Loading...
Agenda 11/10/2009 Item #16E 1 Agenda Item No. 16E1 November 10, 2009 Page 1 of 52 EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners awards ITB 09-5263, "Office Supplies County Wide" to Staples Contract and Commercial, Inc. in the estimated annual amount of $200,000. OBJECTIVE: To gain approval from the Board of County Commissioners to award ITB 09-5263, for office supplies to meet the needs of the various County departments. CONSIDERATIONS: Collier County has an on-going need for office supplies to support the departments' daily operations. This contract supports all departments within the County, as well as providing the opportunity for other governmental entities to utilize it for their purchases. An Invitation for Bids (lTB) was issued by the Purchasing Department on September 11, 2009. Email notices were sent to 109 firms. A total of 40 firms requested the full ITB solicitation package. Bids were opened on October 8, 2009; six firms submitted bids. After reviewing each of the submittals, three firms were ruled non-responsive. ,,,,,'-- After a thorough review of the bids offered, staff concluded that Staples is the lowest, qualified, and responsive bidder meeting the County's published specifications. Staples' price offering was approximately 6% less than the next lowest offer; and as a local vendor, Staples has approximately 300 employees from Collier and Lee counties. FISCAL IMPACT: Funds are available in each department's approved budget. GROWTH MANAGEMENT IMPACT: None, LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney's Office and does not present any legal issues. - CMG RECOMMENDATION: That the Board of County Commissioners awards ITB 09-5263 "Office Supplies County Wide" to Staples as recommended, and authorizes the Chairman to execute the standard agreement after County Attorney approval on behalf of the Board. Prepared by: Jack Curran, Purchasing Agent, Purchasing Department - Item Number: Item Summary: Meeting Date: ~ at;'"' 1 V~ "'- Agenda Item No. 16E1 November 10, 2009 Page 2 of 52 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16E1 Recommendation that the Board of County Commissioners award Bid #09-5263, Office Supplies County Wide to Staples Contract and Commercial. Inc. in the estimated annual amount of $200,000, 11/10/2009 9:00:00 AM Prepared By Jack P. Curran Administrative Services Purchasing Agent Date Purchasing 10/22/2009 7:35:08 AM Approved By Jack P. Curran Administrative Services Purchasing Agent Date Approved By Purchasing 10/22/20097:35 AM Joanne Markiewicz Administrative Services Operations Manager Date Purchasing 10/22/20097:51 AM Approved By Lyn Wood Administrative Services Purchasing Agent Date Purchasing 10/23/2009 2:27 PM Approved By Kelsey Ward Administrative Services Contract Administration Manager Date Purchasing 10/23/2009 5: 11 PM Approved By Colleen Greene County Attorney Assistant County Attorner Date County Attorney Office 10/26/2009 10:46 AM Approved By Jeff Kiatzkow County Attorney County Attorney Date County Attorney Office 10/30/2009 2:23 PM Approved By Len Golden Price Administrative Services Administrative Services A.dministrator Date Administrative Services Admin. 11/2/200910:37 AM Approved By OMS Coordinator County Manager's Office OMS Coordinator Date Office of Management & Budget 1112120094:55 PM Approved By .c.:l_.lln~\" __~_...J_'T'__.....\r_____~J-\l""'O -,...T_______l___~ If\ """("\(\("\\11':: nA"",TOrl\.T'T' AI"r'l\.TT"\A\lCt: AryJ,.,f 1 1 I II I....... f\ f\n J. <:to\. L. UJ. L. Agenda Item No. 1GE1 November 10. 2009 Page 3 of 52 Laura Davisson Mam"gement & Budget Analyst Date COU~lty Manager's Office Office of Management & Budget 11/3/20099:01 AM Approved By John A. Yonkosky Director of the Office of r-~'~anagement Date County Manager's Office OEice of fJianiigement & Budget 11/3/20099:04 AM r-::l_.(/~.\ A ----.J_'T'__.L.\rn___u.....\110 1o..T___'__hL_.. 11\ ,,",,1\1\r\\1r r'f,1\lQ,.1\....T A.'-q...~1\.TT'"'I.A\1t':"r" A"~K 11 {A I'""\ilf\r\ Co'fr~ County Agenda Item No. 16E1 November 10,2009 Page 4 of 52 Adminis.trative Sel\lices Drvision Purchasinq INVITATION TO BID Date: September 11 , 2009 From: Jack Curran, Purchasing Agent 239-252-6098, Telephone Number 239-252-6596, FAX JohnCurran@CollierGov,net, Email Address To: Prospective Vendors Subject: ITB# 09-5263-- "Office Supplies County Wide" As requested by the Collier County Board of County Commissioners, the Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E-Procurement website: www.collieraov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. Note: AIIITB responses submitted manually must be submitted as one original, and one exact duplicate copy, including any required forms. 0..:... "~~. 1; "I.... PJ:c;haSlr-lf! Dcpartrent. 330~: Tam;ami -rail Eas:. Na:1:es. ~lciija 34112. VI\vv~'.co!liergov,n~~fpi.rch35ing 09-5263 Office Supplies Revised: April 2009 Agenda item r\!o. 1 f3E1 November 10, 2009 Page 5 of 52 Invitation to Bid Table of Contents Public Notice ......."..,.,',......"...."...,',.......,.....,..."................".............,......,."........,......., .......,....3 Exhibit I: Scope of Work, Specifications and Response Fonnat..................................................4 Exhibit II: General Bid Instructions.......................,......,.,...,.,.".,.,....... .........,..,..,......",...,...."....8 Exhibit III: Standard Purchase Order Tenns and Conditions........,.......,.....,.............................. 14 Exhibit IV: Additional ITB Tenns and Conditions ...................................................................17 Attachment 1: Vendor Submittal- Vendor's Check List ....,......................................,.......,..,..,22 Attachment 2: Vendor Submittal- Bid Response Fonn...........................................................,23 Attachment 3: Vendor Submittal- Collier County Insurance and Bonding Requirements ........25 Attachment 4: Vendor Submittal - Local Vendor Preference Affidavit.....,................,.............,27 Attachment 5 : Vendor Submittal - Immigration Aftldavit....... ....,......... ............. ........... ............ 28 Attachment 6: Vendor Submittal - Non-Response Statement...........................................,.......30 09-5263 Office Supplies Revised: April 2009 2 Agenda Item No. 16E1 November 10,2009 Page 6 of 52 Public Notice Sealed bid responses for ITS #09-5263, "Office Supplies County Wide" will be received electronically or manually only at the Collier County Purchasing Department Director's Office, 3301 Tamiami Trail East, Building "G", Naples, Florida 34112 until 2:30 p.m. Collier County local time on October 8th, 2009, ITB responses received after the stated time and date will not be accepted. ITS #09-5263 "Office Supplies County Wide" A non-mandatory pre-bid conference will be held on September 23rd, 2009, commencing promptly at 10:00AM, and held at Purchasing Department Conference Room A. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department E-Procurement website: www.collierqov.netlbid. All responses to questions will be posted on the website with electronic notification to all prospective vendors, All solicitation responses must be made on the officiallTB response form included and only available for download from the Collier County Purchasing Department E-Procurement website noted herein. ITS Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals, Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Steve Carnell Steve Carnell, C.P.M, Purchasing/General Services Director Publicly posted on the Collier County Purchasing Department website: www.collieraov.netlpurchasinq and in the lobby of the Purchasing Building on September 11, 2009. 09-5263 Office Supplies Revised: April 2009 3 Agenda Item ~~o. 16E1 November 10, 2009 Page 7 of 52 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Purchasing Department (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and Specifications stated herein. 1, Brief Description of Purchase The purpose of this contract is to obtain quality office supplies on an "as needed - when needed" basis, with prompt, reliable service to all using agencies at fair and reasonable prices. The resultant contract will exclude all furniture items and technology equipment (Le., including, but not limited to printers, cables, mouse, and keyboards). These items will be procured under separate contracts. 2. Detailed Scope of Work The following minimum requirements must be met by prospective bidders and remain in effect for the duration of the contract. These requirements shall include but not be limited to: I. Vendors must have at least five (5) years experience in the furnishing and delivering of office supplies. The contract will be awarded to a sinQle vendor for all services listed herein. II. Service Requirements 1, Vendor shall provide the County with toll-free telephone and fax lines for placement of orders, customer service and tracking of orders when the web based ordering system is not available. 2. Upon award of this contract, vendor shall provide current catalogs to designated using agencies at no charge to the County. Distribution shall be the responsibility of the vendor. Catalogs shall be distributed each year a new catalog becomes available. Collier County specific catalogs may be requested on an "as needed" basis at no charge to the County, 3. Vendor shall provide a dedicated sales representative and customer service representative to the County. The representative(s) shall administer the contract and be available for making periodic visits, training sessions and meetings with the using agencies as well as the Purchasing Agent. 4, Vendor shall provide a secured Web-based online ordering system that reflects the actual pricing the County will pay for each item ordered. The vendor shall provide the ability to store an order for regular shipment. Vendor will be responsible for updating the web site to reflect unavailable or discontinued items and for on-going training of County personnel on any web-based enhancements or any other request. The County reserves the right to request a demo of the online system prior to award of any contract. 5. During the initial start up of this program, the successful vendor must be available for a minimum of five (5) full working days to visit each department individually to answer questions and monitor the complete installation of this program. 09-5263 Office Supplies Revised: April 2009 4 Agenda Item No. 16E1 November 10, 2009 Page 8 of 52 6, For any succeeding years of the contract, the vendor must be willing to hold a minimum of two (2) seminars annually to introduce new employees to the system, and to update current employees with any changes. Vendor may use a webinar program for these sessions. 