8To:
From:
Date:
SUBJECT:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven J. Alexander, City Manager
March 18,2014
South Miami
wtd
iiiir
2001
A Resolution authorizing the City Manager to enter into an
Agreement with Galloway Office Supplies & Furniture to purchase
chamber seating.
BACKGROUND: In August of 2013, I requested an assessment of the maloderous condition of City
Hall. The results of that assessment by licensed professionals in the appropriate
field stated in part, "The vertical carpet soundproofing at the front of the
Commission Chambers Room is malodorous, water damaged and separating at
some seams. The exposed glue on the back side of the carpet presents with
suspect fungal growth. This carpeting should be removed and discarded, and the
remaining glues abrasively removed from the wall and the wall sealed."
The assessment continued;
"The carpeting throughout the building is old, damaged, stained, odorous, and at
the end or its normal lifespan or beyond. The carpet is replete with excessive and
undifferentiated debris, insect and lizard parts, skin cells, fiberglass, and fungal
spores that are no longer removable by normal maintenance and cleaning. The
carpeting is beyond normal cleaning and should be removed and discarded
throughout the building. The concrete slab beneath the carpeting should be
abrasively cleaned and sealed, prior to the installation of any new floor covering."
The City has implemented a project to upgrade the chambers and facility. A
significant and most visible component of the upgrade is the replacement of the
chamber seating. The current seating has served the City for over 50 years but is
not compatible with the plans to upgrade the entire facility. In addition to the
seating, new flooring, dais and acoustical upgrades are also planned.
The City will purchase the seating through a Piggyback under the same terms and
conditions from a State of Florida Contract #420-420-10-1 between the State and
Global Industries, Inc., with the purchase made through Galloway Office Supply &
Furniture, an authorized Global Industries dealer.
The seating selected for purchase is depicted in the Attachments. The style is a
contemporary stacking chair that will provide flexibility by easily removing selected
EXPENSE
ATTACHMENTS:
rows to accommodate additional space when needed. The chairs have a black
plastic back with arms and a fabric charcoal seat. Chair frames are in black. The
purchase will include ganging hardware that will allow the chairs to be maintained in
an organized efficient manor. The purchase will also include dollys for the ease of
moving chairs in and out of the Commission Chamber as necessary for various
uses. The purchase will not exceed $15,000 with the additional amount over the
quotation representing a contingency should unexpected issues arise during the
seating conversion project.
Budget Transfer from Account No 301-2000-572-6450 Parks and Recreation
Improvements with a balance of $250,000 to Account No 301-1310-513-6450
Capital Improvements with a balance of $0.
Resolution
Global Model #6514 Product Specification Sheet
Galloway Office Supply Quotation
Piggyback Agreement with Galloway Office Supply
Authorized Dealer Letter from Global Industries
State of Florida Award Letter & Contract #420-420-10-1 to Global Industries
RESOLUTION NO.: _________ _
2
3 A Resolution authorizing the City Manager to enter into an Agreement with
4 Galloway Office Supplies & Furniture to purchase chamber seating.
5
6 WHEREAS, the City of South Miami desires to replace the current seating located in the
7 chambers; and
8
9 WHEREAS, the City Charter, in Article III, Section 5, Subparagraph H, in pertinent part,
10 states that: " * * * All purchases shall be approved after competitive conditions shall have been
11 maintained and competitive bids sought from at least three different sources of supply if
12 available, such determination to be made by the Commission, and, notwithstanding the
13 foregoing, the City may make purchases through other governmental agencies that have
14 followed similar bidding procedures.
