Bid No. 1072 - 1/16 -1 Aivard Sheet 425-55 MODULAR PANEL SYSTEMS, (WITH SYNTHETIC 425 -80 SHELVING, METAL (NOT LIBRARY OR SHOP) 425 -81 SHELVING, MOBILE, TRACK TYPE, OFFICE 425 -94 WORK STATIONS, MODULAR, SYSTEMS AT $15,750.00 AV $181260,200.00 CL $15181,000.00 CM $139500.00 CR $8481397.62 CS $10,000.00 CU $223,400.00 ET $60,000.00 FN $15,750.00 FR $1,7009000.00 ID0902* * $795121,800.00 ID11 * * ** $10,000.00 ID 13* * * * $22,500.00 IG $18,000.00 LB $7,000,000.00 ME $505000.00 MM $175,000.00 MT $100,000.00 OC $438,500.00 PA $225500.00 PD $200,000.00 PE01 * * * * $513750.00 PE02* * * * $22,500.00 PR $4045653.86 PW $287,500.00 PZ $503000.00 SB $227000.00 SE03* * * * $9,699.10 SE05 * * ** $49,795.50 SE06 * * ** $18,165.00 SN $10,000.00 SP $2)6252000.00 V7_ $259000.00 DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 47 of 50 2 MR 150 -49 410 -33 415 -55 420 -03 420 -04 420 -08 420 -09 420 -12 420 -14 420 -15 420 -16 420 -20 420 -24 420 -28 420 -30 420 -40 420 -44 420 -48 420 -52 420 -56 420 -59 420 -60 420 -61 420 -62 420 -64 420 -65 420 -66 420 -68 420 -72 420 -73 420 -74 420 -81 420 -84 420 -86 420 -88 420 -92 425 -07 425 -40 Bid No. 1072- 1 /16 -1 Award Sheet $2,992,000.00 MILLWORK: COUNTERS, CUSTOM -MADE FURNITURE, HEALTH CARE (CUSTOM MADE) FURNITURE, LABORATORY (CUSTOM MADE) ARTS AND CRAFTS FURNITURE (TABLES, ETC.) AUDITORIUM, STADIUM, TEAM SEATING CAFETERIA FURNITURE, CHAIRS AND TABLES CAFETERIA FURNITURE, BOOTHS CHAPEL FURNISHINGS: PEWS, PULPITS, ETC. COUNTERS, SALES AND STORE COURTROOM FURNITURE: CHAIRS, TABLES, DORMITORY FURNITURE, METAL: WARDROBES, DORMITORY FURNITURE, WOOD: WARDROBES, FOLDING CHAIRS, TABLES, AND CHAIR FOLDING CHAIRS AND TABLES, WOOD FURNITURE, GENERAL (CUSTOM MADE) HOUSEHOLD FURNITURE, GENERAL LINE INSTITUTIONAL FURNITURE, ALL TYPES LIBRARY SHELVING, METAL LIBRARY SHELVING, WOOD LIBRARY FURNITURE: BOOK TRUCKS, CARD LOUNGE FURNITURE, UPHOLSTERED LOUNGE FURNITURE, STEEL, INDOOR LOUNGE FURNITURE, STEEL, OUTDOOR LOUNGE FURNITURE, INDOOR: FIBERGLASS, LOUNGE FURNITURE, INDOOR, WOOD LOUNGE FURNITURE, OUTDOOR, WOOD MAILROOM FURNITURE: BINS, BOXES, CARTS, MATTRESSES AND BEDSPRINGS (NOT HOSPITAL MIRRORS, GLASS (NOT AUTO, BARBER, MIRRORS, SAFETY AND SECURITY, NON - GLASS, MIRRORS, SAFETY AND SECURITY (FOR BLIND RECYCLED FURNITURE FOR CAFETERIA, SCHOOLROOM FURNITURE, METAL: CABINETS, SCHOOLROOM FURNITURE; PLASTIC, SCHOOLROOM FURNITURE, WOOD: CABINETS, SHOWCASE, TROPHY CASES AND EXHIBIT CASES CHAIRS, OFFICE, WOOD FILING CABINETS, OFFICE, METAL: CARD, DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 48 of 50 Bid No. 1072- 1/16 -1 Award Sheet 425 -54 MODULAR PANEL SYSTEMS, (WITH METAL 425 -55 MODULAR PANEL SYSTEMS, (WITH SYNTHETIC 425 -80 SHELVING, METAL (NOT LIBRARY OR SHOP) 425 -81 SHELVING, MOBILE, TRACK TYPE, OFFICE 425 -94 WORK STATIONS, MODULAR, SYSTEMS 150 -49 MILLWORK: COUNTERS, CUSTOM -MADE 410 -33 FURNITURE, HEALTH CARE (CUSTOM MADE) 415 -55 FURNITURE, LABORATORY (CUSTOM MADE) 420 -03 ARTS AND CRAFTS FURNITURE (TABLES, ETC.) 420 -04 AUDITORIUM, STADIUM, TEAM SEATING 420 -08 CAFETERIA FURNITURE, CHAIRS AND TABLES 420 -09 CAFETERIA FURNITURE, BOOTHS 420 -12 CHAPEL FURNISHINGS: PEWS, PULPITS, ETC. 420 -14 COUNTERS, SALES AND STORE 420 -i5 COURTROOM FURNITURE: C_l-IAIRS, TABLES, 420 -16 DORMITORY FURNITURE, METAL: WARDROBES, 420 -20 DORMITORY FURNITURE, WOOD: WARDROBES, 420 -24 FOLDING CHAIRS, TABLES, AND CHAIR 420 -28 FOLDING CHAIRS AND TABLES, WOOD 420 -30 FURNITURE, GENERAL (CUSTOM MADE) 420 -40 HOUSEHOLD FURNITURE, GENERAL LINE 420 -44 INSTITUTIONAL FURNITURE, ALL TYPES 420 -48 LIBRARY SHELVING, METAL 420 -52 LIBRARY SHELVING, WOOD 420 -56 LIBRARY FURNITURE: BOOK TRUCKS, CARD 420 -59 LOUNGE FURNITURE,, UPHOLSTERED 420 -60 LOUNGE FURNITURE, STEEL, INDOOR 420 -61 LOUNGE FURNITURE, STEEL, OUTDOOR 420 -62 LOUNGE FURNITURE, INDOOR: FIBERGLASS, 420 -64 LOUNGE FURNITURE, INDOOR, WOOD 420 -65 LOUNGE FURNITURE, OUTDOOR, WOOD 420 -66 MAILROOM FURNITURE: BINS, BOXES, CARTS, 420 -68 MATTRESSES AND BEDSPRINGS (NOT HOSPITAL 420 -72 MIRRORS, GLASS (NOT AUTO, BARBER, 420 -73 MIRRORS, SAFETY AND SECURITY, NON - GLASS, 420 -74 MIRRORS, SAFETY AND SECURITY (FOR BLIND 420 -81 RECYCLED FURNITURE FOR CAFETERIA, 420 -84 SCHOOLROOM FURNITURE, METAL: CABINETS, 420 -86 SCHOOLROOM FURNITURE: PLASTIC. DEPARTMENT OF PROCUREMENT MANAGEMENT DIVISION Page 49 of 50 Bid No• 1072- 1/16 -1 Award Sheet End r ;'I Intimation Section DEPARTMENT OF PROCUREMENT MANAGEMENT IRIXTildlill Page 50 of 50 420 -88 SCHOOLROOM FURNITURE, WOOD: CABINETS, 420 -92 SHOWCASE, TROPHY CASES AND EXHIBIT CASES 425 -07 CHAIRS, OFFICE, WOOD 425 -40 FILING CABINETS, OFFICE, METAL: CARD, 425 -54 MODULAR PANEL SYSTEMS, (WITH METAL 425 -55 MODULAR PANEL SYSTEMS, (WITH SYNTHETIC 425 -80 SHELVING, METAL (NOT LIBRARY OR SHOP) 425 -81 SHELVING, MOBILE, TRACK TYPE, OFFICE 425 -94 WORK STATIONS, MODULAR, SYSTEMS End r ;'I Intimation Section DEPARTMENT OF PROCUREMENT MANAGEMENT IRIXTildlill Page 50 of 50 WOPR No. 10724 Pool Vendors that can provide System Furniture and Movable Walls for West Lot Pool Vendors that con provide BOTH JC White All Steel Corporate Design Office Dimensions Empire Office KI- Krueger International Pradere Office Products (dealers for Inscape) Compass Office Pool Vendors that cannot rovide BOTH Knoii School Specialty Southeastern Surfaces & Equipment Demco Hugh Robinson Residential Kitchen Design Pre -Bid Conference Sign4n Sheet Date: October 10, 2012 ITQ Title: Systems Furniture: Sylva Martin Bldg Relocation C:\ Users \skulick.CSMI\Documents \South MiarnATemplatesTre -Bid Meeting Sign-In Sheet.doc 1 CN BID OPENING REPORT Bids were opened on: Monday, October 22, 2012 after: 3:00pm For: IM SYSTEMS FURNITURE: SYLVA MARTIN BUILDING RELOCTION COMPANIES THAT SUBMITTED PROPOSALS: BID AMOUNTS: 1. HUGH ROBINSON, INC. Q, 2. COMPASS o (o y„r, 5' 3. KI 4. WORKSCAPES a / 5. JCWHITE ,�, % 7 THE ABOVE BIDS HAVE NOT BEEN CHECKED, THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk: Name Witness:_ \Z�r — ( Z cj. - c,_. Print Name Witness•_ t �4;,n n J1'✓!'(2 Print Name Q o ° L N � Q C a a m a a CL Q N Q N x U O N 0 x Z O Y V C bb a L L x LL 0 O c a rn a W N x L U E 73 U U C 7 a 0a o > r Z •a N ti U Q OZ c 0 a Q � Z a b0 c Q �c \ c Z a CL E 0 0 a 0 O v a Q 0 \ v° z N > N Q 10 \ C U bD c Q �3 Z m O CD J � F 00 O ~ CD 'O P m x I x I x x I x I x I x x I x I x I x x I x I X I x x I x I x I x N °o, h o r0 LO ro, a CL o rn M M N N N V> V? V? V). V} 0 � O � Ohl La � L a O O M LO Ln am-1 N lOD a-1 O d' N C u AA- V} d ri ui O u .n T 0°0, n cqq cqq c 0 ON CJ K N N % o 000 C � V w 00 3 O N Vii v> v1Oi vtDr U 0 0 rq r1 rq 00 ct �t 00 00 -0 m r4 O M m c�-I 000 O N Y N c c r�-I L vhs vmi Vt vF V} U oq tD rn w � O O a H o 0 v Ln Ull a N Ln d Ol Ol r-i VI N VT V} V} -+ 00 m m o N to N ul m N N M N qt 0 O-I lh O eM-i ah-i V). � loo N h N M N 0 Oho - 6 O .--I M c-I M VI V). /? to V? V! N N M N m h h O N w h O LO tD co N n tND M n Ln N to M to QA 00 O' N ti m fn h/► q^ V). Vhl 1 O. O. OLy O. _ C > E Y n H N N a 0 a X z ° o o \ N m a CL N n O1 N E N 0 O � � L a M N C u a ° O u .n T a Y -4 a % o N C � V w 00 a O N bD O U `m Mr U -0 O M a V O p Y N c c a+ L O O Yva U O O a H _ fn v Ln f � Adolfo Karr, Sr. Account Manager 3501 Commerce Parkway, Miramar FL 33925 954.499.6677 www.jcwhite.corr7 WINNERS a Adolfo Karr, Sr. Account Manager 3501 Commerce Parkway, Miramar FL 33925 954.499.6677 www.jcwhite.corr7 WINNERS architectural interior p 3501 Commerce Parkway, Miramar FL 33025 Phone: 954.499:6677 www,jcwhite.com TABLE OF CONTENTS COMPANY PROFILE 1 CLIENT SERVICES 2 PRODUCT LINE LIST 3 REFERENCES 4 CLIENT LIST 5 COMPANY PROFILE JC White, established in 1978, is a full service architectural interior products distributorship company. Unlike its peers, JC White provides complete integrated interior solutions — raised floors, moveable walls, furniture and accessories. The result is a process and technology driven approach that offers clients responsive architectural interior procurement solutions. With a staff of over 100 employees and two state of the art showrooms in Miramar and West Palm Beach, JC White has been the number one ranking furniture dealership in South Florida. With a team of dedicated professionals in sales, design, and project management working in concert with our installation teams in the field. Serving regional, national and international accounts, JC White brings furnishing specification and procurement experience in the Corporate, Healthcare, Biotech, .Education and Government markets. A Preferred Haworth Dealer, the only one in South Florida, JC White also represents over 100 other manufacturers. Through our network of partners, JC White sources and provides high quality solutions for budgets large and small. Sustainability— Adaptability— Integration = Organic Workspaces Our approach enables flexible interiors that can change with organizational needs over time. Our client solutions are born out of our history, knowledge, and the clients design point of view. 1C White is successful because we bring better people and a better process to each and every project we undertake. CLIENT SERVICES Account Management JC White offers its clients an unmatched portfolio of talented employees, technological resources and on- the -job experience. JC White hires professionals— managers with many years of experience in the industry and an innate knowledge of the process, of timeliness and timelines, of budgets, of systems. These managers have also developed many important relationships with vendors and suppliers, which also impact the big picture. They are professionals well- versed in all phases of a given project, which in and of itself, put the project on a path to