Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-048Temp. Reso. # 12188 Page 1 of 4 March 13, 2012 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2012-y A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD REQUEST FOR PROPOSAL #12-10R, "PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS" TO AND EXECUTE AN AGREEMENT WITH DODD COMMUNICATIONS LLC, D/B/A FRANKLIN DODD COMMUNICATIONS FOR PRINTING SERVICES FOR A TWO (2) YEAR PERIOD PROVIDING FOR THREE ADDITIONAL ONE (1) YEAR RENEWALS AT THE DISCRETION OF THE CITY; AUTHORIZING THE CITY MANAGER TO APPROVE SUBSEQUENT ONE 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 postcards, brochures and other documents as required by the City to effectively notify residents and employees of information, events, and functions; and WHEREAS, THE City of Tamarac publicly advertised Request for Proposal #12-10R "Printing and Distribution of City of Tamarac Publications" on January 29, 2012, a copy of which is included herein as Exhibit "1 "; and WHEREAS, proposals were solicited from vendors and five (5) responsive proposals were received and evaluated as per the Request for Proposal from the following firms: Temp. Reso. # 12188 Page 2 of 4 March 13, 2012 Commercial Printers Dodd Communications, LLC d/b/a Franklin Dodd Communications PSI Printing Solo Printing Tribune Co. / Sun -Sentinel ; and WHEREAS, after extensive evaluation and consideration by the Evaluation Committee consisting of the Public Information Media Specialist, the Assistant Director of Parks and Recreation, and the Utilities Water Plant Laboratory Manager, they ranked the proposal from Dodd Communications, LLC d/b/a Franklin Dodd Communications as the most advantageous response to the City's needs, as shown in the scoring summary, a copy of said proposal is on file with the City Clerk, and the scoring summary is attached hereto as Exhibit "2"; 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 #12-1 OR, "Printing & Distribution of City of Tamarac Publications" be awarded to, and an agreement be accepted and executed with Dodd Communications, LLC d/b/a Franklin Dodd Communications, for a two (2) year period, providing for three (3) additional one (1) year renewals at the discretion of the City; and a copy of said Agreement is attached hereto as Exhibit "Y; and Temp. Reso. # 12188 Page 3 of 4 March 13, 2012 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 Agreement with Dodd Communications, LLC d/b/a Franklin Dodd Communications, for a two (2) year period, providing for three (3) additional one (1) year renewals at the discretion of the City for the printing and mailing of City publications and to authorize the City Manager to approve 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: 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 and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: That RFP #12-10R "Printing & Distribution of City of Tamarac Publications" be accepted and that an Agreement be executed with Dodd Communications LLC, d/b/a Franklin Dodd Communications, for printing services for a two (2) year period, providing for three (3) additional one (1) year renewals at the discretion of the City, included herein as Exhibit "3". SECTION 3: The City Manager is hereby authorized to approve and execute subsequent one (1) year renewals as provided by the Agreement, and approve the expenditures for printing as may be required and as outlined in the agreement with Dodd Communication LLC, d/b/a Franklin Dodd Communications. Temp. Reso. # 12188 Page 4 of 4 March 13, 2012 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. PASSED, ADOPTED AND APPROVED this ATTEST: ETER M. J. RI ARDSON, CRM, CMC CITY CLERK. I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM. ��SAMUEL S. GOREN 1 CITY ATTORNEY v� day of I!� Jl�r,.a , �_. , 2012. &i' - BETH TALABISC MAYOR RECORD OF COMMISSION VOTE: MAYOR TALABISCO fir, ---` DIST 1: COMM. BUSHNEL - DIST 2: COMM. GOMEZ iIyl. DIST 3: V/M GLASSER vf�r DIST 4: COMM. DRESSLE t` REQUEST FOR PROPOSAL CITY OF TAMARAC Table of Contents Page City of Tamarac — Checklist 2 Letter of Intent 3 Proposal Form 4-7 Proposal Submitted By 8 References 9 Certification 10 Certified Resolution 11 - 12 Proposer's Qualification Statement 13 Acknowledgement — Offeror's Qualification Statement 14 Non -Collusive Affidavit 15 Acknowledgment — Non -Collusive Affidavit 16 Vendor Drug- Free Workplace 17 Corporate Acknowledgment 18 Addendum 1 19 Addendum 2 20 — 21 Addendum 3 22 Resume — Peter J. Dunne 23 — 24 Resume — Stephen M. Meltzer 25 — 26 Certificate of Liability Insurance 27 City of Tarlaiac COMPANY NAME: (Please Print): Franklin Communications, LLC Phone: 305-633-9779 Fax: 305-633-2848 & cor-rf -acts DiViSIC)r? BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑x 2. Provide representative samples of past work/publications printed by your firm. ❑x 3 Include a Schedule of Prices as requested on the Proposal Form included herein. Qx 4 References as requested herein. 5. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑x 6. Sign the Certification page. Failure to do so will result in your Bid being deemed non- responsive. ❑x 7. Fill out the Offeror's Qualification Statement and Reference Form. x❑ 8 Sign the Vendor Drug Free Workplace Form. Q9 Fill out the List of Sub -Contractors or Subcontractors, if applicable. Q 10 Fill out and sign the Certified Resolution. 11 Include all necessary Financial Statements requested. x] 12 Include proof of insurance. x❑ 13 Provide any additional documentation requested within the Proposal Document. ❑x 14 Submit ONE (1) Original AND six (6) copies as requested in the Proposal Instructions. Clearly mark the sealed container with the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the package. Make sure your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to provide the requested attachments may result in your proposal being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. Page 2 SINCE 1921 February 13, 2012 Mr. Keith K. Glatz, CPPO City of Tamarac 7525 NW 88th Avenue Tamarac, Florida 33321-2401 Dear Keith: PRINTING INDUSTRIES ❑F AMERICA PRINTING INDUSTRIES OF AMERICA We are pleased to submit herewith our proposal to the City of Tamarac for RFP 12-10-R Printing and Distribution of City of Tamarac Publications. Franklin Communications, LLC celebrated its 90th year in business in 2011 and has partnered with the City of Tamarac to produce most of the items mentioned in the RFQ on time, every time, since 2007. As you know, our goal is to provide our customers