Active SLED Opportunity · FLORIDA · CITY OF PETERSBURG
AI Summary
City of St. Petersburg seeks bids for multi-year supply and delivery of office paper products including envelopes and copy paper. Vendors must comply with business enterprise programs, background checks, and deliver products to the Consolidated Warehouse. Submissions due by April 28, 2026 via OpenGov Procurement website.
The City of St. Petersburg ("City") is soliciting for bids from qualified vendors to provide and deliver office paper products on an as-needed basis under a multi-year agreement. The supplies are stocked at the Consolidated Warehouse and distributed to City Departments when needed.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
All samples must be customized. Please refer to the "attachments" section for desired customization.
Please use the See What Changed link to view all the changes made by this addendum.
The City has set a Small Business Enterprises (SBEs) goal of %on this project in accordance with the City Code. The applicable code provisions can be found here: City of St. Petersburg Small Business Enterprise Assistance Program
Proposers must submit all required Business Enterprise documentation with their response. To demonstrate compliance with the established SBE goal, Proposers shall submit Form A – Letter of Intent for each proposed certified subcontractor. If not meeting the SBE goal, Proposers must submit Form B – SBE Non-Use Form in accordance with the City Code (Sec. 2-284).
All Proposers must also submit a completed Subcontractor Summary Spreadsheet identifying ALL subcontractors, including business enterprise certification status (if applicable), scope of work, and subcontract amount. Failure to provide the required documentation may result in a determination of non-responsiveness.
The City of St. Petersburg is accepting bids for Office Paper Products: Envelopes, Copy Paper, Etc.. The City will award to one vendor.
Submittal will be prepared in accordance with the following:
The Vendor shall conduct a security background investigation that meets the standards set forth in Florida Statute Section 435.04 (“Level 2 Background Screening”) for each employee and subconsultant/subcontractor employee performing Work at the work site in accordance with the screening requirements set forth in Florida Statute Section 402.302 and Florida Administrative Code Chapters 65C-20, 65C-22 and 65C-25.
Prior to allowing an employee or subconsultant/subcontractor employee to perform Work at the work site, the Vendor shall submit to the City's Project Manager an affidavit certifying that each such employee possesses, and shall continue to possess for the duration of the Project, a valid letter determining that a Level 2 Background Screening was performed and did not identify criminal convictions or other criminal history factors that would disqualify that employee from accessing the work site (“Clearance Letter”). In the event Vendor becomes aware that any employee or subconsultant/subcontractor employee has been arrested or convicted for a disqualifying offense, Vendor shall immediately remove that employee from the work site.
An updated list of all employees or subconsultant/subcontractor employees with access to the work site shall accompany the affidavit and be provided to the City's Project Manager along with the cell phone number of the Vendor's representative responsible for those employees. At any time, the City may request to view the Clearance Letters of any or all employees or subconsultant/subcontractor employees working at the work site. The requested information shall be made available for viewing as soon as possible, but no later than twenty-four (24) hours after the request. If the Vendor fails to provide the requested documentation, the employee(s) in question will not be allowed to continue work until the appropriate documentation has been received. The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to a employee or subconsultant/subcontractor employee's inability to perform Work due to a Clearance Letter being unavailable for inspection. The failure of the Vendor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms and conditions of the Contract Documents and shall provide a basis for termination of the Contract.
The City has set a Minority Owned Business Enterprise (MBE) goal of % for this project in accordance with the City Code. The applicable code provisions can be found here:Minority Business Enterprise Program
Proposers must submit all required Business Enterprise documentation with their response. To demonstrate compliance with the established MBE goal, Proposers shall submit Form A – Letter of Intent for each proposed certified subcontractor. If not meeting the MBE goal, Proposers must submit Form B – MBE Non-Use Form in accordance with the City Code (Sec. 2-284).
All Proposers must also submit a completed Subcontractor Summary Spreadsheet identifying ALL subcontractors, including business enterprise certification status (if applicable), scope of work, and subcontract amount. Failure to provide the required documentation may result in a determination of non-responsiveness.
The initial term of the agreement will commence upon contract execution and will continue for a period of three (3) years. The City reserves the right to renew this agreement under the same terms and conditions for two (2) one (1) year periods at the end of the initial term, provided such renewal is mutually agreed upon by the parties in writing.