success. Space Evaluation & Planning JC White's Design Department is a vital component of the project team and where your projects usually begin. Our Certified Interior CAD– Design specialists have extensive product knowledge and are thoroughly trained on the latest AutoCAD and specification technologies that provides them with the tools they need to create furniture space plans and generate accurate furniture specifications for your workplace. Value Engineering Value Engineering can really impact the bottom line of a project, without sacrificing the quality of the product or the services offered. By strategically devising methods early in the process, clients can expect to save a great deal on the total project cost. JC White understands and routinely executes Value Engineering concepts and strategies for its clients from the outset of the project. CLIENT SERVICES Standards Programs By developing company -wide furniture standards for your organization, you can control purchases, manage assets and respond to the changing needs of your business efficiently and cost effectively. JC White utilizes its technology and expertise to assist with assessing needs, developing a program and executing that program through the use of our online tools. The online capabilities allow users to see and select only the products available through the program. Once they select which items they need, an order request is generated and sent to a designated individual in your organization for approval. Delivery & Installations JC White's scheduling, delivery, installation and service is a staff of 65, with 20 trucks and 2 service vans. An Installation Manager is at the site every day to check on installation progress and to provide feedback to the team. Our D &I department is critical to our growth, therefore all of our installers are employees of the company and they share in our efforts to constantly strive to provide our clients with unparalleled service. We provide consultation for power and data with your other subcontractors so there is a seamlessly transition into your new workspace. Support Services JC White maintains a full -time service department that is available to service products throughout their usable life. Our Service Manager works closely with each manufacturer to order parts for service work covered under the manufacturer's warranty. JC White will also set up a maintenance program to proactively service the furniture in your facility. We also provide reconfiguration services, provide loaner furniture when necessary and will warehouse excess furniture. CLIENT SERVICES Warehousing 1C White offers 75,000 square feet of space where new and used product is received, inspected and stored. Our warehouse is spotless and well organized, with separate areas for unloading and staging. About 65% of the space is in narrow -aisle racking with wire guide; the rest is open floor for our ins and outs. Strategically located in Miramar, FL, 1C White's fleet of 20 trucks and 2 service vans travel throughout South Florida on a daily basis. Asset Management JC White will customize an asset management package that is tailored to the client's management control requirements. This process is developed through an in -depth analysis of existing assets. Our team understands the complexities involved in performing large, diverse inventory projects. Although we approach each inventory as a custom project, we have developed a process that ensures each inventory is performed in the most accurate and efficient manner possible. Client Extranet JC White often creates extranet sites for large -scale clients to accomplish several things, including but not limited to: tracking progress, posting status reports, viewing the most recent drawings and revisions, posting floor plans, furniture inventories, and so forth. The extranet is designed to be password protected, accessible to only those most closely aligned to the project. This tool connects the project team to the client to the project inexplicably, creating a constant flow of information, updated materials and communication. It also allows a visual stream that is inclusive not only of the entire project, but minute details as well. PRODUCT LINE LIST MAIN FURNITURE MANUFACTURER'S- • ADJUSTABLE SHELVING * DAUPHIN LA -Z -BOY ALLERMUIR " DWYER LOGIFLEX AMCASE * EKO * LOWENSTEIN • ANDREU WORLD E2 WALLS * NEMSCIAOFF • ARCADIA * ENWORK NEOCASE • ALLSEATING ' ERGO CENTRIC: * NEVERS • AMERICAN SEATING * FIRST OFFICE * NIENKAMPER • ANDREU WORLD * FIXTURES * NOVA SOLUTIONS ARNOLD * FOXXMAN * NUCRAFT *AURORA GHENT * OFS * BERCO * GLOBAL TOTAL OFFICE * PAOLI * BERNHARDT * GLOBAL EVOLVE PETER PEPPER • BRETFORD *GROUPELACASSE * RIGHTANGLE BRIGHTCHAIR * HALCON * SAFCO BOSS * HAMILTON SORTER * SIT-OWIT SEATING • CABOT WRENN * HAWORTH * SPEC CABOT" WRENN CARE * HBF ST. TIMOTHY CHAIR *CAPE HIGHTOWER * STYLEX CAROLINA * HON COMPANY * SURFACE WORKS * CHERRYMAN * HOWE SYMMETRY * CHROMCRAFT * HUMANSCALE * THE MAYLINE GROUP * CCN INTERNATIONAL * INNOVANT * THONET CF GROUP * INDIANA * TOUHY * CRAMER INTENSA ' UNICELL • COMMUNITY * INWOOD * UNITED CHAIR CORRELL, INC * IZZY * VERSTEEL COUNCILL * JOFCO WADDELL • CREATIVE WOOD * KEILHAUER WATSON / MAGNA • DAR -RAN * KI WIE AND • DAVID EDWARD * KRUG * WORKRITE • DAVIS LEGACY VIKING * OFFERS LEED CERTIFIED/ GREENGUARD PRODUCTS HEAL.TI (CARE REFERENCES AutoNation 110 S.E. 6th Street 17th Floor Fort Lauderdale, FL 33301 Mr. Bob Oluff's- Senior Project Manager (954) 769 -2303 Project Total: $26,000,000.00 • Continue to provide furnishings for new and existing car dealerships • March 2009, awarded new Headquarters • Customer since 1995 BankUnited 7815 NW 1481h Street Miami Lakes, FL 33016 Lisette Fuste (305) 608 -3023 • Completed 700 workstations at Corporate Headquarters • Completed 17 Branches & Private Banking on Brickell Avenue- Miami Citrix Systems 851 West Cypress Creek Road Fort Lauderdale, FL 33309 Mr. Corey Schwarz- Facilities (954) 267 -2367 Project Total: $20,000,000.00 • Provide all furniture requirements including offices, workstations, conference rooms & break rooms locally, as well as across the country • Client since 1996 City Center for West Palm Beach Mr. Zach Young- GC (561) 694 -8776 Project Total: $3,500,000.00 • 500 workstations, private offices, seating, conference rooms, waiting areas, training room, and break rooms • Performance bond project • Specialty furniture-Library furniture and High Density Filing • Accelerated schedule for delivery and installation, multiple C.O. Deadlines • Project completed 3/9/09 ManTech 2400 NW 92nd Ave Miami, FL 33172 Mr. Rick Scruggs- Senior Systems Analyst (305) 716 -9858 Multiple military installations, including Ft. Bragg, N.C. & U.S. Southern Command NCCI (National Council on Compensation Insurance) 901 Peninsula Circle Boca Raton, FL 33487 Mr. Alfred Guerra- President (561) 893 -1000 Project Total: $9,800,000.00 • Have provided them with more than 1,100 workstations, 200 modular offices & many outside locations • Established with our company since 1994 REFERENCES The Administrative Office of the Courts 175 NW 1st Ave Miami Suite #1105, FL 33128 Valerie Regits- Procurement Coordinator (305) 349 -7373 • Projects include Lawson Thomas Courthouse Center with 18 floors, including courtrooms, judges chambers, and 500 workstations • Existing client for over 15 years Ultimate Software 2000 Ultimate Way Weston, FL 33326 Vivian Maza- Sr. V.P. (954) 331 -7235 • Raised floors and Haworth Architectural Interior walls using both glass & whiteboard applications • Over 170 workstations • Multiple building locations University of Miami Coral Gables, FL Mr. Jim Durante- Facilities Director (305) 284 -4214 ■ 300 + Auditorium seating for Head Coach, Randy Shannon ■ Private office for Athletic Director, Kirby Hocutt ■ All interior furniture for newly renovated Baseball Stadium (Alex Rodriquez Park at Mark Light Field) ■ Ongoing client since 2000 US Epperson 1905 N.W. Corporate Blvd. Boca Raton, FL 33431 Jan Carlsson- Purchasing Manager (561) 994 -1900 ■ 45 offices constructed of Haworth Architectural Interior walls furnished with wood case goods ■ (210) 8x8 Premise workstations ■ Board room, conference rooms, break areas, lounge areas, a multipurpose facility, as well as seating and filing ■ 4 rooms of High Density Filing Broward Health 201 E. Sample Road Deerfield Beach, FL 33064 Joe Vota (954) 786 -5157 Project Includes: Multiple Hospitals, Clinics, Administrative Facilities throughout Broward County REFERENCES CBS Interactive 1400 W. Cypress Creek Road Fort. Lauderdale, FL 33309 Jason Kint (954) 689 -3400 Project Includes: Workstations, Offices & Meeting Areas ■ New client with over 300 workstations and 30 Offices ■ Multiple Meeting Areas throughout ■ High Technology Requirements Cleveland Clinic 3100 Weston Road Weston, FL 33331 Linda Ballou (954) 689 -5025 Project Includes: Administration, Clinical & Hospital - tntJ Is all exlJ t.11lb' I.IICIII IUt 10 year ■ Projects have had to accommodate the sensitivities to patient care ■ Four floors of staff offices, patient rooms, waiting areas, dining, clinical areas ■ Modular walls Jackson Memorial Medical Center 1611 NW 12th Avenue Miami, FL 33136 Lourdes Diaz(305)585 -1302 Project Includes: 4 Hospitals, Administration, Clinical Areas, Staff Offices, Patient Care Areas, Dining & Waiting Areas ■ Existing client for over 10 years Memorial Healthcare System 2900 Corporate Way Miramar, FL 33025 Brenda Flanigan (954) 276 -5636 Project Includes: 5 Hospitals, Primary Care Facilities, Assisted Living Facilities, Rehab Facilities, Staff Offices & Administration Facilities ■ Existing client for 12 years ■ 500 workstations