Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2023-124Temp. Reso. #14027 Page 1 of 4 October 25, 2023 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2023- ail. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD REQUEST FOR PROPOSAL #23-17R, "PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS" TO AND EXECUTE AN AGREEMENT WITH SOUTHEASTERN PRINTING COMPANY, INC, FOR PRINTING SERVICES FOR A FIVE (5) YEAR PERIOD, PROVIDING FOR TWO (2) ADDITIONAL TWO (2) YEAR RENEWALS AT THE DISCRETION OF THE CITY; AT AN ESTIMATED AMOUNT UP TO THE BUDGETED AMOUNT OF $233,000 ANNUALLY OR $1,165,000 FOR THE TOTAL FIVE YEAR PERIOD; AUTHORIZING THE CITY MANAGER TO APPROVE SUBSEQUENT TWO (2) YEAR RENEWALS AND APPROVE EXPENDITURES FOR PRINTING; APPROVED ASSIGNMENTS AND OTHER AMENDMENTS TO THE AGREEMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac requires printed newsletters, reports, banners postcards, brochures and other documents as required by the City to effectively advertise and notify residents, employees and other stakeholders of information, events, and functions; and WHEREAS, the City of Tamarac publicly advertised Request for Proposal #23- 17R "Printing and Distribution of City of Tamarac Publications" from June 29, 2023 until July 27; and a copy of said proposal is on file in the office of the City Clerk; and WHEREAS, proposals were solicited from vendors, via Bids and Tenders, and two (2) proposals were received and evaluated as per the Request for Proposal from 1 Temp. Reso. #14027 Page 2 of 4 October 25, 2023 the following firms: • Southeastern Printing Company, Inc. • Original Impressions WHEREAS, after extensive evaluation and consideration by the Evaluation Committee consisting of the Senior Strategic Communications Officer — Public Information Office, Assistant Director of Parks and Recreation, Marketing Specialist — Public Information Officer, Executive Assistant — Financial Services Department until her retirement, the Community Services Manager — Parks and Recreation), and Executive Assistant — City Manager's Office, they ranked the proposal from Southeastern Printing Company, Inc., as the most advantageous response to the City's needs, as shown in the scoring summaries attached hereto as Exhibit 1" and WHEREAS, funds are budgeted in the Public Information Office's "Printing and Binding" account; and WHEREAS, it is the recommendation of the Senior Strategic Communications Officer and the Purchasing and Contracts Manager that Request for Proposal #23-17R, "Printing & Distribution of City of Tamarac Publications" be awarded to, and an agreement be accepted and executed with Southeastern Printing Company, Inc., for a five (5) year period, providing for two (2) additional two (2) year renewals at the discretion of the City; a copy of said Agreement is attached hereto as Exhibit "2", and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award and to execute an Agreement with Southeastern Printing Company, Inc., for a five (5) year term, providing for two (2) additional two (2) year renewals at the discretion of the City 2 Temp. Reso. #14027 Page 3 of 4 October 25, 2023 for the printing and mailing of City publications and to authorize the City Manager to approve and execute subsequent renewals and expenditures for printing as may be required and as included in the proposal and contract. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: That RFP #23-17R "Printing & Distribution of City of Tamarac Publications" be awarded to and that an Agreement be executed with Southeastern Printing Company, Inc., in an estimated amount up to the budgeted amount of $233,000 annually or $1,165,000 for the total five year period for printing services for a five (5) year period, providing for two (2) additional two (2) year renewals at the discretion of the City, included herein as Exhibit "2". SECTION 3: The City Manager is hereby authorized to approve and execute subsequent two (2) year renewals as provided for in the Agreement, approve assignments and other amendments to the agreement, and approve the expenditures for printing as may be required and as outlined in the agreement with Southeastern Printing Company, Inc., SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 3 Temp. Reso. #14027 Page 4 of 4 October 25, 2023 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this o't'S day of OC701256(\- , 2023. ATTEST: KIMBERLY bILLON CITY CLERK MIC ELLE J. GOMEZ MAYOR RECORD OF COMMISSION VOTE MAYOR GOMEZ y DIST 1: V/M BOLTON y� DIST 2: COMM. WRIGHT JR i DIST 3: COMM. VILLALOBOS `1£� DIST 4: COMM. DANIEL 1_16S APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THE CITY OF TAMARAC ONLY n r CL Z cu _ L Z) 41 O N o a.