with exceptional service, to show a "Can Do Attitude" and to produce the highest quality products, all at a reasonable price. In addition to our full compliment of sheet -fed and cold -web presses, we offer design, digital/variable printing, "on -demand printing," full bindery, mailing services, fulfillment as well as promotional items all under one roof which is a tremendous asset to our customers and their time sensitive projects. Our customer list includes - The City of Tamarac, Miami Heat, Proctor & Gamble, City of Coral Springs, City of Miami, University of Miami, Miami Marlins, Miami Dolphins, Burger King, Carnival Cruise Lines and Intel to name a few. We look forward to once again partnering with the City of Tamarac to work seamlessly as we have over the past four years. If you have questions regarding our proposal, please feel free to contact me by phone at 954-658-0527 or by e-mail at smeltzer @franklincomm.com. Sincerely, (HI Stephen M. Meltzer Account Executive Page 3 5301 NORTHWEST 37TH AVENUE • MIAMI, FLORIDA 331 42-3207 30S.633.9779 • Br-1-r)v,,wwD 954.462.2955 • Fax 30S.633.2B4S • WWW•FRANKLINCOMM•COM (if PROPOSALFORM RFP #12-10R f U:'ChBSIt'i] t^x Cr>;11)'<]i;�S f �VISlC-r7 PRINTING AND DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Contractor for the successful completion of its obligation as specified in the contract documents All prices shall be quoted F.O.B. Destination, freight pre -paid, with inside delivery. List is herein defined as all deliverable resident/business addresses within the city boundaries. City will provide a map. Notes: 1. The quantities shown are based on a SINGLE run of each job, and may not reflect the annual quantities. Please refer to Section VI. Statement of Work, Section C Services to Be Provided for the estimated annual number of publications for Required items and As Needed items. The City reserves the right to multiply the job cost by the number of annual publications for purposes of evaluation and comparison. 2. When pricing List, Mailing & Delivery charges and the upcharge cost of Recycled paper/stock, the pricing should be based on one run of the job, for the quantity of the run shown within the proposal form. The City reserves the right to multiply this cost by the number of annual publications for purposes of evaluation and comparison. 3. Where quantity -break pricing is requested, Proposer shall provide pricing for each quantity level shown. The City will only utilize one quantity bracket for purposes of price evaluation, based on 1 run of a job at that quantity. The price bracket used for evaluation will be shown in the Group Total, and the bracket shown in bold type. 4. Optional Items will NOT be considered when evaluating total pricing. Proposers must provide pricing for Optional Items, but total pricing for optional items will not be included in the final evaluation total. Item / Description Quantity of Single Run Required Items: 1 Tam -A -Gram - 20 page, full color, with a finished size of $ 10,435 Per 35,000 8'/Z" x 11", saddle stitched. Printed on 70 # coated text, including all charges for printing. 1 B Tam -A -Gram - 24 page, full color, with a finished size of $ 12,260 Per 35,000 8'/2" x 11", saddle stitched. Printed on 70 # coated text including all charges for printing. 1C Tam -A -Gram List, Mailing & Delivery charges to Ft. Lauderdale post $ 1, 170 + postage of office $5, 395 1D Tam -A -Gram Design and Layout Charges (Option) $ 75 Per Hour 1 E Tam -A -Gram Printed on recycled paper (If available) $ No Up charge Page 4 City Ci 1 cdmaiar, '-_1UrC17a Sin & C0i7i!"r'tS 01"visiOfl, 2 Sundial - 8 page, 1 color (black ink), with a finished size $ 318 Per 500 of 8'/2' x 11", saddle stitched. Printed on 20# bond paper, including all charges for printing and delivery. 2A Sundial - 8 page, 2/2, with a finished size of 8'/2" x 11, $ 465 Per 500 saddle stitched. Printed on 20# bond paper, including all char es for printing and delivery to City Hall. (Option) I2B I Sundial $ 75 Per Hour Desiqn and Layout Charaes (Option) 2C Sundial $ 17 Up charge Printed on recycled paper (If available) GROUP 1 SUB -TOTAL: Items 1,1C & 2 $ 11,923 + postage of 5,395 (Items to be considered for purposes of evaluation) As -Needed Items: 3 Tam -A -Gram Extra - 4 page, full color, with bleeds, 8'/2" $ 2. s52 Per 35,000 x 11" finished size, folded to 8.5"x 5.5" for mailing. Printed on 70 # coated text and saddle stitched, including all charges for printing. 3A Tam -A -Gram Extra $ 1,131 + postage of List, Mailing & Delivery charges to Fort Lauderdale post 5,146 office. 313 Tam -A -Gram Extra $ same, no Up charge Printed on Recycled Paper (If Available) 4 Postcard - 8.5" x 11", 4/4. 10 pt cgs card, with bleeds. $ 1,135 Per 2,500 (Please provide ALL quantity break pricing. The City will $ 1,405 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 1,660 Per 7,500 $ 1,955 Per 10,000 4A Postcard - 8.5" x 11", 2/2. 10 pt c2s card, no bleeds. $ a1 s Per 2,500 (Please provide ALL quantity break pricing. The City will $ 1,185 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 1,430 Per 7,500 $ 1,725 Per 10,000 413 Postcard - 6" x 9", 4/410 pt. c2s card, with bleeds. $ 1.13 s Per 2,500 (Please provide ALL quantity break pricing. The City will $ 1,405 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 1,660 Per 7,500 $ 1, 955 Per 10,000 4C Postcard - 6" x 9", 2/2, 10 pt. c2s card, no bleeds. $ 915 Per 2,500 (Please provide ALL quantity break pricing. The City will $ 1,185 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 1,430 Per 7,500 $ 1,725 Per 10,000 Page 5 Purcl;�,sina � C'xrUact,> L�ivrsf,,, 4D Postcard $ 1,490 per 2,500 postag List, Mailing & Delivery Charges to Fort Lauderdale Post $ 2,980 Per 5,000 0.149 Office $ 4,470 Per 7,500 each $ 5,960 Per 10,000 4E Postcard $ N/A Per 2,500 Up charge Printed on Recycled Stock (If Available) $ N/A Per 5,000 Up charge $ N/A Per 7,500 Up charge $ N/A Per 10,000 Up charge 5 Water Quality Report — 4 page, full color with bleeds $ N/A Per 30,000 and a finished size of 8.5"x5.5" (11' x 17" folded to 8.5" x 11" and folded again to 5.5" x 8.5") on NX gloss with z, 43o Per 32, 500 bleeds. 70# GLOSS 5A Water Quality Report $ 1,005 + postage of List, Mailing and Delivery to Fort Lauderdale Post Office 4, 980 5B Water Quality Report $ same, no Up charge Printed on Recycled Paper (If Available) 6 Flood Protection Program Pamphlet — 4 page, 11"x17" $ N/A Per 35,000 folded to 8.5'x5.5", 1-color, 20# bond paper. 