Promise Healthcare 1001 Yamato Road Boca Raton, FL 33431 Jeff Koslow (561) 869 -3100 Project Includes: Patient Rooms ■ New client with Local Corporate Headquarters and Patient Care Facilities A DT AMERICAN AIRLINES ARENA A. M.S. I- Automotive Mgmt. Services, Inc. ASSOCIATED INDUSTRIES AT &T LATIN AMERICA AT &T WIRELESS AUTONATION USA BANK ATLANTIC CENTER BANKUNITED BAPTIST HOSPITAL BROWARD COLLEGE BROWARD HEALTH BROWARD SHERIFF CBIZ CBS INTERACTIVE CITRIX CITY CENTER CLEVELAND CLINIC ED MORSE OPERATIONS . FPL FLORIDA ATLANTIC UNIVERSITY FLORIDA INT'L UNIVERSITY FLORIDA MARLINS FLORIDA PANTHERS JACKSON HEALTH SYSTEM JARDEN CORP. MEDICAL CONNECTIONS MEMORIAL HEALTHCARE MIAMI CHILDRENS HOSPITAL MIAMI -DADE COUNTY MIAMI DOLPHINS CLIENT LIST MIAMI DADE GSA MONROE COUNTY SHERIFF'S OFFICE NATION SAFE DRIVERS NCCI- Nat'l Council on Compensation Insurance N EXTE L PEDIATRIX PINE CREST PROMISE HEALTHCARE RAIL AMERICA REPUBLIC INDUSTRIES RINKER MATERIALS RITZ CARLTON POWER 1 SACHS & SAX SCHOOL BOARD OF DADE & BROWARD SIEMENS SENSORMATIC SOUTH FLORIDA BUSINESSJOURNAL STILES SUFFOLK CONSTRUCTION SUN - SENTINEL SYSCO TOYOTA TREASURE COAST LEXUS TYCO ULTIMATE SOFTWARE UNIVERSITY OF FLORIDA UNIVERSITYOF MIAMI UM- MILLER SCHOOL OF MEDICINE U.S. SOUTHERN COMMAND VETERANS HOSPITAL I At HON, we take pride in helping our customers create productive environments that leave a lasting impression_ But often, the test impressions are the ones never seen_ Our greatest impact is our ability to change the business world without changing the environment. By making a. commitment to responsibly design and manufacture duality products, we exceed our customers expectati -ons while being good stewards of the earth. We work diligently to build a culture that encourages excellence, involvement, ongoing education, diversity and responsibility' We continually challenge ourselves to always do more_ "HON Thinks Green" is more than a slogan, it's a promise. Lean Effivinatinig I.Naste in Ever;, Lean is doing more with less, minimizing waste in all of its forms and ensuring maximum efficiency in everything we do. Lean provides HON customers with superior value with less complexity from a supplier who understands your needs. Lean Design All HON products are designed to work the way you do. lvlaterials are carefully chosen to reduce environmental impacts. The manufacturing methods we use allow our products to be disassembled for recycling when they reach the end of their useful life. HON manufacturing systems maximize the use of raw materials, and ensure efficient use of natural resources to reduce our environmental footprint and yours. We choose materials carefully to ensure minimum indoor air emissions and maximize your ability to return materials to the resource stream once they have served their intended purpose. Rigorous conservation and efficiency programs minimize the use of natural resources and reduce greenhouse gas emissions. All of OLIF factories' manufacturing processes and transportation systems have programs in place to continuously reduce energy Consumption. This North American Haworth Product Non- Obsolescence and Warranty Policy (the "policy ") applies to products manufactured after October 1, 2012. For products manufactured before this date please refer to the policy published in the NA Price List when purchased or contact your local Authorized Haworth Dealer *. All Haworth products are warranted for 24 hour / 7 day use over the length of the Applicable Warranty Period as set forth below. Haworth, Inc. or Haworth, Ltd., (each called "Haworth ") will make a good faith effort to maintain product compatibility within our various generations of integrated product platforms to provide our customers with spaces that adapt to change. Under our non - obsolescence policy, we commit to provide our customers with products of comparable function or operational characteristics for a term equal to the Applicable Warranty Period. Haworth fabrics and finishes must be updated periodically to maintain the market appeal of our products and respond to the demands and changing preferences of our customers. As a result, we or the manufacturer may discontinue some fabrics and finishes before expiration of the Applicable Warranty Period. If a new product purchased or leased from Haworth or from an Authorized Haworth Dealer proves to be defective (as defined below) while the product is still in the possession of the initial purchaser or lessee and if they, within the Applicable Warranty Period, send notice of the defect to Haworth by electronic mall ( uscustomerservice @haworth.com), then, except as provided below, Haworth wilt, at Haworth's option, either repair or replace the product, at Haworth's expense, or refund the purchase price of the product. Except as provided below, a product shall be considered "defective" if Haworth finds that it is defective in material or workmanship and if the defect materially impairs the value of the product to the purchaser or lessee, The applicable warranty period begins on the day the product is manufactured. If a product that the purchaser or lessee references in a notice of defect was not installed by a Haworth Certified installer and /or reconfigured by a Haworth - trained installer, then the product may not be considered defective and Haworth will not be obligated to repair or replace it or to refund its price. .. �. ;,� is • :. ;, .:� . , � .� z.. . ; . :r/ LIFETIME .,„ , ,,....o -,L M11 nawvnn products are warrantee' for lifetime except products, components and materials described below: TWELVE YEARS All Haworth NA manufactured seating is warranted for 2417 multiple shift use by persons up to 325 Ibs and includes the framework, mechanisms, seating foam, seat & back mesh and seating glides & casters. All wood or wood framed products. FIVE YEARS Fabric scrims and fabrics rated (A) Heavy Duty under the Association of Contract Textiles Guidelines, leather, user - adjustable worksurface mechanisms, gel arm caps, thermofused laminates, slow close mechanisms, electronic ballasts used in task lighting, horizontal glass or thermoplastic table assemblies and Systems Accessories. THREEYEARS workware'" products, plastic ultraviolet light color fastness and fabrics rated (a) under the Association of Contract Textiles Guidelines. TEN YEARS All wall products, electrical components (excluding Power Base'" AI and ONE TO FIVE YEARS " workware'" products), electrical accessories, fixed task lighting, LED lighting, Products that are manufactured outside North America and sold into the North adjustable keyboard pads, monitor arms and products that are at any time used American market. in a classroom or educational environment (other than administrative areas) ONE YEAR except as limited or described below: Soft palm rest, mouse pad insert, and translucent edging. Each Haworth "specials" product will be warranted for the same applicable warranty period of the comparable catalogue product unless otherwise stated on the specials solutions department inquiry response. Service parts used for warranty carry the remaining balance of the assembly's original warranty period. *An Authorized Haworth Dealer is any dealer or retailer that sells and installs within their primary contracted area and /or under the DealerLink Program Agreement. " *The Applicable Warranty Period for each such product is specified in Haworth's price list for the product. A product will not be considered to be defective, and Haworth will not repair, or replace it or refund its price if the product (1) Is a consumable product, such ass. lamp; (2) is "Customer's Own Material" (i.e. material specified by the purchaser or lessee that is not a standard Haworth product offering, such as Haworth Alliance fabrics); (3) is not installed and used as recommended in Haworth's written specification, installation and user guides; (4) has been otherwise misused or suffered abusive damage or (5) is a product that is manufactured by a third -party supplier from whom Haworth purchases it for resale without incorporating it into Haworth product (in which case Haworth will assign to the purchaser or lessee any warranty that the manufacturer provides). A defect in material or workmanship does not include damage to a product, or failure of a product to operate or perform properly or to maintain appearance, caused by (a) normal wear and tear; (b) an Act of God or transportation; (c) a product alteration made without Haworth's express written authorization; (d) the natural variation of color, grain or texture found in wood and leather; (e) the natural aging found in materials such as wood, fabric and leather which results in colors shifting during use; (1) dye lot variations in fabric, leather or wall covering (g) the natural patina and "puddling" of leather during use or (e) reverse crocking of dyes from clothing onto our seating materials. EXCEPT AS STATED ABOVE, HAWORTH DOES NOT MAKE A WARRANTY AS TO ANY PRODUCT AND, IN PARTICULAR, DOES NOT MAKE A WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE. Product repair or replacement or refund of the price, at Haworth's option, in accordance with this Policy, is the purchaser's or lessee's exclusive remedy for a product defect, Haworth shall not have tort liability with respect to a product, and Haworth shall not be liable for any consequential, economic, indirect, special, punitive or incidental damages arising from a product defect. Haworth shall not be liable for repair or product placement due to improper installation or any defect in materials used for installation which are not manufactured, sold or supplied by Haworth. Released October 1, 2012 