HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-032Temp. Reso. #11152
Page 1 of 5
March 8, 2007
Revision #1 — March 19, 2007
Revision #2 — March 20, 2007
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2007 gg
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO AWARD REQUEST
FOR PROPOSAL (RFP) 07-15R, "PRINTING &
DISTRIBUTION OF CITY OF TAMARAC PUBLICATIONS"
TO AND EXECUTE AND AGREEMENT WITH FRANKLIN
COMMUNICATIONS, LLC FOR PRINTING SERVICES FOR
A TWO YEAR PERIOD, PROVIDING FOR THREE
ADDITIONAL ONE YEAR RENEWALS AT THE
DISCRETION OF THE CITY; AUTHORIZING THE CITY
MANAGER TO APPROVE 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
(RFP) 07-15R, "Printing & Distribution of City of Tamarac Publications" on January
28, 2007; and
WHEREAS, proposals were solicited from vendors and seven responsive
proposals were received and evaluated as per the Request for Proposal
(incorporated by reference and on file in the Office of City Clerk):
Temp. Reso. #11152
Page 2 of 5
March S, 2007
Revision #1 — March 19, 2007
Revision #2 —March 20, 2007
1. Apple Printing
2. Cay Industries d/b/a Print Dynamics
3. Electro Forms
4. Franklin Communications LLC
5. Pride Enterprises
6. Printing Mart of South Florida
7. Tribune Direct / Sun Sentinel
;and
WHEREAS, after extensive evaluation and consideration by the Evaluation
Committee consisting of the Assistant City Manager/Interim Public Information
Officer, Public Information Specialist, Management Intern, Administrative
Coordinator for Building and Code Compliance and the Laboratory Manager for
Utilities the following firms were invited to make presentations to the Committee:
1. Cay Industries d/b/a Print Dynamics
2. Electro Forms
3. Franklin Communications LLC
4. Tribune Direct / Sun Sentinel
; and
WHEREAS, the Evaluation Committee ranked the proposal from Franklin
Communications LLC as the most advantageous response to the City's needs, as
shown in the scoring summary (attached hereto as Exhibit A); and
WHEREAS, the RFP provided for required printing of the Tam -A -Gram,
Sundial and Annual Report and included services described as optional which the
City may elect to print on an as needed basis; and
Temp. Reso. #11152
Page 3 of 5
March 8, 2007
Revision #1 — March 19, 2007
Revision #2 — March 20, 2007
WHEREAS, funds are budgeted in the appropriate departmental accounts for
printing services as outlined and reflected in Appendix B of the Agreement (attached
hereto as Exhibit B); and
WHEREAS, it is the recommendation of the Assistant City Manager/Interim
Public Information Officer and the Purchasing and Contracts Manager that (RFP)
07-15R, "Printing & Distribution of City of Tamarac Publications" be awarded to, and
an agreement be accepted and executed with Franklin Communications LLC, for a
two year period, providing for three additional one year renewals at the discretion of
the City; and
WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to
be in the best interest of the citizens and residents of the City of Tamarac to award
and to execute an agreement with Franklin Communications LLC, for a two year
period, providing for three additional one 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.
Temp. Reso. #11152
Page 4 of 5
March 8, 2007
Revision #1 — March 19, 2007
Revision #2 — March 20, 2007
SECTION 2: That (RFP) 07-15R, "Printing & Distribution of City of
Tamarac Publications" be awarded to, and an agreement (attached hereto as Exhibit
B) be accepted and executed with Franklin Communications LLC for printing
services for a two year period, providing for three additional one year renewals at the
discretion of the City.
SECTION 3: The City Manager is hereby authorized to approve expenditures
for printing as may be required and as outlined in the agreement with Franklin
Communication LLC.
SECTION 4: All resolutions or parts of resolutions in conflict herewith
are hereby repealed to the extent of such conflict.
SECTION 5: If any clause, section, other part or application of this
Resolution is held by any court of competent jurisdiction to be unconstitutional or
invalid, in part or application, it shall not affect the validity of the remaining portions
or applications of this Resolution.
1
i
1
1
1
1
SECTION 6:
its passage and adoption.
Temp. Reso. #11152
Page 5 of 5
March 8, 2007
Revision #1 — March 19, 2007
Revision #2 — March 20, 2007
This Resolution shall become effective immediately upon
PASSED, ADOPTED AND APPROVED this )p day of 0,(C 007.
