1RESOLUTION NO.: _____ _
2
3 A Resolution repealing Resolution No. 85-14-14179 that authorizing the City
4 Manager to enter into an Agreement with Galloway Office Supplies &
5 Furniture to purchase chamber seating.
6
7
8 WHEREAS, the City has decided to keep its existing chairs in City Commission
9 Chambers.
10
11 NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF
12 THE CITY OF SOUTH MIAMI, FLORIDA:
13
14 Section 1. Resolution 85-14-14179 is hereby repealed and the City Manager is
15 instructed to terminate the City's contract with Galloway Office Supplies & Furniture.
16
17 Section 2. Severability. If any section, clause, sentence, or phrase of this
18 resolution is for any reason held invalid or unconstitutional by a court of competent
19 jurisdiction, this holding shall not affect the validity of the remaining portions of this
20 resolution.
21
22 Section 3. Effective Date: This resolution shall take effect immediately upon
23 enactment.
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
PASSED AND ENACTED this __ day of _____ , 2014.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY ATTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Welsh:
Commissioner Liebman:
Commissioner Edmond:
I
RESOLUTION NO.: __ 8_5_-_1_4_-_1_4_1_7_9 __
A Resolution authorizing the City Manager to enter into an Agreement with
Galloway Office Supplies & Furniture to purchase chamber seating.
WHEREAS, the City of South Miami desires to replace the current seating located in the
chambers; and
WHEREAS, the City Charter, in Article III, Section 5, Subparagraph H, in pertinent part,
states that: /I * * * All purchases shall be approved after competitive conditions shall have been
maintained and competitive bids sought from at least three different sources of supply if
available, such determination to be made by the Commission, and, notwithstanding the
foregoing, the City may make purchases through other governmental agencies that have
followed similar bidding procedures.
WHEREAS, the State of Florida, after competitive conditions shall have been maintained
and competitive bids sought from at least three different sources of supply, 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 desires to 'piggyback' off of the State of Florida contract as
authorized by the City of South Miami Charter; and
WHEREAS, the City received a quotation from Galloway Office Supplies & Furniture for
the replacement of the chamber seating through and in accordance with State of Florida
Contract #420-420-10-1.
NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA:
Section 1. The City Manager is authorized to enter into a Piggyback Agreement with
Galloway Office Supplies & Furniture, an authorized dealer for Global Industries, Inc., through a
State of Florida Contract #420-420-10-1 between the State and Global Industries, Inc., to
purchase chamber seating for an amount not to exceed $17,000 and charged to Account 001-
1310-513-5210, Supplies, with a balance of $0.
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
enactment.
PASSED AND ENACTED this 5th day of_M_a-"Y~ __ ., 2014.
ATIEST: APPROVED:
~-Gi~~ TYCLERK --r 1¥it]U4:J
MAY R
READ AND APPROVED AS TO FORM, COMMISSION VOTE: 3-2
Pg. 2 of Res. No. 85-14-14179
Mayor Stoddard: Yea
Vice Mayor Harris: Yea
Commissioner Welsh: Nay
Commissioner Liebman: Yea
Commissioner Edmond: Nay
To:
From:
Date:
SUBJECT:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTERMOFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven J. Alexander, City Manager
May 5, 2014
South Miami
b;Ct,--
;'iUP
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, the City 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 chambers. 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. 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 #420-420M I 0-1 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
upholstered back with arms and an upholstered seat. Chair frames are in black.
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
$17,000 with the additional amount over the quotation, $337, representing a
contingency should unexpected issues arise during the seating conversion project.
An amount not to exceed $17,000 From Account No 00 I ~ 131 0~513~521 0, Supplies
with a balance of $96.00.
Resolution
Global Model #6900BLK 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 #420~420-1 0-1 to Global Industries
Sidero
Ergonomic featule:;:; M. N
INstock Sidero Model
~ 3~'Y'
6900 Annchair· Shown in Urban, Beach
Day (URIS)
2S.sW x 240 y. 3LH
Price As SlIJeked .. . .. $360
t
6900 showrl ill
Urban, Granite
Rock (UR20)
96 I Globaltotalofflce.com
Multi· purpose seating with a sculpturecllook, featuring
wide curved arms and a round tubular steel frame. Four-
legged side chairs offer a wall saver frame and stack up to
5 high on the floor. Designed by Zooey Chu.