15
16 WHEREAS, the State of Florida, after competitive conditions shall have been maintained
17 and competitive bids sought from at least three different sources of supply, awarded a contract
18 to Global Industries, Inc., with purchases made through the Global Authorized Dealer Network,
19 of which Galloway Office Supply & Furniture is an authorized Global dealer; and
20
21 WHEREAS, the City desires to 'piggyback' off of the State of Florida contract as
22 authorized by the City of South Miami Charter; and
23
24 WHEREAS, the City received a quotation from Galloway Office Supplies & Furniture for
25 the replacement of the chamber seating through and in accordance with State of Florida
26 Contract #420-420-10-l.
27
28 NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY
29 OF SOUTH MIAMI, FLORIDA:
30
31 Section 1. The City Manager is authorized to enter into a Piggyback Agreement with
32 Galloway Office Supplies & Furniture, an authorized dealer for Global Industries, Inc., through a
33 State of Florida Contract #420-420-10-1 between the State and Global Industries, Inc., to
34 purchase chamber seating for an amount not to exceed $15,000 and charged to Account 301-
35 1310.513.6450, Capital Improvements with a balance of $0.
36
37 Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is
38 for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding
39 shall not affect the validity of the remaining portions of this resolution.
40
41 Section 3. Effective Date: This resolution shall take effect immediately upon
42 enactment.
43
44
45
46
47
48
49
50
51
PASSED AND ENACTED this __ day of _____ -', 2014.
ATIEST: APPROVED:
CITY CLERK MAYOR
READ AND APPROVED AS TO FORM, COMMISSION VOTE:
LANGUAGE, LEGALITY AND Mayor Stoddard:
2 EXECUTION THEREOF Vice Mayor Harris:
3 Commissioner Welsh:
4 Commissioner Liebman:
5 Commissioner Edmond:
6 CITY ATIORNEY
multi Ie seating
,
•
Sonic 6574
dard in Chrome and optional in Black, Tungsten and Charcoal Selected models are available with casters
Contemporary and affordable stacking chairs
Sonic, offers exceptional value in a contemporary seating series.
A wide range of models suits a variety of interior applications
including: meeting rooms, offices, reception areas, cafeterias,
waiting rooms and lecture halls. Sonic's versatility is endless.
The series is offered with or without arms, with casters, with a
mesh back, as a task chair, as a counter height stool, with left or
right tablet arms and in a beam seating configuration.
Sonic's molded seat and back are strong, durable, easy to clean and
available in black, burgundy, blue and grey. Frame finishes are
standard in Chrome and optional in Black, Tungsten and Charcoal.
OFFICE SUPPLIES • EQUIPMENT • FURNITURE
Galloway Office Supply & Furniture Inc
10201 NW 21 Street, Miami, FL3317
Tel: (305) 591-1616 Fax: (305) 591-5655
Quote #
Quote to:
Terms:
LINE
1
2
3
4
Date
3/5/2014
Quantity
96
80
11
Customer Order Number
CITY OF SOUTH MIAMI
6130 SUNSET DRIVE
SOUTH MIAMI,F1.33143
STATE OF FL CONTRACT # 420-420-10-1
6514 STACKING CHAIR W/PLASTIC BACK AND UPHOLSTER
SEAT.GDIII FABRIC WITH ARMS.lIST 287.00
6522 GANGING BRACKETS FOR FOUR LEGGED MODElS
lIST:19.00
6517WS DOLLY -WALL SAVER .ACCOMODATES 10 CHAIRS
lIST:367.00
1 DELIVERY AND INSTALLATION DURING NORMAL WORK-
ING HOURS MON-FRI 8:30AM-4:30PM.PRODUCT DROP
TO THE CITY OF SOUTH MIAMI.
Project #
Customer #
111.93
7.41
143.13
900
TOTAL
Prices l.'lill bc held for 30 dilYS but ate subject to increase by M''lIlufacturcf. Please be adlllscd that this quote may not include ,)PI)lIcablc s,llc~ tax and USt.' t.n:
Quotation
Account Rep
JORGE M
10,745.28
592.80
1,574.43
900.00
13,812.51
Quote authorized by: ___________ Accepted By: _____________ _
Title: _______ Date: _______ _
----------.'--.,------_ .. _----...