1, 960 Per 35,500 6A Flood Protection Program Pamphlet $ N/A List, Mailing and Delivery Charges to Fort Lauderdale post office 6B Flood Protection Program Pamphlet $ 225 Up charge Printed on Recycled Paper (If Available) 7 Water Conservation Booklets -- Folded to 5.5"x8.5". $ 642 Per 4,000 Overprints will be delivered to the City without being folded. 7A Water Conservation Booklets $ 67 Up charge Printed on Recycled Paper (If Available) 8 Miscellaneous Tri-fold Brochure — 1 page, full color, $ 235 per 500 with bleeds, 8.5"x 11" with a finished size of 3.67"x8.5", $ 320 per 1,000 on 80# gloss. $ 407 per 1,500 $ 485 per 2,000 (Please provide ALL quantity break pricing. The City will $ 557 per 2,500 use a quantity of 2,000 for purposes of evaluation.) $ 625 per 3,000 8A Miscellaneous Tri-fold Brochure — 1 page, 1 color $ 225 per 500 (1/1), 8.5"x 11" with a finished size of 3.67"x8.5", on 20 # $ 295 per 1,000 bond. $ 368 per 1,500 $ 416 per 2,000 (Please provide ALL quantity break pricing. The City will $ 485 per 2,500 use a quantity of 2,000 for purposes of evaluation.) $ 550 per 3,000 Page 6 of 1 &t77c` ac & Cal�tracr s Divisic)o 8B Miscellaneous Tri-fold Brochure — $ None per 500 upcharge Printed on Recycled Paper (If Available) $ None per 1,000 upcharge $ None per 1,500 upcharge $ None per 2,000 upcharge $ None per 2,500 upcharge $ None per 3,000 up charge GROUP 2 SUB -TOTAL Items 3, 3A, 4, 4A, 4C, 4D (4-413 based on quantities of 5,000 for 17,376 + postage evaluation purposes), 5, 5A, 6, 6A, 7, 8 & 8A $ (8-8A based on quantities of 2,000 for evaluation purposes) GROUP 1 + GROUP 2 TOTAL $ 29,299 + postage Optional Items: 9 Annual ReportlCalendar $ 24,605 Per 35,000 Published once a year 9A Annual Calendar— $ 1,131 Per 35,000 List, Mailing & Delivery to Fort Lauderdale Post Office + postage of 10,261 9B Annual Calendar $ same, no up charge Printed on Recycled Paper (If Available) TOTAL 9, 9A $ 25,736 + postage PLEASE INCLUDE SAMPLES OF YOUR WORK ALONG WITH YOUR PROPOSAL RESPONSE TO PROVIDE THE EVALUATION COMMITTEE WITH AN INDICATION OF YOUR CAPABILITIES. Page 7 3` 2 of_(arlal'ac Pu!-C1fasing & iJon,"ra"Is'01"lision PROPOSAL SUBMITTED BY: Company Name: Franklin Communications, LLC Address: 5301 NW 37th Avenue City: Miami State: FL Zip: 33142 Telephone: 305-633-9779 FAX: 305-633-2848 Email Pdunne@franklincomm.com NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. N/A Page 8 City of Tarma+ac REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Franklin Communications, LLC Address 5301 NW 37th Avenue City State Zip Miami, FL 33142 Phone/Fax 305-633-9779 E-mail pdunne@franklincomm.com; smeltzer@franklincomm.com Agency/Firm Name: City of Coral Springs Address 9551 W. Sample Road City State Zip Coral Springs, FL 33065 Phone/Fax 954-344 1197 Contact Name Christine Parkinson Agency/Firm Name: Brown Parker & DeMarinis Advertising Address 3333 Congress Avenue, Suite 305B City State Zip Delray Beach FL 33445 Phone/Fax 561-445-0724 Contact Name - - - - - ----- ------ Tamika _Wit_r_er-xardln -. Agency/Firm Name: MAPEI Address 1144 E. Newport Center Drive City State Zip Deerfield Beach, FL 33442 Phone/Fax 954-246-8555 i Contact Name Sophia Campbell Agency/Firm Name: Miami Marlins Address 2267 Dan Marino Boulevard City State Zip ----------------- --------------------------------------------- Miami, FL 33056 Phone/Fax 305--626-7400 / 305-626-7428 Contact Name P. J. Loyello Agency/Firm Name: City of Miami GSA Address 1390 NW 20 Street City State Zip Miami, FL 33142 Phone/Fax 305-575-5154 305 329-4715 t Contact Name Richard Rios Page 9 City cf Taoaiac Pv c/7asing S ,Or7±Y3C 91,vision CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Scope of Work, Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Proposals. SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER If "Other", gxpiain:_ Limited Liability Company Peter J. Dunne Typed/Printed Name 305-633-9779 Telephone 305-633-2848 Franklin Communications, LLC Company Name 5301 NW 37th Avenue Address Miami, FL 33142 City, State, ZIP 11-3652730 Fax Federal Tax ID Number pdunne@franklincomm.com Email address for above signer (if any) Page 10 3t n„ l(y cif 1 rnmv-ac CERTIFIED RESOLUTION ,pill /78S!1t(,`{ ix (J(3l ads D ViS1C7!? Robert-P. Dunne (Name), the duly elected Secretary of Franklin Communications,(G6f'porate Title), a corporation organized and existing under the laws of the State of Florida , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT Peter J. Dunne (Name)", the duly elected President (Title of Officer) of Franklin Communications, LLC (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME Robert P. Dunne Michael Barber Daniel Johnson TITLE Secretary & CEO Vice President Controller Given under my hand and the Seal of the said corporation this 11th day of February 2012 (SEAL) Secretary Secretary NOTE: Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly Page 11 of lan?a/ac & Conf ac S DivisiON empowered by the corporation to do so in its behalf. Page 12 38 City af iarr,atac cont!'ad"s Dii?Sio l) PROPOSER'S QUALIFICATION STATEMENT The Proposer, under oath certifies to the truth and correctness of all statements and of all answers to questions made hereinafter: 1 If Proposer is a corporation, answer the following: a) Date of Incorporation: July 17, 2002 State of Incorporation: Florida 2. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 3. How many years has your organization been in business under its present business name? _9 -_5 a) Under what other former names has your organization operated? Franklin/Trade Graphics, LLC; Franklin Graphics, Inc.; Trade Litho Inc; and Little River Press, Inc., prior to consolidation in 2002. 4. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). Please see enclosed resumes 5. State the name of the individual who will serve as the primary contact for the City: Stephen Meltzer 6. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: Robert P. Dunne, 5301 NW 37th Ave., Miami, FL 33142 30% Jeronimo Alvarez, 5301 NW 37th Ave., Miami, FL 33142 �0% Peter J. Dunne, 5301 NW 37th Ave., Miami, FL 33142 20% Michael Barber, 5301 NW 37th Ave., Miami, FL 33142 20% 7. Has your company ever declared bankruptcy? Yes ❑ No If yes, explain: 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑x No ❑ If yes, explain: (date, service/project, bid title etc.) Printing and Distribution of City of Tamarac Publications from 2007 to present. 