Additional Sidero Models (normal lead time applies) Features:
6901
3rsm'
Side Chair -Shown in Silhouette.
Carn!!) (SlZ6)
2)W x 210 Yo 32H
St8ninel\t .. ..... $325
6905 Annless Counter Height Stool
with Thngsten Frame (TUN) -Shnwn in
Urban, White Sand (UR19)
21W x 210 x 10.SH
Fablic Starting At ................... $448
Leather/Mcd Startir;g At.. '" $580
6906 Barstao) -Not shown
1S.SW x 240)! t,4.5H
Fabric Starling Al" ...... $180
l.eather/Mock Staning/\\ ...... $612
Annless Side Chair with Sled Base
Shown in UI ban, white Scmtl (UR19)
21W x 24D x 32H
Fabric Starting At ................... $418
Lealher/Mock SlaningAl.. .... $550
A. FibeTgla!1s
reinforced nylon
curved arm design.
B. Wall saver leg
design.
IN stock Fabrics, Sidero
llR70
Urbar: . Be;;r;h Day IURJSJ. Granite Rock IUR20J
MULTI-PURPOSE
SIDERD
model'90t IBLK) mod.lOm IBLKI Stocked
m,d,tGWOC modeJ6905
STANDARD FEATURES
• SirlelO seating has a sculplured appearance.
leatllring wide curved arms lind a round tubulm
steel flame, with wall sa'~ constlw:::tion.
• Sidmo SCIlfJS inC/lidos side chairs ((Ums nnd
nrmlcss). available with caSters o~ with a sled
hase, r.ountcr stools and barstaols.
• Ar",s are 2 118 inches wide and luli length.
ofieiing Suppcrl 10 hlHp srabifile USCfS as tl1r.',
sit in or exit d:aifs.
• illr; gently cur"red aims Ute made from
incredibly strong fiberglass reinlorced nylon.
• The !'(Jck of ihe chait is compound curved
to provide comlolt and sup~ort in multiple
scaflng posilions. No visible back attechmeot
narflwma. Backs arc attached USing concealed
hardware only.
• Tllp. ollter back is upholslered in the same
material seleclion as the lest of Ihe e!lair
• Chairs are ·Wall Sale". Rear leos hil the
basehoard r.,slleavina dearance between the
back 01 lhe chair and the wall. savino both the
chair and the Vlalilrom damage
• legs Ilair oulto the rear to plovide addition.1
support WilpA users rock up o.,to the rear legs.
• The rugged steel frilme is tr'nde flom round
wei,!",! steel tubing 1-din.
SIDERO
• Sidcro is equipped with a polypropylene sea
shroud thol helps stobilizc chairs when Slacket
and nvoid frame immints on upholstered seals
• Sitlero catl be siaded UP 10 5 high on Ihe 1100
and 0 high all dollyI2125WS). Siools and slCI
base mojr.ls do nUl stack"
• Standard glide is a durable Black Polypropylem
foot.
\
• Fuur leggetJ chairs with Ci'J'3tctS me standard
with C82 dual wheel carpet (asters.
• Arm and armless models can be joined together
using ganging clamp model2fSO.
OPTIONAL FEATURES
• A choice 01 81ac~ (8LKI 01 Tungsten !TUN)
fillish muSi bO specified. A Chrome (CH) Irame
is ofl\ionally available, Please Spel:ily ar,d Add
S25.00.
• for chairs used on hard sur lace flootS PLEASE
SPECIfY Opaque loll White) Non·Marking
GlideslNMI.
• Steel self·leveling rubber tushioned glide is
optionally available PLEASE SPECIfY (8). add
S18.00 .
For hard sunace flooling Please Specify CSR.
with rubber co\'ered wheels.
o Available in 011 standard GLOBAl carded fabrics
with the EXCEPTION of Station IGrade 31.