CONTRACT
mlS AGREEMENT made and entered into this _ day of , 2014, by and between the
City of South Miami, a Florida mlUlicipal Corporation (hereinafter referred to as "City") and Galloway Office
Supplies & Fumiture, (hereinafter refmed to as "Contractor").
WITNESSETH:
WIlEREAS, the State of Florida solicited bids, pursuant to Contract #420-420-I 0-1, for
EducationallInstitutional Furniture; and
WHEREAS, the State of Florida, after completing a competitive bidding process, awarded a contract
to Global Industries, Inc., with purchases made through the Global Authorized Dealer Network, of which
Galloway Office Supply & Furniture is an authorized Global dealer; and
WHEREAS, the City of South Miami desires to utilize the Slate of Florida contract pursuant to
EducationaVInstitutionai Furniture Contract #420-420-10-1, and pursuant to authority of the City of South
Miami's own city charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official,
agree as follows:
1. The City desires to enter into a Contract for the purchase of EducationallInstitutional
Furniture, under the same terms and conditions as the agreement between Global Industries, Inc., and the
State of Florida under Contract #420-420-1 0-1 with purohases made through the Contractor who is an
authoriz.ed dealer for Global Industries, Ino.
2. The City has reviewed the contract and agrees to the terms and conditions and further agrees
to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such services under the same
price(s), terms and conditions as the contract fOlUld in the Slate of Florida Contract #420-420-1 0-1, a copy of
which including any amendments thereto, is attached hereto and made a part hereofby reference.
3. All references in the contract between Contractor, Global Industries, Inc .• and the State of
Florida shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives
of the parties hereto have oaused this instrument to be signed in their respective names by their proper officials and
to be attested by their respective Clerks the day and year first above written.
ArrEST: CITY OF SOTJrH MlAMI
By:__ -:-=---:--:-::--:-::-_--:---::~=------By:
Maria M. Menendez, CMC
City Clerk
Read and Approved as to Form, Language,
Legality and Execution Thereof
Sy: _____ _
'Ibomas F. Pepe
City Attorney
(type namo and title of signatory above)
City Manager
February 27, 2014
City of South Miami
6130 Sunset Drive
South Miami, F1 33143
Galloway Office Supply and Furniture, Inc. Authorized Global Dealer
Florida State Contract: 420-420-10-1
This letter is to notify you that Galloway Office Supply & Furniture, Inc. is an authorized Global
Dealer in good standing, and is authorized to promote, sell, and service our product line, as per the
terms and conditions published in our price books and State Contract.
As an Authorized Dealer as per the Terms and Conditions published in our Price Books, any end-user
purchasing Global products from Galloway will be covered by our Limited Lifetime Warranty as it is
stated.
Should you have any questions, please feel free to contact me.
Tom Shannon
Global Industries, Inc.
10351 Windhorst Road, Tampa Florida 33619 560 Sawgrass Corporate Parkway, Sunrise Florida 33325
Tel (877) 707-3966 (813) 621-6272 Fax (813) 621-7958 Tel (877) 707-3966 (954) 846-8888 Fax 954-846-8110
$1 -$16,499"
$16,500· $49,999
$50,000· $99,999
$100,000 +
57%
61%
62%
63%
Global's FL Office Furniture Contract website is: http://www.globalindustries.com/FLStateContract.htm
Ordering Information:
• Purchase Orders may be submitted through Global's authorized servicing dealers or sent directly to Global's
Florida Distribution Centers.
• Must note Global Contract 11420-420-10·1 on the order
• Credit Card orders can be accepted directly by Global and many of our Servicing Dealers
• Payment Terms: 1% 15 Net 30
• Pricing is for FOB Destination, dock delivery.
• Inside deliveries & installations quoted per project.
Notes:
'Non-UPS'able orders under $2,000.00 List will incur a $25.00 Net handling charge
Orders that exceed the tiers outlined above may be eligible for additional negotiated discounting
think global
\\ \\ \v.thinkgloh,)Jt ,HI',l nil)
D EPA R T MEN T ®F MAN AGE MEN T
erVICeS
Governor Charlie Crist
June 1,2010
MI'. Alan Br~slow
EVP Sales & Marketing
Global Industries, Inc.