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ❑ If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No ® If yes, explain: Page 13 of Tamarac -- ----Pia-chasing & Coottac`s rivi•sion The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if a r t aw to cancel and terminate the award and/or contract. Signatu ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of Dade On this the 13th day of February 2012 _, before me, the undersigned Notary Public of the State of Florida, personally appeared Peter J. Dunne (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUB IC, 9TIATEOF FLORIDA rt `.Pvac CAROL LYNN DUNNE . _ PAY COMMISSION # DD 9489 %r �� EXPIRES: March 6, 2014 -g or F �onded Thai Notary Public Underwriters Page 14 Lynn Dunne (Name of Notary Public: Print, ip, or Type as Commissioned) ® Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath of Tamarac NON -COLLUSIVE AFFIDAVIT State of Florida )ss. County of Dade ) Peter J. Dunne says that: Contracts Di✓rsion being first duly sworn, deposes and He/she is the President , (Owner, Partner, Officer, Representative or Agent) of Franklin Communications, LLC the Offeror that has submitted the attached Proposal; He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signe , ealed and livered in the presence of: - r By / Witn Peter J. Dunne ness Printed Name President Title Page 15 IM of Tamara. ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of Dade fi Contracts Division On this the 13thday of February 20 12 before me, the undersigned Notary Public of the State of Florida, personally appeared Peter J. Dunne and (Name(s) of individual(s) who appeared before notary) Whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: CAROL LYNN DUNNE My COMMISSION # DD W979 — EXPIRES: March 6, 2014 Bonded Thru Notary Public Underwriters 1 Lynn Dunne (Name of Notary Public: Print, Stamp, or Type as Commissioned) ® Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 16 off aIT?a'—ac P Chris R7 & Cot t 'dds h'G'si0i7 ------------- VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, & employee assistance programs, and penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing commodities or contractual services., that are under bid a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after each conviction. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the aboyefe-,Riuir ent '✓✓i ��-� '� Franklin Communications, LLC Authorized Signature Company Name Page 17 �_rf Tair?arac __._�.---------_ _—.—___-- Purcl_rasir.&& Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF Florida :SS COUNTY OF Dade 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 of Franklin Communications, LLC a Limited Liability Company C-&�ibn, 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. 13th WITNESS my hand and official seal this _ day of February 2012 "/" . ignature of Notary Public CAROL LYNINDUIWn!r s State of Florida at Large My COMMISSION „ DD A4t s a EXPIRES: March r, 20i4 rol Lynn Dunne Bonded Thru Notary Public Undeiwnto Aw� Print, Type 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. Page 18 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW88T"AVENUE TAMARAC, FL 33321 "Committed to Excellence... Always" ADDENDUM NO.1 REQUEST FOR PROPOSAL 12-10R PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS DATE OF ADDENDUM: JANUARY 30, 2012 TO ALL PROSPECTIVE PROPOSERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Request for Proposal #12-10R, PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS. The following questions have been received by the Purchasing & Contracts Division (Answers are shown in italics): 1. Q. Page 31- Item #5 Water Quality Report: print quantity on page 18 it says Quantity - 32,500 but on page 31 it says Quantity - 30,000 A. 32,500 is the printed quantity; 30,000 is the approximate quantity mailed. 2. Q. Page 31- Item #6 Flood Protection Program Pamphlet: print quantity on page 19 says Quantity - 35,500 but on page 31 it says Quantity - 35,000. Also on page 19 it says that it gets inserted into the Tam -A -Gram newsletter. A. 35,000 Tam -A -Grams are printed, with approximately 32,500 mailed. The pamphlet is inserted into ALL Tam -A -Grams, including the Tam -A -Grams delivered to City Hall (for 35, 000 total Tam -A -Grams). The remaining additional 500 Flood Brochures are printed and delivered to City Hall for a total of 35,500. Q. Page 31 Water Conservation Booklets: only says it folds to 5.5 x 8.5- the specifications are incomplete. How many pages does this booklet consist of or what is the flat size? A. The specs should be corrected to read: 4 pages, self -cover, 1 color (1/1), 11" x 17" folded to 8.5" x 11" on 20# bond paper, folded to 5.5' x 8.5". 4. Q. Page 32 Item #9 Annual Report / Calendar- there are no specifications. A. The specifications are provided on page 20 of the RFP. All other terms, conditions and specifications remain unchanged for RFP # 12-10R. Please acknowledge receipt of this Addendum No. 1, by returning it and/or acknowledging it in your proposal. Sincerely, Keith K. Glatz, CPPO, FCPM Purchasing & Contracts Manager COMPANY: Franklin Communications, LL(NAME. Peter J. Dunne Page 19 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 597-3570 ■ Fax (954) 597-3565 ■ www.tarnarac.org Equal Opportunity Employer CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 "Committed to Excellence... Always" ADDENDUM NO.2 REQUEST FOR PROPOSAL 12-10R PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS DATE OF ADDENDUM: JANUARY 30, 2012 TO ALL PROSPECTIVE PROPOSERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Request for Proposal #12-10R, PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS. The following questions have been received by the Purchasing & Contracts Division (Answers are shown in italics): 1. Q. Water Quality Report Line 1 reads "... mailed to residents throughout Tamarac." However line 4 reads "mailed to residents and businesses" Please confirm which we should use? A. Mailed to residents and businesses is correct. 2. Q. Page 19 -- Postcards — For print purposes- are there 4 different creative versions for each district? A. Yes, each design will be different. 3. Q. Page 20, 23 & 31 -- Flood Protection Pamphlet Specs reads 11 x 17 folded to 8.5 x 11 (page 20) but on pages 23 & 31 it states piece is folded to 8.5 x 5.5. Kindly verify which we should use? A. The correct final fold size is 8.5" x 5.5". 4. Q. Page 20 & 22 -- On page 20 4/4 or 1/1 is listed as an option however on page 22 a 2/2 option is shown. Is this a third option and if so on what paper type? Will these pieces be mailed (pg. 19) or delivered to various locations. A. There should only be the two options; 4/4 and 1/1. Please delete any reference to a 2/2 option. 