OEscRIP-r-IO-N-----------FEATURE-S ------MODEln-----STANDARD Ff\6RiC GRf\DES --------
Armcho!lir
COM YardaGe: 1 25
,re;ghtC1ass:300
?~I)j::,-tWeiQn;llbs,J".25
Cubic fCCl Per Corton: 13.50
Armchair wI Caters
COM Yardage: i 2~
tfe;~~It:!.:ts3:3(lO
?roauctWcighliltlSJ:25
Cd;;c F(J~; Pe! Co::!.'·'. 13.~O
p~
JTU~
Side Chnir
COI/.Yatu::nc j 2':'
f:c"lghl CI,)~'~, 2~J
PIQCt:':1 \~'ej:lnlH:)S I 23
CII!;IC kill r:., C;;:,,)I\ ! 1.;<~l
Statks [) h"§h on fl(O~.
Stec~s 8 h:gh Cill (!cl!t
SlC:kS ~1:19hO!lflOQ'
$!,'ds a h:gh 0:'1 dOIl"I'
4
.69~O 377 ~OS 430 464 515 532 576 659 S99 J76 000 1011
690llLM
Lea tiler/Mock Lcalher
OVERAll DIMENSIONS
W D "
2S"5 33
498
SEAT DIMENSIONS
W D H
643
19.5 IB 17.5
10
759
BACK DIMENSIONS
W H
19 16
11 12 13 14
SgODe 419 ~58 4U2 517 567 505 62D 711 75t 828 933 1063
S9GOClM
teatheriMock Leather
OVERAll DIMENSIONS
W 0
255 24 -
6901 340
690llM
lealher/Moe!: lea:hlH
H
33
369
OVERAll DIMENSIONS
W D H
21
393 'is
546 691
SEAT DIMENSIONS
W D H
t9.5 18 17.5
10
478 ,D6 540 un
4Si' 607.
SEAT DIMENSIONS
W D H
195 18 17.S
807
BACK DIMENSIONS
W H
19 16
11 12 la 14
662 739 844 974
718
BACK DIMENSIONS
W H
19 16
2'
OFFice sUPPt.teS • EQUIPMENT • FURNITURE
Galloway Office Supply & Furniture Inc
10201'NW 21 Street, Miami, FL 3317
Tel: (305) 591-1616 Fax: (305) 591-5655
Quote #
Quote to:
Terms:
LINE
1
2
3
Date
4/24/2014
Quantity
96
12
Customer Order Number
CITY OF SOUTH MIAMI
6130 SUNSET DRIVE
SOUTH MIAMI,FL.33143
STATE OF FL CONTRACT# 420-420-10-1
P,TTN:STFVEN 1<tJIICI(CPM
6900BLK SIDE CHAIR W/UPHOLSTERED SEAT AND BACK.
STACKS ON A DOLLY 8 CHAIRS. LIST 377.00 DISCOUNT
61% OFF
2125WS DOLLY LIST 288.00 DISCOUNT 61% OFF
1 DELIVERY AND INSTALLATION DURING NORMAL WORK-
ING HOURS MON-FRI 8:30AM-4:30PM.
PLEASE NOTE: NO GANGING DEVICE
Project ##
Customer #
147.03
112.32
1,200.00
TOTAL
Prices will be held for 30 days but Me subject to increase hy Manufacturer. Please be advised that thiS quote may not include ;;!pplicable sales tax and use tax
Quotation
Account Rep
JORGE M
14,114.88
1,34 7.84
1,200.00
16,662.72
Quote authorized by: ___________ Accepted By: _____________ _
Title: _______ Date: _______ _
\ !
: : .. J .. \1
,,9,0£
February 27,2014
City of South Miami
6130 Sunset Drive
South Miami, FI 33143
Galloway Office Supply and Furniture, Inc. Authorized Global Dealer
Florida State Contract: 420~420-1 o~ 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.
Sincerely,
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
o Ii PA I\T H ENT ®F MANAG EMENT
rVICeS
Governor Charlie Crist
June 1,2010
Mr. Alan Brpslow
EVP Sales & Mal'keting
. Global Industries, Inc.
17 West Stow Road
Madton NJ 08053
Re: State of Florida Contract 420-420-10-1
Educational/Institutional Furniture
Dear Mr. Breslow:
Division of St,,:te Purchasing
4050 Esplanade Way. Suite 360
Tallahassee. Florida 32399·0950
Tel: 850.486.8440
Fax; 850.414·6122
\WNJ,dms.MyRorida.com
Secretary Linda H. South
This letter serves as official confirmation of you I' new contract with the State of Florida, foJ'
Educational/Institutional Furniture. Your contract is effective June 1,2010 through May 31, 2014. The
Contract Celtificatioll and executed Contract form al'e 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 OUI' State Purchasing website at .~;~luc".tjm.l.~!l{.I.t\W.!JJlliml!..l:J).a.:!lif.!in~ .~JJ.~.