HAWORTH HC3Np The HON Company promises to repair or replace any HON brand product or component that is defective in material or workmanship for as long as you, the original purchaser, own it. This is your sole and exclusive remedy. This warranty is subject to the limitations, exclusions and other provisions below. It applies to product manufactured after October 1, 2008. Note: Pneumatic cylinders on seating are included under the HON Limited Lifetime Warranty. Clarification: The ilira°- stretch back is not considered to be fabric but a structural component of the F''" Work Chair Model FWCM and, since its inception in October 2007, is included under the HON Limited Lifetime Warranty. Limitations involving particular product lines, materials and components: The particular product lines, materials and components listed below are covered according to the following schedule from the date of sale: Twelve Years Wood seating and electrical components (lamps and ballasts are not covered). Ten Years Laminates, seating controls, all components of Accomplish" Series (including chair desks, student desks, student chairs and student desk accessories), SmartUnk'" Student Desk, Proficiency', and all components of Cafeteria Tables. Five Years Glides, casters and polymer -based components, stacking chairs, folding chairs, ETA storage cabinets, user - adjustable worksurface mechanisms, panel and seating upholstery fabrics, foam, veneer finishes and other covering materials, track file track and rollers, projection screens and projection screen accessories. Exclusions: This warranty does not apply and no other warranty applies to: • Normal wear and tear, which are to be expected over the course of ownership. • Damage caused by the carrier in- transit, which will be handled under separate terms. • Modifications or attachments to the product that are not approved by The HON Company. • Products that were not installed, used or maintained in accordance with product instructions and warnings. • Products used for rental purposes. Seating usage Normal commercial usage for seating is defined as the equivalent of a single shift, forty (40) hour workweek. To the extent that a seating product is used in a manner exceeding this, the applicable warranty period will be reduced in a pro -rata manner (except for models 7604, 7624, 7734, 7754 and 3500 Series Intensive Use chairs, which are warranted for multiple shifts). Versant'" Tandem Seating models are warranted for multiple shifts and carry a 350 -pound rating (350 pounds per seat for models with more than one seat). Versant" Bariatric models HCB50 and HR50 are warranted with a 500 -pound rating. A word about color variations, fabrics and finishes: Some natural variations occurring in wood, leather or other natural materials are inherent to their character, and cannot be avoided. Therefore they are not considered defects. The HON Company does not warrant the color- fastness or matching of colors, grains or textures of such materials. Customer's Own Materials (COM) selected by and used at the request of a user are not warranted. TO THE EXTENT ALLOWED BY LAW, THE HON COMPANY MAKES NO OTHER WARRANTY, EITHER EXPRESS OR IMPLIED, INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THE HON COMPANY WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL OR INCIDENTAL DAMAGES. Notice to purchasers for home or personal use: Federal law does not permit the exclusion of certain implied warranties for consumer products. Therefore, if you are purchasing this product for home or personal use, the exclusion of implied warranties noted in the above paragraph does not apply to you. Some states do not allow the exclusion or limitation of incidental or consequential damages, so the above limitation or exclusion may not apply to you. This warranty gives you specific legal rights, and you may also have other rights which vary from state to state. This warranty applies only to products sold within the United States of America and the Commonwealth of Canada. To obtain service under this warranty: Your HON Dealer is our mutual partner in supporting your warranty requests. By following the procedures outlined below, you can be assured of the best level of service. 1. Contact the Dealer from whom the product was purchased within 30 days of discovery of the defect. Be prepared to affirm you are the original purchaser of the product and to provide the serial number(s) from the product in question. 2. Your Dealer will gather all pertinent information regarding the claim, inspect the product and contact a HON Company customer service representative. (Please allow a reasonable amount of time for inspection and review.) 3. If The HON Company affirms that the product in question is eligible under the conditions of the warranty as stated above, the customer service representative or another representative of the Company will determine whether to provide replacement parts, authorize repairs or replace the product. November 2009 The HON Company 39 ADDENDUM No 1 CITY OF SOUTH MIAMI SouthMtami C PIGGYBACK REVI�E�t NVITATIO COU QUOTENT ACT# 1072 -1 /16.1 g 11 ., `'r I l.... S SYSTEMS FURNITURE: LUMP SUM PROPOSAL I SUBMITTED T0: City Clerk PROJECT: Syiva Martin Bldg Relocation NAME: Maria Menendez, CIVIC ADDRESS: 6130 Sunset Drive ADDRESS: 6130 Sunset Drive CITY /STATE: South Mlaml, FL 33143 CITY/STATE: Miami, Florida 33143 DATE: October B. 2012 PHONE: 305- 663.6339 E -MAIL: skuilck@southmiamlfi.gov REVISED MANDATORY PRE•QUOTE 11#e0900y� t�otabei a4 X012 ` x mg DUE DATE Mo tdpYr gct¢bt3h z�r ?Q22 at �.RM MEETING: 30AMJd tYChagra 1 QUOTE SUBMISSION REQUIREMENTS: All bidders must attend Mandatory Pre -quote Meeting (If Applicable) to submit a quote. Quotes submitted after 3:00 PM on the due date will not be accepted unless otherwise specified In the quote document of a time change. All quotes will be submitted to the City Clerks Office in a seated envelope. The label on the envelope needs to read as follows: City of South Miami Marla M. Menendez, CIVIC 6130 Sunset Drive South Miami, Fl. 33143 Project Name: Syiva Martin Bldg Relocation Must input project name. If label does not have all Information above your quote will not be accepted. INSURANCE REQUIREMENTS: The City's Insurance requirements are attached (Exhibit 1). As a condition of award, the awarded vendor must provide a certificate of insurance naming the city as additional insured. Affidavits and Forms to BE COMPLETED BY BIDDER: (EXHIBIT #2) SCOPE OF WORK DESCRIPTION (TO BE COMPLETED BY purpose of this ITQ is to solicit quotes from awarded vendors on Miami -Dade County Contract #30724116 that can aide systems furniture and movable walls, Please refer to the Exhibit #3 "Floorplan.' The "Fioorplan" represents the 's suggested layout for systems furniture. The facility Is undergoing a renovation and while electrical service Is present, Contractor must indicate the electrical service required for the systems furniture quoted. Contractor must submit a rplan and a detailed bill of materials with their quote representing the Contractor's layout for the facility, City prefers stock systems furniture to expedite delivery and Installation. DESCRIPTION OF WORK TO BE PERFORMED BY CONTRACTOR: Item Number Item Description Unit Qty' Amount i Workstations per Exhibit #3 Floorplan, Include Product Descriptions. IF, nuu V "Include Style and Color of the Furniture Quoted" 2 Delivery, installation and Set -up from Receipt of Order 3700.00 3 Warranty ;•Motes Stdak�Sv�tetns�urfttkare '.i�'PrefeMred ` LUMP SUM TOTAL 38112.79 Contractor snap Turnlsn all materials and equipment necessary to secure completion of the work. Contractor shall be compensated according to the quote submitted. A Pre -quote meeting shall be conducted at the site: 6130 Sunset Drive, South Miami FI 33143 on Wednesday, October, 10, 2012 at 10AM. Contractor Is responsible to secure all permits and reflected In the Lump Sum quote. Contractor may choose to submit a quote on company letterhead but must be attached with this form. Deadline to submit is Monday, October, 22, 2012 at 3 PM - Clerk's office at 6130 Sunset Drive, South Miami, FI 33143 Signature: E -mail: Firm Name: Address: Fez :1.0 �VV ill 1 -r sa! Cnn�nlcfilC4Z IF, nuu V Phone: •3 0 re {! 7 7 6- S )'7 Date: ry II 911,x, ctU }TI} eX: 305"-H77 -S'S9 i City: State: MiIZaR4 rl-. 3R1a!tS THE EXECUTION OF THIS FORM CONSTFTUTESTHE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON- RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSALTHAT INCLUOESAN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. THE CITY'S REQUEST FOR QUOTES IS FOR THE LOWEST AND MOST RESPONSIVE PRICE, THE CITY RESERVES THE RIGHTTO AWARD THE PROJECt TO THE FIRM CONSIDERED THE BEST TO SERVE THE CITY'S INTEREST. Continuation of Attachment #2 Public Entity Crimes and Conflicts I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. 1 ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. 0► [signature]• Sworn to and subscribed before me this / day of , 20 /Personally known or Produced identification Notary Public — State of -� My commission expires (Type of identification) (Printed, typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06111/92) "/ k Apw<k� Page 4 of 10 KATHLEEN A. CANESSA NOTARY PUBLIC STATE OF FLORIDA, li ^'' `^ •. Comm# DD0918209 �J�A Y;iI ?