5. Q. Page 23 -- Postage -- do you need estimated postage amounts for each publication? Is everything mailing standard? A. Postage cost information for those publications being mailed is included on the bid form. Each piece will be bulk mailed, and pricing should be based on bulk mailing. 6. Q. Page 34 -- Necessary financial statements -- please specify what statements you need? A. The statement on Page 34 is a general statement that covers any request for financial statements that we may include in the RFP document. We have not requested specific financial statements to be submitted with the proposal response at this time, however, we reserve the right to request such statements after the proposal closes. At that time, the City reserves the right to request the most recently completed audited financial statement, or other approved documentation to verify financial viability. Page 20 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 597-3570 ■ Fax (954) 597-3565 ■ www.tamarac.org Equal Opportunity Employer All other terms, conditions and specifications remain unchanged for RFP # 12-10R. Please acknowledge receipt of this Addendum No. 1, by returning it and/or acknowledging it in your proposal. Sincerely, Keith K. Glatz, CPPO, FCPM Purchasing & Contracts Manager COMPANY: Franklin Communications, LLfN'AME: Peter J. Dunne Page 21 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 "Committed to Excellence... Always" ADDENDUM NO.3 REQUEST FOR PROPOSAL 12-10R PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS DATE OF ADDENDUM: FEBRUARY 7, 2012 TO ALL PROSPECTIVE PROPOSERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Request for Proposal #12-10R, PRINTING & DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS. The following questions have been received by the Purchasing & Contracts Division (Answers are shown in italics): 1. Q. Water Quality Report: Question — Page 20 "Scope of Services, Section S. reads 70# coated text" and Page 31, item 5 reads "80# coated stock". Which is the proper stock thickness: 70# or 80#? A. 70# coated stock is an acceptable thickness. 2. Q. Are samples of the publications available for viewing? A. Yes, sample publications are available to view at the Purchasing & Contracts Division, at 7525 NW 88th Ave., Tamarac, FL 33321 during the hours of 9:00 a.m, and 4:30 p.m., Monday through Friday. All other terms, conditions and specifications remain unchanged for RFP # 12-10R. Please acknowledge receipt of this Addendum No. 1, by returning it and/or acknowledging it in your proposal. Sincerely, Keith K. Glatz, CPPO, FCPM Purchasing & Contracts Manager COMPANY: Franklin Conmtunicati.ons, IZAAME: Peter J. Dunne Page 22 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 597-3570 ■ Fax (954) 597-3565 ■ www.famarac.org Equal Opportunity Employer PETER J. DUNNE 4350 SW 105 Avenue Davie, Florida 33328 (954) 423-8803 pdunneI@earthlink.net PROFESSIONAL EXPERIENCE July 2002 - Present President/Director/Shareholder -Franklin Communications, LLC, Miami, FL. A limited liability company formed by the purchase from Kelmscott of three printing operations in Miami. Oversaw combination of three operations and the merger and acquistion of three operations into one facilty. Responsible for all aspects of business for an $1 7 million printing company. Member of board of directors and shareholder. Report to board of directors. March 2002 -July 2002 Regional General Manager - Kelmscott Communications, Inc., San Francisco, CA. General Manager of two printing operations and one prepress operation in southeast Florida, totaling $22 million in revenues. Responsible for all aspects of the businesses including bottom line profitability and strategic planning. Reported directly to president of parent company. July 2000 - March 2002 Regional Controller - Kelmscott Communications, Inc., San Francisco, CA. Responsible for all aspects of accounting, finance, senior management, strategic planning, management information systems, corporate reporting, human resources and benefits packages, and network and computer services for three locations in the Southeast Region totaling $22 million in revenues. • Coordinated merger of two subsidiaries. • Designed and implemented virtual private network between operations for transfer of large data files between locations and as groundwork for Hagen print management system. • Contributed to strategic planning of southeast region operations and mergers. 1982 - 2000 Vice President/Chief Financial Officer - The Franklin Press, Inc., Miami, FL. Responsible for all aspects of accounting, finance, senior management, strategic planning, management information systems, corporate reporting, human resources and benefits packages, and network and computer services. • Configured and implemented two different print management systems and accounting systems (hardware and software). • Coordinated merger of Megabyte Design Limited into Franklin Press. • Set up and maintained managerial cost accounting system, from shop floor data collection to monthly financial statements, together with analysis of cost absorption and variances. • Instituted Section 125 cafeteria health benefits plan. • Set up self -insured medical benefits program resulting in significant savings in medical costs, • Instituted performance measurement and remuneration program for factory staff • Designed and maintained complete plant -wide computer network & email server. • Designed and maintained company website and ftp site. • Designed and documented procedures and methods for factory staff operations and job descriptions. • Negotiated equipment lease deals. • Member of 3-person senior management team and contributed in all strategic & operational decisions. Page 23 Peter J. Dunne Page 2 1995 - 1998 Co -Founder and Partner - Megabyte Design Limited, Inc., Miami, FL. Full -service desktop publishing/pre-press operation servicing marquee accounts such as The Franklin Press, Inc., Miami Dolphins, Florida Marlins, Florida Panthers, and Miami Heat Handled all aspects of corporate administration, accounting, & MIS. Actively participated in decisions on equipment purchases, systems design, operations and finance. 1984 - 1988 Controller - Sports Programs, Inc., Miami, FL. Fifty percent subsidiary of Franklin Press specializing in design, data management, prepress and production of pari-mutuel programs for dog tracks and jai alai frontons. 