Any Vendor or subconsultant/subcontractor employee performing Work at the Work site shall (i) comply with the Maritime Transportation Security Act of 2002, 46 U.S.C. § 70101, et seq. (including any amendments thereto and any regulations or rules promulgated thereunder), (ii) comply with Florida Statute § 311.12, and (iii) possess a valid federal Transportation Worker Identification Credential (TWIC). The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to an employee or subconsultant/subcontractor employee’s inability to obtain a TWIC.
Vendors are required to carefully review this solicitation for defects and questionable or objectionable material. Comments concerning defects and questionable or objectionable material must be made in writing to the Procurement Analyst of record for this solicitation and received by the City at least 10 days before the solicitation submission deadline. This will allow issuance of any necessary addendum. A protest based on omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the City, in writing, at least 10 days before the time set for submission deadline.
A. Submittals must be uploaded utilizing the OpenGov Procurement website. Submittals sent via email or delivered in-person will not be considered.
B. The preferred format for submittals is PDF conversion from your source file.
C. Submittals must follow the page maximum stated in the solicitation requirements. Failure to comply could result in the submittal being rejected.
The Vendor shall conduct a criminal history check (“Background Check”) for each employee, subconsultant/subcontractor employee that will have regular access to the work site in accordance with the background check requirements set forth in Florida Statute Section 373.6055.
Prior to allowing an employee or subconsultant/subcontractor employee regular access to the work site, the Vendor shall submit to the City's Project Manager an affidavit certifying that each such employee is qualified to regularly access the work site in accordance with Florida Statute Sections 373.6055(2), (3)(b) and (3)(c). If any employee or subconsultant/subcontractor employee’s Background Check identifies criminal convictions or other criminal history factors that disqualify that employee from regular access to the work site, Vendor shall not allow that employee to have regular access to the work site, and an appeal process is not available. In the event Vendor becomes aware that any employee or subconsultant/subcontractor employee has been arrested or convicted for disqualifying offense, Vendor shall immediately remove that employee from the work site.
An updated list of all employees or subconsultant/subcontractor employees with regular access to the work site shall accompany the affidavit and be provided to the City's Project Manager along with the cell phone number of the Vendor's representative responsible for those employees. At any time, the City may request to view the Background Checks of Vendor's employees or subconsultant/subcontractor employees working at the work site. Vendor shall make the Background Checks available for viewing as soon as possible, but no later than twenty-four (24) hours after the request. If the Vendor fails to provide the requested documentation, the employee(s) in question will not be allowed to continue work until the appropriate documentation has been received. The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to an employee’s inability to perform Work due to a Background Check being unavailable for inspection. The failure of the Vendor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms and conditions of the Contract Documents and shall provide a basis for termination of the Contract.
The City has set a Women Owned Business Enterprise (WBE) goal of % for this project in accordance with the City Code. The applicable code provisions can be found here: Women Business Enterprise Program
Proposers must submit all required Business Enterprise documentation with their response. To demonstrate compliance with the established WBE goal, Proposers shall submit Form A – Letter of Intent for each proposed certified subcontractor. If not meeting the WBE goal, Proposers must submit Form B – WBE Non-Use Form in accordance with the City Code (Sec. 2-284).
All Proposers must also submit a completed Subcontractor Summary Spreadsheet identifying ALL subcontractors, including business enterprise certification status (if applicable), scope of work, and subcontract amount. Failure to provide the required documentation may result in a determination of non-responsiveness.
Vendor shall:
A. Have a minimum of one (1) year of experience in providing office paper products.
C. Have the ability to obtain the minimum insurance requirements set forth in the agreement.
D. Be free from legal and regulatory matters that might prevent the Vendor from fulfilling the obligations of the agreement.
The City has designated this solicitation as a Sheltered project for participation by Small Business Enterprises (SBEs) only in accordance with the City Code. The applicable code provisions can be found here: City of St. Petersburg Small Business Enterprise Assistance Program
The products listed below correspond to Items 1–4 on the Cost Proposal. Please reference the "Attachments" section for the desired customization of each product.
Attn: Francesca Cicatelli
One 4th St. North, 5th Floor
St. Petersburg, FL 33701
F. Failure to provide the specified product samples will result in disqualification from consideration for award. Samples must clearly identify the company from which they were delivered.
The St. Petersburg Police Department (SPPD) shall conduct a Level 2 background investigation for all employees or subconsultant/subcontractor employees scheduled to work in a police facility. Should an employee or subconsultant/subcontractor employee's be unable to pass the SPPD background check process, the individual will not be granted clearance to the SPPD facilities.
