HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-030Temp. Reso. #12757
Page 1 of 5
February 18, 2016
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2016- 30
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO AWARD REQUEST FOR
PROPOSAL #16-06R, "PRINTING & DISTRIBUTION OF CITY
OF TAMARAC PUBLICATIONS" TO AND EXECUTE AN
AGREEMENT WITH FRANKLIN-DODD COMMUNICATIONS,
LLC, FOR PRINTING SERVICES FOR A THREE (3) YEAR
PERIOD, PROVIDING FOR TWO (2) ADDITIONAL TWO (2)
YEAR RENEWALS AT THE DISCRETION OF THE CITY;
AUTHORIZING THE CITY MANAGER TO APPROVE
SUBSEQUENT TWO (2) YEAR RENEWALS AND
EXPENDITURES FOR PRINTING; 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 and employees of information, events, and functions; and
WHEREAS, the City of Tamarac publicly advertised Request for Proposal #16-
06R "Printing and Distribution of City of Tamarac Publications" on January 6, 2016, a
copy of said proposal is on file in the office of the City Clerk; and
WHEREAS, proposals were solicited from vendors and four (4) proposals were
received and evaluated as per the Request for Proposal from the following firms:
Temp. Reso. #12757
Page 2 of 5
February 18, 2016
Direct Mail Impressions
Franklin -Dodd Communications, LLC
Office Depot
Printing Corporation of the Americas, Inc.; and
WHEREAS, after extensive evaluation and consideration by the Evaluation
Committee consisting of the Public Information Media Specialist, Assistant Director of
Parks and Recreation, Administrative Coordinator — Building Department and
Administrative Coordinator — City Manager's Office, they ranked the proposal from
Franklin -Dodd Communications, LLC as the most advantageous response to the City's
needs, as shown in the scoring summary attached hereto as Exhibit "1 "; and
WHEREAS, funds are budgeted in the appropriate departmental accounts for
printing services; and
WHEREAS, it is the recommendation of the Public Information Specialist and the
Purchasing and Contracts Manager that Request for Proposal #16-06R, "Printing &
Distribution of City of Tamarac Publications" be awarded to, and an agreement be
accepted and executed with Franklin -Dodd Communications, LLC, for a three (3) 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
1
E
I
L
Temp. Reso. #12757
Page 3of5
February 18, 2016
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 Franklin -Dodd Communications, LLC, for a three (3) year
term, providing for two (2) additional two (2) year renewals at the discretion of the City
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 #16-06R "Printing & Distribution of City of
Tamarac Publications" be accepted and that an Agreement be executed with Franklin
Dodd Communications, for printing services for a three (3) year period, providing for two
(2) additional two (2) year renewals at the discretion of the City, included herein as
Exhibit "2".
Temp. Reso. #12757
Page 4 of 5
February 18, 2016
SECTION 3: The City Manager is hereby authorized to approve and
execute subsequent two (2) year renewals as provided for in the Agreement, and
approve the expenditures for printing as may be required and as outlined in the
agreement with Franklin -Dodd Communications, LLC.
SECTION 4: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
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.
L
C
1
1
PASSED, ADOPTED AND APPROVED this _� 3
ATTEST:
PATRICIA TEU E CMC
CITY CLERK
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
SAM EL S. GOR
CITY ATTORNEY
1
Temp. Reso. #12757
Page 5 of 5
February 18, 2016
day of�2016.
I I _�_
HAIkRY DRESSLER
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: COMM. BUSHNELL
DIST 2: COMM. GOMEZ l
DIST 3: VICE MAYOR GLASSER
DIST 4: COMM. PLACKO
ex
(/)
z
75
Q
U
J
m
7
a
U
a
m
Q
Q c
F o
yO 3
F � W
U o
O E
z
O o
H U
m c
FLL
y
O
ca
0
Z
Z
w
IL
Z 3F U
O»'z
-
I- O
O N
n V
0 0
O O
O O
Q) M
I N
%
N M
M N
N
O�U
NNN
NNN
s
N NNN
V I-(O1-
N
w
-
U 'i Q
a
XX
:i
to HMO
InNNN
�NNN
vmcococo
•;
('MMM
cocococo
�.