1980 - 1982 Controller - Robertson Financial Corp., Brielle, N.J. Handled accounting services and management information systems for parent company and subsidiaries. Subsidiary businesses included nationwide data conversion, equipment leasing, direct marketing and food services. • Designed, purchased and maintained management information system • Trained all operators on use of MIS system • Prepared financial statements and tax returns for parent and all subsidiaries 1977 - 1980 Staff Accountant - Chefs International Inc., Spring Lake, N.J. Part-time staff accounting work for public company that owned and operated La Crepe Restaurants in regional shopping malls throughout New Jersey, Florida, Pennsylvania and Texas. EDUCATION University of Miami, Coral Gables, Florida Masters of Business Administration - 1985 McIntire School of Commerce University of Virginia, Charlottesville, Virginia Bachelors of Science - 1980 Concentrations in Accounting and Management Information Systems (M,I.S.) Activities: Varsity Lacrosse, ACC Champions, NCAA finalists Atlantic Coast Conference Honor Roll Treasurer, Phi Gamma Delta ORGANIZATIONS First Vice Chairman, Board of Directors, Printing Association of Florida CEO Advisory Group, Printing Industries of America Annual Giving Advisory Board, University of Virginia Advisory Board, McIntire School of Commerce Director, Phi Gamma Delta at FIU House Corporation Director, Vice President, U, of Virginia Club of Ft. Lauderdale Page 24 STEPHEN M MELTZER 2900 Begonia Way, Cooper City, FL 33026 • (954) 658-0527 • meltzsm@aol.com Business Development Executive CommuNICATIONDYNAMICS — ACCOUNT MANAGEMENT — MARKETPENETRATION Results -driven Account Executive eager to offer cross -functional leadership, management, and communications talents toward supporting an employer in achieving key performance objectives. Particularly astute at developing and cultivating key coalitions and relationships within the marketplace. KEY TRANSFERABLE SKILL SETS , Operations Oversight • Leadership Principles • Concept Development • Facilities Management Policy -Making • Community Relations • Networking Strategies • Program Implementation Financial Analysis • Viability and Longevity Planning • Business Expansion Business Process Development • Consultative Selling PROFILE • Strong analytical background with the ability to work independently on multiple projects with specialized experience in information management, financial analysis and budgetary planning, tactical product branding and exposure initiatives, sales and marketing methodologies, operational efficiency practices, conflict management and effective communication techniques, research and data analysis, strategic planning, organization development and change management. • Skilled at managing multiple projects and leading teams in cross -functional, concerted efforts. • Knowledgeable in numerous facets of business operations thus aiding in bottom line revenue increases. • Excel in defusing and implementing policies, procedures and operational systems that boost productivity, efficiency and quality of the organization. • Competent leader and mentor who is able to create a team environment, including building collaborative relationships, training peers to perform at maximum efficiency, and the capacity to form cross -functional coalitions in order to ensure knowledge is shared across departmental lines. • Proven ability to adapt strong process knowledge and technical skills to diverse organization needs. TRANSFERABLE COMPETENCIES • Demonstrate dynamic leadership qualities and strong communication skills in successfully steering planning meetings and delivering comprehensive strategies. • Capable of in-depth research and data analysis with the purpose of improving brand awareness and product exposure to various market segments. • Develop and implement numerous protocols and policies with the purpose of identifying and resolving relevant client issues in a proactive manner. • Work to standardize cross -departmental protocols between various departments in order to break down "silo' mentality and increase knowledge sharing. • Stay abreast of most up-to-date research and data in order to offer most viable services to client base. • Resolve issues quickly through careful data analysis including technical and functional information. • Actively collaborate with multidisciplinary teams and departmental resources to optimize operational efficiency. Page 25 ILLSELECT ACCOMPLISHMENTS • Significantly decreased labor costs by implementing rotating shifts covering nights and weekends while simultaneously increasing employee satisfaction scores. • Implemented cross training program to maximize employee growth and development potential. • Increased company sales volume by average of 10% for five (5) consecutive years. • Produced largest number of projects while working offsite (sales office 40 miles north of manufacturing facility) demonstrating excellent organizational and communication skills. • Top volume sales representative for entire company for four (4) consecutive years. • Presented Corporate Sales Multi Million Dollar Club Award and recipient of Printing Association Educational Scholarship. PROFESSIONAL SYNOPSIS Account Executive FRANK LIN COMMUNICATIONS, MIAMI, FL 2001 — PRESENT • Primary responsibilities: Identify new business opportunities and turn potential prospects into active customers by consulting customers on manufacturing efficiencies. Manage new and existing business sales volume along with a customer service support team. • Budget management with portfolio perspective toward goal of improving performance, efficiency and profitability of all spend as well as ensure all programs are delivered within budget. • Develop strategy, business cases and testing to support new marketing programs and gain support of leadership and prioritize initiatives to enhance and maximize existing programs. • Develop and implement internal policies and procedures. • Maintain oversight of vendor sourcing and relations as well as recruit and develop of personnel. • Analyzed P&L, financial statements, and budgetary plans and align business strategies accordingly. Pre Press / Scheduling Manager AMERICAN NATIONAL LTD, MIAMI, FL 1991-2001 • Primary responsibilities: Managed pre press operations and scheduling for high -volume print facility. Responsible for 15 employees daily schedules as well as manufacturing inventory. • Effectively maintained oversight of site operations and support of facility staff. • Scheduled and trained staff, conducted operational meetings, oversight of inventory and cost control, as well as attainment