�Nraircas 11/19/2013 Page 4 of 10 NOTARY PUBLIC: STATE OF � 0 � COUNTY OF R The f oin ins ument was ac owledged fore me this / / day of /1 , 20jr by_ ^ (name of person whose signature is being notarized) who is /Personally known to me, or Personal Identification: Type of Identification Produced Did take an oath, or Did Not take an oath. KATHLEEN A. GANESM -� SEAL . _ ?r NOTARY FLORIDA ��� � STATE OF FLORIDA ��� ' ����� C:omm# DD0918209 e'�r',„,� ; f ; Expires 11/19/2013 (Name of Notary Public: Print, Stamp " "" "' or type as commissioned.) FAILURE TO COMPLETE SIGN 61 RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Page 7 of 10 ATTACHMENT #4 "ACKNOWLEDGEMENT AND CONFORMANCE WITH OSHA STANDARDS" TO THE CITY OF SOUTH MIAMI We, 1'.c w RISre , (Name of Contractor), hereby acknowledge and agree that as Contractors for the Janitorial Services RFP, as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (subcontractor's names): to comply with such act or regulation, CONTRACTOR BY: vt sfro yem T: kA 11 Name ldltvlil. Title I EA E61LURE TO COMPLETE SIGN & RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Page 8of10 ATTACHMENT # 1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded to perform work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS, 1. This sworn statement is submitted to C I f V o f~ S o U7M Yt 10 / [print name of the public entity] by _ SfeVI N r. AHN U • PRrs [print individual's name and title] for l•E•HIVHIT6 [print name of entity submitting sworn statement] whose business address is 3 S'o t C a fb M v r� c e' Pirtu Y. MtRAml41� fit. 33oa S` and (if applicable) its, Federal Employer Identification Number (FEIN) is .049 cobra (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Bqcjda Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or Page 2 of 10 ATTACHMENT #3 "ND CONFLICT OF INTEREST /NON COLLUSION AFFIDAVIT" Submitted this lf.Oay of 6 C' r , 20 / 'k , The undersigned, as Bidder /Proposer, declares that the only persons interested in this RFP are named herein; that no other person has any interest in this RFP or in the Contract to which this RFP pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Bidder /Proposer agrees if this response/submission Is accepted, to execute an appropriate CITY document for the purpose of establishing a formal contractual relationship between the Bidder /Proposer and the CITY, for the performance of all requirements to which the response/submission pertains. The Bidder /Proposer states that this response is based upon the documents identified by the following number: Bid /RFP The full -names and residences of persons and firms interested in the foregoing bid /proposal, as principals, are as follows: Mime Strocc Address City St PON L _ �' The Bidder /Proposer further certifies that this response/submission complies with section 4(c) of the Charter of the City of Miami, Florida, that, to the best of its knowledge and belief, no Commissioner, Mayor, or other officer or employee of the CITY has an interest directly or indirectly in the profits or emoluments of the Contract, job, work or service to which the response /submission pertains, Signature: Printed Name: Title: Telephone: Company Name it /4 V. pRes 365- f117 - SaI 1 Continuation of Attachment #3No Conflict of Inter /Non - Collusion Certification Page 6 of 10 without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contender. 4. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means, (a) A predecessor or successor of a person convicted of a public entity crime, or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters Into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considi%reCi an af£1i8te, 51 1 understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services led by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are. active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 19890 The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. {attach a copy of the final order.] Page 3 of 10 ATTACHMENT #2 "DRUG FREE WORKPLACE" Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program. a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees, that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. S. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. PROPOSER's Signature: , ,► V , j' R d5 . Print Name: �TCVCA) x.15AHN Date: 16 hthtz Page 5 of 10 City of South Miami of 6130 Sunset Drive, South Miami, Florida 33143 (305) 663 -6339 Fax: (305) 667 -7806 www.southmlamifigov VENDOR REGISTRATION FORM Company Name: Berwin Inc dba J. White ArchiteCt,rra i T„+ r;y� Products SZIGGT ie—r- Owner'sNarne: Sharon And Mark Feltinaoff Mailing Address: City: Contact Person: Office Phone: email, Street/P.O. Box: City: Telephone: 3501 Commerce Parkwa Miramar Steve Kahn 954499 -6677 State: F1 Portable Phone; Steve . kahn@ j cwhite . jftidentification Number (TIN): Social Security (if Indivival): State: Fax Persons, Contact .. Bank information +(fd7lectronic Fund.Transfer). Nameaf8anko See Attached Routing Number: Account Number: Must Check One of the Following Checking ❑ Savings Zip; 33025 954- 614 -6764 Zip: Out of EFT Program's I hereby authorize: 1) The City of South Miami here refer to as'The City' to deposit my invoice payment via electronic funds transfer. 2) My financial ineutution to credit this amount to my account. In the event that the exercise of this authorization for any reason results in an overpayment for invoices actually due and payable to me, 1 hereby authorize The City to either: A) debit my abova4datdiried account for an amount not to exceed said overpayment, or sl withhold a sum equal to the overpayment from my next disbursement of supplier Invoice payment, Print Title: Date: If vend ?r 41ects to opt out of the EF rogram, there will be a three dollar ($3) check issue fee. The fee, will be deducted from each check Issued to the vendor. A .. W -9 (Required) F1 Insurance Other: Related Party Transaction Verification (Required) F] Disabled Veteran Woman -Owned X:IPurchaging\Vcndor RegistrationWcndor Registration Form Rev. March 14, 2012 Central Services.docMerch (4, 2012 WIRE TRANSFER INSTRUCTIONS &CCOUNT MME J.C. WHITE OFFICE FURNITURE BANK NAME CITIBANK BANK ADDRESS 16101 MIRAMAR PARKWAY MIRAMAR, FL 33027 BANK AQCOUNT NUMBER 3200751851 ,;.. BANK PHONE NUMBER (954)8854087 �` °® CERTIFICATE OF LIABILITY INSURANCE 10/5/20112 ) DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. I'm ..nPORTANT: if the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. O. Box 1927 Pompano Beach FL 33061 INSURED Berwin Inc dba J.C. White Architectural Interior Products dba J.C. White Office Furniture Interiors l.V1Y1 ' Laura Buratt NAME: AHGNHo._Oxn: (954)943 -5050 I NC. Not: (954)942 -631a EMAIL annar GS.laura0furmaninsurance.com tional 3501 Commerce Parkway W I INSURER E: Miramar FL 33025 1110 INN= 1111. 1 LIMITS INSURER F - COVERAGES LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 50 OCCUR X CERTIFICATE GL0007799 10/13/201210/13 NUMRFR*2012 -13 GL /AV /WC /TINS Ins Cc RFVISIAN NIIMRFR• 01 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ANSR VgDRI __.... POLICY NUMBER MMIDYY Dm IDNYY M DYI 1110 INN= 1111. 1 LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 50 OCCUR X X GL0007799 10/13/201210/13 /2013 EACH OCCURRENCE $ 1,0001000 X PREMISES fEa occurrence $ 100,000 MED EXP (Anyone person) $ 51000 PERSONAL & ADV INJURY $ 1,0001000 GENERAL AGGREGATE $ 21000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- LOC PRODUCTS - COMPIOPAGO $ 21000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIREDAUTOS X NON -OWNED AUTOS X X CA00144974 0/13/201210/13/2013 E8 BINED -Sl GLE LIMIT i'000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Pe accident $ FC B X UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS -MADE 581 - 100975 -9 10/13/2012 10/1312013 EACH OCCURRENCE S 61000,000 IN AGGREGATE $ 600001000 DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFPICERIMEMBER EXCLUDED? 0 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below. NIA j{ 0 01WC11A63355 1/1/2012 1/1/2013 X WC STATU• S1 OTH- P E.L. EACH ACCIDENT $ 5000000 E.L. DISEASE - EA EMPLOYE $ 500400 E.L. DISEASE • POLICY LIMIT --•-- S 500 000 f DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) For Illustration Purposes Only ;M;4C4112[tl_ \1=111: [SIR 111 =1V rAtJrFI I ATInN At;UKU Zt) ("ZUIUIUt)) INS025 (201005).01 ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD e SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Berwin Inc dba J C White Office Furniture ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE Frank Furman, Jr/LB '4z ✓"'" At;UKU Zt) ("ZUIUIUt)) INS025 (201005).01 ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Form w=9 (Rev. December 2011) Department of the Treasury Internal Revenue Service CV a 0 N d O o c � 'C 0. U k Name (as shown on your tax Request for Taxpayer identification Number and Certification Give Form to the requester. Do not send to the IRS. Business name / disregarded entity name, indifferent from above J.C.WHITE ARCHITE T RAT. TNT'P.RTOR PRODUCTS Check appropriate box for federal tax classification: r ❑ Individual/sole proprietor ❑ C Corporation ] S Corporation ❑ Partnership ❑ Trust/estate 1. E] Limited liability company. Enter the tax classification (C =C corporation, S =S corporation, P= partnemhip) ► ❑Exempt payee Other (see instructions) ► ass (number, street, and apt. or suite no.) 3S01 COMMERCE PARKWAY MIRAMAR, F List account number(s) here � : rRT MI.Tiir,Ma Dim • Mg Taxpayer Identification Number (TIN) _ Enter your TIN in the appropriate box. The TIN provided must match the name given o0 the "Name" line social security number re avoid backup withholding. For individuals, this Is your social-security he a rt I instructions number n page However, fora ^ � _ • resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see Now to get a FM TIN on page 3. Note. if the account is in more than one name, see the chart on page 4 for guidelines. on whose Employer identification number number to enter. 