+ � (A O O z 0 r _0(0 Fill (n a a 'C W M M N V C CD J 0) J N E i GL a o a� •(, r' u � O G) a � a E c L ra (A C _0i a1 O O v V •� � O o ,m > O a o. m ;a a a 'v cn H a� m4-0 O c = O y H w O T{ fu a1 kn s� Ln a u o o a ro (1) E z X u � CL x o 0 E O m L_ — aD o R O w O ~ O G V) Q -a C w z o � N o C L O a a c� a u N w U w oC ,2 cn ro U c V) a� 0 W O 06 •� cB a6i CL C O � N O QLn O_ U V _ � (3) O o u G ry � z 7 AJ Q� Z. Z 1- �, V1 v E rp v io > w ;a co O in ua w m m a . m U w V) u w M M M N 00 M rV lD M N M M (N kD M N M M N r" M N Lr ) N Lr) N +--1 O O N O C) r O O O .1 OI�r O O O O N N r4 N N NrN N O 0; O O Olqzr O d' O d" O V- O Lr1 00 M d 00 M OL 00 Q 00 ,- r Q 00 Q 00 .-i Q 00 Q 00 Q 00 Q C (3) E .O a) CL C Q) fa 0 C I 0) U C t� la Ln fu U fa ro E O U Ln .61 fn J O O C C O O O N O N O Ln O V) O V) O N O N Q� 0 Q � Q � a �a � Q Q� a� ca V) V) V) U) (A Ln N C a) a) O a) :3 a) O a) O a) � a) M Q) aaf a� aCc arY a0c a� a� arr a0c 0) CM 0) C3) 0) 0) O O O O O O O O 0 i i ru ru i ro L ru ru ro fa fa fa mC fa ra fa fa � �.14�1 V ��411 V � @j �.14�1 V ate.+ � 4m C C C C C C C C C 0 O O O O O O O O U U U U U U U C C C C C C C C C fa ru ra fa ru fa ru fa fa Z Z Z Z Z Z Z Z Z •Q N M N N N a) N Ln N l0 N M O Ln O +-{ O O O M O to O M i �i O •1 O Ln 0 0 O O O O O O V 00 ,-+ Q co Q 00 —4 a oo —q a. co .-, a co *-+ a -a y ry C •� 0 c°n L O c V vi 3 E ra 07 J ai N C w N 01 O C -0 � 0 ,y � Q O CA w 0 cn ~ Q) O O 4., cr D c i U V U O X E •� O > O Z O C ru d �j 70 � w E ra 0) Q) m E O v O E O O C6 Ln a O u O O>CA V i c Ln Ln _ v O� W V f V7 U i C UZ te a+ m te O Q E C V a+ o W m o:C ru L a-J Z a a_OL _ .� v a � 4 C cn G7 — E o o Ln o(A o L; o V oLn � .+_' O O +' O c +' O ' c O c O G7 L G7 f0 Fo Q (3) _ Q Q. Q Q a a z a oer a� a� a� a �a� -n a N � 0) a) 0) m � � O O O O O O O Y U ffa U (Ma U U m U r U 1•- (a to ra ra ra ra E E E E E E m V m m m @ fa V m @ O O O O O O O 0 Ln Ul) � i O a u u u U_ .� O > rya m m r=a m r U W Z Z Z Z Z Z > 0 00 n M 0 0 0 d- O U a c L m O .� o 0 � {% N N fo V f6 .E J J f6 0 O Qt V) � a P � Q) H O C �G1 O 'D tC �L O N LA ri V fo U m fB E V E : 'ic O O w O M O M c (1) i o v C O Q H Q a LUX coy L. a) > O O CD- O � O -0 x- �- f W L a-J ul O Q O 4— O fu a � v O C o 4 fo i C O U O fo = 0 (� V ro 0, w u' a L = ro O s 7 (O O O L m O o ko V J V � = J J O � O .can i a a� E a m M .O Q o � O Ln C .� O m � O v- 5 (1) a H (1) o o � 0 � a u L W m C � Q o U O LO = M F O V) U Fu w v u s o p1 0 0 0 0 0 O O O O O 3 o � o a) V) a. x V) w i L 0 N Q 0 d _V) C LL c CL >O o di (t: a.+ cn O z- _ a � v i O Lr) O �- ra Y u= =3 a v i a U) O u c L m O O O O GO N k-O O Vi *1 M N V J J C O �7 L a E �o o 0 0 0 D o M I� lD t11 0 +-i M N i 01 O O O O O O O O � � LO 3 � o v tf a� Q x w i U) O CL -� o a� a a L a o fC V) O a O � U a V) O lu w a U_ L- a i �+ 0 go H C•1 O O O 0 m 4w O TAMARAC of The City For Your Life Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND SOUTHEASTERN PRINTING COMPANY, INC. THIS AGREEMENT is made and entered into this 2day of Ot4UL ,2023 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL, 33321 (the "CITY") and Southeastern Printing Company, Inc. a Florida corporation with principal offices located at 950 SE 8th St, Hialeah, FL, 33010 (the "Contractor") to provide for the printing and distribution of City of Tamarac publications. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1. The Contract Documents The contract documents consist of this Agreement, Request for Proposal (RFP) Document No. 23-17R for "PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS", including all conditions therein, (Standard Terms and Conditions, Special Conditions and/or Special Provisions, Instructions to Offerors, Scope of Work), all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between RFP 23-17R, "PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS" as issued by the City, and the Contractor's Proposal; RFP 23-17R, "PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS" as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2. The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to print, furnish, deliver, and distribute various City of Tamarac publications. 2.1.2 Contractor shall provide all services in accordance with the scope of work enumerated in Request for Proposal 23-17R, "PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS". 