CM,)r((aD
N
N
Q
C
O
G i
O Q
ccl
M
ZU
XX
=
O
t
Cl) Cl)
�.CL
�n Un
to Lr)
K
O(O
MN
tn(n
NN
--MMMM
%
MMM
MMMM
12
m
m0�o�D
�.
Cl)
..
QY?
K�
to
to
C
a
z
g,.uj
y
a
t
OD OD
co OD
O
aD OD
oo OD
04
Z
W Xj�
�n�OD
OD
�NNID
M �
uj
�NNN'�,
d
MN
NM
M
G
RR
C
N
O
(O (OMM
J
Q
MLO
T'-CNO
N
�t
Q,
F
Q
F
m
a
Fo
oC
d
a
0
w
O
y
H
CO
C
O'a
O
O
O
O
C
N O)
C
N a
C
N a
C
N Ol
C
0 am
c
d rn
p m
_ 4
°
c
E
E
C
b
C
y
C
A
o
a
3
N o
o
C7
N o
'v
t0 o
`o
f0 o
N
U N
U N
U N
U N
U N
U N
M
t
(n at
m
CDaS
Aat
A
U
v7 as
m U
(n �
O] U
'
d
N
N N
o9-
0
02 N
vt0 iN
o
oo`
o,
'ov
ga
m
(L
mo mo
a'2
a
'oo
dioVNms
c(L
m`o0
d
`oo
0'2-2
o o
o o
`g0'omco`o
0
o o
U U
o VN
o o
o o
o
U U
o o
c) U
U U
U U
0
`o O_
m m
`o O_
m m
`o O_
`o
m m
`O
O
E E
'
E
U
y
E E
"`
a 'w
E E
-,
a 'a
E E
a 'w
E E
Z
Q
d Q
Q Q
';
d'a, Q
22E�
Q Q
d Q
Q Q
d
a Q
Q Q
a¢
Q Q
AGREEMENT
RFP NO. 16-06 R
PRINTING & DISTRIBUTION OF CITY OF TAMARAC
PUBLICATIONS
ISSUED: January 6, 2016
City of Tamarac
Purchasing & Contracts Division
7525 NW 88t" Avenue
Room 108
(954) 597-3570
Tamarac, FL 33321
City of Tamarac Purchasing & Contracts Division
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
FRANKLIN-DODD CO ay
NS, LL
THIS AGREEMENT is made and entered into this cXday of 20by 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 FRANKLIN-DODD COMMUNICATIONS LLC, a Delaware
Corporation duly registered as a Florida Foreign Limited Liability corporation with principal offices located
at 960 S.E. 8tn Street, Hialeah, Florida 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 shall consist of this Agreement, Request for Proposal Document No.16-06R,
"Printing & Distribution of City of Tamarac Publications", including all conditions therein, (including any General
Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within
the document), any and all addenda, Proposal executed and submitted by the Contractor, specifications,
bond(s), (if applicable), and insurance certificate(s), the City Resolution awarding the project, and all
modifications issued after execution of this Agreement. These 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 of a conflict
between this document and any other contract documents, this Agreement shall prevail, followed by Request
for Proposal Document No. 16-06R, "Printing & Distribution of City of Tamarac Publications" as issued by the
City on January 6, 2016, followed by contractors response to Request for Proposal 16-06R, dated January 25,
2016.
2) The Work
below:
The Contractor shall perform all work for the City required by the contract documents as set forth
2.1 Contractor shall furnish all labor, materials, and equipment necessary to print, furnish, deliver
and distribute various City of Tamarac publications.
2.2 Contractor shall provide all services in accordance with the Statement of Work enumerated in
Request for Proposal 16-06R, "Printing & Distribution of City of Tamarac Publications".
2.3 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 sub -Contractors, 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 or proposal document or as required by the City's Risk
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
City of Tamarac Purchasing & Contracts Division
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.
4) Term
4.1 This contract shall be in effect for an initial period of up to three (3) years, with a guaranteed
term of 180 days, in accordance with the provisions of the City's Request for Proposal
Document 16-06R, Section V. 1 "Special Conditions", "Performance Based Contracting",
During the initial six (6) month period, the contactor shall enjoy an exclusive contract
relationship with the City.
4.2 Contractor's Right to Contract Exclusivity: 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 three (3) year term.
4.3 Agreement Renewals: Upon completion of the first full three (3) 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.
4.4 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.