1q]0 Unliffil Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued tome), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject.to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS'has notified me that i am no longer subject to backup withholding, and X 3. 1 am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out-item 2 above if ou have been notified by the IRS that you are-currently subject•to backup withholding because you have failed to report all interest and dividends your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured prop y, cancellation of debt, contributions to an individual retirement arrangement (IRA), andv generally, payments other than interest and dividend are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 4. Sign Signature of / , Here U.S. person► Date► A .4 General instructions ' Note. If a requester gives you a form other than Form W 9 to request your TIN, you must use the requester's form if it is substantially similar Section references are to the Internal Rev ode unless otherwise to this Form W -9. noted. Definition of a U.S. person. For federal tax purposes, you are Purpose of Form considered a U.S. person if you are: A person who Is required to file an information return with the IRS must • An individual who Is a U.S. citizen or U.S. resident alien, obtain your correct taxpayer identification number (TIN) to report, for • A partnership, corporation, company, or association created or ..example, Income paid to you, real estate transactions, mortgage interest organized in the United States or under the laws of the United States, you paid, acquisition or abandonment of-secured property, cancellation . An estate (other than a foreign estate), or of debt, or contributions you made to an IRA. person (Including a resident • A domestic trust (as defined In Regulations section 301:7701 -7). Use Form W -9 only If you are a a alien), to provide your correct TIN U.S. U. the person requesting (the Special rules for partnerships. Partnerships that conduct a trade or requester) and, when applicable, to: business in tlie United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. 1. Certify that the TIN you are giving Is correct (or you are waiting for a Further, in certain cases where a Form W -9 has not been received, a number to be Issued), partnership is required to presume that a partner is a foreign person, 1. 2. Certify that you are not subject to backup withholding, or and pay the withholding tax. Therefore, if you are a U.S. person that is a 3. Claim exemption from backup withholding if you are a U.S. exempt partner in a partnership conducting a trade or business in the United payee. If applicable, you are also certifying that as a. U.S. person, your States, provide Form W -9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S. trade or business status and.avoid withholding on your share of partnership income. is not subject to the withholding tax on foreign partners' share of effectively connected income. Cat. No. 10231X Form W-9 (Rev. 12 -2011) EXHIBIT 2 AFFIDAVITS AND FORMS SUBMISSION REQUIREMENTS 1. Respondent's Sworn Statement Under Section 287.133(3)(A), Florida Statutes, on Attachment #1 "Public Entity Crimes and Conflicts of Interest Affidavit," shall be completed and provided with the proposal submittal. 2. Neither the individuals) /firm, nor any of his /her /its employees shall be permitted to represent any client before the Commission or any Committee, department or agency of the City, and shall agree not to undertake any other private representation which might create a conflict of interest with the City. The individual(s)Ifirm may not represent any Commission member, individually, or, any member of their family or any business in which the Commission member of their family has an interest. 3. All proposals received will be considered public records. The City will consider all quotations using such criteria as the Commission or City Manager may adopt at either of their sole discretion. The individual(sufirm selected will be required to enter into a formal agreement with the City in a form satisfactory to the City, prior to the execution of which the City shall reserve all rights, including the right to change its selection. 4. Respondent's Attachment #2 "Drug Free Workplace" form shall be completed and provided with the proposal submittal. S. Respondent's Attachment #3 "No Conflict of InterestlNon Collusion Affidavit," shall be completed and provided with the proposal submittal. 6. Respondent's Attachment #4 "Acknowledgement and Conformance with OSHA Standards," shall be completed and provided with the proposal submittal. 7. Respondent's Attachment #5 "Vendor Registration Form" shall be completed in its entirety and provided with the proposal submittal. Page 1 of 10 RELATED PARTY TRANSACTION VERIFICATION FORM f 1 `�I/L` y 41 ���(1 _,, individually and on behalf of � C �/ ({ I % C` ( "Firm ") Name ofRepresentadve CompanyNendorlEndty have read the City of South Miami ( "City ")'s Code of Ethics, Section 8A -1 of the City's Code of Ordinances and hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: (1) neither I nor the Firm have any conflict of interest (as defined in section 8A -I) with regard to the contract or business that 1, and /or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A -I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' Immediate family (Le,, spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being tr?�nsacted with the city, or with any person or agency acting for the city, other than as foll (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (4) no elected and /or appointed official or employee of the City of Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financially interest, directly or indirectly, in the contract between you and /or your Firm and the City other than the following individuals whose interest is set forth following their names: ___ _ I (use a separate she t to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). The names of all City employees and that of all elected and /or appointed city officials or board members, who own, directly or indirectly, an interest of ive percent (5 %) or more of the total assets of capital stock in the firm are as follows: it (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. (6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party be�gqre any board, commission or agency of the City within the past two years other than as follows: 14 /1 (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii any member of any board or agency of the City other than as follows: l� 0 (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (7) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (Le,, spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties ") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in X: \Purchasing \Vendor Registration \8.16.12 RELATED PARTY TRANSACTION VERIFICATION FORM 2 (2).docx the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children, rbrothers and sisters) have also responded, other than the following: (use a separate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must be signed under oath). (8) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (9) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a diligent effort to investigate the matters to which am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge, information and belief. Signature: .iu,i�,. � • ��+"ra\,. Print Name &Title: 57dUC: A N V,�I��S. Date: 101 1 y f / s ATTACHED: Sec. 8A -I - Conflict of interest and code of ethics ordinance. X: \Purchasing \Vendor Registration \8.16.12 RELATED PARTY TRANSACTION VERIFICATION FORM 2 (2).docx voneu We aq mayu yyou onu Ieu�snPUflwluo�160L .. Z9E000j 9lHI SZME Y'+ewwiw'Aewyea eNawwm 10e �• i ) 1 j� ). 'ON SSMKIOtl �� arr ...•�.. .,. .....k. t; r •ory 'oll S 71'1 )OAd ApIAp lAl t'A(1 lc IUp,ll: z9so-aee495) r r NVldW0ld ;'In 4DE08 WlBd � �../ n ( r'� 11tt �4 ,o-.t:.al 31VJS rDwfl a3"Vs3o 1199 wr(k%) IW VIN Hi os �o Allo li =i ii; zvarol 3iro ouuo�rox.�n+n c y F m J ® ❑ a ❑ ED 0 ti i C mN a .a °W- uu wr °w u u � � VO VO oz w 4 z EE u L Y L LL 09 O N Lb) R � V b p O N T, Je u J R �e 2 0 et• $ ow DWG NAME 0000 f f3i M�m `,jBfOVY df11 SAIE9 ADDLED ogre ,enLr� ,CITY OF SOUTH MIAMI (9ti4)499�67/ DESIGNER MARCIA SCALE W, 1'Q, L.tr!AIR 1 O I , 3� .J G (581)848-4982 �l �x•,.,.,t E�( ?'� ADDRESSNO. arc.hited UYe')l Ifl ?81'IOf �)YOdI I(;(5 Lic. No. 35001 wmmerw paAivrty\m �mmaL^I1M25 F a ainae 18 F000382 Kk L,A x h { eiwasi, 1 C� • +t>a s • 5 R R °t ]S YY 3V y] y° t {TYYO]i iR S ✓{ J r Y P 9 JR RF' <e LY L � t Ty'4a4 x h c tl.1:4 ]5 p• P 3 w tY i4 j tl 4 G h V q jPi4 Yi M t 4.� Y fC3 .mil 9. K MM It i- [ #�ff:f .: t ., ::;,■ $ rr � No mm" go I IMF POWER HOSULF.- �.. � - � � ,. . . ,.,�.z . ... . IT'S ) 3501 Commerce Parkway, Miramar, FL 33025 - Phone: (954) 499.6677 Fax: (954) 499.6678 8115 F v OFFICE FURNITURE - 1st Floor Adolfo Kon adolfo.karrg cwhite rwi October 22, 2012 See attached Terms and Conditions. AREA TOTAL AMOUNT BUILDING DEPARTMENT = 6 HAWORTH "UNIGROUP" WORKSTATIONS. ALL SEATING INCLUDED $81717.55 CENTRAL SERVICES = i MANAGER DESK, 2 HAWORTH "UNIGROUP" WORKSTATIONS AND SURFACES FOR THE PRINTER EQUIPMENT AREA. ALL SEATING INCLUDED. $6,873v77 CODE DEPARTMENT = 4 HAWORTH "UNIGROUP" WORKSTATIONS. ALL SEATING INCLUDED $5,022,30 PLANNING AND ZONING DEPARTMENT = 5 HAWORTH "UNIGROUP" WORKSTATIONS. ALL SEATING INCLUDED $7,204.80 CONFERENCE ROOM = 1 CONFERENCE TABLE AND 6 WOOD CONFERENCE CHAIRS $1,277.60 RECEPTION = 2 RECEPTION DESKS, 2 GUESTS WOOD CHAIRS AND 2 TASK CHAIRS $1202.80 OFFICES = 2 HAWORTH "UNIGROUP" WORKSTATIONS AND 2 EXECUTIVE DESKS. ALL SEATING INCLUDED. $4 113.97 LABOR = TO DELIVER AND INSTALL IN REGULAR BUSINESS HOURS $3 700.00 SUB TOTAL $36112,79 TAXES TAX EXEMPT TO TA L $38,112.79 See attached Terms and Conditions. 