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