7. The vendor shall provide the following computer generated usage reports in Microsoft Excel to the using Department with a combined master to the Purchasing Department: . The first report will indicate by department, and location, the type of items ordered, quantity ordered and the total cost of orders, plus a year to date quantity on a monthly basis. Both high-use items and general catalog items are to be included. This report will be required on a monthly basis. . The second report will be an overall item listing in alphabetical order by manufacturer stock number showing the number of times purchased, quantity issued and extended cost. This report will be required at the end of each quarter four (4) times a year, . The last report will be a list of products ordered by department, and location, which are manufactured from recycled materials, This report will be required on a quarterly basis. . The County reserves the right to request sample reports prior to award of any contract. III. Delivery Requirements 1. Regular service shall be made available between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, excluding County recognized holidays, The County reserves the right to modify this service to one delivery per week for all non-emergency orders, This should be based on the vendor accumulating orders received for the week and delivered on a set day example: orders received from departments Friday thru Wednesday will be delivered Thursday of each week. 2, All high-use items ordered by 4:00 p,m. shall be delivered the following business day. All other desktop items ordered out of the catalog shall be delivered within forty-eight (48) hours after receipt of order and approval by the Purchasing Agent. Special order or backordered items shall be delivered within a maximum of ten (10) business days after receipt of order and approval by the purchasing agent. The vendor agrees to stock an adequate supply of office supplies, including high-use items, to attain a ninety eight percent (98%) fill rate of high-use items and a ninety-five percent (95%) rate of catalog items. 3, There shall be no minimum order requirement. 4, Deliveries will be made available to all County buildings in the Collier County area including Everglades City, Marco Island and Immokalee. 5. Each order shall contain a packing list detailing quantity, description, unit price of the item, extended total and grand total for all items delivered. The packing slip shall also display the using agencies purchase order number, address and telephone number and vendor's order/confirmation number. 6. The vendor shall accept goods for return and/or replacement within three (3) business days after receipt of goods by using agency. 7. All delivery tickets must be signed by Collier County personnel and a copy of the ticket left at each delivery location. 8. All prices quoted in this proposal shall include shipping costs. No additional charges will be paid for shipping and handling. 9, Any items delivered in damaged condition shall be picked up and exchanged at no cost to the County. 09-5263 Office Supplies Revised: April 2009 5 Agenda Item No. 1GE1 November 10. 2009 Page 9 of 52 IV. Orderinq and Invoicinq 1. Using agencies must be able to place orders via telephone, facsimile, on-line or in person during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding County holidays. 2, Collier County may purchase items by issuance of a formal blanket Purchase Order. When ordering under this method, no order shall be processed without a Purchase Order number. 3, The County Purchase Order must appear on each invoice, If these numbers are not referenced, invoices may be returned to the vendor unpaid, Additionally, the awarded vendor must submit their invoices with the following information by line item purchasing and invoiced: · Manufacturer part number · Product description · Retail price · Discount offered to the County (expressed as a percentage of dollar figure) · Net price to the County (retail price minus discount) · Number of units purchased · Total invoice price to the County for the line item(s) purchased 4, Collier County may utilize a Collier County Visa purchasing card. This will only be used for purchases under $1,000.00. 5, Payments will be made upon receipt of a proper invoice and in compliance with Chapter 218 Florida Statutes, also known as the "Local Government Prompt Payment Act". 6. For general catalog items, the vendor shall not deliver any equivalent item as a replacement to an ordered brand name item without express written consent of the ordering agency. Excessive equivalent requests may be cause to terminate the contract. 7. In the event that the vendor is unable to furnish products/services in accordance with the terms of this contract, the County reserves the right to obtain these products/services from alternate sources. In such event, the County may deduct any increase in cost resulting from such action from the vendor's monthly invoices. 8. In the event of a bona-fide emergency, wherein immediate delivery of an order is needed and the vendor cannot meet this requirement, the County reserves the right to order from any vendor that can meet the delivery requirement. This provision will not be used to circumvent the intent of the contract. V. Pricinq Requirements Vendor shall submit to the County pricing for the approximately one hundred ninety eight (198) high use items listed in the price evaluation schedule. Prices must be submitted for all brand name core items listed with no exception. Vendors are also encouraged, but not required, to submit optional equivalent prices by manufacturer number and price; however, these items will not be used in the evaluation of the bid. Any and all prices submitted, whether required or optional for the core item list will be binding if awarded this contract. Using agencies will have the option to choose between brand name and generic equivalents. Vendors desiring to submit equivalent products for inclusion on the "Approved Equivalent List" shall submit samples to the Purchasing Department along with their bid. NOTE that the core price for manufacturer's number will be the focus of the evaluation. 09-5263 Office Supplies Revised: April 2009 6 Agenda Item No. 16E1 November 10. 2009 Page 10 of 52 Pricing for all remaining office supplies shall be submitted in the form of a discount off distributor's/manufacturer's designated list price as published in the current S.P, Richards, United Stationers, or similarly approved wholesale catalog, A copy of the distributor's or manufacturer's designated catalog price list must be submitted with the proposal response, To help evaluate the equality of the various catalogs vendors shall submit total percentage of discount off for the catalog prices. This percentage must be used in the work order scenario on the bid schedule. 3. Response Format Will Be Electronic 09-5263 Office Supplies Revised: April 2009 7 Agenda Item No. 16E 1 November 10.2009 Page 11 of 52 Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or "Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids ~ be submitted on the Bid form furnished by the County noted in Attachments 1, 2, 3, 4, and 5 of this ITB. No bid will be considered unless the Bid form is properly si~ned. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit orices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with the Bid. These samples must be submitted to the County during the bid evaluation period. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 09-5263 Office Supplies Revised: April 2009 8 Agenda Item ~~o. 16E1 November 10, 2009 Page 12 of 52 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS". Failure to indicate any exceptions shall be interpreted as the Vendors intent to fully comply with the specifications as written, Exceptions taken by the Vendor may be deemed grounds for rejection of bid response. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary, Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the originallTB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department E-Procurement website: www.collieroov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department e- procurement website: www.collierqov.netlbid. All paper bids shall be submitted to the County Purchasing Director, Collier County Government Complex, Purchasing Building "G", Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award, All bids submitted manually must be an original and one exact duplicate copy and placed in a sealed envelope, and plainly marked as follows: . The due date and time of receipt of the bids by the County Purchasing Director. . The number of the bid and the bid title. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 09-5263 Office Supplies Revised: April 2009 9 Agenda Item No. 16E 1 ~~ovember 10. 2009 Page 13 of 52 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Purchasing Agent before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.collierqov.neUbid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E-Procurement website, For general questions, please call the referenced Purchasing Agent identified in the Public Notice, 10. Protests Any actual or prospective respondent to an Invitation to Bid, who has a serious and legitimate issue with the ITB shall file a written protest with the Purchasing Director prior to the opening of the bid or the due date for acceptance of bid. All such protests must be filed with the Purchasing Director no later than 11 :00 a.m. Collier County time on the advertised date for the opening of the bid or the acceptance date for the Request for Proposals, 11. Award Criteria ITB award criteria is as follows: · All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. · Award shall be based upon the responses to all questions on the Bid Response Page(s). · Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. · Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. o It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) in accordance with the Method of Source Selection denoted in the terms and conditions in Exhibit lion the basis of: · Single Awardee, and determined by the lowest total core pricing plus the lowest net cost after percentage discount from catalog price for the total lowest bid. If Bid cannot be awarded as noted herein, the Collier County Board of County Commissioners shall make an award that best suits the needs and is in the interest of Collier County. · The contract will be in the form of a standard short form contract. Orders will be placed using the County's purchase order or purchasing card. 09-5263 Office Supplies Revised: April 2009 10 Agenda Item No. 16E1 November 10, 2009 Page 14 of 52 12. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County, Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive, Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 13. Local Vendor Preference (L VP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2008-181 establishing and adopting the Collier County Purchasing Policy. The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County purchases, A "local business" is defined as a business that has a valid Business Tax Receipt, formerly known as an Occupational License issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County quote or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business, Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their quote or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive non-local business submits the lowest price quote, and the quote submitted by one or more qualified and responsive local businesses is within ten percent (10%) of the price submitted by the non-local business, then the local business with the apparent lowest quote offer (Le, the lowest local vendor) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive vendor. In such instances, staff shall first verify if the lowest non-local vendor and the lowest local vendor are in fact qualified and responsive vendors, Next, the Purchasing Department shall determine if the lowest local vendor meets the requirements of Section 287.087 F.S. If the lowest local vendor meets the requirements of 287.087, F.S" the Purchasing Department shall invite the lowest local vendor to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local vendor submits an offer that fully matches the lowest quote from the lowest non-local vendor tendered previously, then award shall be made to the local vendor. If the lowest local vendor declines or is unable to match the lowest non local quote price(s), then award will be made to the lowest overall qualified and responsive vendor. If the lowest local vendor does not meet the requirement of Section 09-5263 Office Supplies Revised: April 2009 11 Aoenda Item No. 16E1 ~ November 10, 2009 Page 15 of 52 287,087 F.S, and the lowest non-local vendor does, award will be made to the vendor that meets the requirements of the referenced state law, Vendor must complete and submit with its quote response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Vendor to submit this Affidavit with their quote response will preclude said Vendor from being considered for local preference under this solicitation. A Vendor who misrepresents the Local Preference status of its firm in a quote submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with any of the competing vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Soard approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (wwwsunbiz.orq/search.html). A copy of the document shall be submitted with the solicitation response and the document number shall be identified, Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County, Alternate bids will not be considered unless authorized by the ITS. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Soard of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Soard. 09-5263 Office Supplies Revised: April 2009 12 Agenda Item No. 16E1 ~~ovember 10, 2009 Page 16 of 52 Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 09-5263 Office Supplies Revised: April 2009 13 Aoenda Item No. 16E1 .~ ~~ovember 10, 2009 Page 17 of 52 Exhibit III: Standard Purchase Order Terms and Conditions 1 . Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENOOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENOOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENOOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENOOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENOOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENOOR'S instruction at VENOOR'S expense. To the extent that a purchase order requires a series of performances by VENOOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to 09-5263 Office Supplies Revised: April 2009 actual receipt of the goods by the COUNTY nonetheless remain with VENOOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENOOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Oiscounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENOOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENOOR further agrees that undiscovered delivery of nonconforming goods and/or services 14 is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6, Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENOOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties, 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8, Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9, Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, 09-5263 Office Supplies Revised: April 2009 Agenda Item No. 16E1 November 10, 2009 Page 18 of 52 including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition, VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs' and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENOOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Oisabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and 15 without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENOOR shall immediately give notice thereof, including all relevant information with respects to what steps VENOOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENOOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written 09-5263 Office Supplies Revised: April 2009 p,genda Item No. 16E1 ~Jc.vember 10, 2009 Page 19 of 52 notice to the VENOOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENOOR with notice of such breach and VENOOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENOOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENOOR hereunder shall not be deemed a waiver of any subsequent default by VENOOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Oiem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Oocuments related to this Purchase Order, the terms of the Contract Oocuments shall take precedence over the terms of the Purchase Order. To the extent any terms and lor conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Oocuments, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 16 Agenda Item No. 16E1 November 10, 2009 Page 20 of 52 Exhibit IV: AdditionallTB Terms and Conditions 1. Contract Term The contract term, if an award(s) is/are made is intended to be One (1) year with three (3) one (1) year renewal options, Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Purchasing Director. Price adjustments are dependent upon budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 2. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 3. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution, 4. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51 % or more of the solicitation amount for said work. 6. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe, The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 7, Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 09-5263 Office Supplies Revised: April 2009 17 8. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations, Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Agenda Item No. 1oE1 i\Jovember 10, 2009 Page 21 of 52 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. 9, Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 10. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITS documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431,252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477, 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. 09-5263 Office Supplies Revised: April 2009 18 12. Prohibition of Gifts to County Employees Agenda Item ~\!o. 16E1 November 10, 2009 Page 22 of 52 No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 13, Invoice and Payments Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: · Purchase Order Number · Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners A TTN: Accounts Payable PO Box 41 3016 Naples, Florida 34112 Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: · Traditional - payment by check, wire transfer or other cash equivalent. · Standard - payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and MasterCard Merchant Rules), The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests shall be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 _ September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Invoices shall not reflect sales tax, After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount 09-5263 Office Supplies Revised: April 2009 19 p,ger:da Item r\!o. 16E 1 November 10, 2009 . Paae 23 of 52 of any payment for work not performed or for unsatisfactory performance of Contractual ~ requirements. 14, Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Attachment 3 of this solicitation, The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County," The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Attachment 3, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy, 09-5263 Office Supplies Revised: April 2009 20 Agenda Item No. 16E1 November 10. 2009 . h V d t . t . th . ( ) . d h. ,Pi3ge 24 of 52 Should at any time teen or no main aln e Insurance coverage s require ereln, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor, The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts, 15, Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four (24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Purchasing Department website: www.collierQov.net/purchasino. On the left hand side of the menu, click on CC Technical Requirements, If this document is not submitted with your bid response, your bid response may be deemed non-responsive, 16, Background Checks Vendors shall be responsible for the costs of providing background checks for all employees that will provide services to the County under this contract. These background checks include: the checking of Federal, State, and Local law enforcement records, a State and FBI fingerprint check, credit reports, education, residence, employment verifications, and other related records required in this solicitation, The results of these checks will be kept on file by the Collier County Security Section for a period of five (5) years 1 7. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 18. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 09-5263 Office Supplies Revised: April 2009 21 Aaenda Item No. 16E1 ~ November 10, 2009 Page 25 of 52 Attachment 1: Vendor Submittal - Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2, The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10, Immigration Affidavit. 11, Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Center Purchasing Building 3301 East Tamiami Trail Naples, Florida 34112 13. The mailing envelope must be sealed and marked with: . Bid Number; . Bid Title; · Opening Date 14. The bid will be mailed or delivered in time to be received no later than the specified openinq date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature & Title Date 09-5263 Office Supplies Revised: April 2009 22 Agenda Item No. 16E1 November 10, 2009 Page 26 of 52 Attachment 2: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: BID No. 09-5263, "Office Supplies" Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud, The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: * * * SEE FOllOWING PAGES * * * Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered, Prompt Payment Terms: % Days; Net _ Days Bid Response Form is electronic. Please input your prices online. REMINDER: Core Items Spreadsheet & % work sheet must be uploaded with other reauired documents, Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. 09-5263 Office Supplies Revised: April 2009 23 Agenda Item No. 16E1 ~~ovember 10, 2009 Page 27 of 52 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this ,2009 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Telephone Number FAX Number Check one of the following: Signature / Title Type Name of Signature Date day of D Sole Proprietorship D Corp or P.A. State of D Limited Partnership D General Partnership **************************************************************************************************** Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address 09-5263 Office Supplies Revised: April 2009 24 Agenda Item No. 16E1 November 10, 2009 Page 28 of 52 Attachment 3: Vendor Submittal - Collier County Insurance and Bonding Requirements Insurance I Bond Type 1. lZ::J Worker's Compensation 2. lZ::J Employer's Liability 3. lZ::J Commercial General Liability (Occurrence Form) patterned after the current ISO form 4. lZ::J Indemnification 4, x Automobile Liability Required limits Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements $500.000. single limit per occurrence Bodily Injury and Property Damage $500,000.single limit per occurrence To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. $ 500,000. Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. 0 Other insurance as 0 Watercraft noted: 6. 0 Bid bond 09-5263 Office Supplies Revised: April 2009 $ Per Occurrence o United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. . $ Per Occurrence o Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence o Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. o Pollution $ $ Per Occurrence Per Occurrence D Professional Liability $ · $ 500,000 each claim and in the aggregate · $1,000,000 each claim and in the aggregate · $2,000,000 each claim and in the aggregate Per Occurrence o Project Professional Liability $ $ Per Occurrence o Valuable Papers Insurance Per Occurrence Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and 25 7. 0 Performance and Payment Bonds insured by the Federal Oeposit Insurance Corporation. For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount. the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. ,A.oenda Item No. 16E1 ~ November 10. 2009 Page 29 of 52 8. k8J Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. k8J Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. k8J Collier County Board of County Commissioners shall be named as the Certificate Holder and the certificate must read "For any and all work performed on behalf of Collier County. NOTE: The "Certificate" should read as follows: · For any and all work performed on behalf of Collier County, · Collier County Board of County Commissioners, Naples, Florida No County Division, Department or individual name should appear on the Certificate. 11. k8J Thirty (30) Days Cancellation Notice required, Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Oate Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 09-5263 Office Supplies Revised: April 2009 26 Cottr County Agenda Item No. 16E1 November 10, 2009 Page 30 of 52 pdmnistrative Services Division =>urchasing Attachment 4: Vendor Submittal - Local Vendor Preference Affidavit ITB: 09-5263 (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) o Collier County o Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in DCollier County or 0 Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in 0 Collier County or 0 Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Oate: Signature: Title: STATE OF FLORIDA o COLLIER COUNTY o LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this of , 20_. Oay Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) 09-5263 Office Supplies Revised: April 2009 27 Agenda Item No. 16E1 November 10, 2009 Page 31 of 52 Co~:'" CoUl1-ty -~ A,dministrathle Services DIvision :::>ur:ha sin,;) Attachment 5: Vendor Submittal - Immigration Affidavit ITS # :09.5263 Title: Office Supplies This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Sid (ITS's) and Request for Proposals (RFP) submittals. Failure to include this Affidavit with proposal will delay in the consideration and reviewing of vendor's proposals and could result in the vendor's proposal being deemed non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U,S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to abide by Collier County Employment Eligibility Verification System requirements regarding this solicitation. Company Name Print Name Signature Title Date State of County of The foregoing instrument was signed and acknowledged before me this 20_, by day of who has produced (Print or Type Name) as identification. (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration 09-5263 Office Supplies Revised: April 2009 28 Agenda Item No. 16E1 November 10, 2009 Page 32 of 52 The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Collier County reserves the right, at any time, to request supporting documentation as evidence of the vendor's compliance with this sworn affidavit. 09-5263 Office Supplies Revised: April 2009 29 P.,genda Item No. 16E 1 November 10, 2009 Page 33 of 52 Attachment 6: Vendor Submittal - Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive, Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITS, If your firm is not responding to this ITS, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Purchasing Agent listed on the first page or mail to: Collier County Purchasing Department, 3301 Tamiami Trail East, Naples, Florida 3411 2. We are not responding to this ITS for the following reason{s): ITS # 09-5263 D Services requested not available through our company. D Our firm could not meet specifications/scope of work. D Specifications/scope of work not clearly understood (too vague, rigid, etc,) D Project is too small. D Insufficient time allowed for preparation of response. D Incorrect address used. Please correct mailing address: D Other reason( s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature / Title Type Name of Signature Date: 09-5263 Office Supplies Revised: April 2009 30 Collier County Office Supply Bid Tabulation 09-5263 Agenda Item NO.1 tit: 1 r--Jovember 1 n ?O~ ~~,moer omouc}' nt: 119 Numtf~g&:D~IQ,tJ~ ids: 40 Total Proposals Submitted: 6 Item Number Item 10 Item Description Unit of # of Items Ordered County's 10 Measure (10/1/089 -7/31/09) Month Total $'s 1 CEB8511 Total PPR.CPY.20#.92B.L TR,WE RM 10.603 $ 40.114.80 2 CEB8511 RCY Total PPR.CPY,L TR.30%.RCY RM 3.283 $ 11.566.44 3 HEWC8767WN Total INK CTRG.#96,21 ML,BK EA 359 $ 5.58752 4 HAM86700 Total PPR.GRT WE,L TR.20#.RCY RM 1.401 $ 4,826.64 5 HAM162008 Total PPR CPY,TIDAL,MP.L TR. WE RM 737 $ 4.75365 6 HEWC9363WN TOlal INK CTRG.#97.TRICLR.14ML EA 256 $ 4.462.67 7 CNP52708 Total PPR ROLL,THRML,3".24ICT CT 83 $ 3,626.27 8 CEB20164 Total FRAME,PICT,EXEC.L TRBK/MY EA 366 $ 2,953.62 9 SEB791403 Tolal TONER CTRG.LJ 1012 EA 75 $ 2.708.39 10 HEWCC364A Total HP TONER P4014 P4015 P451 EA 29 $ 2.609.84 11 HEWQ5942X Total PRINT CTRG,LSR JT,Q5942X EA 19 $ 2.482.88 12 AAASTAMPSINK Total SPEC ORDER.STAMP.PRNK [Add #1 Removed Ilem) LT 80 $ 2A3604 13 HEWC6656AN Total TONER CTRG,INKJT,BK EA 202 $ 2,194.72 14 HEWQ6470A Total PRINT CTRG.LSRJT.3600,BK EA 26 $ 2,02363 15 HEWQ5942A Totai PRINT CTRG,LSR JT.Q5942A EA 21 $ 1,95330 16 CEB20217 Total PPR ROLL,THRML,3 1/8"X230 CT 23 $ 1,911.53 17 HEWC9731A Total TONER CTRG.SMRT.LJ5500.CN EA 10 $ 1,835.80 18 SMDET2150C Total FLDR.DT.MLA.ET.STR.LGL BX 115 $ 1,826.70 19 HEWC6578DN Total PRINT CTRG,DJ970.TRICLR EA 94 $ 1,648.40 20 HEWC9732A Total TONER CTRG.SMRT,CJ5500.YW EA 8 $ 1.476.40 21 HEWC9720A Total PRINT CTRG,LJ 4600,BK EA 16 $ 1.465.80 22 XER 113ROO 726 Total TONER.HI CAP PH 6180.BK EA 14 $ 1.442.61 23 HEWQ5950A Total PRINT CTRG,LSRJT,4700.BK EA 13 $ 1,346.68 24 HEW51645A Total PRINT CTRG.F/1600C,BK,EA EA 84 $ 1,334.76 25 XER113R00722 Total TONER.STD CAP PH 6180,BK EA 17 $ 1,326.00 26 AVE5160 Total LBL,LASRADD.2.518X1,3M BX 77 $ 1.316.84 27 HEWC7115A Total TONER CTRG.1200/1220 EA 36 $ 1.312.80 28 HEW02612A Total TONER CTRG.LJ 1012 EA 31 $ 1,28566 29 CEBSV8511 CL Total SIGN HLDRWALL,8.5 EA 212 $ 1.265.64 30 HEWC6657AN Total TONER CTRG,INKJT.TRICLR EA 72 $ 1.256.69 31 HEWCB435A Total CTRG.TONERHP.P1006 EA 34 $ 1.240.46 32 MMM8452 Total TAPE.BOOK.2"X15YD,CL RL 340 $ 1,181.40 33 XER113R00725 Total TONER,HI CAP PH 6180,YW EA 11 $ 1,169.61 34 SEB791250 Total PRINT CTRG,LASR.HY,FI1150 EA 16 $ 1,166.72 35 XER113R00723 Total TONER. HI CAP PH 6180.CYN EA 11 $ 1,159.47 36 XER113R00724 Total TONER. HI CAP PH 6180.MA EA 11 $ 1,159.47 37 HEWC9733A Total TONER CTRG.SMRT,CJ5500.MA EA 6 $ 1,09760 38 HEWC8766WN Total INK CTRG,#95.7ML,TRICLR EA 85 $ 1,059.77 39 HEWC9351AN Total CTRG.INKJT.HP21.BLACK,US EA 143 $ 1.023.88 40 HEWQ6473A Total PRINT CTRG,LSRJT.3600.MA EA 13 $ 1.009.53 41 HEWC9721A Total PRINT CTRG.LJ 4600,CN EA 8 $ 1.003.48 42 HEWC8765WN Total INK CTRG,#94, 11 ML,BK EA 87 $ 950.30 43 MMMDL951 Total LAMNT CTRG RFL.FT/BK EA 32 $ 930.60 44 HEW05942XD Total PRINT CTRG,LSR JT.05942X EA 4 $ 928.92 45 HEWC9730A Total TONER CTRG.SMRT.CJ5500,BK EA 7 $ 917.47 46 HEWC8061X Total TONER CTRG.LASR,HP4100 EA 12 $ 907.76 47 HAM163120 Total PPRCPY.20#,L TR.XPRS PACK CT 22 $ 90508 48 MMMMA220MB Total ARMMNTRDUAL,DSK MNT.ESY EA 4 $ 896.96 49 HEW05952A Total PRINT CTRG.LSRJT,4700.YW EA 6 $ 888.15 50 HEWQ6472A Total PRINT CTRG,LSRJT.3600,YW EA 11 $ 859.35 51 XER113R00719 Total TONERSm CAP PH 6180,CYN EA 11 $ 85800 52 HEW05949A Total PRINT CTRG,LSR JT.HP EA 20 $ 837.00 53 HEWC9364WN Total INK CTRG.HP 98.BK EA 75 $ 802.38 54 EVE522FP4 Total BA TTERY.9V,ALK.ENGZR,4IPK PK 74 $ 799.16 55 XER6R884 Total TONER CTRG.CPY.XER3050 EA 4 $ 780.00 56 CEB1117 Total PPR.CPY.20#,92B, 11 X17,WE RM 46 $ 757.62 57 SAN1742663 Total PEN.SHARPIE.POROUS,BLACK DZ 72 $ 748.08 58 HEW05953A Total PRINT CTRG.LSRJT.4700,MA EA 5 $ 736.24 59 HEWQ5951A Total PRINT CTRG.LSRJT.4700,CN EA 5 $ 728.47 60 XER113R00721 Total TONER.Sm CAP PH 6180,YW EA 9 $ 702.00 61 HEW112103 Total PAPER. OU ICKPK. 