ATTEST:
t
MARION ENSON, MC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
AMUEL . GO N
CITY ATTOR EY
BETH FLANSBAUM-TALABISCO
`� MAYOR
RECORD OF COMMISSION VOTE:
MAYOR FLANSBAUM-TALABISCO
DIST 1: V/M PORTNER INC
DIST 2: COMM ATKINS-GRAD r
DIST 3: COMM. SULTANOF
DIST 4: COMM. DRESSLER
YF'�,v3lr A
3/20/2007 Printing Dist. of Tamarac Documents RFP #07-15R
Initial Committee Evaluation Totals
Proposer's Name:
Electro-
Franklin
Print
Tribune
Forms
Comm.
Dynamics
Sun/Sent
No Conflict of Interest
X
X
X
X
Adhered to the Instructions
X
X
x
X
Base Pricing:
$ 45,325.00
$ 43,098.00
$ 39,239.00
$ 43,037.60
ALI Y
(U
Assistant C4 M r.
8
18
15
10
Public Info. Spec.
16
19
18
17
Management Intern
15
20
18
16
Laboratory Mgr.
12
18
17
14
Bldg. Admin. Coord.
1 16
1 19 j
1$
1 17
SERVICES TO BE PROVIDED (UP TO 30 POINTS)
Assistant City Mgr.
Public Info. Spec.
20
25
20
18
25
27
27
27
Management Intern
21
29
26
28
Laboratory M r.
15
27
26
18
Bldg. Admin. Coord.
25
29
1 27
26
QUALIFICATIONS/EXPERTISE (UP TO 30 POINTS)
Assistant City Mgr.
20
25
20
25
Public Info. Spec.
23
29
27
26
Management Intern
23
30
29
25
Laboratory Mgr.
20
26
20
24
Bldg. Admin. Coord.
25
29
27
26
PRICING
Assistant City Mgr.
17.3
18.2
20
18.2
Public Info. Spec,
17.3
18.2
20
18.2
Management Intern
17.3
18.2
20
18.2
Laboratory Mgr.
17.3
18.2
20
18.2
Bldg. Admin. Coord,
17.3
18.2
20
18.2
TOTAL POINTS
Assistant City Mgr.
65.3
86.2
75
71.2
Public Info. Spec,
81.3
93.2
92
88.2
Management Intern
76.3
97.2
93
87.2
Laboratory M r.
64.3
89.2
83
74.2
Bldg. Admin. Coord.
83.3
95.2
92
87.2
370.5
461
435
408
Average Score 92.625 115.25 108.75 102
TOTAL RANKING
Assistant City Mgr.
4
1
2
3
Public Info. Spec.
4
1
2
3
Management Intern
4
1
2
3
Laborato Mgr._
4
1
2
3
Bldg. Admin, Coord. 1
4
1 1
2
3
4
1
2
3
EXHIBIT B
flwch aOy k S'ontlacts DVISOII
AGREEMENT
_ =11VJl4:11a9:l u _ : _ •!
U I f
FRANKLIN COMMUNICATIONS, LLC
THIS AGREEMENT is made and entered into this 'day of Mor'C'h , 20
01 , by and between the City of Tamarac, a municipal corporation with principal
offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Franklin
Communications, LLC, a Florida limited liability corporation with principal offices located
at 5301 NW 37th Avenue, Miami, Florida 33142 (the "Contractor") to provide for 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. 07-15R, "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 dated February 16, 2007, as submitted by Contractor of February 20, 2007,
specifications, bond(s), (if applicable), and insurance certificate(s), the City Resolution
awarding the project, the "Contract Report Card", attached hereto as Appendix A, the
"Pricing Schedule", attached hereto as Appendix B, 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
2.1. The Contractor shall perform all work for the City required by the contract
documents as set forth below:
2.1.1 Contractor shall furnish all labor, materials, and equipment
necessary to print, furnish, deliver and distribute various City of
Tamarac publications as specifically enumerated in the Statement
of Work in Request for Proposal 07-15R, "Printing & Distribution of
City of Tamarac Publications".
2.1.2 Contractor shall provide all services in accordance with the
Statement of Work enumerated in Request for Proposal 07-15R,
"Printing & Distribution of City of Tamarac Publications".
2.1.3 Contractor shall supervise the work force to ensure that all workers
1
3)
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.