6) Payments
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. All payments shall
City of Tamarac Purchasing & Contracts Division
be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218.
7) Warranty
Contractor warrants the services provided are in accordance with the specifications of Bid No. 16-06
R. In the event that services do not meet the specifications, Contractor shall perform such steps as required to
remedy the defects within a reasonable time after work has been performed.
8) Indemnification
8.1 GENERAL INDEMNIFICATION: Contractor shall, in addition to any other obligation to
indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and
hold harmless the City, their agents, elected officials and employees from and against all
claims, actions, liabilities, losses (including economic losses), costs arising out of any actual
or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible
property including the loss of use resulting therefrom, or any other damage or loss arising out
of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or
omission of the Contractor, any sub -Contractor, anyone directly or indirectly employed by any
of them, or anyone for whose acts any of them may be liable in the performance of the Work;
or b). violation of law, statute, ordinance, governmental administration order, rule, regulation,
or infringement of patent rights by Contractor in the performance of the Work; or c). liens,
claims or actions made by the Contractor or any sub -Contractor under workers compensation
acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of
expenses, including attorney's fees, incurred by the City to enforce this agreement shall be
borne by the Contractor.
8.2 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.
8.3 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 attorneys fees) and costs.
8.4 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. Nothing contained herein is intended nor shall it be
construed to waive City's rights and immunities underthe common law or Florida Statute 768.28
as amended from time to time.
9) Non -Discrimination & Equal Opportunity Employment
During the performance of the Contract, the Consultant and its sub -consultants 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 Consultant will take affirmative action to ensure that employees and
those of its sub -consultants 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 Consultant and its sub -consultants 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 Consultant further agrees that he/she will ensure that all sub -consultants, if
any, will be made aware of and will comply with this nondiscrimination clause.
City of Tamarac Purchasing & Contracts Division
10) 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 anyjoint 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.
11) 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.
12) 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 City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONTRACTOR
Peter J. Dunne, President
Franklin -Dodd Communications, LLC
950 SE 8"' Street
Hialeah, FL
pdunne@franklindodd.com
13) Termination
13.1 Termination for Convenience: This Agreement may be terminated by the City for
convenience, upon seven (7) days of written notice by the City to Contractor for such
of Tamarac Purchasing & Contracts Division
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.
13.2 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.
14) Public Records
14.1 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:
14.1.1 Keep and maintain public records that ordinarily and necessarily would be required
by the City in order to perform the service;
14.1.2 Provide the public with access to such public records on the same terms and
conditions that the City would provide the records and at a cost that does not exceed
that provided in chapter 119, Fla. Stat., or as otherwise provided by law;
14.1.3 Ensure that public records that are exempt or that are confidential and exempt from
public record requirements are not disclosed except as authorized by law; and
14.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost,
all public records in possession of the contractor upon termination of the contract
and destroy any duplicate public records that are exempt or confidential and exempt.
All records stored electronically must be provided to the City in a format that is
compatible with the information technology systems of the agency.
14.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a
Default and Breach of this Agreement and the City shall enforce the Default in accordance with
the provisions set forth in Article 13 "Termination" herein.
15) Uncontrollable Forces
15.1 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.
15.2 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.
City of Tamarac Purchasing & Contracts Division
16) 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.
17) 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.
18) 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.
19) 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.
20) 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.
21) 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.
Remainder of Page Intentionally Blank
0
City of Tamarac Purchasing & Contracts Division
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
CONTRACTOR, signing by and through its , duly authorized to execute same.
`\����•,, CI Y OF TAMARAC
A.
Harry D essler, Mayor
3 �3 I�
IllIte
atricia A. Teufel, CMC
City Clerk j
Date
Date:
Approved as to form and logal sufficiency:
PIM- AM-1
1-
Samue . Goren
ATTEST: t`c. v� 1�. i. -%�C'� L9 wl A,% Vy\ i cc. Ai p►�
,,-� Company N
(Corpor .cr ry) r/Signa ure o resi nt/ ner
Type/Print Name of Corporate Secy. Type/Print Name of President/O ner
ILIQ t S,
(CORPORATE SEAL) Date
of Tamarac
CORPORATE ACKNOWLEDGEMENT
STATE OF
:SS
COUNTY OF
Purchasing & Contracts Division
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 Peter J. Dunne, President, of Franklin -Dodd
Communications, LLC, a Florida Foreign Limited Liability 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. day of f2 � . / S , 20 4
"I-
Notery ftft Ste% of FbWe
•
er w
Diemilde Alfonso
MY CORMt1WWM FF 232460
ExOm 07f05/2019
9
Signature of KI o Mary Public
State of FI a at Large
Print, pe or Stamp
Name of Notary Public
Personally known to me or
❑ Produced Identification
Type of I.D. Produced
[]/ DID take an oath, or
❑ DID NOT take an oath.