of organization goals. • Graduate of Print Industry of America's Executive Development. Page 26 r ilanft- 119297 FRANKrOM1 ACORD. CERTIFICATE OF LIABILITY INSURANCE IMWDDMM D811612011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 201 Alhambra Circle Sufte #1000 Coral Gables FL 33134 CONTACT NAME: PHONENo 305 669-6000 305 669 6030 A/C Ell: A/C No ADDRESS: CUSTOMER ID 1: INSURER(S) AFFORDING COVERAGE N/UC 1I INSURED INSURERA: Hartford Casualty Insurance Com 29424 LLC Franklin 37thComAvenue 5301 NW 3Tth Avenue INSURER 8: Zenith Insurance Company 13269 Miami, FL 33142 INSURER C : INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCEINs"IL POLICY NUMBER MMlD. Err Yy MMJDD� LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE JF7VOCCUR 21UUNUV5909 8/12/2011 08/1212012 EACHOCCURRENCE $1000000 PREMISES Ea occurrence 000,000 MEO EXP (Any one person) $10,000 PERSONAL 3 ADV INJURY $1 000 000 GENERAL AGGREGATE s2,000,000 rGEN'L AGGREGATE LIMIT APPLIES PER: X POLICY PRO- IEfJ LOC PRODUCTS - COMP/OP AGG s2,000,000 $ AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 21UUNUV5909 8/12/2011 08/12/201 COMBINED SINGLE LIMB (Ea accident) $1,000,000 BODILY INJURY (Par person) s BODILY INJURY (Par accident) $ PROPERTY DAMAGE (Per accident) $ $ _ $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION $ s B WORKERS COMPENSATION AND EMPLOYERS' LIABILITYFR ANY PROPRIETORIPARTNERIEXECUTIV YIN OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If es, describe under DESCRIPTION OF OPERATIONS below NIA Z070691001 10/03/2010 10/03/2011 X WC STATU- OTH- E.L. EACH ACCIDENT $500 000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additlonal Remarks Schedule, I/ more space Is required) City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321 ACORD 25 (2009109) 1 of 1 #S6320599IM6312686 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELNERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE cd 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 27 AMREV g y Cy x x t� O 00 O N O to IT O O O N 61 OD W a (/r N N N M N N N N � OD U7 N Cl) M Cl) M G C II X O O O O O O O ao O N N N ID ID : N N N Oo M N c Z aD OD 00 N fo V V 00 co N ICl N 0. C C 00 OD OD 00 OD 00 _ N C X ,C X n OD r OD O N O 04 OD N N to 00 00 00 00 'a O IT IT ITa IL cor,Lo' c C K R E S a L. to Ln qo kv ���0N CO (N MM.N 4i of M� 1 ZWotOOD g. N�= N'� IA >.. O 2 C' CX X 0) YJ � N 4, N r- N O 00 M O ',. W m m ', W mOi m N N N N R G", N N 4,, N M M Q, O O ID F-.: Q. w m r- y' 4= c 0 N l0 c 0 D OF c o c 0 c 0 0 C4 N l0 N f0 N f0 '. N N N (0 m W ir �.6 'roe U) woe 10 x! C 1p0 N N N N N m N m 1/ (p0 Y1 N iD_ tp �a is :ia N �a is CF7'ij CL 0 c m c °° m a c c o `o .� a c o `o .� u ma c c m a c m '.. c m c m ` c c o .� a c m m ia € m 0 Er m 3 o O aEo oN z z z 0 C V m U m 0 0 f 0 Co Cs VZG0 LONCdN D a d d D N D NQc DNaO Q 0_ Q J 0. Q J : d Q J D_ Q J d Q J City of Tamarac _ _ Purchasing &_Contacts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND DODD COMMUNICATIONS, LLC, D/B/A FRANKLIN DODD COMMUNICATIONS THIS AGREEMENT is made and entered into this day of 20 lot, 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") Dodd Communications, LLC, d/b/a Franklin Dodd Communications, a Delaware Corporation duly registered as a Florida Foreign Limited Liability corporation with principal offices located at 960 S.E. 8`h 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. 12-1 OR, "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. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: 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 12-1 OR, " Printing & Distribution of City of Tamarac Publications". 2.3 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.4 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.5 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 Cit_ of T:Lnjgrvc--- --- - - --- - ----- -- Purchasirn & Contracts Division 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 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 two (2) years, with a guaranteed term of 180 days, in accordance with the provisions of the City's Request for Proposal Document 12-1OR, 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 two (2) year term. 4.3 Agreement Renewals: Upon completion of the first full two (2) year period, the City reserves the right to renew the Contract for up to three (3) additional one (1) 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 of Tamarac the terms of this Agreement. 5. Contract Pricing & Contracts Division 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 be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Indemnification 7.1 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. 7.2 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. 7.3 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 attorney's fees) and costs. 7.1 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 under the common law or Florida Statute 768.28 as amended from time to time. 8 Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. 3 City of Tamarac _ _ Purchasinq & Contracts Division 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 shall agree to post in conspicuous places, available to 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 Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9 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. 10 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. 11 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: MYSIA 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 of Tamarac„-- --- --- _----------- — -----`purchasing & Contracts Division CONTRACTOR Mark Berkey, MGR, Dodd Communications, LLC d/b/a Franklin Dodd Communications 950 SE 81h Street Hialeah, FL 33010 Mberkey(a-)nwas-Ilc.com 12 Termination 12.1 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 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. 12.2 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. 13 Uncontrollable Forces 13.1 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. 13.2 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. 14 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. 5 City of Tamarac _ _ A _ Purchas')g & Contracts Division 15 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. 16 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. 17 Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in anyjurisdiction 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. 18 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. 