Please contact me if you have difficulty accessing the website.
Now that your contract is effective, please be reminded of several immediate requirements:
Per the contmct Special Instructions, 3.13 State Objectives, you will need to submit a written response to
the five Stale Objectives within 30 days. r 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.
Pet· the contract Special Conditions, 5.28 Catalog Data, there is a MyFloridaMarketPlace (MFMP)
Electronic Cfltalog Requirement that requires you to develop an electronic catalog fOI' enablcment in
MFMP. Now that State Purchasing has finalized the strategy for your MyFlol'idaMal'ketPlace electronic
catalog, we will utilize an ordering instructions approach for this contract, meaning we will list general
ordering instl'uctiol1s 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 electl'Otlic catalog fol' you. No additional information or action is required of you 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 f!'Om this contract 011 a
monthly bas is and submit payment of a 1 % Transaction Fee on any applicable sales. YOllr mOllthly report
must be submitted on·line and your repOit and applicable fees are due by the 15 th of each month
(reporting f,)1' the previolls month). Your first report. covering the period of June 1.20 I O. through June
30.2010, will be due no later than July lS, 2009. (fyou are not familiar with the process of reporting in
MFMP, or for assistance in revising your reporting account or submitting reports, please conlact the
MFMP fee processing staff at 1·866·352·3776.01' at .t~.\;lnqI;G~sl.l.lg:'?ibnlJJ.~~r.j~JD!mlr!SgjlUm;g,Wm.
We serve those who serve Florida.
Page 2 of2
Paragraph 5.29, COlttract Sales Summary Reports, of the contract contains requirements for the
reporting of ali 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'e port for the months of
June will be due on July 15,2010. Thereafter, the next quarterly report for the months of July,
August and September will be due on October 15,2010.
In addition, paragl'aph 5.29 also requires a quarterly report as foUows: "Contractor's name,
reporting period, total dollar value purchases per quarter differentiating between eligible user
types, state agencies and political subdivisions, listing total dollar of environmentally preferred
products sales and contract sales through Certified Minority Business Enterprises."
Please note that changes to YOllr 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 Contl'act Revisions.
The COlltract 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.
r will be your point of contact for the management of this agreement, State Term Contract 420-420-1 0-1.
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 J look forward to a mutually
beneficial contractual relationship. Please contact me should you require direction or assistance.
Sillccl'ely,
1Il~!~
Mina E. Barekat
Purchasing Analyst
Department of Management Services
Division of State Purchasing
4050 Esplanade Way, Suite 360
Tallahassee, Florida 32399-0950
mi!]fl\h().l.1!JSJ!r@~.I!D~Jm)'llmi~ln!!';mn
850-488-1985
850-414-6122 fax
Attachments:
Executed Contract Certification
Executed Contract Form
One Florida Response Fonn
Quarterly Contract Summary Repolt
Contract Revision Request/Authorization Form
S("Ir PmriJ(lJilig' .050 EJpl(((/"r/, W'V" TaIM"'fJle. [,lolid(1 )2)99·0950' Trlepilolll: 850-188·8440' ['ax: 8S04f.1·6122
D EP ART MeN T @F MAN AGe MEN T
erVICeS
Governor Charlie Crist
CERTIFICATION OF CONTRACT
TITLE: Educatlonal/lnstitutional Furniture
CONTRACT NO.: 420-420-10-1
ITS 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 3239')-0950
Tel: 650.488,8440
Fa)(: 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.
(date)
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)
BioFi! 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 International (A)
Ergo Genesis LLC (A)
Fixtures Furniture (A)
Fleetwood Group, Inc. (A)
Folio! Furniture, Inc. (A)
Global industries, Inc. (A)
Greene Manufacturing, Inc. (A)
Ht\nel 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, I nco (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)
ShuttieSystem, LLC (A)
Sico America, Inc. (A)
Sis-USA, Inc. (Al
Sitmatic (A)
Smith System (A)
SouthCo, Inc. (A)
Southwest Contract (A)
Spacesaver Storage Systems, Inc. (A)
Surface Technologies, Inc. CAl
Toledo Furniture, Inc. CA)
USA Capitol, Inc. (A)
VanerumStelter (A)
VIA, Inc. (A)
VS America, Inc. (Al
7.4 Contract Signature Page
CONTRACT
This Contract, effective (data 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 32399·0960, and the entity identified
below as Contractor ("Contractor").