2.1.3 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3. Insurance 3.1 Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk TAMA� RACE uly The City For Your Life and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2 Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: • General Liability - $1 M/$2M • Automobile — $1 M/$1 M • Workers Comp — Statutory 4. Term of Contract 4.1 This Agreement shall be effective upon the final approval date by all parties. The initial contract period shall be for five (5) years based upon successful performance by the Contractor. The Contractor, however, shall initially contract exclusively with the City for a guaranteed period of six (6) months. The Contractor shall be evaluated by City personnel during this time period. During the initial six (6) month period, the contractor shall enjoy an exclusive contract relationship with the City. Upon completion of the initial six (6) month period, however, unsatisfactory performance by the Contractor shall result in the loss of exclusivity. Satisfactory performance will result in the Contractor maintaining its exclusive right to perform the requirements of this Agreement for additional six (6) month terms until the completion of the full five (5) year term. 4.2 Agreement Renewals: Upon completion of the first full five (5) year period, the City reserves the right to renew the Contract for up to two (2) additional two (2) year renewal options to be exercised as mutually agreed by City and Contractor based on Contractor's agreement to the same terms and conditions; and by providing written notice to the City not less than ninety (90) days prior to renewal date of any adjustment in the Contract amount for the upcoming renewal period. Contract renewal will be based on satisfactory performance, mutual acceptance, and determination that the Contract is in the best interest of the City. The ongoing performance evaluation process will continue during any renewal periods for the life of the Agreement. 4.3 In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the 2 TAMARAC The City For Your Life Purchasing and Contracts Manager on a month -to -month basis until such time as a new Agreement is awarded and in place, or upon mutual agreement of the parties. The contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. 5. Performance Evaluation The City shall utilize a performance questionnaire, which shall be mutually developed and agreed upon by the City and Contractor, based on the Sample shown as Appendix A herein. Upon completion of any mutual agreement regarding the contents of the performance questionnaire by the City and Contractor, the final document shall replace and supersede Appendix A, as a part of this Agreement. The City and Contractor, from time to time, may make additions, deletions or changes to Appendix A under the terms of this Agreement. 6. Contract Pricing Pricing shall be in accordance with the "Pricing Schedule" attached hereto as in Appendix B herein, and the Contract Sum shall be for the actual quantities ordered. 7. Payments 7.1 The City shall pay for work ordered by the City and completed by the Contractor on a task basis. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. The City has up to thirty (30) days to review, approve, and pay all invoices after receipt. 7.2 All payments under this Agreement shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 8. Economic Adjustment — Escalation / De-escalation: 8.1 Prices, terms and conditions shall remain firm for a minimum of the first three (3) years of the term of this Agreement unless modified or canceled in accordance with the provisions of this Proposal. An economic adjustment will be permitted on or after the three (3) year anniversary date of the commencement of this Agreement, and such adjustment must remain in place for the remaining duration of the five (5) year term. Upon expiration of the initial term of the Agreement, pricing for subsequent renewal periods may then be adjusted on the anniversary date of the Agreement in accordance with the then current Miami Urban Consumer Price Index (CPI), which shall apply to actual costs. During the first three (3) years of the term and the remaining two (2) years of the initial five (5) year term of the Agreement, a pass -through allowance will ONLY be allowed in the event of an increase of postal rates by the U.S. Postal Service or in the event of an increase in material due to an unanticipated extreme or unforeseen volatility in the marketplace due to factors beyond the control of the Contractor which meet the criteria enumerated in Section 4.6.2 "Equitable Adjustment Provision" of this Agreement herein. Price adjustments must only provide for a pass -through of the actual increase; and under no