3501 Commerce Parkway, Miramar, FL 33025 - Phone: (954) 499 -6677 Fax: (954) 499.6678 OPTIONS SUMMARY= 7 st Floor Adolfo Karr Ado fo.k__arr@.jcwh11e_com October 22, 2012 AREA QUANTITY UNIT PRICE TOTAL AMOUNT KEYBOARD AND MOUSE TRAY 1 $135.00 $135.00 DESK TOP PORT, POWER AND DATA MODULE 1 $69.25 $69.25 SINGLE MONO DOOR WITH FRAME 2 $468.00 $936.00 CODE DEPARTMENT - OPTION = 4 TABLES AND 4 PEDESTALS. ALL SEATING INCLUDED. $25508.16 SUB TOTAL $3648.41 TAXES TAX EXEMPT T O T A L $3,648.41 See attached Terms and Conditions. 10 -22 -2012 10:30:10 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Tag._3............ - - -- 1 HAF 6 JPAH -24 -S1 FP BUILDING DEPARTMENT Part Description X SERIES,PEDESTAL,ATTACHED, BOX /BO X /FILE 24 "D,1 LOCK Cust$ 194.95 EXT Cust$ 1169.70 2 HAW 1 BFM -1 -13 BASE FEED MODULE,HARDWIRE 47.00 47.00 AA BUILDING DEPARTMENT 3 HAW 3 E21VIN- 3062 -13 MONO PANEL,SQ TOP CAP,NO- 150.25 450.75 POWER,30 "W X 64 "H AC BUILDING DEPARTMENT 4 HAW 3 E2MN- 4262 -B MONO PANEL,SQ TOP CAP,NO- 176.75 530.25 POWER,42 "W X 64 "H AC BUILDING DEPARTMENT 5 HAW 1 E2MN -462 -B MONO PANEL,SQ TOP CAP,NO- 185.50 185.50 POWER,48 "W X 64 11H AC BUILDING DEPARTMENT 6 HAW 4 E21VIP -378 -13 MONO PANEL,SQ TOP 265.75 1063.00 CAP,W /POWER,36 "W X 80 011-1 AC BUILDING DEPARTMENT 7 HAW 1 E21VIP -478 -13 MONO PANEL,SQ TOP 296.50 296.50 CAP,W /POWER,48 "W X 80 111-1 AC BUILDING DEPARTMENT ProjectSpec (MG) Page 1 of 23 CITY OF SOUTH MIAMI CITY OF SOUTH 10 -22 -2012 afc6 c; ,turai Interior products MIAMI.sif 10:30:11 Rec# Mfg Qty Part Number Part Description Cust$ EXT Cust$ Generic Code Tag 1 Tag 2 -jag A------- ------- _ _.....------ ------- — 8 HAW 3 E2MP -578 -B MONO PANEL,SQ TOP 326.75 980.25 CAP,W /POWER,60 "W X 80 "H AC BUILDING DEPARTMENT 9 HAW 1 E2PC -62 -V 90DEG FINISH POST,PAINTED,64 "H 25.50 25.50 AC BUILDING DEPARTMENT 10 HAW 1 E2PC -78 90DEG FINISH POST,PAINTED,80 "H 24.25 24.25 AC BUILDING DEPARTMENT 11 HAW 2 E2PS -16 -N 180DEG FINISH POST,VERTICAL 6.50 13.00 COVER ONLY,PAINTED,16 "H AC BUILDING DEPARTMENT 12 HAW 2 E2PS- 78 -V21 180DEG FINISH POST,PAINTED,80 "H 24.25 48.50 AC BUILDING DEPARTMENT 13 HAW 4 LUTS- 0030 -19UEP TASK LIGHT,ADAPTABLE 30" WIDE 55.00 220.00 CA BUILDING DEPARTMENT ProjectSpec (MG) Page 2 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 -- 15 HAW 4 PCF -3 -13 AA BUILDING DEPARTMENT 16 HAW 3 PCSS -3 -13 AA BUILDING DEPARTMENT 17 HAW 1 PRD -3 -13 AA BUILDING DEPARTMENT 18 HAW 4 UEFS- 1636 -PML CA BUILDING DEPARTMENT 19 HAW 1 UEFS - 1660 -PML CA BUILDING DEPARTMENT 20 HAW 3 WMK -62 AA BUILDING DEPARTMENT 21 HAW 1 WMK -78 AA BUILDING DEPARTMENT Part Description FLEXIBLE POWER CONNECTOR STRAIGHT SPAN POWER CONNECTOR DUPLEX RECEPTACLES (BOX OF 6) UPPER STORAGE, UNIGROUP TOO,FLIPPER DOOR,SQUARE,STD MT 36" UPPER STORAGE,UNIGROUP TOO,FLIPPER DOOR,SQUARE,STD MT 60" WALL MOUNT KIT 64" WALL MOUNT KIT 80" ProjectSpec (MG) 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 25.25 25.00 34.25 &9187#7 181.25 29.00 36.75 101.00 75.00 34.25 572.00 181.25 Page 3 of 23 36.75 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 - - - - -- 22 HAW 2 WURA - 2448 -LJSA CA 1�IL�IRe1»JT3i�L�ll1 23 HAW 3 WURA- 3060 -LJSA CA BUILDING DEPARTMENT 24 HAW 3 WURA- 3072 -LJSA CA BUILDING DEPARTMENT 25 HAF 1 JFRL- 2448 -L1 FM BUILDING DEPARTMENT 26 HAW 2 ZEBA- 0000 -PL CA BUILDING DEPARTMENT 27 HAW 3 ZEBA- 0000 -PR CA BUILDING DEPARTMENT 28 HAW 1 ZEBD- 1600 -PL CA BUILDING DEPARTMENT Part Description RECT WORKSURFACE 24D X 48W RECT WORKSURFACE 30D X 60W RECT WORKSURFACE 30D X 72W X SERIES,DESK HT RETURN,LAMINATE,24X48,1 LOCK BRACKET,SIDE,FOR UNIGROUPITOO /PLACES BRACKET,SIDE,FOR UNIGROUPYTOO /PLACES CNTLVR BR KT, UN I G ROU P/TOO /PLACES,STAND ARD,16.5 "D ProjectSpec (MG) 10 -22 -2012 10:30:11 Cust$ EXT Cust$ [:low 119.00 145.00 297.85 4.00 4.00 11.25 177.50 357.00 435.00 297.85 FVD] 12.00 Page 4 of 23 11.25 Rec# Mfg Qty Part Number Part Description Generic Code Tag 1 Tag 2 29 HAW 1 ZEBD- 1600 -PP CA BUILDING DEPARTMENT 30 HAW 1 ZEBD- 1600 -PR CA BUILDING DEPARTMENT 31 HAW 2 ZEBR- 0000 -PN CA BUILDING DEPARTMENT 32 HAW 3 ZEFS - 2400 -LNEJ CA BUILDING DEPARTMENT 33 HAW 2 ZEFS- 3000 -LNEJ CA BUILDING DEPARTMENT CNTLVR BRKT, UNIGROUP/TOO /PLACES,STAN D ARD,16.5 "D CNTLVR BRKT, UNIGROU P /TOO /PLACES,STAND ARD,16.5 "D Rear - Corner Bracket SUPPORT PNL,WS,U N I GROUP/TOO /PLAC ES,24 "D SUPPORT P N L, W S, U N I G R O U P/TO O /PLACES , 30 "D 34: ,`SPC 1 7009 4617 FREESTANDIN S G VV SUPI?ORT KIT " 09 BUILDNNG'DEPAR. MENT. `= 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 20.75 20.75 11.25 11.25 4.00 8.00 76.00 228.00 81.50 163.00 1625 16.25 35 HAW 4 ZUBF- 0000 -PN Flush Mount Plate 5.25 CA BUILDING DEPARTMENT ProjectSpec (MG) Page 5 of 23 21.00 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Tag 3- ..- - - -... --------- ---- ._ ....... - ------- - 36 6 1000 CHAIR GI BUILDING DEPARTMENT 37 SUBTOTAL 38 AMB 1 A824R CENTRAL SERVICES 39 AMB 1 A831 CENTRAL SERVICES 40 AMB 1 A921 CENTRAL SERVICES 41 HAW 1 E2MN -562 -8 AC CENTRAL SERVICES 42 HAE 2 M600 -2112 JA CENTRAL SERVICES Part Description 1000 MESH BACK TASK CHAIR Subtotal for BUILDING DEPARTMENT 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 125.00 750.00 8717.55 24x48 Return, Shell, Amber Series 111.20 111.20 22x16 Storage, Pedestal, 2b1f, Amber 174.00 174.00 Series 30x66 Rectangular Desk, Shell, Amber 146.00 146.00 Series MONO PANEL,SQ TOP CAP,NO- 217.75 217.75 POWER,60 "W X 64 "H 4 -LEG STACKER,ARMS,POLY 156.96 313.92 OUTER,W /CSTRS ProjectSpec (MG) Page 6 of 23 10 -22 -2012 10:30:11 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 43 HAF 2 JPAH -24 -S1 FP CENTRAL SERVICES Part Description X SERIES, PEDESTAL,ATTACHED, BOX /BO X /FILE 24 11D,1 LOCK Cust$ 194.95 EXT Cust$ 389.90 44 HAW 1 BFM -1 -B BASE FEED MODULE,HARDWIRE 47.00 47.00 AA CENTRAL SERVICES 45 HAW 2 E2MN -462 -B MONO PANEL,SQ TOP CAP,NO- 185.50 371.00 POWER,48 11W X 64 111-1 AC CENTRAL SERVICES 46 HAW 1 E2MN -578 -B MONO PANEL,SQ TOP CAP,NO- 285.75 285.75 POWER,60 "W X 80 "H AC CENTRAL SERVICES 47 HAW 4 E2MP -378 -B MONO PANEL,SQ TOP 265.75 1063.00 CAP,W /POWER,36 "W X 80 111-1 AC CENTRAL SERVICES 48 HAW 1 E2MP- 4278 -B MONO PANEL,SQ TOP 284.50 284.50 CAP,W /POWER,42 "W X 80 111-1 AC CENTRAL SERVICES 49 HAW 4 E2MP -478 -B MONO PANEL,SQ TOP 296.50 1186.00 CAP,W /POWER,48 "W X 80 "H AC CENTRAL SERVICES ProjectSpec (MG) Page 7 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Tag _3 50 HAW 1 E2PC -62 -V AC CENTRAL SERVICES 51 HAW 1 E2PC -78 AC CENTRAL SERVICES 52 HAW 2 E2PS -16 -N AC CENTRAL SERVICES 53 HAW 2 E2PS- 78 -V21 AC CENTRAL SERVICES 54 HAW 4 LUIS- 0030 -19UEP CA CENTRAL SERVICES 55 HAW 2 PCF -3 -13 AA CENTRAL SERVICES 56 HAW 6 PCSS -3 -13 AA CENTRAL SERVICES Part Description 90DEG FINISH POST,PAINTED,64 "H 90DEG FINISH POST,PAINTED,80 1'H 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 25.50 25.50 24.25 24.25 180DEG FINISH POST,VERTICAL 6.50 13.00 COVER ONLY,PAINTED,16 "H 180DEG FINISH POST,PAINTED,80 0'H 24.25 48.50 TASK LIGHT,ADAPTABLE 30" WIDE 55.00 220.00 FLEXIBLE POWER CONNECTOR 25.25 50.50 STRAIGHT SPAN POWER CONNECTOR 25.00 150.00 ProjectSpec (MG) Page 8 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Talc 3 57 HAW 1 PRD -3 -B AA CENTRAL SERVICES 58 HAW 4 UEFS- 1636 -PML CA CENTRAL SERVICES 59 HAW 1 WMK -62 AA CENTRAL SERVICES 60 HAW 1 WMK -78 AA CENTRAL SERVICES 61 HAW 1 WURA- 2436 -LJSA CA CENTRAL SERVICES 62 HAW 1 WURA- 2460 -LJSA CA CENTRAL SERVICES Part Description DUPLEX RECEPTACLES (BOX OF 6) UPPER STORAGE,UNIGROUP TOO,FLIPPER DOOR,SQUARE,STD MT 36" WALL MOUNT KIT 64" WALL MOUNT KIT 8V RECT WORKSURFACE 24D X 36W RECT WORKSURFACE 24D X 60W 63 HAW 1 WURA- 3060 -LJSA RECT WORKSURFACE 30D X 60W 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 34.25 143.00 29.00 36.75 63.25 119.00 34.25 1411kalPl 29.00 36.75 63.25 irlmlill 119.00 ProjectSpec (MG) Page 9 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 64 HAW 2 WURA- 3072 -LJSA CA CENTRAL SERVICES 65 HAW 3 ZEBD - 1600 -PL CA CENTRAL SERVICES 66 HAW 2 ZEBD- 1600 -PR CA CENTRAL SERVICES 67 HAW 1 ZEFS- 2400 -LNEJ CA CENTRAL SERVICES 68 HAW 1 ZEFS- 3000 -LNEJ CA CENTRAL SERVICES 69 HAW 8 ZUBF- 0000 -PN CA CENTRAL SERVICES Part Description RECT WORKSURFACE 30D X 72W CNTLVR BRKT,UNIGROUPIfOO /PLACES,STAND ARD,16.5'D CNTLVR BRKT, UNIGROUP/TOO /PLACES,STAND ARD,16.5 "D SUPPORT PNL, WS,U N IGROUPIfOO /PLACES,24 "D SUPPORT PNL, WS, UNIGROUPITOO /PLACES, 30 "D Flush Mount Plate 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 145.00 11.25 11.25 76.00 81.50 5.25 70 2 1000 CHAIR 1000 MESH BACK TASK CHAIR 125.00 GI CENTRAL SERVICES ProjectSpec (MG) 33.75 22.50 76.00 81.50 42.00 250.00 Page 10 of 23 10 -22 -2012 10:30:11 Rec# Mfg Qty Part Number Part Description Cust$ EXT Cust$ Generic Code Tag 1 Tag 2 Tag 3.___ 71 SUBTOTAL Subtotal for CENTRAL SERVICES 6873.77 72 HAF 4 JPAH -24 -S1 X 194.95 779.80 SERIES,PEDESTAL,ATTACHED, BOX /BO X /FILE 24 "D,1 LOCK FP CODE DEPARTMENT 73 ue�n� 1 ocef_� o v, i , -� oAcc rcr�n n�OnDi e LAO"WiRE BASE 1 L ✓ 1 v LL 1 ARD 47.00 47.00 AA CODE DEPARTMENT 74 HAW 1 E2CC -90 -4 90DEG TOP CAP,FOR 2 -, 3 -, OR 4 -WAY 10.50 10.50 AC CODE DEPARTMENT 75 HAW 1 E2MN -278 -B MONO PANEL,SQ TOP CAP,NO- 180.50 180.50 POWER,24 "W X 80 "H AC CODE DEPARTMENT 76 HAW 4 E2MN- 3062 -B MONO PANEL,SQ TOP CAP,NO- 150.25 601.00 POWER,30 11W X 64 111-1 AC CODE DEPARTMENT 77 HAW 2 E2MP -562 -13 MONO PANEL,SQ TOP 258.75 517.50 CAP,W /POWER,60 "W X 64 111-1 AC CODE DEPARTMENT ProjectSpec (MG) Page 11 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Tag. 3..