City of Tamarac Purchasing & Contracts Division
APPENDIX A
CITY OF TAMARAC
Sample
Printing & Distribution of City of Tamarac Documents
Performance Report Card
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
Criteria
Rating
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
2 — Marginal
Performance does not meet some requirements with problems forwhich corrective actions
appear only marginally effective or have not been fully implemented
1 — Unsatisfactory
Performance does not meet most contractual requirements with problems for which
corrective actions appear ineffective and/or have not been identified or implemented
Performance Area: Quality of Publication
Exceptional 4 Satisfactory
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 -> Satisfactory
Unsatisfactory
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
City of Tamarac Purchasing & Conti -acts Division
APPENDIX B
PRICING SCHEDULE
Item Description
Estimated Quantity of Single Run
1
Tam -A -Gram - 24 page, full color, with a finished size of
81/2" x 11", saddle stitched. Printed on 70 # coated text,
12,630
Per 37,000
including all charges for printing.
1A
Tam -A -Gram - List, Mailing & Delivery charges to Ft.
Lauderdale post office
$ 1,105 (List on file)
1 B
Tam -A -Gram
Printed on recycled paper (if available)
$
0.00 _Up
charge
2
Water Quality Report — 4 page, full color with bleeds
and a finished size of 8.5"x5.5" (11' x 17" folded to 8.5" x
$
2,245
Per 17,500
11 " and folded again to 5.5" x 8.5") on 70# coated text
with bleeds.
2A
Water Quality Report
$ 422 (List on file)
List, Mailing and Delivery to Fort Lauderdale Post Office
2B
Water Quality Report
$
0.00 _Up
charge
I Printed on Recycled Paper If Available)
GROUP 1 SUB -TOTAL - Items 1,1A & 2,2A (items to
be considered for purposes of evaluation)
$
16,402
AMWE IT A$ D,, EMSQ`,i
14
3
Tam -A -Gram Extra - 4 page, full color, with bleeds, 8 1/2"
x 11 " finished size, folded to 8.5"x 5.5" for mailing. Printed
$
4,225
Per 37,000
on 70 # coated text and saddle stitched, including all
charges for printing.
3A
Tam -A -Gram Extra
List, Mailing & Delivery charges to Fort Lauderdale post
$
915
office.
3B
Tam -A -Gram Extra
$
0.00 _Up
charge
Printed on Recycled Paper If Available)
4
Postcard - 6" x 9", 4/4, 10 pt. c2s card, with bleeds.
$
425
Per 2,500
(Please provide ALL quantity break pricing. The City will
$
735
Per 5,000
use a quantity of 5,000 for purposes of evaluation.)
$
995
Per 7,500
$
1,105
Per 10,000
4A
Postcard - 6" x 9", 2/2, 10 pt. c2s card, no bleeds.
$
425
Per 2,500
(Please provide ALL quantity break pricing. The City will
$
640
Per 5,000
use a quantity of 5,000 for purposes of evaluation.)
$
720
Per 7,500
$
835
Per 10,000
4B
Postcard
$
300
Per 2,500
List, Mailing & Delivery Charges to Fort Lauderdale Post
$
300
Per 6,000
Office
$
300
Per 7,500
$
300
Per 10,000
4C
Postcard
$
0.00
Per 2,500
Printed on Recycled Stock (if Available)
$
0.00
Per 6,000
$
0.00
Per 7,500
of Tamarac
Purchasing & Contracts Division
$
0.00
Per 10,000
5
Flood Protection Program Pamphlet-4 page, 11"x17"
$
2,034
Per37,500
folded to 8.5'x5.5", 1-color, 20# bond paper.