circumstance will the Contractor be entitled to any price adjustments for additional profit during the life of the agreement. Such requests must be fully documented as detailed in Section 4.6.3 3 TAMARAC City of Tura _ The City For Your Life Purchasing € n d Contracts Division, "Documentation" herein. No additional cost increases will be permitted during the initial term. 8.2 Equitable Adjustment Provision: The City of Tamarac may, in its sole discretion, make an equitable adjustment in the Contract Terms and conditions and/or pricing. If pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace that satisfy all the following criteria: 1) the volatility is due to causes wholly beyond the Contractor's control; 2) the volatility affects the marketplace or industry, not just the particular Contractor's source of supply; 3) the effect on pricing or availability of supply is substantial; and 4) the volatility so affects the Contractor that continued performance of the Contract would result in substantial loss. 8.3 Documentation: Any adjustment will require irrefutable evidence and written approval by the City. The City may elect to provide a one-time increase, an increase for a predetermined period which may be reflected as a change in the unit price or as a surcharge in addition to the unit price, or an increase for the remainder of the contract. In the event of any market decreases the Contractor shall in good faith provide the City with reduced pricing. All requests for Equitable Adjustments must be addressed in writing to the attention of the Purchasing and Contracts Manager, and include appropriate documentation including but not limited to, data from established government or industry indices, market trend data, actual invoices for materials, catalog pricing from Contractor's suppliers, notification from suppliers or manufacturers or other information as agreed upon between the City and the Successful proposer. 9. Indemnification 9.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 9.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Contractor shall pay all claims, losses, liens, settlements, or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 4 TAMARAC City of Tomoro, The City For Your Life Purchasing and Contracts Division 9.3 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10. Remedies 10.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 10.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. 11. Change Orders or Agreement Amendments Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed engagement in a satisfactory manner. The Contractor shall not start work pursuant to a change order or agreement amendment until such document setting forth the adjustments is approved by the City; and executed by the City and Contractor. Once the change order or agreement amendment is so approved, the Contractor shall promptly proceed with the work. The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. The Contract Price and/or Time may only be changed by a change order or agreement amendment. A fully executed change order / agreement amendment for any additional duties must exist before such extra duties are initiated. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order or agreement amendment has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order or agreement amendment for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice 5 TAMA� RAC The City For Your Life of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 12. Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 13. Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 14. Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 0 Tim= `it ofT man The City For Your Life Purchasing and Contracts 15. Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address CONTRACTOR Name: Southeastern Printing Company, Inc. Address: 950 SE 8th Street, Hialeah, FL, 33010 FIN/EIN: 65-0717119 Contact: Stephen Meltzer Email: smeltzer@seprint.com Phone: 954-658-0527 16. Termination 16.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 16.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 17. Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. 18. Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 7 The City For Your Life­PQ 19. Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 20. Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 21. Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 22. No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 23. Uncontrollable Circumstances Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 24. Scrutinized Companies - 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum E. TA�.MARAC The City For Your Life Purchasing and Contract Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 25. Public Records 25.