- - - - --- 78 HAW 1 E2PC -78 AC CODE DEPARTMENT 79 HAW 1 E2PS -62 AC CODE DEPARTMENT Part Description 90DEG FINISH POST,PAINTED,80 11H 180DEG FINISH POST,PAINTED,64 "H 80 HAW 4 LUTS- 0042 -19UEP TASK LIGHT,ADAPTABLE 42" WIDE CA CODE DEPARTMENT 81 HAW 2 PRD -3 -B AA CODE DEPARTMENT 82 HAW 4 UEFS- 1660 -PML CA CODE DEPARTMENT 83 HAW 1 WMK -62 AA CODE DEPARTMENT 84 HAW 1 WMK -78 AA CODE DEPARTMENT DUPLEX RECEPTACLES (BOX OF 6) UPPER STORAGE,UNIGROUP TOO,FLIPPER DOOR,SQUARE,STD MT 60" WALL MOUNT KIT 64" WALL MOUNT KIT 80" ProjectSpec (MG) 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 24.25 24.25 19.00 19.00 59.25 34.25 181.25 29.00 36.75 237.00 68.50 ►P.wi1:l] 29.00 00wkel Page 12 of 23 CITY OF SOUTH MIAMI �LS CITY OF SOUTH 10 -22 -2012 arcPu�ecturt;i intenpr producls MIAMI.sif 10:30:11 Rec# Mfg Qty Part Number Part Description Cust$ EXT Cust$ Generic Code Tag 1 Tag 2 85 HAW 4 WURA- 3060 -LJSA RECT WORKSURFACE 30D X 60W 119.00 476.00 CA CODE DEPARTMENT 86 HAW 5 ZEBA- 0000 -PL BRACKET,SIDE,FOR 4.00 20.00 UNIGROUPITOO /PLACES CA CODE DEPARTMENT 87 HAW 5 ZEBA- 0000 -PR BRACKET,SIDE,FOR 4.00 20.00 UNIGROUP/TOO /PLACES CA CODE DEPARTMENT 88 4 1000 CHAIR 1000 MESH BACK TASK CHAIR 125.00 500.00 GI CODE DEPARTMENT 89 HAW 3 E2MN- 4278 -B MONO PANEL,SQ TOP CAP,NO- 243.50 730.50 POWER,42 "W X 80 "H AC CODE DEPARTMENT 90 SUBTOTAL Subtotal for CODE DEPARTMENT 502230 91 HSF 4 H15923A Flagship B/F Mobile Ped 22H x1 5W x 22- 197.12 788.48 7 18D /A Pull FLGSHP P CODE DEPARTMENT OPT. ProjectSpec (MG) Page 13 of 23 CITY OF SOUTH MIAMI jc RIM11 CITY OF SOUTH arcl'i!Gt;tur21 interior products MIAMI.sif Rec# Mfg Qty Part Number Part Description Generic Code Tag 1 Tag 2 Ta_g 3..... - --- . ......... _ ...... .... 92 HTL 4 HMAGANG Ganging Hardware Table CODE DEPARTMENT OPT. 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 32.12 128.48 93 HTL 4 HMBTLEG24 Fixed Height T -leg base for 24" tops 150.48 601.92 Table CODE DEPARTMENT OPT. 94 HTL 4 HMT2460E 24 "40" Table Top w/T -mold 122.32 489.28 Table CODE DEPARTMENT OPT. 95 4 1000 CHAIR 1000 MESH BACK TASK CHAIR 125.00 500.00 GI CODE DEPARTMENT OPT. 96 SUBTOTAL Subtotal for CODE DEPARTMENT OPT. 2508.16 97 AMB 1 A723 42x95, Table, Conference, Racetrack, 248.00 248.00 Amber Series CONFERENCE ROOM 98 AMB 6 CHAIR -07 Chair, Guest, Slat Back, Black Fabric, 171.60 1029.60 Mocha Cherry finish, Amber Series CONFERENCE ROOM ProjectSpec (MG) Page 14 of 23 rA CITY OF SOUTH MIAMI JC�►� CITY OF SOUTH arc:hitc Coal interini prrxlucas MIAMI.sif Rec# Mfg Qty Part Number Part Description Generic Code Tag 1 Tag 2 Tag3 _.. - -- -- -- - - -- --- --- .._..._------ ... - -. - - - -- - — 99 SUBTOTAL Subtotal for CONFERENCE ROOM 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 1277.60 100 AMB 1 A821 36x71 Rectangular Desk, Shell, Amber 182.80 182.80 Series OFFICES 101 AMB 1 A824 24x48 Return, Shell, Amber Series 111.20 111.20 OFFICES 102 AMB 1 A825 24x71 Rectantular Credenza, Shell, Amber 126.40 126.40 Series OFFICES 103 AMB 2 A831 22x16 Storage, Pedestal, 2b1f, Amber 174.00 348.00 Series OFFICES 104 AMB 1 A921 30x66 Rectangular Desk, Shell, Amber 146.00 146.00 Series k y�[*0K 105 HAE 2 M600 -2112 4 -LEG STACKER,ARMS,POLY 156.96 313.92 OUTER,W /CSTRS JA OFFICES ProjectSpec (MG) Page 15 of 23 106 HAW 4 E21VIN -478 -13 MONO PANEL,SQ TOP CAP,NO- POWER,48 "W X 80 "H AC OFFICES 107 HAW 4 E2MN -578 -B MONO PANEL,SQ TOP CAP,NO- POWER,60 91W X 80 111-1 AC OFFICES 108 HAW 1 E2PC -78 AC OFFICES 109 HAW 1 E2PS -78 AC OFFICES 110 HAW 3 WMK -78 AA OFFICES 111 3 901 GI OFFICES 112 SUBTOTAL 90DEG FINISH POST,PAINTED,80 "H 180DEG FINISH POST,PAINTED,80 "H WALL MOUNT KIT 80" 901 MANAGER'S MESH CHAIR Subtotal for OFFICES SIMETRY KEYBOARD TRAY 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 255.50 1022.00 285.75 1143.00 24.25 24.25 21.25 21.25 36.75 110.25 188.30 564.90 4113.97 135.00 135.00 ProjectSpec (MG) Page 16 of 23 CITY OF SOUTH MIAMI j , A M CITY OF SOUTH aff,114ec;hira! ink;rior products MIAMI.sif Rec# Mfg Qty Part Number Part Description Generic Code Tag 1 Tag 2 Tag -3 - -- — ....-- ........ - 114 HAW 1 BEDP -6 IF,DESKTOP PORT,6 FT CORD IF OPTION 115 HAW 2 E2DS- 3678 -BKL AC OPTION 116 SUBTOTAL 117 HAF 4 JPAH -24 -S1 FP PLANNING & ZONING 118 HAW 1 BFM -1 -B AA PLANNING & ZONING 119 HAW 3 E2MN- 3062 -B AC PLANNING & ZONING 120 HAW 3 E2MN- 4262 -B AC PLANNING & ZONING SINGLE MONO DOOR W /FRAME,SQ TOP CAP,36 "W X 78 "H Subtotal for OPTION X SE R I ES, PE DESTAL,ATTACHED, BOX /BO X /FILE 24 "D,1 LOCK BASE FEED MODULE,HARDWIRE MONO PANEL,SQ TOP CAP,NO- POWER,30 "W X 64 "H MONO PANEL,SQ TOP CAP,NO- POWER,42 "W X 64 "H ProjectSpec (MG) 0 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 69.25 468.00 194.95 47.00 150.25 176.75 69.25 1140.25 779.80 47.00 450.75 530.25 Page 17 of 23 Rec# Mfg Qty Part Number Part Description Generic Code Tag 1 Tag 2 - 121 HAW 1 E2MP- 3078 -B MONO PANEL,SQ TOP CAP,W /POWER,30 "W X 80 9'H AC PLANNING & ZONING 122 HAW 4 E2MP -378 -8 MONO PANEL,SQ TOP CAP,W /POWER,36 "W X 80 101-1 AC PLANNING & ZONING 123 HAW 1 E2MP -478 -B MONO PANEL,SQ TOP CAP,W /POWER,48 "W X 80 111-1 AC PLANNING & ZONING 124 HAW 1 E2MP -578 -B MONO PANEL,SQ TOP CAP,W /POWER,60 "W X 80 111-1 AC PLANNING & ZONING 125 HAW 1 E2PC -62 -V 90DEG FINISH POST,PAINTED,64 "H AC PLANNING & ZONING 126 HAW 1 E2PC -78 90DEG FINISH POST,PAINTED,80 "H AC PLANNING & ZONING 127 HAW 2 E2PS -16 -N 180DEG FINISH POST,VERTICAL COVER ONLY,PAINTED,16 "H AC PLANNING & ZONING 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 245.50 265.75 296.50 326.75 25.50 24.25 6.50 MW611] 1063.00 296.50 326.75 25.50 izw.>l 13.00 ProjectSpec (MG) Page 18 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Tag 3 128 HAW 2 E2PS- 78 -V21 AC PLANNING & ZONING 129 HAW 4 LUTS- 0030 -19UEP CA PLANNING & ZONING 130 HAW 1 LUTS- 0042 -19UEP CA PLANNING & ZONING 131 HAW 3 PCF -3 -B AA PLANNING & ZONING 132 HAW 3 PCSS -3 -13 AA PLANNING & ZONING 133 HAW 1 PRD -3 -B AA PLANNING & ZONING 134 HAW 4 UEFS- 1636 -PML CA PLANNING & ZONING Part Description 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 180DEG FINISH POST,PAINTED,80 "H 24.25 48.50 TASK LIGHT,ADAPTABLE 30" WIDE 55.00 220.00 TASK LIGHT,ADAPTABLE 42" WIDE 59.25 59.25 FLEXIBLE POWER CONNECTOR 25.25 75.75 STRAIGHT SPAN POWER CONNECTOR 25.00 75.00 DUPLEX RECEPTACLES (BOX OF 6) 34.25 34.25 UPPER STORAGE,UNIGROUP 143.00 572.00 TOO,FLIPPER DOOR,SQUARE,STD MT 36" ProjectSpec (MG) Page 19 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Ta3 - -- -- - - - - -- 135 HAW 1 UEFS- 1660 -PML CA PLANNING & ZONING 136 HAW 2 WMK -62 AA PLANNING & ZONING 137 HAW 1 WMK -78 AA PLANNING & ZONING 138 HAW 3 WURA - 2448 -LJSA CA PLANNING & ZONING 139 HAW 1 WURA- 3054 -LJSA CA PLANNING & ZONING 140 HAW 1 WURA- 3060 -LJSA CA PLANNING & ZONING Part Description UPPER STORAGE,UNIGROUP TOO,FLIPPER DOOR,SQUARE,STD MT 60" WALL MOUNT KIT 64" WALL MOUNT KIT 80" RECT WORKSURFACE 24D X 48W, RECT WORKSURFACE 30D X 54W RECT WORKSURFACE 30D X 60W 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 181.25 29.00 36.75 88.75 110.75 119.00 141 HAW 3 WURA- 3072 -LJSA RECT WORKSURFACE 30D X 72W 145.00 CA PLANNING & ZONING ProjectSpec (MG) 58.00 10101 F7 F oeitll " 110.75 119.00 435.00 Page 20 of 23 Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Tag 3 ._. 142 HAW 3 ZEBA- 0000 -PL CA PLANNING & ZONING 143 HAW 1 ZEBA- 0000 -PR CA PLANNING & ZONING 144 HAW 1 ZEBD- 1600 -PP CA PLANNING & ZONING 145 HAW 3 ZEBD- 1600 -PR CA PLANNING & ZONING 146 HAW 2 ZEBR- 0000 -PN CA PLANNING & ZONING 147 HAW 2 ZEFS - 1800 -LNEJ CA PLANNING & ZONING Part Description BRACKET,SIDE,FOR UNIGROUP/TOO /PLACES 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 4.00 12.00 BRACKET,SIDE,FOR 4.00 4.00 UNIGROUP/TOO /PLACES CNTLVR 20.75 20.75 BRKT, UNIGROUPITOO /PLACES,STAND ARD,16.5 "D CNTLVR 11.25 33.75 BRKT, UNIGROUP /TOO /PLACES,STAND ARD,16.5 "D Rear - Corner Bracket 4.00 8.00 SUPPORT 70.75 141.50 PNL,WS,UNIGROUP/TOO /PLACES,18 "D ProjectSpec (MG) Page 21 of 23 r � � Rec# Mfg Qty Part Number Generic Code Tag 1 Tag 2 Tag _3... -..... - -- 148 HAW 1 ZEFS- 2400 -LNEJ CA PLANNING & ZONING 149 HAW 2 ZEFS- 3000 -LNEJ CA PLANNING & ZONING Part Description SUPPORT P N L, W S, U N I G RO U P/TOO /P LACES, 24' D SUPPORT PNL,WS, UNIGROUPlrOO /PLACES,30 "D 150 SO C 1 7009- 4617: FREEST-ANDiNG.'. S SUPPORT KIT 00 '` PLANNING &ZONING 151 HAW 2 ZUBF - 0000 -PN CA PLANNING & ZONING 152 5 1000 CHAIR GI PLANNING & ZONING Flush Mount Plate 1000 MESH BACK TASK CHAIR 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 76.00 76.00 81.50 163.00 16:25 5.25 10.50 125.00 625.00 153 SUBTOTAL Subtotal for PLANNING & ZONING 7204.80 154 AMB 2 A421 30x48 Rectangular Desk, Shell, Amber 130.80 261.60 Series RECEPTION ProjectSpec (MG) Page 22 of 23 CITY OF SOUTH MIAMI �Cke t FA CITY OF SOUTH arrhitectural interior products MIAMI.sif Rec# Mfg Qty Part Number Part Description Generic Code Tag 1 Tag 2 Tam- - - __.......- ...._..._ ..... ......... .......... .... __ ..... .......... - -- - - - -- - - - -- 155 AMB 2 A831 22x16 Storage, Pedestal, 2b1f, Amber Series RECEPTION 156 AMB 2 CHAIR -07 RECEPTION 157 2 1000 CHAIR GI RECEPTION 158 SUBTOTAL 159 CHG 1 LABOR Z Moo SUBTOTAL Chair, Guest, Slat Back, Black Fabric, Mocha Cherry finish, Amber Series 1000 MESH BACK TASK CHAIR Subtotal for RECEPTION DELIVERY & INSTALLATION, MONDAY - FRIDAY 9:OOAM - 5:OOPM Subtotal for Z ProjectSpec (MG) Total Customer: 10 -22 -2012 10:30:11 Cust$ EXT Cust$ 174.00 348.00 171.60 343.20 125.00 250.00 1202.80 3700.00 3700.00 3700.00 $41,761.20 Page 23 of 23 WA ys lc; z �F, 9,s NEW � >. .Yi,'8 Adolfo Karr, Sr. Account manager 3501 Commerce Parkway, Miramar FL. 33025 954.499.6677 www.jcwhite.com