The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to an employee’s inability to perform Work due to a Background Check being unavailable for inspection. The failure of the Vendor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms and conditions of the Contract Documents and shall provide a basis for termination of the Contract.
Where two (2) or more related parties each upload a submittal, or multiple submittals are received from one (1) vendor, for any solicitation, such submittals will be judged non-responsive. Related parties mean vendors or the principles thereof, which have a direct or indirect ownership interest in another vendor for the same solicitation or in which a parent company or the principles thereof of one (1) contractor have a direct or indirect ownership interest in another vendor for the same solicitation.
Vendor must deliver orders to the City's Consolidated Warehouse within seven (7) business days of a receipt of a purchase order, unless otherwise agreed upon in writing by the City. All items must be delivered in a single shipment. The address is as follows:
327 17th St N
St. Petersburg FL, 33713
Vendors will use the original solicitation form(s) provided by the Procurement and Supply Management Department and enter information only in the spaces where a response is requested. Vendors may use an attachment as an addendum to the solicitation form(s) if sufficient space is not available on the original form for the vendor to enter a complete response. Any modifications or alterations to the original solicitation documents by the vendor, whether intentional or otherwise, will constitute grounds for rejection of a solicitation. Any such modifications or alterations a vendor wishes to propose must be clearly stated in the vendor's submittal response and presented in the form of an addendum to the original solicitation documents.
Submittals and modifications received after the time set for the submission will not be considered.
The submittal may be withdrawn prior to the solicitation opening date.
No oral interpretations will be made to any firms as to the meaning of specifications or any other documents. All questions pertaining to the terms and conditions or scope of work of this solicitation must be in writing to the Procurement and Supply Management Department and received by the date specified in the solicitation. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the solicitation. All such addenda will become part of the agreement documents. The City will not be responsible for any other explanation or interpretation of the proposed solicitation made or given prior to the award of the agreement. The Procurement and Supply Management Department will be unable to respond to questions received after the specified time frame.
The City may reject a submittal if:
A. The vendor incorrectly states or conceals any material fact in the solicitation.
B. The solicitation does not strictly conform to the law or requirements of the solicitation, including insurance requirements.
C. The solicitation is conditional, except that the vendor may qualify its submittal for acceptance by the City on an "all or none" basis, or a "low item" basis. An "all or none" basis submittal must include all items upon which the vendor was invited.
D. The Procurement and Supply Management Director determines it is in the best interest of the City to reject all submittals or parts of submittals at any stage of the procurement process through the award of an agreement.
E. The City reserves the right to waive minor informalities or irregularities in any submittal.
Pursuant to Florida Statute, Section 119.071(1)(b)2, all submittals will be subject to review as a public record after 30 days from opening, or earlier if an intended decision is reached before the thirty-day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secret claims must be dispositively determined by a court of law prior to trase secret protection being granted.
Vendor must provide a single point of contact, a dedicated account manager who will be readily available during normal business hours to administer the agreement. Vendor is responsible for notifying the City of any changes in account manager or contact information. Account managers' responsibilities shall include, but are not limited to, overseeing all aspects of implementation, servicing, reporting, and issue resolution.
Persons with disabilities requiring reasonable accommodations to participate in this proceeding, should contact 727-893-7229.
Vendors and their employees, agents, contractors, and representatives are prohibited from communicating (whether oral, written, or electronic) with any member of City Council, the Mayor, City staff, any member of the selection committee, or any City project consultants related to the competitive solicitation beginning upon the date on which a competitive solicitation is first advertised and continuing until the later of (1) the final award of the competitive solicitation, (2) the date of rejection of all bids or responses to the competitive solicitation, or (3) the date of final disposition of any protest of the competitive solicitation.
At a minimum, City shall provide and meet the following responsibilities:
The City reserves the right to accept and award on a split-order, lump-sum, or individual item basis, or such combination as shall best serve the interest of the City.
Protest procedures are governed by City of St. Petersburg Procurement Code Section 2-208 and can be viewed at the following link: Protest Procedure
The City has deemed the following contract terms to be non-negotiable. Vendor is advised that if it wishes to take exception to any of the terms contained or referenced in the contract, it must explicitly identify the term and the exception in its response to the solicitation. Vendor's stated exception to a non-negotiable contract term may disqualify it from consideration:
Prior to award, any Vendor may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the vendor must have experience in work of the same or similar nature, and can provide references, which will satisfy the City. Vendors must furnish a reference list of at least three (3) customers for whom they have performed similar services.
All Contractors performing construction and related work in Pinellas County must comply with all regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any submittal and/or award.