(+575 to stitch into tamagram)
5A
Flood Protection Program Pamphlet
$
0.00
List, Mailing and Delivery Charges to Fort Lauderdale
post office
513
Flood Protection Program Pamphlet
$
0.00
Up charge
Printed on Recycled Paper (If Available)
6
Miscellaneous Tri-fold Brochure —1 page, full color,
$
355
per 500
with bleeds, 8.5"x 11" with a finished size of 3.67"x8.5",
$
465
per 1,000
on 80# gloss.
$
575
per 1,500
$
685
per 2,000
(Please provide ALL quantity break pricing. The City will
$
790
per 2,500
use a quantity of 2,000 for purposes of evaluation.)
$
905
per 3,000
6A
Miscellaneous Tri-fold Brochure —1 page, 1 color
$
285
per 500
(1/1), 8.5"x 11" with a finished size of 3.67"x8.5", on 20 #
$
345
per 1,000
bond.
$
400
per 1,500
$
455
per 2,000
(Please provide ALL quantity break pricing. The City will
$
500
per 2,500
use a quantity of 2,000 for purposes of evaluation.)
$
570
per 3,000
6B
Miscellaneous Tri-fold Brochure
$
0
per 500
Printed on Recycled Paper (If Available)
$
0
per 1,000
$
0
per 1,500
$
0
per 2,000
$
0
per 2,500
$
0
per 3,000
7
Banners — Outdoor vinyl pole banners, Quantity 50, size
29" x 96." Stock: 18 oz. blockout banner material with 3"
$
3,950
per 50
pole pockets on top & bottom plus 4 grommets. Colors;
4/4 process (same image both sides). Trim to 29" x 96";
hem banners and affix 4 grommets.
8
Backlit Display Panels (Duratrans) — 4/0 process, trim
$
162
per display panel
to size 27.5" x x77." Rolled with slip sheets between
panels.
GROUP 2 SUB -TOTAL Items 3, 3A, 4, 4A, 4B (4 — 4B
based on quantities of 5,000 for evaluation
purposes), 5 & 5A, 6 & 6A (6-6A based on quantities
$
14,101
of 2,000 for evaluation purposes), 7, 8.
GROUP 1 + GROUP 2 TOTAL
$
30,503
9
Sundial - 4 page, 4/4 color, with a finished size of 8'/2" x
$
455
Per 500
11 ". Printed on 24# paper stock, including all charges for
printing and delivery.
9A
Sundial - 8 page, 4/4, with a finished size of 81/" x 11",
saddle stitched. Printed on 24# paper stock, including all
$
690
Per 500
charges for printing and delivery to City Hall. (Option)
9B
I
Sundial 1
$
75
Per Hour
11
City of Tamarac Purchasing & Contracts Division
Design and Layout Charges (Option)
9C
Sundial
$ 0.00 Up charge
Printed on recycled paper If available
10
Tamarac At -A -Glance Brochure — 5.5 x 8.5" folded,
saddle -stitched, formatted from 8.5 x 11 Word document.
Margin formatted by letter for easy search. 4/1 (four color
$ 7,110 Per 15,000
cover over b/w interior pages), Cover bleed.
Approximately 48 pages plus cover. Cover 100# gloss
cover, paper weight 70#.
10A
Tamarac At -A -Glance Brochure
$ 0.00 Up charge
Printed on recycled paper (if available)
11
New Resident Pocket Folder: folds to 9x12 pocket folder,
$ 2,430 Per 4,000
glued 4 pockets on each side, with card slit on one side, 4-
$ 2,740 Per 5,000
color (4/0). 12 pt card stock, coated.
12
Budget Book - 9x11 5 mil. Laminated front cover 4/0,
blank back cover, Comb binding, diameter 7/8 navy blue
combs with white imprint.
Inside: 60# Hammermil 8.5x11 laser text. 200 black & white
$ 2,295 Per 20
2-sided pages and 55 color (4/4) pages (approximate).
Inside tabs: 15 tabs laminated, printed 1/1, 8.5x11 80#gray
fiber cover soft.
13
CAFR - 9x11 5 mil. Laminated front cover 4/1, blank back
cover, Comb binding, diameter 7/8 navy blue combs with
white imprint.
Inside: 60# Hammermil 8.5x11 laser text. 140 black & white
$ 2,680 Per 20
2-sided pages and 25 color (4/4) pages (approximate).
