Loading...
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 Resolution 85-14-14179 is hereby repealed and the City Manager is 15 instructed to terminate the City's contract with Galloway Office Supplies & Furniture. 16 17 Section 2.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 ~