An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501.
A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit Division of Corporations for information on how to become registered.
The Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed in the insurance section of the agreement. Failure to provide the required insurance within a ten (10) day period following the determination of award may result in the City to vacate the original determination and proceed with another Vendor.
It is hereby made part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that the City of St. Petersburg will require a first priority for goods and services. It is vital and imperative that the citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. Vendor agrees to rent/sell/lease all goods and service to the City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, or other acts of God.
The evaluation criteria define the factors that will be used by the Evaluation Committee to evaluate and score responsive, responsible and qualified submittals. Vendor shall include sufficient information to allow the Evaluation Committee to thoroughly evaluate and score their submittal. Each submission shall be evaluated and ranked by an Evaluation Committee. The contract will be awarded to the most qualified Vendor, per the evaluation criteria listed in the solicitation.
In addition to all other rights of the City under Florida law, the City specifically reserves the following:
Performance and Payment Bond: If applicable, the annual bond amount will be equal to the one-year amount of a multi-year agreement.
Bid Bonds: Must be uploaded with offeror's submittal prior to the solicitation close date.
If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date.
If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date.
Please provide a letter certifying who is authorized to execute the agreement on behalf of Company.
Type N/A if not applicable.
Type N/A if not applicable.
The City has deemed the following contract terms to be non-negotiable. Vendor is advised that if it wishes to take exception to any of the terms contained or referenced in the contract, it must explicitly identify the term and the exception in its response to the solicitation. Vendor's stated exception to a non-negotiable contract term may disqualify it from consideration:
Please download the below document, complete, and upload.
Upload all other documents relating to this solicitation. Including but not limited to proposals/statements of qualifications, applicable bonds, warranty information, etc.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Make sure this in compliance with the living wage ordinance.
Q (No subject): Section 2.1 states that exceptions must be stated with specificity , yet Section 2.15 states certain terms are non-negotiable. Will an exception to a "non-negotiable" term result in automatic disqualification, or will it be subject to review during the evaluation phase?
A: It will not result in automatic disqualification.
Q (No subject): Section 4.4C requires samples within 48 hours "after close of solicitation." Does this refer to 48 business hours? Additionally, if a vendor is already providing these exact products to another government entity, will the City accept digital proof or specifications in lieu of physical samples for the initial bid?
A: Physical samples must be mailed to the address specified any time during the course of this solicitation, but no later than 48 business hours after close of solicitation.
Q (No subject): Are deliveries to the Consolidated Warehouse expected on a set schedule (e.g., monthly), or is this an 'on-call' basis for the entire 7-day turnaround?
A: The orders are placed as needed.
Q (No subject): Item #9 specifies 'Lettermark Premium'. Will the City accept 'or equal' products that meet or exceed the 24lb, 96 bright specifications?
A: Yes, the City will accept "equal to" products.
Q (No subject): For Item #4 (Utility Bill Paper), does the City require a specific micro-perforation TPI (Teeth Per Inch) to ensure compatibility with existing mailing equipment?
A: Yes we do. 54 teeth per inch. The higher number is preferred for printing, folding and insertion.
Q (No subject): Given the volatility of the paper market, will the City allow for price adjustments based on the Producer Price Index (PPI) for Paper and Paperboard at the time of the 12-month anniversary or renewal?
A: Per section F. "Price Escalation/De-Escalation." of the base agreement, "After the initial Twelve-Month Period, Vendor and the City may make a request for an adjustment of the Unit Prices in accordance with the procedures set forth in the Other Documents and any specifically referenced attachments to the CPA/BPA Form by submitting such request in writing to the other party. Such request must include a written explanation and detailed supporting documentation as justification for such adjustment of the Unit Prices. Increases in the Unit Prices will not be effective except if agreed to in writing by both Parties. Any adjustment to the Unit Prices will establish the new base Unit Prices from which any subsequent price adjustment will be calculated."
Q (No subject): Does the City allow for a floating fuel surcharge if national diesel averages exceed a certain threshold during the 3-year term, or must the 'delivery included' price remain static regardless of transportation cost increases?
A: The "delivery included" price must remain static.
Q (No subject): If a vendor provides an 'All-or-None' bid to maximize cost-savings through bundled logistics, will the City honor that preference, or will the bid be rejected if the City chooses to split the award among multiple vendors?
A: The City will only award to one vendor. Vendors must provide pricing for every line item to be considered responsive.