The Contractor responded to the Department's Invitation to Bid No. 14-420-420-M;
Educatlonaliinstitutronal 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 anI 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
• Sl)ct!on 3.0, Speciallnstructfons to Respondents
• Section 4.0, General Contract Conditions [PUR1000 (1oI06)]
• Section 2.0, General Instructions to Respondents [PUR1001 (10106)]
• Section 6.1, Price Sheet
• Section 7.0, Forms
• Any Purchase Order under the Contract
• Contractor's res pons aU-tJ.~
State of Florida, Date
Department of Management Services
By: Linda H. South, Secretary
Contractor Name: Global Industries. Inc. (Seal)
Street Address or P.O. Box: 17 West Stow Road
~~ B~ Al~n D Breslow D~e 20 April 2010
its: EVP-Sales & Marketing
Approve.1 as 10 form and legality by the Genera! Counsel's Office:
~A' ,C~ / J./lI1£-¥._/~f?u:?(-e'_
Print Name: (Acj,s/irP M Senne Date: 9ht~;;(:({)
CONTRACT
THIS AGREEMENT made and cnt«ed into this b day of M ().. Y , 2014, by and betwocn tho
City of South Miami, a Florida municipal Corporation (herei.tla.ft« referred to 88 "City") and Galloway Office
Supplies'" Fumitwe, (hereinllfter referred to as ''Ccn1raClor'').
WITNESSETH:
WIlEREAS, thcI State of Florida solicited bids, pursuant to Contract #420420..10·1, for
Educatiolllllllnstitutionlli Furnitute; and
WHEREAS, the State of Florida, after complctiJla a competitive bidding procoss. awatded II con1raCt
to Global Industries, Inc., with plII'cbasos made lhrouBh the Global Authorized DoIIIer Network, of which
~Iloway Office Supply'" Furniture is an aulhori7Jcd Global dealer; and
WHERMS. the City of South Miami desires to utilize the State of Florida contract pursuant to
EducIlliOJ»1llnstitutionaJ Furniture Contract #420-420-10-1, and plllSlWlt to authority of the City of South
Miami's own city charter.
NOW, TBER.EFORE, the City and the Contractor, each throuah theiJ lIuthorized represc:n1ativelofficial,
agree IS follows:
I. The City desires to enter into II Contract for the purchase of Educalional/lnsti1utionai
Furniture. under the same temullII1d conditions as the agreement bt:tween GloballnduSlries, Inc., and the
State of Floridl under Contract #420-420-1 0·1 with purchases madu through tho Conlrllctor who is an
authorl1.ed dealer for Globllllrldustri~ Inc.
2. Thll City bas ~Ilwed the contract lII1d agrees to the terms and conditions and further agrCQi
to the flair and rcasonablentllS of the pricing. Contractor hereby agrees to providD such !lefVices under the sarno
prico(s), terms IQ\d conditions as tho conttal;t found in the Slate of Florida Contract #420-420·10-1. a copy of
which including any amendments thcretcl. is I1tached hereto and made a part beroofby reference.
3. All references in the contract between Contnctor, Global Industries. Inc., and the State of
Florida shall be lI8Iumed to parmin to, and lIIlI bindin8 upon Contractor and the City of South Miami.
IN WITNESS WHEREOF, and as the duly authorized ~ olthe parties, the undersigned representatives
of tho pries hereto have caused this insInunent to be signed in their respective nanteS by their propilf officials lII!d
to be attested by their respective Clerks the day and year first above written. ___ --, ---.----
CITY O.!JGtrrH MIAMI
~~~~~&~~By: ~-.--.
RLwd and Approved as ro Form, Language,
I..esal it)' and Execution Thereof
Thoma Ol.fitllHys",goed by: Thomas F. PePt>
B . sF. .t~;I~~~o~;~~~;s1i::o~g; .~':o~S Y· __ . _____ .. b!la-
Thomas F. Pepo
City Attorney
~