17 West Stow Road
Marlton NJ 08053
Re: State of Florida Contract 420-420-10-1
Educational/Institutional Furniture
Deal' Mr. Breslow:
Division of State Purchasing
4050 Esplanade Way, Suite 360
Tallahassee, Florida 32399-0950
Tel: 850.488.8440
Fax: 850.414-6122
www.dms.MyFlorida.com
Secretary Linda H. South
This letter serves as official confirmation of your new contract with the State of Florida, for
Educational/Institutional Furniture. Your contract is effective June 1,20 I 0 through May 31,2014. The
Contract Celtification and executed Contract form are attached for your files.
All information related to this contract (Contractor's web page, section 6.1 price sheet, complete contract
documents, etc.) is posted on our State Purchasing website at Lcll}.C:::~li5!lwl/!n:;JiLtI.LjS)I.lilL l:·urn.iI\II·(~ ~r(·.
Please contact me if you have difficulty accessing the website.
Now that youI' contract is effective, please be reminded of several immediate requirements:
Pel' the contract Special Instructions, 3.13 State Objectives, you will need to submit a written response to
the five Stat(~ Objectives within 30 days. I have attached the objectives in a format that will make it easier
to respond to each objective. Please email the completed objectives back to me when you have the
written responses completed.
Pel' the contract Special Conditions, 5.28 Catalog Data, there is a MyFloridaMarketPlace (MFMP)
Electronic Catalog Requirement that requires you to develop an electronic catalog for enablement in
MFMP. Now that State Purchasing has finalized the strategy for your MyFloridaMarketPlace electronic
catalog, we wililitilize an ordering instructions approach for this contract, meaning we will list general
ordering instructions in your catalog, not individual line items. Since these catalogs will be standard
templates covering standard categories, State Purchasing and MyFloridaMarketPlace representatives will
create your electronic catalog for you. No additional information 01' action is required ofyoll at this time.
Per the contract General Conditions, paragraph 4.14 Transaction Fee, and Special Contract Conditions
5.29 Transaction Fee Reports, you are required to report all sales resulting from this contract on a
monthly bas is and submit payment of a 1 % Transaction Fee on any applicable sales. Your monthly report
must be submitted on-line and your report and applicable fees are due by the 15 th of each month
(reporting for the previous month). YoUI' first report, covering the period of June I, 20 I 0, through June
30, 20 10, will be due 110 later than July 15, 2009. [f you are not familiar with the process of reporting in
MFMP, or for assistance in revising your reporting account or submitting reports, please contact the
MFMP fee processing staff at 1-866-352-3776,01' at !~gpl·()C~SSill!:trl/ll]yn\.lri(lillll(jI'bC:JLl.lg(;l':,C(1I11.
We serve those who serve Florida.
Page 2 of2
Paragraph 5.29, Contract Sales Summary Reports, of the contract contains requirements for the
reporting of all sales resulting from this contract to the Contract Administrator. This is a separate
requirement from the Transaction Fee reporting. The Quarterly State Term Contract Summary
Report form is attached to this letter for your convenience and the first I'eport for the months of
June will be due on July 15,2010. Thereafter, the next quarterly I'eport for the months of July,
August and September will be due on October 15,2010.
In addition, paragl'aph 5.29 also requires a qual'terly report as follows: "Contractor's name,
reporting period, total dollar value purchases per quarter differentiating between eligible usel'
types, state agencies and political subdivisions, listing total dollar of envil'Onmentally preferred
products sales and contract sales through Certified Minority Business Enterprises."
Please note that changes to your contract must be requested in writing. Revisions to pricing are subject to
the terms stated in the contract Special Conditions, 5.10 Price Adjustments and 5.26 Contract Revisions.