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 25.1.1 Keep and maintain public records required by the City in order to perform the service; 25.1.2 Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 25.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement and any renewals thereof if CONTRACTOR does not transfer the records to the CITY. 25.1.4 Upon completion of the Agreement, transfer, at no cost to the CITY, all public records in possession of CONTRACTOR, or keep and maintain public records required by the CITY to perform the service. If CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records in a format that is compatible with the information technology systems of the CITY. 25.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's 9 TAMARAC The City For Your lifer crttrcDivi , . Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 26. E-Verify As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Consultant and its subcontractors shall, register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. Consultant shall require each of its subcontractors to provide Consultant with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Consultant, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Consultant otherwise complied, shall promptly notify Consultant and Consultant shall immediately terminate the contract with the subcontractor. An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Consultant acknowledges that upon termination of this Agreement by the City for a violation of this section by Consultant, Consultant may not be awarded a public contract for at least one (1) year. Consultant further acknowledges that Consultant is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. Consultant or subcontractor shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. Consultant shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. 27. Custodian of Records IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERKOTAMARAC.ORG W] TAMARAC The City For Your fife �_ , IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and Southeastern Printing Company, Inc., signing by and through its CEO duly authorized to execute same. 0 TAMA q . g�,�N�p•. Q _ ESQ P �gg3 : C ATTEST` Kimberly Dill�n,10Vr -City Clerk Date ATTEST: i nature of Corporate Secretary Donald Mader Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Mic Ile J. Gomez, Mayor tj Lent Sucuoglu, City Manager Date Z d form and legal sufficiency: tinot, ity Attorney ,,7 A /- Date Southeastern Printing Company, Inc. Compan ame --t Si ature of CEO Donald Mader CEO to q 3 Date 11 TAM.LARAC City of Tamarac The City For Your Life Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF F�cf0G SS COUNTY OF (Y)VAO\�-Oac1e I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Donald Mader, CEO of Southeastern Printing Company, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this ` Rodger A. FbolOtfon Notary Public 2 c State of Florida : Comm# HH066017 e Expires 11/22/2024 day of U-A c iX-r � -r' , 20 -23. 12 Signature of Notary Public State of Florida at Large P� CtAy t A, kA-e(kmcW Print, Type or Stamp Name of Notary Public 9. Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or 10 DID NOT take an oath. T,AM1 ARAM City of Tamarac The City For Your Life purchasing and Contracts Division APPENDIX A — PERFORMANCE REPORT CARD Sample Printing & Distribution of City of Tamarac Documents Performance ratings are intended to assess the contractor's conformance to contract requirements, specifications, and standards of good workmanship. The rating scale to be used is as follows: Performance Rating Criteria 5 — Exceptional Performance meets or exceeds requirements with few minor problems for which corrective actions were highly effective 4 — Very Good Performance meets requirements with some minor problems for which corrective actions were highly effective 3 — Satisfactory Performance meets requirements with some minor problems for which corrective actions were satisfactory Performance does not meet some requirements with problems for which 2 — Marginal corrective actions appear only marginally effective or have not been fully implemented Performance does not meet most contractual requirements with 1 — Unsatisfactory problems for which corrective actions appear ineffective and/or have not been identified or implemented Performance Area: Quality of Publication