Inside tabs: 8 tabs laminated, printed 2-sided blue ink,
8.5x11 80# gray fiber cover soft.
14
City Manager Note Cards - Envelope - White classic A2
envelopes 24# Avon, Linen. Imprinted with 4/0 process
$ 725 per 250
City logo and return address.
$ 740 per 500
Note Cards — Panel folder, Avon white classic linen, 5.5 x
8.5 80# cover. 4/0 process City logo. Center folded at 4-
1/4. Quantity of 250 used for purposes of evaluation.
15
Industrial quality videography
$ N/A Per Hour
$ 1,105 Per 8 Hour Da
15A
Can you provide television broadcast quality
$ N/A Upcharge per Hour
videography? IF YES, Please provide upcharge per
$ 1,690 Upcharge per 8 Hour Day
hour or per day. If No, please state "NOT AVAILABLE"
17
Video Editing Services (Supervised and Produced by
$ 110 Per Hour
City staff)
$ 880 Per 8 Hour Da
18
High resolution photography — Including people,
$ 925 Per Hour
locations or events.
$ 1,625 Per 8 Hour Day
19
Design and Layout Charges (Optional service the City
may require, as needed.)
$ 75 Per Hour
12
Form W-9
Request for Taxpayer
Give Form to the
(Rev. December
Identification Number and Certification
requester. Do not
to the IRS.
entoftthe
Department of the Treasury
send
Internal Revenue Service
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
Nationwide Argosy Solutions
N
2 Business name/disregarded entity name, if different from above
$,
FranklinDodd Communications, LLC
m
3 Check appropriate box for federal tax classification; check only one of the following seven boxes:
4 Exemptions (codes apply only to
certain entities, not individuals; see
0
w
ElIndividuallsole proprietor or ❑ C Corporation El Corporation ❑ Partnership ❑ Trust/estate
instructions on page 3):
c
p
2., •—
single -member LLC
❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► C
Exempt payee code (if any)
p
Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box In the line above for
Exemption from FATCA reporting
the tax classification of the single -member owner.
code (if any)
a❑
u
Other (see instructions) ►
1 Mppfiw to awwnts metmeined outside the u.sl
it
5 Address (number, street, and apt. or suite no.)
Requester's name and address (optional)
950 SE 8 Street
W
8 City, state, and ZIP code
Hialeah, FL 33010
7 List account numbers) here (optional)
Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
Social security number
backup withholding. For individuals, this is generally your social security number ( However, for a
resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other
page
-1�--1 -
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN on page 3. or
Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for I Employer identification number
guidelines on whose number to enter. ((����
14151 - 3 2 0 1 7 9 4
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage
interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and
generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the
instructions on page 3.
Sign Signature of
Here U.S. person ► Date ►
General Instructions
Section references are to the Internal Revenue Code unless otherwisVnoted.
Future developments. Information about developments affecting Form W-9 (such
as legislation enacted after we release it) is at www.irs.gov/hv9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an information
return with the IRS must obtain your correct taxpayer identification number (TIN)
which may be your social security number (SSN), individual taxpayer identification
number (ITIN), adoption taxpayer identification number (ATIN), or employer
Identification number (EIN), to report on an information return the amount paid to
you, or other amount reportable on an information return. Examples of information
returns include, but are not limited to, the following:
• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, including those from stocks or mutual funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross proceeds)
• Form 1099-B (stock or mutual fund sales and certain other transactions by
brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T
(tuition)
• Form 1099-0 (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident alien), to
provide your correct TIN.
I/ you do not return Form W-9 to the requester with a TIN, you might be subject
to backup withholding. See What is backup withholding? on page 2.
By signing the filled -out form, you:
1. Certify that the TIN you are giving is correct (or you are waiting for a number
to be issued),
2. Certify that you are not subject to backup withholding, or
3. Claim exemption from backup withholding if you are a U.S. exempt payee. If
applicable, you are also certifying that as a U.S. person, your allocable share of
any partnership income from a U.S. trade or business is not subject to the
withholding tax on foreign partners' share of effectively connected income, and
4. Certify that FATCA code(s) entered on this form (if any) indicating that you are
exempt from the FATCA reporting, is correct. See What is FATCA reporting? on
page 2 for further information.
Cat. No. 10231X Form W-9 (Rev. 12-2014)