20#, 2500/SH CT 20 $ 698.40 62 DURMN1300 Total BA TTERY.CPRTP.D, 12PK PK 43 $ 693.59 63 SMDC5025A2D Total F LDR PB, 6SEC.2/5. LG L.RD BX 28 $ 681.59 64 QRT3640TE Total EASEL, TOTRSE, REV.6X4, NL EA 2 $ 659.06 65 HEWC4096A Total TONER CTRG.LASR.HP21 00 EA 11 $ 647.94 66 HEWCC530A Total TONER CTRG.F/ HPCP2025,BK EA 7 $ 643,87 67 SEB791337 Total PRINT CTRG.LSE JT EA 17 $ 626.72 68 HEWC9723A Total PRINT CTRG.LJ 4600,MA EA 5 $ 624.76 69 CEB03423 Total FLDRMLA 1/3,L TR, 1 CIBX BX 63 $ 621.60 70 HEW06000A Total CARTRIDGE.LJ2600,BK EA 13 $ 574.53 71 HEWC9352AN Total CARTRIDGE.INK. HP22. TRICOL EA 63 $ 565.93 Collier County Office Supply Bid Tabulation 09.5263 .A.genda Item I\JO. -: tic 1 Noveml)er 1 n ?O~ 8umber oft.lolTct's- pnt: 119 Num~fbTDiiwhli;~6.;a ids 40 Total Proposals Submitted: 6 Item Number Item ID Item Description Unit of # of Items Ordered County.s 10 Measure (10/1/089.7/31/09) Month Total $'s 72 HEWC6615DN Total PRINT CTRG.DJ81 OCI812C,BK EA 37 $ 550.04 73 HEWQ5949X Total PRINT CTRG.LSR JET,Q5949X EA 7 $ 547.04 74 NUD38011 Total SIGN HLDRWALL.8.5"Xll" EA 55 $ 546.15 75 XER113R00720 Total TONER.Sm CAP PH 6180.MA EA 7 $ 546.00 76 MMM65336VAD90 Total NOTE,PST IT.SLF STK.PADS PK 58 $ 545.25 77 DURMX2400BKD Total BATIERY,UL TRA,AAA,BULK PK BX 24 $ 533.52 78 STP720506 Total AIR DUSTERl OOZ,2PK PK 79 $ 53005 79 SEB791356 Tolal TONER CTRG.RMFG,LASRHIYD EA 8 $ 52784 80 EXP140821 DP Total CAL,DESK PAD.12MO,2009 EA 154 $ 52206 81 HEWCB436A Total CTRG.TONER P1505 P1505N EA 12 $ 51138 82 HEWQ7581A Total PRINT CTRG,LSRJT,3800,CN EA 5 $ 50130 83 SEB791276 Total TONER CTRG.RMFG,4700.BK EA 6 $ 493.26 84 DURMN908 Total BATIERY.6V.ALK EA 91 $ 493.22 85 ESS9300R Total BOOK.RECD,300PG,BKRD EA 7 $ 489,48 86 CEBIJ78R Total PRINT CTRG.DJ970,TRICLR EA 33 $ 489.06 87 HEWQ6003A Total CARTRIDGE.U2600.MA EA 10 $ 477.72 88 QRT300TE Total EASEL. TOTERSE,REV,NL EA 2 $ 475.76 89 CEB8511 RCY50 Total PPR CPY, EARTHSVR, L TR RCY RM 132 $ 472.56 90 SEB791277 Total TONER CTRG.RMFG,4700.CYAN EA 4 $ 466.76 91 AGB20376 Total BNDREV.D-RING.1IN,WE EA 165 $ 463.65 92 BRTDR400 Total DRUM UNIT,F/PPF4750 EA 6 $ 460.76 93 HEWQ7551A Total CRTG, PRINTQ7551 A,SMRT. BK EA 6 $ 459.34 94 CEB8514 Total PPRCPY .20#,92B, LGL, WE RM 66 $ 458.94 95 TST36500 Total PPRBOND. ENG.36X500 CT 8 $ 455.92 96 BLKF6C550AVR Total UPS,550VA.oFFICE SERIES EA 14 $ 453.18 97 HAM103283 Total PPR,CPY.24#,L TRWE RM 46 $ 448.96 98 CEB96205 Total LAMNT POUCH,L TR3ML,CL.1C BX 21 $ 447.09 99 CEB74804 Total CART.UTIL.3SHLF,PL EA 3 $ 443.13 100 HEWCC531A Total TONER CTRG,F! HPCP2025CN EA 5 $ 437.56 101 HEWC4154A Total TRANSFER KT.FIHP8500 EA 2 $ 436.08 102 HEWQ6511A Total CTRG,PRINT.LSR JT.Q6511A EA 6 $ 432 00 103 HAM86704 Total PPRGRT WE.LG1.20#.RCY RM 93 $ 431.52 104 CRD12132 Total BNDREASYOPEN.2" l1X17,BK EA 24 $ 430.56 105 CAN7833A001AA Total TONER CTRG.ICD320!340 EA 4 $ 426,40 106 AVE11447 Total INDEX MAKER,3H.8TB,25IBX IBX 7 $ 423.99 107 SONICDMX20 Total RECORDER.DICTATION EA 4 $ 42112 108 SEB791249 Total TONER CTRG,LASRJT.Q1339A EA 4 $ 421.00 109 HEWQ7516A Total PRINT CTRG.LSRJT5200.BK EA 4 $ 414.96 110 FEL3246001 Total SHREDDER MICRO BKSR EA 2 $ 413.00 111 HEW51626A Total PRINT CTRG.DESKJT.BK EA 24 $ 412.38 112 DURMN24RT16ZX Totai BATIERY.ALKA.AAA,16iPK PK 46 $ 412.22 1'3 AVE11443 Total INDEX MAKER5TB,251BX BX 8 $ 408.00 114 HEWC6578AN Total PRINT CTRG,FIDJ970.TRI-C lEA '.4 $ 398.90 115 HEWCC533A Total TONER CTRG,FI HPCP2025.MA EA 5 $ 395.91 116 HEWQ6471A Total PRINT CTRG.LSRJT,3600.CN EA 5 $ 392.13 117 CEBIJ45R Total PRINT CTRG,FI1600C,BK.EA EA 29 $ 386.57 118 HEWQ2670A Total TONER CTRG.U3500/3700BK EA 5 $ 380.92 119 HEWCC641WN Total INKCART,HP 60XL,BK EA 20 $ 378.88 120 HEWQ2613A Total TONER CTRG.F/U1300 EA ~ $ 373.50 121 HEWC9722A Total PRINT CTRG.U 4600.YW EA 3 $ 372.28 122 HEWCC644WN Total INKCART,HP 60XL,COL EA 16 $ 370.72 123 TOP74880 Total PAD.LGL RL.8.5Xl1.75,WE DZ 21 $ 365.36 124 HAM86750 Total PPRLDGR,20#.92BRCY RM 50 $ 364.00 125 A VE5366 Total LBL.LASR,FFLDR.WE,15C/BX BX 21 $ 362.94 126 OKI41963003 Total TONER CTRG.C730017500.CN EA 3 $ 360 27 127 CEB82123 Total DESK PAD20X36.CL EA 24 $ :,56 64 128 CEB10619 Total CASH.DRW.W,TRAY EA 4 $ 353 92 129 FEL5215901 Total MACHINE,LAMVENUS. VL 125 EA 2 $ 350 96 130 FEL3312501 Total SHREDDERC-120CI.SRIBK EA 1 $ 350.61 131 SEB791334 Total TONER CTRG.RMFG,4700,MA EA 3 $ 350.07 132 SEB791336 Total TONER CTRG.RMFG,4700.YW EA 3 $ 350.07 133 AVE01330 Total iNDEX.LGL.ST,LG1.25L TS ST 100 $ 346.00 134 XER3R2047 Total I PPR,CPY.20#.92B,L TR,WE RM 41 $ 344.81 135 HEWC9701A Total TONER CTRG.SMRT.LJ2500.CN EA 6 $ 344.80 136 HAM1620 16 Total PPRCPYLGL,WE RM 4 $ 342,40 137 BRTTZ231 Total TAPE.EMBS,l/2".BK/INE EA 46 $ 34086 138 CAN1491A002 Total TONER CTRG. PC770, E40 EA 5 $ 339.20 139 AVE79803 Total BNDRDRNG,3",NY EA 35 $ 338 AO 140 HEWQ6001A Total CARTRIDGE.LJ2600.CYN EA 7 $ 338.10 141 HEWQ6002A Total CARTRIDGE. LJ2600. YW EA 7 $ 335 79 142 HEWC9361WN Total CRTDG,INK.HP 93,TRI-COLOR EA 32 $ 334.32 143 HEWCC532A Total TONER CTRG.FI HPCP2025.YW EA 4 $ 333.38 144 AVE5163 Total LBL,LASR.ADD.2X4.1 M BX 19 $ 332.30 145 BRTOP4CL Total BROTHER OPC BELT FOR MFC- EA 1 $ 327.60 146 SEB791221 Total TONER CTRG,RMFG.HP92298A EA 6 $ 326.58 147 HEWHPC8511 Total PPRCPY. L TR,WE RM 40 $ 326,40 148 DYM45013 Total T APE.EMBS4500,lI2".BK/WE EA 44 $ 323.31 149 HEWCC364X Total HPTONER P4015 P4515 EA 2 $ 322.69 150 MEM09087 Total DRIVE,TRAVEL,4GB. USB EA 32 $ 319.04 151 AVE11169 Total INDEX.RDY.NMBR 1-10.AST BX 8 $ 31736 152 FEL00789 Total BOX.QUICKfSTOR,WE.12ICT CT 12 $ 316.32 153 EVEE91SF24 Total BATIERY.AA.PREM,24PK ::IK 21 $ 312.02 154 BRTPT2710 Total LBLMAKE R,ELCTRNC, PT271 0 "A 4 $ 311.92 155 HEWQ1338D Tolal TONER CTRG.LJ4200.BK.2/PK ?K 21$ 307.52 2 Collier County Office Supply Bid Tabulation 09-5263 Agenda Item NO.1 bt:: 1 NoVember! ?Om &\!.mcer J offcll nt: 119 Num~lli? lQ,be'iJ ids 40 Total Proposals Submitted: 6 Item Number Item 10 Item Description Unit of # of Items Ordered County's 10 Measure (10/1/089 -7131(09) Month Total $'s 156 DURMN1500BKD Total BATTERY, COPPRTP,AA.24/BX BX 14 $ 307.D2 157 SMD1536GB Total FILE PKT,LGL.5.25 BX 5 $ 306,15 158 HAM102541 Total PPR.CPY,28#.100B,11X17.WE RM 10 $ 305.40 159 CEBST8511CL Total SIGN HLDR.STDUP,8.5 EA 56 $ 305.20 160 MMMPF190 Total FIL TER.PRVCY.19" NTBK EA 5 $ 304.26 161 SEB791398 Total PRINT CTRG.LASR.F/2400,BK EA 5 $ 303.25 162 HEWC9362WN Total CRTDG.INK.HP 92,BK EA 42 $ 300.72 163 HEWQ2673A Total TONER CTRG,LJ3500,MA EA 4 $ 299,76 164 HEWC8061A Total TONER CTRG,LASR EA 5 $ 298,90 165 EVEE91SBP36H Total BATTERY.AA.36/PK PK 15 $ 296,52 166 FA0225AN Total FIRST AID KT.50PRSN.BULK EA 16 $ 295.68 167 CEBM82XR Total TONER CTRG,LASRJT8100,HY EA 2 $ 295.62 168 XER3R11545 Total PPRCPY.28#.96B,85Xl1,WE RM 25 $ 295.50 169 BRTLC51 BK Total INK,CTRG,BK EA 31 $ 29488 170 MMMLS960VAD Total LAMINATOR. HEAT FREE.BKSR PK 2 $ 292.98 171 SEB791197 Total TONER CTRG,RMFG.HP8100,BK EA 3 $ 292.20 172 DYM30251 Total LBL.ADRS, WE, 130RL, 2RUBX BX 60 $ 289.95 173 IMN18385 Total DRIVE,USB 2.0.4GB EA 17 $ 289.22 174 AVE5889 Total CARD, LASR,POSTCD, CLR.80PK PK 26 $ 288.08 175 CEB20211 Total PPR ROLL,CSHRG.3"X150'.WE RL 200 $ 288.00 176 RUB29571 Total W ASTEBSKT, RECT,20"H,BK EA 35 $ 286,65 177 EXP51222 Total PCL.WD,GOLF.3.5 GR 51 $ 286,62 178 CAN3711A001AA Total TONER CTRG,FILE PRINT 400 EA 2 $ 286,00 179 BRTTN430 Total TONER CTRG.PPF4750.3M PG EA 11 $ 283.14 180 HEW51631 E Total PPR.INKJT,36"X150' RL 10 $ 282.80 181 SMD24950 Total FILE JACKET.2" EXP,LGL.50 BX 14 $ 282.50 182 OKI41963004 Total TONER CTRG.C7300/7500.BK EA 4 $ 2BO.80 183 HEWC8727AN Total PRINT CTRG,INKJT,BK EA 30 $ 280,60 184 MMMDL 1001 Total LAMNT CTRG RFL.FRNTiBACK EA 6 $ 275,98 185 AVE11992 Total INDEX MAKER.CLR LBL.25/BX BX 5 $ 272.70 1B6 CEBIJ96R Total INK CTRG.#96,21 ML,BK EA 20 $ 267.20 187 DPS0027X Total TONER CTRG,HY,HP4000 EA 4 $ 263.92 188 L TH1500E Total TIME RECORDER ELECTRONIC EA 2 $ 261.30 189 STP490935 Total PPR.PASTEL,8,5X11,RCY,PK RM 21 $ 260.56 190 EVEA92BP12H Total BA TTERY,ALK. GOLD,AAA, 12PK PK 41 $ 260.17 191 TC010700 Total TAPE. CAUTION.3"Xl 000' EA 22 $ 256.96 192 CEB5B947 Total PANEL.CORK.12X12.ADH,4PK PK 30 $ 256.80 193 SMDL 1375GL Total WALLET, EXP,5.25" .ELAS, LGL BX 6 $ 256.02 194 SMD14030 Total FLDRPB,6SEC,LTR,BE.l0IBX BX 11 $ 255.31 195 HAM122549 Total PPR.ML TPURP,CVR.60#,L TR PK 3 $ 233.82 196 CE803285 Total PPR ROLL.CRBNLS.3"X90',WE CT 2 $ 164.22 197 PAC63000 Total PPRKFT. RNBW ,36X1 000, WE RL 2 $ B6.20 19B CEB03284 Total PPR ROLL.3"X90'.2PL Y,SOCT CT 1 $ B4.35 22,709 $ 197.595.53 Bids opened by: Jack Curran Witnessed by: Joanne Markiewicz 3 Collier County Office Supply Bid Tabulation 09.5263 Agen(ja Item No.1 bt.l r'-lovemhAr 10 ?OQ9 ...NUriib.er o.J~otrc.es,:sc;nt: 119 NJ;;~fb'FDGWnlQ,be'a.g'ds 40 Total Proposals Submitted: 6 Item Number Average Price Paid by County Staples Office Depot Marco Office Supplies Per UOM 1 $ 3.78 2.99 $ 3.23 $ 2.90 2 $ 3.52 3.72 $ 3.49 $ 3.45 3 $ 15.56 1988 $ 31.67 $ 26.50 4 $ 3.45 3.80 $ 3.94 $ 4.50 5 $ 6.45 3.48 $ 3.51 $ 3.70 6 $ 17.43 22.24 $ 35.43 $ 31.95 7 $ 43.69 36.08 $ 55.59 $ 29.95 8 $ 8.07 1014 $ 5.23 $ 8.95 9 $ 36.11 4496 $ 31.56 $ 2500 10 $ 89.99 116.91 $ 168.77 $ 134.00 11 $ 130.68 170.36 $ 232.00 $ 201.50 I:' $ 3045 0.00 $0.00 $0.00 13 $ 10.86 14.04 $ 22.37 $ 18.75 14 $ 77.83 99.91 $ 144.22 $ 118.95 15 $ 93.01 112.58 $ 153.32 $ 128.95 16 $ 83.11 54.78 $ 1449 $ 45.00 17 $ 183.58 237.95 $ 324.05 $ 279.00 18 $ 15.88 20.27 $ 15.45 $ 15.95 19 $ 17.54 22.24 $ 35.43 $ 29.95 20 $ 184.55 237.95 $ 324.05 $ 280.00 21 $ 9161 117.40 $ 159.89 $ 138.00 22 $ 103.04 130.83 $ 224.32 $ 182.00 23 $ 103.59 13423 $ 193.77 $ 15900 24 $ 15.89 20.53 $ 32.71 $ 2800 25 $ 7800 62.23 $ 106.70 $ 81.95 26 $ 1710 21.63 $ 23.74 $ 19.90 27 $ 36.47 46.99 $ 63.02 $ 56.90 28 S 41.47 52.89 $ 72.04 $ 60.50 29 $ 5.97 7.50 $ 1.20 S 5.95 30 $ .,7.45 22.24 $ 35.43 $ 29.95 31 $ 36.48 46.02 $ 66.43 $ 55.95 32 $ 3.47 4.59 $ 4.57 $ 3.75 33 $ 106.33 134.75 $ 231.04 $ 188.00 34 $ 72.92 95.69 $ 6376 $ 49.00 35 $ 105.41 134.75 S 231.04 $ 189.00 36 $ 105.41 13475 S 231.04 $ 189.00 37 $ 182.93 237.95 $ 324.05 $ 280.00 38 $ 12.47 16.11 $ 25.67 $ 2225 39 $ 7.16 900 $ 14.33 $ 1200 40 $ 7766 99.57 $ 143.74 $ 118.00 41 S 125.44 158.60 $ 21599 $ 188.00 42 $ 10.92 1404 S 22.37 $ 18.95 43 $ 29.08 37.50 $ 55.33 $ 35.00 44 $ 232.23 306.90 $ 221.51 $ 342.00 45 $ 131.07 '69.73 $ 231.13 $ 200 00 46 $ 7565 96.76 $ 131.77 $ 