The Contract Revision Request! Authorization form is attached to this letter for your convenience. Please
forward any revision requests to my attention for review, approval, and execution.
I will be your point of contact for the management of this agreement, State Term Contract 420-420-10-1.
Feel free to forward any questions, problems, or customer inquiries to my attention.
Thank you for your commitment to serving the State of Florida, and I look forward to a mutually
beneficial contractual relationship. Please contact me should you require direction or assistance.
Sincerely,
1f!~p~
Mina E. Barekat
Purchasing Analyst
Department of Management Serv ices
Division of State Purchasing
4050 Esplanade Way, Suite 360
Tallahassee, Florida 32399-0950
IJ\iIJIl,b(11~9~nl@~J]]~.!L)lyJlQtjdfl!~.~lHl
850-488-\985
850-414-6122 fax
Attachments:
Executed Contract Certification
Executed Contract Form
One Florida Response Form
Quarterly Contract Summary Repolt
Contract Revision Request/Authorization Form
SMe I'lIId){/Jillg • ./050 Esp/iiI/tid, 1f>'D'. liil(,,/j(/SJ're, Fioni/il J:}}99·09S0. Telepholll: 850-488·8./40. FII,\:' 850-114·6122
D EPA R T MEN T @F MAN AGE MEN T
erVICeS
Governor Charlie Crist
CERTIFICATION OF CONTRACT
TITLE: Educational/Institutional Furniture
CONTRACT NO.: 420-420-10-1
ITB NO.: 14-420-420-M
EFFECTIVE: 06/01/2010 through 05/31/2014
SUPERSEDES: 420-420-07-1
CONTRACTOR(S): See attached listing
Division of State Purchasing
4050 Esplanade Way, Suite 360
Tallahassee, Florida 32399-0950
Tel: 850.488.8440
Fax: 850.414-6122
www.dms.MyFlorida.com
Secretary Linda H. South
A) AUTHORITY -Upon affirmative action taken by the State of Florida Department of
Management Services, a contract has been executed between the State of Florida and the
designated contractors.
B) EFFECT -This contract was entered into to provide economies in the purchase of
Educational/Institutional Furniture by all State of Florida agencies and institutions.
Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these
commodities shall be made under the terms, prices, and conditions of this contract and
with the suppliers specified_
C) ORDERING INSTRUCTIONS -All purchase orders shall be issued in accordance with the
attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of
all Federal, State and local taxes.
All contract purchase orders shall show the State Purchasing contract number, product
number, quantity, description of item, with unit prices extended and purchase order
totaled. (This requirement may be waived when purchase is made by a blanket purchase
order.)
D) CONTRACTOR PERFORMANCE -Agencies shall report any vendor failure to perform
according to the requirements of this contract on Complaint to Vendor, form PUR 7017.
Should the vendor fail to correct the problem within a prescribed period of time, then form
PUR 7029, Request for Assistance, is to be filed with this office.
E) SPECIAL AND GENERAL CONDITIONS -Special and general conditions are enclosed
for your information. Any restrictions accepted from the supplier are noted on the ordering
instructions.