2.1.4 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.
2.1.5 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 Contractor,
its employees, agents or sub -Contractors, if any, with respect to the
work and services described herein.
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 07-15R, Section V. 1 "Special
Conditions", "Performance Based Contracting", During the initial six (6)
month period, the contactor shall enjoy an exclusive contract relationship
......... ........
2
of T f ,::ir oc. 9 Ra;.:hasing & Contract; Division
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 and mutual agreement regarding the contents of the
performance questionnaire by the City and Contractor, the final document
shall replace and supersede Appendix A, as a part of this Agreement. The
City and Contractor, from time to time, may make additions, deletions or
changes to Appendix A under the terms of this Agreement.
5) Contract Sum
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,
..... ........ .. . ....... ........... ....
'� 9
of Tamarac Pon-hasing & GootrrOs Division
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.
7.4. City reserves the right to select its own legal counsel to conduct any defense
in any such proceeding and all costs and fees associated therewith shall be
the responsibility of Contractor under the indemnification agreement.
Nothing contained herein is intended nor shall it be construed to waive City's
rights and immunities 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, religion, color,
gender, national origin, sex, age, 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, religion,
color, gender or national original, or disability if qualified. Such actions must include,
but not be limited to, the following: employment, promotion; demotion or transfer;
recruitment or recruitment advertising, layoff or termination; rates of pay or other forms
of compensation; and selection for training, including apprenticeship. The Contractor
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 Sub -Contractors, if any, will be made aware of and will comply with this
of 7 ion rrcac F � I "wCh � )ng ex l )Wa,.�cl Division
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:
CITY
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
C ity of 7�-on awc Por'chasing & C;nnfr',•irfs Division
. . .. .. ........... .. .. . . .. ....... .. . . .. . . .. . . . ... . .. . ................ .. . ....... t 1 1".
CONTRACTOR
Franklin Communications, LLC
5301 NW 371h Ave.
Miami, FL 33142
ATTN: Peter J. Dunne, President
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.
6
rf 7`r;rrr w,or .: Putchr swg G!s'r (,�)nfr.0S Division
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.
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 any
jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such
prohibition or unenforceability without invalidating the remaining provisions
hereof or affecting the validity or enforceability of such provisions in any other
jurisdiction. The non -enforcement of any provision by either party shall not
constitute a waiver of that provision nor shall it affect the enforceability of that
provision or of the remainder of this Agreement.
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.
of
............. ............... ....... ............ ............ ......................
✓v
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 President, duly authorized to execute same.
CITY OF TAMA
Beth Flansbaum-Talabisco, Mayor
bj
D - -
ATTEST: Jeffrey Miller, City Manager
- r Marion Swenson, CIVIC D e:
City Clerk
W U 0'-1 AIAp—rrj as orm and legal sufficiency:
[late'
S • Attorney
ATTEST:
t
(Corporate 8ectetar
6 N
William Hornin er
Type/Print Name of Corporate Secy
(CORPORATE SEAL)
FRANKLIN COMMUNICATIONS, LLC
Company e
Signature of P ident/Owner
Peter J. Dunne
Type/Print Name of President/Owner
Date
8
j
of
......
v�
CORPORATE ACKNOWLEDGEMENT
STATE OF r 0,/04
:SS
COUNTY OF AgIM-
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Peter J. Dunne, President_, of Franklin Communications LLC , a Florida 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 thisAday ofC.�. , 20 7z
EXPIRES. March B, 2010
Bonded Thru Notary Public Underwriters
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.
we
. ..... ... .. ............. .... ........ . Zmlll
Appendix A
CITY OF TAMARAC
R 1 p Printing & Distribution of City of Tamarac Documents
Performance Report Card
Performance ratings are intended to assess the contractor's conformance to contract requirements,
specifications, and standards of good workmanship. The rating scale to be used is as follows:
Performance
Criteria
Rating
5 — Exceptional
Performance meets or exceeds requirements with few minor problems for which
corrective actions were highly effective
Performance meets requirements with some minor problems for which corrective
4 -- Very Good
actions were highly effective
3 — Satisfactory
Performance meets requirements with some minor problems for which corrective
actions were satisfactory
Performance does not meet some requirements with problems for which corrective
2 — Marginal
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
stapling
poor
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
10
, 6-",�'k .%
.... . .. . . . . ........... . .......................................... . .. ....... . .