11200 47 $ 41.14 18.47 $ 3007 $ 2200 48 S 224.24 289.09 $ 245.84 $ 250.00 49 $ 14803 190.86 $ 27551 $ 225.00 50 $ 78.12 99,57 S 143.74 $ 117.00 51 $ 78.00 62.23 $ 10670 $ 86.50 52 $ 41.85 53.89 $ 73.39 $ 6395 53 $ 10.70 1404 S 22.37 $ 19.95 54 $ 10.80 11 53 $ 9.40 $ 10.95 55 $ 195.00 147.00 $ 162.02 $ 119.00 56 $ 16.47 7.32 $ 738 S 7.50 57 $ 10.39 13.05 $ 1317 $ 11.95 58 $ 147.25 190.86 $ 2755' $ 225.00 59 S 145.69 19086 $ 275.5~ $ 225.00 60 $ 78.00 62.23 $ 10670 $ 86.95 61 $ 34,92 19.32 $ 18.41 S 23.00 62 $ 16.13 20.26 $ 10.24 S 8.95 63 $ 2434 31 16 S 145 $ 23.95 64 $ 329.53 4'4.02 S 399.98 $ 350.00 65 $ 58.90 75.63 S 10307 $ 86.00 66 $ 9198 83.68 $ 120.80 $ 95.95 67 $ 36.87 45.81 $ 12.90 $ 39.95 68 $ 124.95 158.60 $ 215.99 $ 185.00 69 $ 9.87 1261 $ 6.35 S 4.50 70 $ 44.19 57.10 $ 7777 S 67.95 71 $ 898 11.44 $ 18.22 $ 15.50 5 Collier County Office Supply Bid Tabulation 09-5263 Agenda Item NO.1 bt: 1 NovembAr 1 n ?ong ~9,m"ber i:fNo!icp~nt: 119 Num~95f~IQ,ljee"'ids 40 T olal Proposals Submitted: 6 Item Number Average Price Paid by County Staples OffIce Depot Marco Office Supplies Per UOM 72 $ 14.87 1940 $ 30.90 $ 26.95 73 $ 78.15 98.92 $ 134.71 $ 116.95 74 $ 9.93 748 $ 1.20 $ 725 75 $ 78.00 62.23 $ 106.70 $ 86.95 76 $ 940 12.24 $ 8.37 $ 9.95 77 $ 22.23 27.93 $ 8.20 $ 14.95 78 $ 6.71 8.35 $ 6.37 $ 6.95 79 $ 6598 82.24 $ 41.61 $ 45.00 80 $ 3.39 4.25 $ 3.37 $ 1.95 81 $ 42.62 52.89 $ 76.35 $ 62.50 82 $ 100.26 128.50 $ 18550 $ 152.00 83 $ 82.21 114.09 $ 118.29 $ 79.95 84 $ 542 6.81 $ 9.20 $ 5.95 85 $ 69.93 55.66 $ 50.00 $ 55.00 86 $ 14.82 18.61 $ 6.74 $ 1445 87 $ 47.77 62.33 $ 84.89 $ 73.75 88 $ 237.88 298.87 $ 461.12 $ 275.00 89 $ 3.58 4.39 $ 349 $ 345 90 $ 116.69 162.23 $ 153.66 $ 89.00 91 $ 2.81 4.58 $ 2.56 $ 3.50 92 $ 76.79 97.26 $ 133.11 $ 119.00 93 $ 76.56 97.92 $ 141.35 $ 119.00 94 $ 6.95 4.66 $ 5.11 $ 4.50 95 $ 56.99 78.94 $ 50.28 $ 59.00 96 $ 32.37 40.66 $ 58.74 $ 55.00 97 $ 9.76 4.36 $ 80.33 $ 640 98 $ 21.29 26.74 $ 10.29 $ 8.50 99 $ 147.71 117.11 $ 153.05 $ 139.00 100 $ 87.51 78.53 $ 119.07 $ 95.00 101 $ 218.04 273.94 $ 395.44 $ 36000 102 $ 72.00 93.60 $ 12748 $ 112.00 103 $ 4.64 5.11 $ 5.35 $ 5.95 104 $ 17.94 18.16 $ 21.78 $ 15.95 105 $ 106.60 80.36 $ 123.17 $ 10500 106 $ 60.57 76.09 $ 75.77 $ 65.00 107 $ 105.28 132.27 $ 22089 $ 195.00 108 $ 105.25 130.65 $ 105.09 $ 85.00 109 $ 103.74 13746 $ 187.21 $ 155.00 110 $ 206.50 293.99 $ 352.77 $ 225.00 111 $ 17.18 21.99 $ 35.02 $ 31.00 112 $ 8.96 11.59 $ 894 $ 9.50 113 $ 51.00 64.08 $ 63.79 $ 57.00 114 $ 2849 37.17 $ 3543 $ 29.95 115 $ 79.18 78.53 $ 11907 $ 94.50 116 $ 7843 99.57 $ 14374 $ 117.95 117 $ 13.33 16.75 $ 5.68 $ 12.95 118 $ 76.18 99.91 $ 136.06 $ 184.00 119 $ 18.94 21.50 $ 39.05 $ 28.95 120 $ 41.50 53.89 $ 73.39 $ 99.00 121 $ 124.09 158.60 $ 21599 $ 292.00 122 $ 23.17 24.95 $ 45.30 $ 33.50 123 $ 1740 22.71 $ 9.67 $ 15.00 124 $ 7.28 12.74 $ 14.93 $ 7.95 125 $ 17.28 22.05 $ 2445 $ 22.00 126 $ 120.09 99.96 $ 175.06 $ 165.00 127 $ 14.86 18.67 $ 9.38 $ 19.00 128 $ 8848 111.16 $ 37.85 $ 150.00 129 $ 17548 22047 $ 24941 $ ",95.00 130 $ 350.61 440.51 $ 493.35 $ 395.00 131 $ 116.69 162.23 $ 153.66 $ 89.00 132 $ 116.69 162.23 $ 171.95 $ 89.00 133 $ 346 4.35 $ 2.87 $ 1.75 134 $ 841 3.74 $ 3.67 $ 3.75 135 $ 5747 75.20 $ 108.55 $ 89.95 136 $ 85.60 4.74 $ 5.02 $ 5.50 137 $ 741 9.30 $ 1005 $ 9.50 138 $ 67.84 85.23 $ 140.00 $ 119.00 139 $ 9.67 12.81 $ 15.30 $ 9.95 140 $ 48.30 62.33 $ 8489 $ 73.75 141 $ 47.97 6:<.33 $ 84.89 $ 73.75 142 $ 1045 13.72 $ 21.85 $ 18.50 143 $ 83.35 7B.53 $ 119.07 $ 94.95 144 $ 1749 2249 $ 2445 $ 22.00 145 $ 327.60 180.07 $ 307.76 $ 195.00 146 $ 5443 70.61 $ 28.68 $ 25.00 147 $ 816 3.75 $ 3.56 $ 3.95 148 $ 7.35 9.31 $ 1037 $ 9.95 149 $ 161.35 20B.00 $ 300.27 $ 238.00 150 $ 9.97 14.10 $ 29.30 $ 12.95 151 $ 3967 49.84 $ 49.63 $ 47.00 152 $ 26.36 33.81 $ 3424 $ 27.95 153 $ 14.86 17.26 $ 1724 $ 15.95 154 $ 77.98 97.97 $ 12461 $ 95.00 155 $ 153.76 208.78 $ 301.38 $ 247.00 6 Collier County Office Supply Bid Tabulation 09-5263 .A.genda Item NO.1 be 1 Novemhf'lr 1 ~ ?ong ~mDer 0 otTce~~t: 119 NJii1~~~" IQiS~~8Ids 40 Total Proposals Submitted: 6 Item Number Average Price Paid by County Staples Office Depot Marco Office Supplies Per UOM 156 $ 21.93 27.55 $ 17.24 $ 22.00 157 $ 61.23 7693 $ 17.38 $ 47.50 158 $ 30.54 14.20 $ 18.12 $ 2100 159 $ 545 6.85 $ 1.50 $ 5.75 160 $ 60.85 74.10 $ 111.23 $ 7900 161 $ 60.65 79.56 $ 100.02 $ 49.00 162 $ 716 9.00 $ 14.33 $ 12.95 163 $ 74.94 99.57 $ 135.61 $ 117.00 164 $ 59.78 75 '0 $ 102.28 $ 87.95 165 $ 19.77 25.14 $ 25.33 $ 21.00 166 $ 1848 23.22 $ 32.91 $ 22.00 167 $ 147.81 185.71 $ 60.00 $ 75.00 168 $ 11.82 13.58 $ 6.62 $ 995 169 $ 9.51 12.00 $ 18.05 $ 1595 170 $ 14649 190.31 $ 263.27 $ 175.00 171 $ 9740 121.23 $ 60.00 $ 70.00 172 $ 483 614 $ 7.01 $ 6.75 173 $ 1701 1556 $ 21.04 $ 17.95 174 $ 11.08 1391 $ 1505 $ 14.95 175 $ 144 099 $ 0.59 $ 0.75 176 $ 819 10.29 $ 8.90 $ 10.50 177 $ 5.62 705 $ 6.57 $ 4.25 178 $ 143.00 107.80 $ 209.56 $ 18200 179 $ 25.74 32.33 $ 49.09 $ 42.00 180 $ 28.28 51.88 S 71.98 $ 56.00 181 $ 20.18 26.28 $ 15.85 $ 21.00 182 $ 70.20 58.31 $ 39.30 $ 83.00 183 $ 9.35 1192 $ 18.99 $ 15.95 184 $ 46.00 6031 $ 60.05 $ 55.80 185 $ 54.54 68.52 $ 107.89 $ 6500 186 $ 13.36 '6.78 $ 5.34 $ 1800 187 $ 65.98 8289 $ 36.59 $ 50.00 188 $ 130.65 16415 $ 325.11 $ 210.00 189 $ 1241 419 $ 4.71 $ 7.95 190 $ 6.35 8.25 $ 12."13 $ 6.::.0 191 $ 1168 1467 $ 2488 $ 18.00 192 $ 8.56 10.75 $ 3.90 $ 8.95 193 $ 42.67 53.60 $ 346 S 65.00 194 $ 23.21 31.50 $ 14.15 $ 29.00 195 $ 77.94 565 $ 10.71 $ 7.95 196 $ 82.11 4341 $ 39.04 $ 45.00 197 $ 4310 5049 $ 59.10 $ 4200 198 $ 84.35 40.94 $ 39.15 $ 45.00 $ 12,212.12 $ 14.169.59 $ 17.659.24 $ 15.123.10 Total i Work Order #1 plus #2 Bids opened by: equals total net cost to County) $ 67.77 $ 57.44 $ 86.51 Witnessed by: I TOTAL $ 14.237.36 $ 17.716.68 $ 15,20961 Collier County Office Supply Bid Tabulation 09.5263 Agenda Item r-Jo. 1 be 1 Novem""'r Jih ?009 8Limoe! '1 o!T~F'~nt 119 Num~95i' IbI,::Je'e-Bids: 40 Total Proposals Submitted: 6 Item Number Office Max Genco Wholesale Office Cartridge World 1 $ 2.90 2 $ 3.50 3 $ 26.50 4 $ 3.44 5 $ 6.27 6 $ 29.64 7 $ 55.30 8 $ 7.73 9 $ 34.69 10 $ 141.21 11 $ 194.12 12 0.00 000 0.00 13 $ 18.71 14 $ 120.67 15 $ 128.29 16 $ 55.30 17 $ 271.14 18 $ 20.81 19 $ 29.64 20 $ 271.14 21 $ 133.79 22 $ 177.81 23 $ 152.95 24 $ 27.37 25 $ 84.57 26 $ 18.54 27 $ 5273 28 $ 60.28 29 $ 6.61 30 $ 29.64 31 $ 55.58 32 $ 5.24 33 $ 175.73 34 $ 80.85 35 $ 187.07 36 $ 187.07 37 $ 271.14 38 $ 21.48 39 $ 12.00 40 $ 120.28 41 $ 180.72 42 $ 18.71 43 $ 2916 44 $ 174.85 45 $ 193.40 46 $ 110.26 47 $ 33.58 48 $ 224 75 49 $ 21748 50 $ 120.28 51 $ 84.57 52 $ 61.41 53 $ 1871 54 $ 14.96 55 $ 149.73 56 $ 10.02 57 $ 10.38 58 $ 217.48 59 $ 217.48 60 $ 84.57 61 $ 34.77 62 $ 20.68 63 $ 31.92 64 $ 402.36 65 $ 86.24 66 $ 101.08 67 68 $ 180.72 69 $ 9.50 70 $ 6638 71 $ 15.24 Collier County Office Supply Bid Tabulation 09-5263 /"!'genda item NO.1 bt: 1 Novembp.r 1 n.)0~9 r:!)Jy,moer31!1;lotc.l'''-' nt 119 Numtil.9&'D1:!\M1Ic>MJe<l ids 40 Total Proposals Submitted 6 Item Number Office Max Genco Wholesale Office Cartridge World 72 $ 25.86 73 $ 112.71 74 $ 6.61 75 $ 84.57 76 $ 1308 77 $ 11.07 78 $ 8.67 79 80 $ 3.20 81 $ 63.89 82 $ 155.21 83 $ 82.21 84 $ 8.82 85 $ 68.79 86 $ 9.78 87 $ 72.45 88 $ 290.46 89 $ 2.90 90 $ 8632 91 $ 442 92 $ 11138 93 $ 11828 94 $ 6.37 95 $' 5698 96 $ 60.33 97 $ 8.85 98 $ 1762 99 $ 149.07 100 $ 9963 101 $ 354.71 102 $ 106.66 103 $ 6.77 104 $ 19.11 105 $ 101.02 106 $ 59.17 107 $ 168.36 108 $ 17515 109 $ 16604 110 $ 278.14 111 $ 29.31 112 $ 11.07 113 $ 50.30 114 $ 49.55 115 $ 9963 116 $ 12C28 117 $ 626 118 $ 12067 119 $ 2986 120 $ 6141 121 $ 180.72 122 $ 34.64 123 $ 2413 124 $ 1041 125 $ 19.28 126 $ 147 76 127 $ 14.75 '28 $ 31.05 129 $ 192.19 130 $ 385.29 131 $ 86.32 132 $ 86.32 133 $ 2.65 134 $ 5.49 135 $ 9083 136 $ 942 137 $ 813 138 $ 118.90 139 $ 9.37 140 $ 7245 141 $ 7245 142 $ 18.30 143 $ 9963 144 $ 1928 145 $ 27186 146 $ 2736 147 $ 5.02 148 $ 8.17 149 $ 251.24 150 $ 22.24 151 $ 3913 152 $ 2613 153 $ 2022 154 $ 8846 155 $ 237.90 10 Collier County Office Supply Bid Tabulation 09-5263 Agenda Itern NO.1 bl:: 1 NovembAr 10. ?OQ9 ~!!,moerj{ !jolicl'~nt: 119 Num~illf!lJClwnlQ,\:Je"a.gids: 40 Total Proposals Submitted: 6 Item Number Office Max Genco Wholesale Office Cartridge World 156 $ 20.6B 157 $ 12.92 158 $ 30.50 159 $ 661 160 $ 60.85 161 $ 79.99 162 $ 12.00 163 $ 120.28 164 $ 85.58 165 $ 31.71 166 $ 25.70 167 $ 107.14 168 $ 11.70 169 $ 15.10 170 $ 227.66 171 $ 58.94 172 $ 5.53 173 $ 19.39 174 $ 11.87 175 $ 0.71 176 $ 811 177 $ 4.95 178 $ 170.00 179 $ 41.07 180 $ 43.22 181 $ 27.43 182 $ 75.41 183 $ 15.90 184 $ 47.35 185 $ 81.51 186 $ 1018 187 $ 29.51 188 $ 24518 189 $ 5.31 190 $ 8.63 191 $ 19.67 192 $ 7.65 193 $ 70.17 194 $ 42.37 195 $ 12.89 196 $ 54.98 197 $ 49.74 198 $ 54.98 Did not bid all items Did not bid all items Did not bid all items Bids opened by: $ 74.31 Did not bid work orders Did not bid work orders Witnessed by: Non-compliant Non..responsive Non-responsive 11 Collier County Office Supply Bid Tabulation 09.5263 /-\genda Item r'~o, 1 be 1 Novemhor 10 ?OQ9 2fu'riili!!r31.t;joilce~nt 119 Num~gwDl!wI1lQ,bee.gids 40 Total Proposals Submitted: 6 Item Number Average Price Paid by County Staples Office Depot Marco Office Supplies Per UOM Catalog Discount 510:0; CEiStaples 600;0; Office Depot Catalog Wholesale cost plus 0%; SP Richards Bid Resoones Yes Yes Yes Business License Yes No Yes Core Work Sheet Comolete Yes Yes Yes Work Order #'s 1 and 2 Complete Yes Yes Yes Immioration Yes Yes Yes LVP Yes Yes Yes Vendor Check list Yes Yes Yes Insurance Yes Yes Yes Exceptions 10/14/09 All exceptions Yes: several (see submiSSion) No withdrawn Yes 1 Quarterly price adjustments on core items; 2. Termination - either party may terminate with 30 day wrrtten notice; 3. Net price discounted by line item Other Generic prices submitted: 71 Generic prices submitted: 80 Genenc prices submitted: 0 Attended NonMandatorv Pre-Bid Yes Yes No Item Number Collier County Office Supply Bid Tabulation 09-5263 Agenda Item NO.1 bl:: 1 Novemhf'lr Ja ?O~ crumoe! 