18) 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 Cify of Tamarac --- - --- -- -- -- ------ ----` Purchasin & 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 Manager, duly authorized to execute same. C YOFT M C BETH TALABISCO, MAYO Dat ATT Michae C. Cernech, i y anager �y Peter M.J. Richardso , C CIVIC Date: City Clerk % 31 � ` �� Z, Approved as to form and legal sufficiency: Date . ATTEST: (Corporate Sec etary) VV,c,,f -e Corporate Secy. (CORPORATE SEAL) VO 8amrre-ll S. Goren Dodd Communications LLC d/b/a Franklin Dodd Communications C any Name Signature of Manager 01 Mark Berkey Manager & 2-- Date �' of T"'Imarac CORPORATE ACKNOWLEDGEMENT STATE OF -1a ri d al. / :SS COUNTY OF Do,d 2 & 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 Mark Berkey, Manager of Dodd Communications, LLC, d/b/a Franklin Dodd Communications, a Delaware Corporation duly registered as 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 /mat ,vk / 3 , 20 / �- Signature of Noary Public arge dal �4. Notary Public State of Flom a DiarnNde Alfonso %Tpy Omm s e or amp Expires 07/0 ublic Personally known to me or ❑ Produced Identification Type of I.D. Produced 17( DID take an oath, or ❑ DID NOT take an oath. E 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 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 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 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 Satisfactory 4 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 _ Ptarchas & Contracts Division APPENDIX B PRICING SCHEDULE Item I Description Quantity of Single Run Required Items: 1 Tam -A -Gram - 20 page, full color, with a finished size of $ 10,435 Per 35,000 8 '/" x 11 ", saddle stitched. Printed on 70 # coated text, including all charges for printing. 1 B Tam -A -Gram - 24 page, full color, with a finished size of $ 12,260 Per 35,000 8'/2' x 11 ", saddle stitched. Printed on 70 # coated text including all charges for printing. 1C Tam -A -Gram List, Mailing & Delivery charges to Ft. Lauderdale post $ 1,170 + postage of $5,395 office 1D Tam -A -Gram Design and Layout Charges (Option) $ 75 Per Hour 1E Tam -A -Gram Printed on recycled paper (If available) $ NO Up charge 2 Sundial - 8 page, 1 color (black ink), with a finished size $ 318 Per 500 of 8'/" x 11", saddle stitched. Printed on 20# bond paper, including all charges for printing and delivery. 2A Sundial - 8 page, 2/2, with a finished size of 8'/2" x 11", $ 465 Per 500 saddle stitched. Printed on 20# bond paper, including all charges for printing and delivery to City Hall. (Option) 2B Sundial $ 75 Per Hour Desian and Lavout CharnPc Mntinnl 2C Sundial $ 17 Up charge Printed on recycled paper (If available) As -Needed Items: 3 Tam -A -Gram Extra - 4 page, full color, with bleeds, 8'/" $ 2,552 Per 35,000 x 11" finished size, folded to 8.5"x 5.5" for mailing. Printed on 70 # coated text and saddle stitched, including all charges for printing. 3A Tam -A -Gram Extra $ 1,131 + postage of 5,146 List, Mailing & Delivery charges to Fort Lauderdale post office. 36 Tam -A -Gram Extra $ Same. no Up charge Printed on Recycled Paper (If Available) 10 Cify of Tarrtarac _ _ Purchases & Contacts Division 4 Postcard - 8.5" x 11 ", 4/4. 10 pt c2s card, with bleeds. $ 342 Per 2,500 (Please provide ALL quantity break pricing. The City will $ 577 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 807 Per 7,500 $ 1,032 Per 10,000 4A Postcard - 8.5" x 11 ", 2/2. 10 pt c2s card, no bleeds. $ 342 Per 2,500 (Please provide ALL quantity break pricing. The City will $ 577 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 807 Per 7,500 $ 1,032 Per 10,000 4B Postcard - 6" x 9", 4/410 pt. c2s card, with bleeds. $ 398 Per 2,500 (Please provide ALL quantity break pricing. The City will $ 686 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 968 Per 7,500 $ 1 245 Per 10,000 4C Postcard - 6" x 9", 2/2, 10 pt. c2s card, no bleeds. $ 398 Per 2,500 (Please provide ALL quantity break pricing. The City will $ 686 Per 5,000 use a quantity of 5,000 for purposes of evaluation.) $ 968 Per 7,500 $ 1,245 Per 10,000 4D Postcard $ 165 Per 2,500 List, Mailing & Delivery Charges to Fort Lauderdale Post $ 165 Per 5,000 Office $ 300 Per 7,500 $ 300 Per 10,000 4E Postcard $ N/A Per 2,500 Up charge Printed on Recycled Stock (if Available) $ N/A Per 5,000 Up charge $ N/A Per 7,500 Up charge $ N/A Per 10,000 Up charge 5 Water Quality Report - 4 page, full color with bleeds $ N/A Per 30,000 and a finished size of 8.5"x5.5" (11' x 17" folded to 8.5" x 11" and folded again to 5.5" x 8.5") on 80# gloss with 2,430 Per 32,500 bleeds. 5A Water Quality Report $ 1,005 + postage of 4,980 List, Mailing and Delivery to Fort Lauderdale Post Office 513 Water Quality Report $ Same, no Up charge Printed on Recycled Paper (If Available) 6 Flood Protection Program Pamphlet - 4 page, 11"x17" $ N/A Per 35,000 folded to 8.5'x5.5", 1-color, 20# bond paper. 1,960 Per 35,500 6A Flood Protection Program Pamphlet $ N/A List, Mailing and Delivery Charges to Fort Lauderdale post office 6B Flood Protection Program Pamphlet $ 225 Up charge Printed on Recycled Paper (If Available) 11 City of Tamarac _ _ _ _ Purchasing & Contracts Division 7 Water Conservation Booklets -- Folded to 5.5"x8.5". $ 642 Per 4,000 Overprints will be delivered to the City without being folded. 7A Water Conservation Booklets $ 67 Up charge Printed on Recycled Paper (If Available) 8 Miscellaneous Tri-fold Brochure — 1 page, full color, $ 235 per 500 with bleeds, 8.5"x 11" with a finished size of 3.67"x8.5", $ 295 per 1,000 on 80# gloss. $ 407 per 1,500 $ 485 per 2,000 (Please provide ALL quantity break pricing. The City will $ 557 per 2,500 use a quantity of 2,000 for purposes of evaluation.) $ 625 per 3,000 8A Miscellaneous Tri-fold Brochure — 1 page, 1 color $ 225 per 500 (1/1), 8.5"x 11" with a finished size of 3.67"x8.5", on 20 # $ 295 per 1,000 bond. $ 368 per 1,500 $ 416 per 2,000 (Please provide ALL quantity break pricing. The City will $ 485 per 2,500 use a quantity of 2,000 for purposes of evaluation.) $ 550 per 3,000 8B Miscellaneous Tri-fold Brochure — $ None per 500 up charge Printed on Recycled Paper (If Available) $ None per 1,000 up charge $ None per 1,500 up charge $ None per 2,000 up charge $ None per 2,500 up charge $ None per 3,000 up charge Optional Items: 9 Annual Report/Calendar $ 24,605 Per 35,000 Published once a year 9A Annual Calendar— $ 1,131, Per 35,000 List, Mailing & Delivery to Fort Lauderdale Post Office + postage of 10,261 9B Annual Calendar Printed on Recycled Paper (If Available) $ Same, no up charge 12