Exceptional 4 Satisfactory 4 Unsatisfactory Text clear, crisp and easy to read 5 4 3 2 1 Free from smears, streaks & discolorations 5 4 3 2 1 Publications well -assembled, free from poor folds or poor -stapling 5 4 3 2 1 -Paper quality is acceptable 5 4 3 2 1 Free from significant typographical errors 5 4 3 2 1 Photos & Clip -art are clear & crisp 5 4 3 2 1 Performance Area: Ability to Meet Deadlines Exceptional 4 Unsatisfactory Satisfactory 4 -Pre-press work & Typesetting on schedule 5 4 3 2 1 Final production on schedule 5 4 3 2 1 Final delivery to mail distribution agent on schedule 5 4 3 2 1 13 rM A R A C. The City For Your Life APPENDIX B — PRICING SCHEDULE PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS Required Items Items Description Estimated Quantity of Single Run Tam -A -Gram 24 pages, self -cover, full color, with bleeds and a finished size 8 ''/2" x 11" on $ 20,039.20 Per 37,000 70 # coated text and saddle stitched binding. Including all charges for printing. Water Quality (Typical size / designs; Specifications Reports may change depending on the final design of the publication): 4 pages full color with bleeds and a finished size of $ 3,405.50 Per 17,500 5.5"x8.5" (11" x 17" folded to 8.5" x 11" and folded again to 5.5" x 8.5") on 70# coated text. ACFR Condensed 4 pages, full color (4/4), 11"x"17 folded to Report 8.5"x 11", 80# GLOSS TEXT, Finishing Bound, Saddle Stitch on 11" side. Stitch 4 $ 4,327.50 Per 37,500 Pages into center of Tam -A -Gram once yearly, normally in the July/August issue. Flood Insurance 4 pages, 2 colors (2/2), 11"x17" folded to Program Pamphlet 8.5"x 11" on 50# white offset. Flood $ 3,195.00 Per 37,500 Protection Brochures are stitched into the center of Tam -A -Gram twice yearly. As -Needed Items Tam -A -Gram Extra (typical size/designs; specifications may change depending on the final design of the publication): 4 pages full $ 4,329.00 Per 37,000 color with bleeds and a finished size 8'/z" x 11" on 70# coated text. Including all charges for printing. Postcards Item 1 (option): 6" x 9", 4/4. 10 pt. c2s $ 817.00 Per 5,000 card, with bleeds. Item 2 (option): 6" x 9", 2/2. 10 pt. c2s $ 1,107.00 Per 5,000 card. (no bleeds). Item 3 (option): 11"x5", 4/4. 100# Gloss Cover $ 3,996.00 Per 36,000 How to Do Business Item 1: 4 pages, full color 4/4 with full with the City Brochure bleeds, 80# Endurance Gloss Cover, Single sheet flat size 11" x 17" single $ 595.00 Per 500 folded in half, printed double -sided to create 4 - 8.5" x 11" pages. Miscellaneous Tri- Item 1: 1 page, full color, with bleeds, Fold Brochures with a finished size of 3.67" x 8.5" on 80 $ 467.00 Per 500 # gloss. Item 2 (option): 1 page, 1 color (1/1), with $ 448.00 Per 500 a finished size of 3.67" x 8.5", on 20# bond color paper. No bleed. Banners Item 1: 29" x 96" outdoor vinyl pole banners, full color (same image both $ 5,351.00 Per 50 sides). Stock: 18 oz. blockout banner 14 TAB RAC City of Tamarac The City For Your Life purchasing and Contracts Division material with 3" pole pocket holes on top & bottom and 4 grommets. Trim to 29" x 96"; hem banners and affix 4 grommets. Backlit Display Item 1: 4/0 process, trim to size 27.5" x Panels (Duratrans) 77," Duratrans or comparable backlit $ 374.00 Per 2 panel. Optional Items Sundial Item 1: 4 pages, 4 color (4/4), with a finished size of 8'/2" x 11" on 20 # bond $ 537.00 Per 500 (No bleed). Item 2 (option): 8 pages, 4/4, with a $ 804.00 Per 500 finished size 8Y2' x 11" on 20 # bond with saddle stitched binding. No bleed). Tamarac At -A- Item 1: 5.5 x 8.5 (folded), formatted from Glance Brochure 8.5 x 11 Word document; saddle -stitched. Margin formatted by letter for easy search. 4 color cover over black and white $ 20,130.00 Per 15,000 interior pages, cover bleed.Approximately 46 pages plus cover. 100# gloss cover, paper weight 70# New Resident Pocket Item 1: 9x12 pocket folder, 2 pockets, 4" $ 2,966 Per 4000 Folder with card slit on one side, 4 color (4/0). 12 pt card stock, coated. City Manager Note Item 1: White classic A2 envelope 24# Cards Avon, Linen with imprinted full color City logo and return address. Item 2: Note cards, panel folder, Avon $ 443.25 Per 250 white classic Linen, 5.5 x 8.5 80 # cover with full color City logo. Center folded at 4 -1/4. Budget Book Item 1: 9x11 comb bound book, 200 black & white pages and 55 color (4/4) pages (approximate), 15 tabs laminated, printed double -sided 8.5x11 80# gray fiber cover $ 2,053.00 Per 20 soft; 5 mil. laminated 4 color (4/0) front cover and laminated blank back cover. 8.5x11 60# Hammermill laser text inside pages. 15