0 ouce nt: 11 g Num@,gs!: 1Q,1j~ ids 40 Total Proposals Submitted: 6 Office Max Genco Wholesale Office Certridge World 50% off list with a 30 margin floor; No response No response Office Max full line Yes Yes Yes Yes Yes Yes Yes No No Yes No No No Yes Yes No Yes Yes Yes Yes Yes Yes Yes Yes No No No Generic prices submitted: 198; 7% rebate on first year annual volume; 2 items missing No No No 12 Current 10 $ 12,212.12 Increase over Month Total Current Contract Staples $ 14,169.59 16.0% Office Depot $ 17,659.24 44.6% Marco $ 15,123.10 23.8% Office Max Did not bid all items #VALUE! Item ID Item Description Unit of Measure CEB8511 Total PPR,CPY,20#,92B,L TR,WE RM CEB8511 RCY Tot PPR,CPY,L TR,30%,RCY RM HEWC8767WN T INK CTRG,#96,21 ML,BK EA HAM86700 Total PPR,GRT WE,L TR,20#,RCY RM HAM162008 Total PPR,CPY,TIDAL,MP,L TR,WE RM HEWC9363WN T INK CTRG,#97,TRICLR,14ML EA CNP52708 Total PPR ROLL,THRML,3",24/CT CT CEB20164 Total FRAME,PICT,EXEC,L TR,BK/MY EA SEB791403 Total TONER CTRG,LJ 1012 EA HEWCC364A Tot HP TONER P4014 P4015 P451 EA HEWQ5942X Tote PRINT CTRG,LSR JT,Q5942X EA .A,AASTAMPSINK SPEC OROERSTAMP.PRNK i/-\dd #1 LT HEWC6656AN To TONER CTRG,INKJT,BK EA HEWQ6470A Tote PRINT CTRG,LSRJT,3600,BK EA HEWQ5942A Tot, PRINT CTRG,LSR JT,Q5942A EA CEB20217 Total PPR ROLL,THRML,3 1/8"X230 CT HEWC9731A Tote TONER CTRG,SMRT,LJ5500,CN EA SMOET2150C To FLOR,OT,MLA, ET,STR,LGL BX HEWC65780N Tc PRINT CTRG,DJ970,TRICLR EA HEWC9732A Tote TONER CTRG,SMRT,CJ5500,YW EA HEWC9720A Tote PRINT CTRG,LJ 4600,BK EA XER113R00726 T TONER,HI CAP PH 6180,BK EA HEWQ5950A Tote PRINT CTRG,LSRJT,4700.BK EA HEW51645A Tota PRINT CTRG,F/1600C,BK.EA EA XER113R00722 T TONER,STD CAP PH 6180,BK EA AVE5160 Total LBL,LASR,AOO,2-5/8X1,3M BX HEWC7115A Tote TONER CTRG, 1200/1220 EA HEW Q2612A Tot, TONER CTRG,LJ 1012 EA CEBSV8511CL Tc SIGN HLOR,WALL,8.5 EA HEWC6657AN Tc TONER CTRG,INKJT,TRICLR EA HEWCB435A Tot, CTRG,TONER,HP,P1006 EA MMM8452 Total TAPE,BOOK,2"X15YO,CL RL XER 113R00725 T TONER, HI CAP PH 6180,YW EA SEB791250 Total PRINT CTRG.LASR,HY,F/1150 EA XER113R00723 T TONER,HI CAP PH 6180,CYN EA XER113R00724 T TONER,HI CAP PH 6180,MA EA HEWC9733A Tote TONER CTRG,SMRT,CJ5500,MA EA HEWC8766WN T INK CTRG,#95,7ML,TRICLR EA HEWC9351AN Tc CTRG,INKJT,HP21,BLACK,US EA HEWQ6473A Tote PRINT CTRG,LSRJT,3600,MA EA HEWC9721A Tote PRINT CTRG,LJ 4600,CN EA HEWC8765WN T INK CTRG,#94, 11 ML,BK EA Agenda Item No 16E1 November 10, 2009 Page 45 of 52 Increase over LV? Low Bid 0% Yes 20% Yes 6% Yes 5% No Staples Office Depot 2.99 $ 3.23 3.72 $ 3.49 19.88 $ 31.67 3.80 $ 3.94 3.48 $ 3.51 22.24 $ 35.43 36.08 $ 55.59 10.14 $ 5.23 44.96 $ 31.56 116.91 $ 168.77 170.36 $ 232.00 0.00 $0.00 14.04 $ 22.37 99.91 $ 144.22 112.58 $ 153.32 54.78 $ 14.49 237.95 $ 324.05 20.27 $ 15.45 22.24 $ 35.43 237.95 $ 324.05 11 7.40 $ 159.89 130.83 $ 224.32 134.23 $ 193.77 20.53 $ 32.71 62.23 $ 106.70 21.83 $ 23.74 46.99 $ 63.02 52.89 $ 72.04 7.50 $ 1.20 22.24 $ 35.43 46.02 $ 66.43 4.59 $ 4.57 134.75 $ 231.04 95.69 $ 63.76 134.75 $ 231.04 134.75 $ 231.04 237.95 $ 324.05 16.11 $ 25.67 9.00 $ 14.33 99.57 $ 143.74 158.60 $ 215.99 14.04 $ 22.37 MMMDL951 Total LAMNT CTRG RFL,FT/BK EA HEWQ5942XD Tc PRINT CTRG,LSR JT,Q5942X EA HEWC9730A Tote TONER CTRG,SMRT,CJ5500,BK EA HEWCS061X Tote TONER CTRG,LASR,HP4100 EA HAM163120 Total PPR,CPY,20#,L TR,XPRS PACK CT MMMMA220MB T ARM,MNTR,DUAL,DSK MNT,ESY EA HEWQ5952A Tot, PRINT CTRG,LSRJT,4700,YW EA HEWQ6472A Tote PRINT CTRG,LSRJT,3600,YW EA XER113R00719 T TONER,STD CAP PH 61S0,CYN EA HEWQ5949A Tot, PRINT CTRG,LSR JT,HP EA HEWC9364WN T INK CTRG,HP 9S,BK EA EVE522FP4 Total BA TTERY,9V,ALK, ENGZR,4/PK PK XER6R884 Total TONER CTRG,CPY,XER3050 EA CEB1117 Total PPR,CPY,20#,92B,11X17,WE RM SAN1742663 Tote PEN,SHARPIE,POROUS, BLACK DZ HEWQ5953A Tote PRINT CTRG,LSRJT,4700,MA EA HEWQ5951A Tot, PRINT CTRG,LSRJT,4700,CN EA XER113R00721 T TONER,STD CAP PH 6180,YW EA HEW112103 Tota PAPER, QU ICKPK,20#,2500/SH CT DURMN1300 Tote: BA TTERY,CPRTP,D, 12PK PK SMDC5025A2D T FLDR, PB,6SEC,2/5, LGL, RD BX QRT3640TE Total EASEL,TOTRSE,REV,6X4,NL EA HEWC4096A Tote TONER CTRG,LASR,HP21 00 EA HEWCC530A Tot TONER CTRG,F/ HPCP2025,BK EA SEB791337 Total PRINT CTRG,LSE JT EA HEWC9723A Tote PRINT CTRG,LJ 4600,MA EA CEB03423 Total FLDR, MLA, 1 13, L TR, 1 C/BX BX HEWQ6000A Tote CARTRIDGE,LJ2600,BK EA HEWC9352AN Tc CARTRIDGE, INK,HP22, TRICOL EA HEWC6615DN Tc PRINT CTRG,DJ810C/812C,BK EA HEWQ5949X Tote PRINT CTRG,LSR JET,Q5949X EA NUD38011 Total SIGN HLDR,WALL,8.5"X11" EA XER113R00720 1 TONER,STD CAP PH 6180,MA EA MMM65336VAD9 NOTE,PST IT,SLF STK,PADS PK DURMX2400BKD BATTERY,UL TRA,AAA,BULK PK BX STP720506 Total AIR DUSTER,1 OOZ,2PK PK SEB791356 Total TONER CTRG,RMFG,LASR,HIYD EA EXP140821DP To CAL,DESK PAD,12MO,2009 EA HEWCB436A Tote CTRG,TONER P1505 P1505N EA HEWQ7581A Tot PRINT CTRG,LSRJT,3800,CN EA SEB791276 Total TONER CTRG,RMFG,4700,BK EA DURMN908 Total BATTERY,6V,ALK EA ESS9300R Total BOOK,RECD,300PG,BKRD EA CEBIJ78R Total PRINT CTRG,DJ970,TRICLR EA HEWQ6003A Tot, CARTRIDGE,LJ2600,MA EA QRT300TE Total EASEL,TOTERSE,REV,NL EA CEB8511 RCY50 PPR,CPY,EARTHSVR,L TR,RCY RM SEB791277 Total TONER CTRG,RMFG,4700,CYAN EA AGB20376 Total BNDR,EV,D-RING,1IN,WE EA BRTDR400 Total DRUM UNIT,F/PPF4750 EA HEWQ7551A Tote CRTG,PRINT,Q7551 A,SMRT, BK EA CEB8514 Total PPR,CPY,20#,92B,LGL,WE RM TST36500 Total PPR,BOND,ENG,36X500 CT BLKF6C550A VR UPS,550VA,OFFICE SERIES EA HAM1 03283 Total PPR,CPY,24#,L TR,WE RM Agenda Item No. 16E 1 November 10, 2009 Page 46 of 52 37.50 $ 55.33 306.90 $ 221.51 169.73 $ 231.13 96.76 $ 131.77 18.47 $ 30.07 289.09 $ 245.84 190.86 $ 275.51 99.57 $ 143.74 62.23 $ 106.70 53.89 $ 73.39 14.04 $ 22.37 11.53 $ 9.40 147.00 $ 162.02 7.32 $ 7.38 13.05 $ 13.17 190.86 $ 275.51 190.86 $ 275.51 62.23 $ 106.70 19.32 $ 18.41 20.26 $ 10.24 31.16 $ 1.45 414.02 $ 399.98 75.68 $ 103.07 83.68 $ 120.80 45.81 $ 12.90 158.60 $ 215.99 12.61 $ 6.35 57.10 $ 77.77 11 .44 $ 18.22 19.40 $ 30.90 98.92 $ 134.71 7.48 $ 1.20 62.23 $ 1 06.70 12.24 $ 8.37 27.93 $ 8.20 8.35 $ 6.37 82.24 $ 41.61 4.25 $ 3.37 52.89 $ 76.35 128.50 $ 185.50 114.09 $ 118.29 6.81 $ 9.20 55.66 $ 50.00 18.61 $ 6.74 62.33 $ 84.89 298.87 $ 461.12 4.39 $ 3.49 162.23 $ 153.66 4.58 $ 2.56 97.26 $ 133.11 97.92 $ 141.35 4.66 $ 5.11 78.94 $ 50.28 40.66 $ 58.74 4.36 $ 80.33 CEB96205 Total LAMNT POUCH,L TR,3ML,CL, 1 C BX CEB74804 Total CART,UTIL,3SHLF,PL EA HEWCC531A Tot. TONER CTRG,F/ HPCP2025,CN EA HEWC4154A Tote TRANSFER KT,F/HP8500 EA HEWQ6511A Tote CTRG,PRINT,LSR JT,Q6511A EA HAM86704 Total PPR,GRT WE,LGL,20#,RCY RM CRD12132 Total BNDR,EASYOPEN,2",11X17,BK EA CAN7833A001 AA TONER CTRG, ICD320/340 EA AVE11447 Total INDEX MAKER,3H,8TB,25/BX BX SONICDMX20 To RECORDER,DICT A TION EA SEB791249 Total TONER CTRG,LASRJT,Q1339A EA HEWQ7516A Tote: PRINT CTRG,LSRJT5200,BK EA FEL3246001 Tota SHREDDER,MICRO,BKSR EA HEW51626A Tota PRINT CTRG,DESKJT,BK EA DURMN24RT16Z BATTERY ,ALKA,AAA, 16/PK PK AVE11443 Total INDEX MAKER,5TB,25/BX BX HEWC6578AN Tc PRINT CTRG,F/DJ970,TRI-C EA HEWCC533A Tot TONER CTRG,FI HPCP2025,MA EA HEWQ6471A Tot, PRINT CTRG,LSRJT,3600,CN EA CEBIJ45R Total PRINT CTRG,F/1600C,BK,EA EA HEWQ2670A Tot, TONER CTRG,LJ3500/3700,BK EA HEWCC641WN T INKCART,HP 60XL,BK EA HEWQ2613A Tot, TONER CTRG,F/LJ1300 EA HEWC9722A Tote: PRINT CTRG,LJ 4600,YW EA HEWCC644WN T INKCART,HP 60XL,COL EA TOP74880 Total PAD,LGL RL,8.5X11.75,WE DZ HAM86750 Total PPR,LDGR,20#,92B, RCY RM A VE5366 Total LBL,LASR,FFLDR,WE,15C/BX BX OKI41963003 Tot TONER CTRG,C730017500,CN EA CEB82123 Total DESK PAD,20X36,CL EA CEB10619 Total CASH,DRW,W/TRAY EA FEL5215901 Tota MACHINE,LAM,VENUS, VL 125 EA FEL3312501 Tota SHREDDER,C-120CI,SR/BK EA SEB791334 Total TONER CTRG,RMFG,4700,MA EA SEB791336 Total TONER CTRG,RMFG,4700,YW EA AVE01330 Total INDEX,LGL,ST,LG1-25L TS ST XER3R2047 Total PPR,CPY,20#,92B,L TR,WE RM HEWC9701A Tote TONER CTRG,SMRT.LJ2500,CN EA HAM162016 Total PPR,CPY,LGL,WE RM BRTTZ231 Total TAPE,EMBS,1/2",BK/WE EA CAN1491A002 To TONER CTRG,PC770,E40 EA AVE79803 Total BNDR,DRNG,3",NY EA HEWQ6001A Tote: CARTRIDGE,LJ2600,CYN EA HEWQ6002A Tot, CARTRIDGE,LJ2600,YW EA HEWC9361WN T CRTDG,INK,HP 93,TRI-COLOR EA HEWCC532A Tot TONER CTRG,FI HPCP2025,YW EA AVE5163 Total LBL,LASR,ADD,2X4,1 M BX BRTOP4CL Total BROTHER OPC BELT FOR MFC- EA SEB791221 Total TONER CTRG,RMFG,HP92298A EA HEWHPC8511 Tc PPR,CPY,L TR,WE RM DYM45013 Total TAPE,EMBS,4500,1/2",BK/WE EA HEWCC364X Tot HP TONER P4015 P4515 EA MEM09087 Total DRIVE,TRA VEL,4GB, USB EA AVE11169 Total INDEX,RDY,NMBR 1-1 O,AST BX FEL00789 Total BOX,QUICK/STOR,WE,12/CT CT Agenda Item !'>lo. 16E1 November 10, 2009 Page 47 of 52 26.74 $ 10.29 117.11 $ 153.05 78.53 $ 119.07 273.94 $ 395.44 93.60 $ 127.48 5.11 $ 5.35 18.16 $ 21.78 80.36 $ 123.17 76.09 $ 75.77 132.27 $ 220.89 130.65 $ 105.09 137.46 $ 187.21 293.99 $ 352.77 21.99 $ 35.02 11.59 $ 8.94 64.08 $ 63.79 37.17 $ 35.43 78.53 $ 119.07 99.57 $ 143.74 16.75 $ 5.68 99.91 $ 136.06 21.50 $ 39.05 53.89 $ 73.39 158.60 $ 215.99 24.95 $ 45.30 22.71 $ 9.67 12.74 $ 14.93 22.05 $ 24.45 99.96 $ 175.06 18.67 $ 9.38 111.16 $ 37.85 220.4 7 $ 249.41 440.51 $ 493.35 162.23 $ 153.66 162.23 $ 171.95 4.35 $ 2.87 3.74 $ 3.67 75.20 $ 108.55 4.74 $ 5.02 9.30 $ 10.05 85.23 $ 140.00 12.81 $ 15.30 62.33 $ 84.89 62.33 $ 84.89 13.f2 $ 21.85 78.53 $ 119.07 22.49 $ 24.45 180.07 $ 307.76 70.61 $ 28.68 3.75 $ 3.56 9.31 $ 10.37 208.00 $ 300.27 14.10 $ 29.30 49.84 $ 49.63 33.81 $ 34.24 EVEE91SF24 Tot BA TTERY,AA,PREM,24PK PK BRTPT2710 Total LBLMAKER, ELCTRNC,PT271 0 EA HEWQ1338D Tot TONER CTRG,LJ4200,BK,2/PK PK DURMN1500BKD BATTERY, COPPRTP,AA,24/BX BX SMD1536GB Tota FILE PKT,LGL,5.25 BX HAM 102541 Total PPR,CPY,28#,1 OOB, 11X17,WE RM CEBST8511CL Tc SIGN HLDR,STDUP,8.5 EA MMMPF190 Total FIL TER,PRVCY, 19" NTBK EA SEB791398 Total PRINT CTRG,LASR,F/2400,BK EA HEWC9362WN T CRTDG,INK,HP 92,BK EA HEWQ2673A Tot TONER CTRG,LJ3500,MA EA HEWC8061A Tote TONER CTRG,LASR EA EVEE91 SBP36H BA TTERY,AA,36/PK PK FA0225AN Total FIRST AID KT,50PRSN,BULK EA CEBM82XR Total TONER CTRG,LASRJT8100,HY EA XER3R11545 Tot PPR,CPY,28#,96B,8.5X11,WE RM BRTLC51 BK Tota INK,CTRG,BK EA MMMLS960VAD LAMINATOR,HEAT FREE,BKSR PK SEB791197 Total TONER CTRG,RMFG,HP8100,BK EA DYM30251 Total LBL,ADRS,WE,130RL,2RL/BX BX IMN18385 Total DRIVE,USB 2.0,4GB EA AVE5889 Total CARD,LASR, POSTCD ,CLR,80PK PK CEB20211 Total PPR ROLL,CSHRG,3"X150',WE RL RUB29571 Total W ASTEBSKT, RECT,20"H, BK EA EXP51222 Total PCL,WD,GOLF,3.5 GR CAN3711A001AA TONER CTRG,FILE PRINT 400 EA BRTTN430 Total TONER CTRG,PPF4750,3M PG EA HEW51631 E Tota PPR,INKJT,36"X150' RL SMD24950 Total FILE JACKET,2" EXP,LGL,50 BX OKI41963004 Tot TONER CTRG,C7300/7500,BK EA HEWC8727AN Tc PRINT CTRG,INKJT,BK EA MMMDL 1001 Tote LAMNT CTRG RFL, FRNT/BACK EA A VE11992 Total INDEX MAKER,CLR LBL,25/BX BX CEBIJ96R Total INK CTRG,#96,21 ML,BK EA DPS0027X Total TONER CTRG,HY,HP4000 EA L TH1500E Total TIME RECORDER, ELECTRONIC EA STP490935 Total PPR,PASTEL,8.5X11,RCY,PK RM EVEA92BP12H T( BA TTERY,ALK,GOLD,AAA, 12PK PK TC01 0700 Total TAPE,CAUTION,3"X1000' EA CEB58947 Total PANEL,CORK,12X12,ADH,4PK PK SMDL 1375GL Tot WALLET, EXP ,5.25", ELAS,LGL BX SMD14030 Total FLDR,PB,6SEC,L TR,BE, 1 O/BX BX HAM122549 Total PPR,ML TPURP,CVR,60#,L TR PK CEB03285 Total PPR ROLL,CRBNLS,3"X90',WE CT PAC63000 Total PPR,KFT,RNBW ,36X1 OOO,WE RL CEB03284 Total PPR ROLL,3"X90',2PL Y,50CT CT Agenda Item No. 16E1 November 10, 2009 Page 48 of 52 17.26 $ 17.24 97.97 $ 124.61 208.78 $ 301.38 27.55 $ 17.24 76.93 $ 17.38 14.20 $ 18.12 6.85 $ 1.50 74.10 $ 111.23 79.56 $ 100.02 9.00 $ 14.33 99.57 $ 135.61 75.10 $ 102.28 25.14 $ 25.33 23.22 $ 32.91 185.71 $ 60.00 13.58 $ 6.62 12.00 $ 18.05 1 90.31 $ 263.27 121.23 $ 60.00 6.14 $ 7.01 15.66 $ 21.04 13.91 $ 15.05 0.99 $ 0.59 10.29 $ 8.90 7.05 $ 6.57 107.80 $ 209.56 32.33 $ 49.09 51.08 $ 71.98 26.28 $ 15.85 58.31 $ 89.30 11.92 $ 18.99 60.31 $ 60.05 68.52 $ 107.89 16.78 $ 5.34 82.89 $ 36.59 164.15 $ 325.11 4.19 $ 4.71 8.25 $ 12.13 14.67 $ 24.88 10.75 $ 3.90 53.60 $ 3.46 31.50 $ 14.15 5.65 $ 10.71 43.41 $ 39.04 50.49 $ 59.10 40.94 $ 39.15 14,169.59 17,659.24 Difference 3,489.65 Difference (0.24) 0.23 (11 .79 ) (0.14) (0.03) (13.19) 119.51 ) 4.91 13.40 15186.1 (61.64! 