Q (No subject): Is there a minimum dollar amount or case count required per purchase order? Delivering a single case of paper to a warehouse within 7 days is significantly less cost-effective than a pallet-sized drop.
A: No, there is no minimum dollar amount, but when we order, usually it is in the pallet range of amounts required. We try to be mindful of delivery costs.
Q (No subject): For the custom-printed items (1, 2, and 3), does the 7-business-day delivery window begin from the issuance of the Purchase Order, or from the date of final artwork/proof approval by the City?
A: 7 days from artwork approval.
Q (No subject): Will the City provide high-resolution, print-ready vector files for all custom items, or is the vendor expected to recreate artwork from the provided attachments?
A: We will supply those Specs.
Q (No subject): Is this bid strictly for the fulfillment of physical stock, or does the City anticipate requiring variable data printing (names/addresses) or mailing services during the term of the agreement?
A: Strictly for the fulfillment of physical stock.
Q (No subject): Beyond the 'Security Tint' requested for Item #2, are there any physical security requirements for the facility where these envelopes are stored (e.g., caged areas, background checks for staff handling utility-related stock)?
A: No, this is just for security for items placed in the envelopes when used by City Depts. so they cannot be read. At your business, there should be no concern who is handling these.
Q (No subject): Can the City provide the specific weight (percentage or points) assigned to SBE/MWBE status versus 'Cost' in the evaluation criteria?
A: There is no evaluation criteria as this is not a request for qualifications or request for proposal. This is an invitation for bid, meaning the vendor with the lowest price who is deemed responsible and responsive will be awarded.
Q (No subject): Can the City provide the actual usage/spend for each line item over the last 12 and 24 months?
A: The cost proposal has been updated to reflect the estimated yearly quantity of each item.
Q (No subject): Section 4.4A mentions inventory based on "estimated annual usage." What are the City’s specific estimated quantities for each of the 9 line items for the upcoming year?
A: This has been specified in the cost proposal.
Q (No subject): What is the anticipated or budgeted annual spend for this contract?
A: An estimated $125,000 will be spent on this contract per year. This is an estimate only and may vary.
Q (No subject): Who is the current provider of these services, and what were the total expenditures under the previous contract term?
A: The City does not have a current provider of these services under contract. The total expenditure under the previous contract term was 10,749.25 in approximatley 3 months.
Q (No subject): Can the City provide the most recent bid tabulation or the current contract's unit pricing for these specific items?
A: The most recent bid tabulation is as follows: Line #1: 32.27 Line #2: 28.4 Line #3: 6.45 Line #4: 85.47 Line #5: 36.63 Line #6: 73.36 Line #7: 45.35 Line #8: 36.63 Line #9: 45.35
Q (No subject): Is this a standard expiration of a contract, or is the City seeking a new vendor due to specific service or performance issues?
A: The City is seeking a new vendor due to performance issues.
Q (No subject): Section 4.4A mentions a minimum inventory level 'as prescribed by the City'. What is the specific minimum stock level (number of cases) required to be held at all times for the utility envelopes and copy paper?
A: For the custom products, Water billing envelopes, blue and white, as well as the billing paper it would be prudent to carry at least 80 cases of those 3 items.
Q (No subject): Regarding Section 2.15 and Section 10 of the Base Agreement, would the City consider a mutual waiver of "consequential, indirect, or punitive damages," or a liability cap equal to a multiple of the annual contract value?
A: If you wish to proposes alternatives to the base agreement please refer to question 20 of the vendor questionnare.
Q (No subject): Section 4.4A requires the vendor to maintain safety stock based on estimated usage. Since the Cost Proposal is based on unit case pricing and Section 3.B states the City will not be invoiced prior to delivery, will the City provide a separate monthly line item for warehousing/storage fees, or must the cost of maintaining this off-site inventory be fully amortized into the per-case unit price?
A: No the City will not provide a payment for monthly storage.
Q (No subject): Section 3.15 asks if the Vendor will allow other agencies to piggyback. Will the City clarify if the 'delivery included' pricing is restricted to agencies within a specific geographic radius (e.g., Pinellas County or a 50-mile radius of St. Petersburg), or must the Vendor honor the same delivered price for any agency in the State of Florida regardless of freight costs?
A: That would be up to the piggybacking agency to negotiate.
Q (No subject): Does checking 'Yes' to Section 3.15 grant other agencies an absolute right to utilize the contract, or does the Vendor maintain the right to review and approve or deny individual piggyback requests based on the requesting agency’s specific logistical requirements and volume?
A: The vendor maintains the right to approve or deny individual piggyback requests.