~pj.~ 5}.-'9j/)
Authorized Signature (date)
DSP/mb
Attachments
Contractors Awarded:
ABCO Office Furniture (A)
Adden Furniture, Inc. (A)
Allied Plastics Co" Inc. (A)
American Seating Company (A)
Arcadia Chair Company (A)
August Incorporated (A)
BioFit Engineered Products (A)
Blockhouse Co., Inc, (A)
Buckstaff (A)
Built Rite Office Furniture (A)
Clarin seating (A)
Columbia Mfg. Inc. (A)
Contemporary Interiors, Inc. (A)
Corilam Fabricating Co., Inc. (A)
Crest Cabinet Manufacturing Co. (A)
DCI, Inc. (A)
Educational Specialty Furnishings, Inc. (A)
Egan Visual International, Inc. (A)
Electronic Classroom Furniture (A)
ERG I nternational (A)
Ergo Genesis LLC (A)
Fixtures Furniture (A)
Fleetwood Group, Inc. (A)
Foliot Furniture, Inc. (A)
Global industries, Inc. (A)
Greene Manufacturing, Inc. (A)
Hanel Storage Systems (A)
Herman Miller, Inc. (A)
Hussey Seating Company (A)
Interior Concepts Corporation (A)
ISE, Inc. (A)
John Savoy and Son, Inc. (A)
Keilhauer (A)
Keystone Ridge Designs, Inc. (A)
Krueger International, Inc. (A)
Krug, Inc. (A)
Legacy Furniture Group, Inc. (A)
Lesro Industries, Inc. (A)
Moduform, Inc, (A)
MooreCo, Inc. (A)
National Public Seating (A)
Neocase, Inc. (A)
Nevins Ltd (A)
New England Woodcraft, Inc. (A)
Nightingale Corp (A)
Norix Group, Inc. (A)
OCI Contract (A)
Palmer Hamilton, LLC (A)
Palmer Snyder Furniture Company (A)
Palmieri Furniture (A)
Peter Pepper Products, Inc. (R)
Recycled Plastic Factory (M)
RT London (A)
Sauder Manufacturing Co. (A)
Scholar Craft Products (A)
Sedia Systems, Inc. (A)
ShuttleSystem, LLC (A)
Sica America, Inc. (A)
Sis-USA, Inc. (A)
Sitmatic (A)
Smith System (A)
South Co, Inc. (A)
Southwest Contract (A)
Spacesaver Storage Systems, Inc. (A)
Surface Technologies, Inc. (A)
Toledo Furniture, Inc. (A)
USA Capitol, Inc. (A)
VanerumStelter (A)
VIA, Inc. (A)
VS America, Inc. (A)
7.4 Contract Signature Page
CONTRACT
This Contract, effective (date to be determined) is by and between the State of Florida,
Department of Management Services ("Department"), an agency of the State of Florida with
offices at 4050 Esplanade Way, Tallahassee, Florida 32399-0950, and the entity identified
below as Contractor ("Contractor').
The Contractor responded to the Department's Invitation to Bid No. 14-420-420-M;
Educational/Institutional Furniture. The Department has determined to accept select
Contractor's responses and to enter into this Contract in accordance with the requirements,
terms, and conditions of the solicitation.
Accordingly, and in consideration of the mutual promises contained in the Contract
documents, the Department and the Contractor do hereby enter into this Contract, which is a
state term contract authorized by section 287,042(2)(a) of the Florida Statutes (2001). The term
of the Contract begins on the Effective Date for a period of 48 months. The Contract consists of
the following documents, which, in case of conflict, shall have priority In the order listed, and
which ar(! hereby incorporated as if fully set forth:
• A1Y written amendments to the Contract
• T:,is document, Section 7.4, Contract Signature Page
• Section 5.0, Special Contract Conditions
• S0ction 3.0, Special Instructions to Respondents
• Section 4.0, General Contract Conditions [PUR1000 (10106))
• Section 2.0, General Instructions to Respondents [PUR1001 (10/06)]
• Section 6.1, Price Sheet
• Section 7.0, Forms
• Any Purchase Order under the Contract
• Contractor's respons / (?tJ..-cJ. tJ .-. 5' /~<j /1 /)
State of Florida, Date
Department of Management Services
By: Linda H. South, Secretary
Contractor Name: Global Industries, Inc. (Seal)
Street AC'~dress or P.O. Box: 17 West Stow Road
d~
By: AI;' n D Breslow Date 20 April 2010
Its: EVI'-Sales & Marketing
Approve, I as to form and legality by the General Counsel's Office:
'>1/' 1,( 0/ IIttI::t& (J!/ 1Z'"'Wt1??,cf..,
Print Name: C/Ju;Ji/P AJ SenrJ{!. Date: fJ.~;;:I.,t)