0.00 (833) 144.31 ) 140.74) 40.29 (86.10) 4.82 ( 1319) (86.10) (42.49) (9349) (59.54) (12.18) (44.47) (1.91 ' (16.03) (19.15) 6.30 (13.19) 12041 ) 0.02 196.29) 31.93 (96.29 196.29 {S6.10 (956 (5.33 (4417 (5739 (8.33 Marco Staples Office Difference SUDDlies 2.99 $ 2.90 0.09 3.72 $ 3.45 0.27 19.88 $ 26.50 (6.62) 3.80 $ 4.50 (0.70) 3.48 $ 3.70 (0.22) 22.24 $ 31.95 19.71 i 36.08 $ 29.95 6.13 10.14 $ 8.95 1.19 44.96 $ 25.00 19.96 116.91 $ 134.00 \1709: 170.36 $ 201.50 ( 31.14') 0.00 $0.00 0.00 14.04 $ 18.75 (471 ) 99.91 $ 118.95 (1904) 112.58 $ 128.95 {16.37} 54.78 $ 45.00 9.78 237.95 $ 279.00 (4105) 20.27 $ 15.95 4.32 22.24 $ 29.95 1771 ) 237.95 $ 280.00 :42(5) 11 7.40 $ 138.00 (2060) 130.83 $ 182.00 ,51 17) 134.23 $ 159.00 (24 771 20.53 $ 28.00 (( ,47; 62.23 $ 81.95 ('19.72) 21.83 $ 19.90 1.93 46.99 $ 56.90 {9.9"1 ) 52.89 $ 60.50 17 (:1) 7.50 $ 5.95 1.55 22.24 $ 29.95 ;771 i 46.02 $ 55.95 ,r) O~j) ',::;.'::1>..-) 4.59 $ 3.75 0.84 134.75 $ 188.00 153.2;)) 95.69 $ 49.00 46.69 134.75 $ 189.00 {::>4.25) 134.75 $ 189.00 (54.2:-'1 237.95 $ 280.00 (.12 rlh, , . ...)~" 16.11 $ 22.25 (t). i 2, 9.00 $ 12.00 30e, 99.57 $ 118.00 (",B.43 158.60 $ 188.00 12'9,40) 14.04 $ 18.95 .101: Agenda Item ~~o. 16E1 t\Jovember 10. 2009 Page 49 of 52 Staples Office Difference Max 2.99 $ 2.90 0.09 3.72 $ 3.50 0.22 19.88 $ 26.50 16.62) 3.80 $ 3.44 0.36 3.48 $ 6.27 (2.79) 22.24 $ 29.64 (740) 36.08 $ 55.30 (19.22) 10.14 $ 7.73 2.41 44.96 $ 34.69 10.27 116.91 $ 141.21 124.30) 170.36 $ 194.12 (23.76) 0.00 0.00 0.00 14.04 $ 18.71 (461) 99.91 $ 120.67 (20.76) 112.58 $ 128.29 (15.71 ) 54.78 $ 55.30 (0.52) 237.95 $ 271.14 (33.191 20.27 $ 20.81 10.54) 22.24 $ 29.64 17.40) 237.95 $271.14 (33.19) 11 7.40 $ 133.79 (16.39) 130.83 $ 177.81 (46.98) 134.23 $ 152.95 118.72) 20.53 $ 27.37 16.84) 62.23 $ 84.57 122.34) 21.83 $ 18.54 3.29 46.99 $ 52.73 (5.74) 52.89 $ 60.28 (739) 7.50 $ 6.61 0.89 22.24 $ 29.64 (7.40) 46.02 $ 55.58 (9.56) 4.59 $ 5.24 (O.65} 134.75 $ 175.73 (4098: 95.69 $ 80.85 14.84 134.75 $ 187.07 (52321 134.75 $ 187.07 152.32 237.95 $ 271.14 (3319) 16.11 $ 21.48 1537 9.00 $ 12.00 12.00: 99.57 $ 120.28 (20.71 : 158.60 $ 180.72 :22.121 14.04 $ 18.71 (4671 (17.83) 85.39 (61.40) (35.01 ) . (11.60) 43.25 (84.65) (44.17) (44.47) (19.50 ) (8.33) 2.13 (15.02) (0.06) (0.12) (84.65) (84.65) (44.47) ", ;. 0.91 ", 10.02 29.71 14.04 (27.39) (37.12) 32.91 (57.39) 6.26 (20.67) (6.78) (11.50 ; (35.79) " 6.28 (44.47) 3.87 ., 19.73 1.98 40.63 0.88 (23.46) (57.00) (4.20) (2.39) .. 5.66 11.87 (22.56) ( 162.25) 0.90 8.57 2.02 (35.85) (43.43) (0.45) 28.66 (18.08) (75.97) 37.50 $ 35.00 2.50 306.90 $ 342.00 (35.10) 169.73 $' 200.00 (30.27) 96.76 $" 112.00 (15.24) 18.47 $ 22.00 (3.53) 289.09 $ . 250.00 39.09 190.86 $:1 225.00 (34.14) 99.57 $ 117.00 (17.43) 62.23 $, 86.50 (2427) 53.89 $'" 63.95 (10.06) 14.04 $," ',' 19.95 (5.91 ) 11.53 $, ......10.95 0.58 147.00 $. 119.00 28.00 7.32 $,'; . 7.50 (0.18) 13.05 $:;. 11.95 1.10 190.86 $' 225.00 (34.14) 190.86 $) 225.00 (34.14) 62.23 $ .86.95 (24.72) 19.32 $ 23.00 (3.68) 20.26 $ 8.95 11.31 31.16 $ 23.95 7.21 414.02 $' . 350.00 64.02 75.68 $ 86.00 (10.32) 83.68 $ 95.95 (12.27) 45.81 $ 39.95 5.86 158.60 $ 185.00 (26.40) 12.61 $ ',' 4.50 8.11 57.10 $ 67.95 (10.85) 11.44 $ 15.50 (4.06) 19.40 $ 26.95 (7.55) 98.92 $: 116.95 (18,03) 7.48 $ 7.25 0.23 62.23 $ 86.95 (24.72) 12.24 $ 9.95 2.29 27.93 $ 14.95 12.98 8.35 $ 6.95 1.40 82.24 $ 45.00 37.24 4.25 $ 1.95 2.30 52.89 $ 62.50 (961 ) 128.50 $ 152.00 (23.50) 114.09 $ 79.95 34.14 6.81 $ .. 5.95 0.86 55.66 $ 55.00 0.66 18.61 $ 14.45 4.16 62.33 $ 73.75 (11.42) 298.87 $ 275.00 23.87 4.39 1[. . 3.45 0.94 162.23 $ 89.00 73.23 4.58 $ 3.50 1.08 97.26 $ 119.00 (2174; 97.92 $ 119.00 (21.08 ) 4.66 $ 4.50 0.16 78.94 $ 59.00 19.94 40.66 $ 55.00 (14.34 4.36 $ 6.40 (204 Agenda Item No. 16E1 November 10,2009 Page 50 of 52 37.50 $ 29.16 8.34 306.90 $ 174.85 132.05 169.73 $ 193.40 (23.67) 96.76 $ 110.26 (13.50) 18.47 $ 33.58 (15.11 ) 289.09 $ 224.75 64.34 190.86 $ 217.48 (26.62) 99.57 $ 120.28 (20.71 ) 62.23 $ 84.57 (22.34 ) 53.89 $ 61.41 (7.52) 14.04 $ 18.71 (4.67) 11.53 $ 14.96 (3.43) 147.00 $ 149.73 (2.73) 7.32 $ 10.02 (2.70) 13.05 $ 10.38 2.67 190.86 $ 217.48 (26.62) 190.86 $ 21 7.48 (26.62) 62.23 $ 84.57 (22.34 ) 19.32 $ 34.77 ( 1 5.45) 20.26 $ 20.68 (042) 31.16 $ 31.92 (0.76) 414.02 $ 402.36 11.66 75.68 $ 86.24 (10.56) 83.68 $ 101.08 (17.40) 45.81 45.81 158.60 $ 180.72 (22.12) 12.61 $ 9.50 3.11 57.10 $ 66.38 (9.28) 11 .44 $ 15.24 (3.80 ) 19.40 $ 25.86 ( 6.46 ) 98.92 $112.71 (13.79) 7.48 $ 6.61 0.87 62.23 $ 84.57 (22.34) 12.24 $ 13.08 (0.84 ) 27.93 $ 11.07 16.86 8.35 $ 8.67 (0.32) 82.24 82.24 4.25 $ 3.20 1.05 52.89 $ 63.89 (11.00) 128.50 $ 155.21 (26.71', 114.09 $ 82.21 31.88 6.81 $ 8.82 (2.01 ) 55.66 $ 68.79 (13.'13) 18.61 $ 9.78 8.83 62.33 $ 72.45 (10.12) 298.87 $ 290.46 8.41 4.39 $ 2.90 1.49 162.23 $ 86.32 75.91 4.58 $ 4.42 0.16 97.26 $ 111.38 (14.12) 97.92 $ 118.28 (20.36) 4.66 $ 6.37 (1.71) 78.94 $ 56.98 21.96 40.66 $ 60.33 (19.67 4.36 $ 8.85 (449 16.45 (35.94 ) (40.54) ( 121 .50) (33.88) (0.24) (3.62) (4281 ) 0.32 (88.62) 25.56 (49.75) 158.78) (13.03) 2.65 0.29 1.74 (40.54) ( 4417) 11.07 136.15) 117.55) (19.50) 157.39) (2035) 13.04 (2.19) (2.40) (75.10i 9.29 73.31 (2894) (52.84) 8.57 (9.72) 1.48 0.07 133.35) (0.28) (015) 154.(7) (249) (2256) 122.56) (8.13) (40.54) (196) (127.69) 41.93 0.19 (1.06) 92.27) 15.20) 0.21 (043) 26.74 $ 8.50 18.24 117.11 $. 139.00 (2189) 78.53 $ 95.00 (16.47) 273.94 $ 360.00 (8606) 93.60 $ 112.00 (18.401 5.11 $ 5.95 (0.84) 18.16 $ 15.95 2.21 80.36 $ 105.00 124.64) 76.09 $ 65.00 11.09 132.27 $ 195.00 (62.73) 130.65 $ 85.00 45.65 137.46 $' 155.00 (17.54) 293.99 $ 225.00 68.99 21.99 $ 31.00 19.01 ) 11.59 $ 9.50 2.09 64.08 $ 57.00 7.0S 37.17 $ 29.95 7.22 78.53 $...... 94.50 (15.97) 99.57 '$ 117.95 (18.38) 16.75 $. 12.95 3.80 99.91 $ 184.00 184.09) 21.50 $ 28.95 i 7.45) 53.S9 $ 99.00 (45.11 ) 158.60 $ 292.00 ( 133.40) 24.95 $ 33.50 (855) 22.71 $ 15.00 7.71 12.74 $ 7.95 4.79 22.05 $ 22.00 0.05 99.96 $ 165.00 (65.04) 18.67 $ 19.00 (0.33) 111.16 $ 150.00 (38.84) 220.47 $ 195.00 25.47 440.51 $ 395.00 45.51 162.23 $ 89.00 73.23 162.23 $ 89.00 73.23 4.35 $ 1,75 2.60 3.74 $ 3.75 (0.01 ) 75.20 $ 89.95 (1475) 4.74 $ 5.50 10.76) 9.30 $ 9.50 (0.20) 85.23 $ 119.00 (33.77) 12.81 $ 9.95 2.86 62.33 $ 73.75 ( 1142) 62.33 $ 73.75 11142) 13.72 $ . 18.50 (47e) 78.53 $ 94.95 (1642) 22.49 $ 22.00 0.49 180.07 $ 195.00 ('i493) 70.61 $ 25.00 45.61 3.75 $ 3.95 (0.20 9.31 $ 9.95 (064 208.00 $ 238.00 (3000 14.10 $ 12.95 1.15 49.84 $ 47.00 2.84 33.81 $ 27.95 5.86 Agenda Item r'Jo. 16E1 r-.Jovember 10, 2009 Page 51 of 52 26.74 $ 17.62 9.12 117.11 $ 149.07 (31.96) 78.53 $ 99.63 (2110) 273.94 $ 354.71 (80.77) 93.60 $ 106.66 (1306) 5.11 $ 6.77 (1.66) 18.16 $ 19.11 (095) 80.36 $ 101.02 (20.66) 76.09 $ 59.17 16.92 132.27 $ 168.36 (36.09) 130.65 $ 175.15 (44.50) 137.46 $ 166.04 128.581 293.99 $ 278.14 15.85 21.99 $ 29.31 (732) 11.59 $ 11.07 0.52 64.08 $ 50.30 13.78 37.17 $ 49.55 ( 1 2.381 78.53 $ 99.63 (21.10\ 99.57 $ 120.28 (20.71 ) 16.75 $ 6.26 10.49 99.91 $ 120.67 (2076) 21.50 $ 29.86 (8.36) 53.89 $ 61.41 (7.52') 158.60 $ 1S0.72 (22.12) 24.95 $ 34.64 (969, 22.71 $ 24.13 (1.421 12.74 $ 10.41 2.33 22.05 $ 19.28 2.77 99.96 $ 147.76 (47.80) 18.67 $ 14.75 3.92 111.16 $ 31.05 80.11 220.47 $ 192.19 28.28 440.51 $ 385.29 55.22 162.23 $ 86.32 75.91 162.23 $ 86.32 75.91 4.35 $ 2.65 1.70 3.74 $ 5.49 (175) 75.20 $ 90.S3 (15.63) 4.74 $ 9.42 (4.63) 9.30 $ 8.13 1.18 85.23 $ 118.90 (33,67; 12.81 $ 9.37 3.44 62.33 $ 72.45 (10 12! 62.33 $ 72.45 (10 12) 13.72 $ 18.30 (453! 78.53 $ 99.63 (21.10 } 22.49 $ 19.28 3.21 180.07 $ 271.86 191. (9) 70.61 $ 27.36 43.25 3.75 $ 5.02 (127: 9.31 $ 8.17 1.14 208.00 $ 251.24 (43.24) 14.10 $ 22.24 8.14 ) 49.84 $ 39.13 0.71 33.81 $ 26.13 7.69 ,< 0.02 (26.64 ) (92.60) 10.31 59.55 .. (3.92) 5.35 (37.13) (20.46) (5.33) (36.04) (27.18) ......(0.19) (9.69) 125.71 .. 6.96 (6.05) (72.96) 61.23 (0.871 (5.38) (1.14 ) 0.40 1.39 0.48 (101.76) (16.76) (20.90) 10.43 (30.99) (7.07) 0.26 (39.37) 11.44 46.30 (160.96) (0.52) (3.88) (10.21) 6.85 50.14 17.35 (5.06) 4.37 (8.61 ) 1.79 20% 17.26 $ ...... 15.95 1.31 97.97 $ ... 95.00 2.97 208.78 $ 247.00 (38.22) 27.55 $ 22.00 5.55 76.93 $ 47.50 29.43 14.20 $ 21.00 (6.80) 6.85 $ 5.75 1.10 74.10 $ 79.00 (4.90) 79.56 $ ..49.00 30.56 9.00 $ .. .... 12.95 (3.95) 99.57 $ 117.00 (17.43) 75.10 $ 87.95 (12.85) 25.14 $ 21.00 4.14 23.22 $ 22.00 1.22 185.71 $ 75.00 110.71 13.58 $ 9.95 3.63 12.00 $ 15.95 (3.95) 190.31 $ . 175.00 15.31 121.23 $ 70.00 51.23 6.14 $ 6.75 (0.61 ) 15.66 $ 17.95 (2.29) 13.91 $ 14.95 (1.04) 0.99 $ 0.75 0.24 10.29 $ 10.50 (0.21 ) 7.05 $ 4.25 2.80 107.80 $ 182.00 (74.20 ) 32.33 $ 42.00 (9.67) 51.08 $ 56.00 (4.92) 26.28 $- 21.00 5.28 58.31 $ 83.00 (24.69) 11.92 $ 15.95 (4.03) 60.31 $ 55.00 5.31 68.52 $ 65.00 3.52 16.78 $ . 18.00 (1.22) 82.89 $ 50.00 32.89 164.15 $ 210.00 (45.851 4.19 $ 7.95 (3.76) 8.25 $ 6.50 1.75 14.67 $ 18.00 (3.33) 10.75 $ 8.95 1.80 53.60 $ 65.00 (1140) 31.50 $ 29.00 2.50 5.65 $ 7.95 (2.30) 43.41 $ 45.00 (1.59) 50.49 $ 42.00 8.49 40.94 $ 45.00 (4.061 14,169.59 15,123.10 Difference 953.51 6% Agenda Item No. 16E 1 November 10, 2009 Page 52 of 52 17.26 $ 20.22 (2.96) 97.97 $ 88.46 9.51 208.78 $ 237.90 (29.12) 27.55 $ 20.68 6.87 76.93 $ 12.92 64.01 14.20 $ 30.50 (16.30) 6.85 $ 6.61 0.24 74.10 $ 60.85 13.25 79.56 $ 79.99 (0.43) 9.00 $ 12.00 (3.00) 99.57 $ 120.28 (20.71) 75.10 $ 85.58 (10.48) 25.14 $ 31.71 (6.57) 23.22 $ 25.70 (248) 185.71 $ 107.14 78.57 13.58 $ 11.70 1.88 12.00 $ 15.10 (3.10) 190.31 $ 227.66 (37.35) 121.23 $ 58.94 62.29 6.14 $ 5.53 0.61 15.66 $ 19.39 (3.73) 13.91 $ 11.87 2.04 0.99 $ 0.71 0.28 10.29 $ 8.11 2.18 7.05 $ 4.95 2.10 107.80 $ 170.00 (6220) 32.33 $ 41.07 (8.74) 51.08 $ 43.22 7.86 26.28 $ 27.43 (1.15 ) 58.31 $ 75.41 (17.10) 11.92 $ 15.90 (3.98) 60.31 $ 47.35 12.96 68.52 $ 81.51 ( 12.99) 16.78 $ 10.18 6.60 82.89 $ 29.51 53.38 164.15 $ 245.18 (81.03) 4.19 $ 5.31 ( 1.12) 8.25 $ 8.63 (038) 14.67 $ 19.67 (5.00) 10.75 $ 7.65 3.10 53.60 $ 70.17 (16.57) 31.50 $ 42.37 (10.87) 5.65 $ 12.89 (724) 43.41 $ 54.98 (11.57) 50.49 $ 49.74 0.75 40.94 $ 54.98 (14.04) 14,169.59 14,964.72 5% Difference 795.13 Missing 2 items