Q (No subject): The current bid is priced for 'Warehouse Drop-off' at a single location (Section 4.5). Will the City confirm that any agency utilizing the piggyback clause must strictly adhere to the same delivery terms and 7-day lead times, or can piggyback agencies request 'inside delivery' or 'desktop delivery' under the same unit pricing?
A: That would be up to the piggybacking agency to negotiate.
Q (No subject): While the City "usually" orders in pallet ranges (Q/A #9), smaller piggyback agencies may have much lower volume. Can the Vendor establish a separate Minimum Order Quantity (MOQ) or a 'Small Order Surcharge' specifically for piggyback agencies to offset the higher per-unit freight costs of small-parcel delivery?
A: That would be up to the piggybacking agency to negotiate.
Q (No subject): Does the City intend to pay via Purchasing Card (P-Card)? If so, is the Vendor permitted to pass through the processing fees, or must the unit price be 'all-in' including credit card interchange fees?
A: The City pays via a check. When you put forth your bid, please include in the bid price for all associated costs with regard to getting that product to the Consolidated Warehouse.
Q (No subject): Since Section 4.4A requires the Vendor to maintain a minimum inventory of custom-perforated and printed stock, will the City commit to purchasing all remaining 'Safety Stock' (up to the prescribed levels) at the contract unit price upon contract expiration or termination for convenience?
A: In relation to the custom envelopes, the City will get the on hand stock quantity and buy that as long as it is good condition and meets the specs.
Q (No subject): Does the Consolidated Warehouse require delivery via a specific pallet size (e.g., 40x48 GMA) or have a maximum pallet height/weight restriction? Are lift-gate trucks required for all deliveries?
A: Yes, 40 x 48, we see 40 cases per pallet of paper, or envelopes. We have a loading dock, also forklift to unload directly from the truck if necessary.
Q (No subject): The City indicated it is seeking a new vendor due to 'performance issues.' Can the City clarify if these issues were related to delivery delays, product quality, or administrative/billing errors?
A: Product quality and delivery delays.
Q (No subject): Is there any administrative fee, rebate, or management fee owed to the City of St. Petersburg for sales made to other agencies via the piggyback clause? Furthermore, what are the specific reporting requirements for the Vendor regarding piggyback sales volume?
A: No, there are no fees. Any agreement entered into by the Vendor and another agency are between those two parties exclusively.
Q (No subject): While the City usually orders in 'pallet ranges' , will the City provide a monthly minimum order volume to help the Vendor amortize production and delivery costs effectively across the 12-month fixed-price period?
A: We can only provide a min/max levels for our purchases, we cannot predict and monthly need.
Q (Paper Use): For line items 4-9, is the paper going through copiers or are they also running them through an inserter for mailing?
A: Lines 5- 9 are just for copiers, 1-4 go into the inserter for mailing.
Q (No subject): Regarding the most recent bid tabulation provided in this Q/A, would the City please provide the names of the vendors associated with those bid results?
A: beyond GREEN LLC
Q (No subject): Will the City please provide the make and model of all equipment (including high-speed inserters, production printers, and standard office copiers/printers) that will be used to process or run the materials specified in Line Items 1 through 9?
A: Printshop machines are as follows: 1) Canon V800 2) Ricoh Pro C7210sx 3) Ricoh Pro 8220s The inserter is a Bell and Howell Phillipsburg Mailstar 825 Copiers are too many and varied to list for the City.
Q (Bonds): Section 2.23 states that bid bonds must be uploaded with the offer's submittal. Are bid bonds applicable to this solicitation?
A: No.
Q (Samples): In what UOM should samples be provided?
A: Vendors must provide one (1) sample of each the products specified in the Scope of Work.
Q (No subject): Given that the City will supply the final vector files and artwork specifications, does the requirement to submit product samples within 48 business hours of the bid closing require fully customized and printed envelopes (Items 1 and 2)? Or will the City accept unprinted/generic samples of the required 60# offset stock and 90 GSM to evaluate material quality during the bid phase?
A: Printed samples are required.
Q (No subject): Section 2.15 states that indemnification and the refusal to limit vendor liability are 'non-negotiable' terms. However, the City also stated that taking exceptions to these terms will not result in 'automatic disqualification' and directed vendors to submit alternatives in the questionnaire. Since this is an Invitation for Bid (IFB) awarded solely to the lowest responsive/responsible bidder, will taking an exception to liability caps render a bid 'non-responsive'?
A: No.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.