APPENDIX B
PRICING SCHEDULE -- PRINTING AND DISTRIBUTION OF CITY OF
TAMARAC PUBLICATIONS
Required Items:
1
Tam -A -Gram - 20 page Full Color 8 Y2" x 11"
finished size, saddle stitched newsletter. Printed on
$ 11,307.00 Per 35,000
70 # coated text including all charges for printing.
1A
Tam -A -Gram
$ 1,674.00
List, Mailing & Delivery to Ft. Lauderdale post
office
1 B
Tam -A -Gram
Design and Layout Charges (Option)
$ 95.00 Per Hour
1C
Tam -A -Gram
$ 1,061.00 up charge
Printed on recycled paper
2
Sundial - 8 page 8 Y2" x 11" finished size, saddle
stitched newsletter. Printed on 20# bond paper in
$ 566.00 Per 500
one color (black) ink, including all charges for
printing and delive to City Hall.
2A
Sundial
$ 95.00 Per Hour
Design and Layout Charges (Option)
213
Sundial
Printed on recycled paper.
$ 113.00 up charge
2C
Sundial - 8 page 8 1/" x 11" finished size,
saddle stitched newsletter. Printed on 20# bond
$ 970.00 per 500
paper in one color (black) ink and one (1)
additional colored ink, including all charges for
printing and delivery to City Hall. (Option)
3
Annual Calendar — 9"x12", 4/4 with bleeds
throughout. 28 inside pages, 100# coated text
$ 28,001.00 Per 35,000
plus cover, 1 Opt c2s. Varnish on the outside
front cover, saddle stitch and drill punch one
11
6 f �,
V
.... ......... ............ ...... ........... ..... «i.. ......... .... ........
........!may':;"
hole in bottom so they can be hung
3A
Annual Calendar — List, Mailing & Delivery to Fort
Lauderdale Post Office
$ 1,550.00 Per 35,000
3B
Annual Calendar
Printed on Recycled Paper
$ 5,600.00 up charge
As -Needed Items (Optional)
1
Tam -A -Gram Extra - 4 page 4/4. 11 "x17", quarter
folded to a 5.5" x8.5 70# coated text, 4/4.
$ 3,260.00 (4/4) Per 35,000
1A
Tam -A -Gram Extra - 4 page 2/2. 11"x17", quarter
folded to a 5.5"x8.5" 70# coated text (option)
$ 2,678.00 Per 35,000
1 B
Tam -A -Gram Extra
$ 1,920.00
List, Mailing & Delivery Charges to Fort
Lauderdale post office
1C
Tam -A -Gram Extra
$ 1,145.00 up charge
Printed on Recycled Paper
2
Postcard - 6" x 9" full color postcard. 10 pt. cgs
$ 2,106.00 Per 35,000
2A
Postcard
$ 1,240.00
List, Mailing & Delivery Charges to Fort
Lauderdale Post Office
2B
Postcard — 6"x 9" 2 color postcard. 10 pt. cgs
$ 1,889.00 Per 35,000
(Option)
2C
Postcard
$ 757.00 up charge
Printed on Recycled Stock
3
Water Quality Report — 4 page, 11 "x17" folded to
8.5°x5.5". Full color, 80# gloss, 4/4 with bleeds.
$ 2,795.00 Per 30,000
3A
Water Quality Report
$ 1,805.00
List, Mailing and Delivery to Fort Lauderdale
Post Office
12
city« i rrrr ar. 1. ?�r.;°1r rtii ° 'rar i, 1F 7
..... ..... ......... .........
3B
Water Quality Report
$ 1,448.00 up charge
Printed on Recycled Paper
4
Flood Protection Program Pamphlet — 4 page,
11"x17" folded to 8.5'x5.5", 1-color, 20# bond paper.
$ 1,689.00 Per 35,000
4A
Flood Protection Program Pamphlet
List, Mailing and Delivery Charges to Fort
$ 1,868.00
Lauderdale post office
4B
Flood Protection Program Pamphlet
$ 915.00 up charge
Printed on Recycled Paper
5
Evaluation and Appraisal Report — 150 pages, All
pages 8.5"x11 ", laminated card stock cover, spiral or
$ 972.00 Per 30
comb bound spine, b/w with 15 full color pages. Full
color cover.
5A
Evaluation and Appraisal Report- Cost per
$ 0.85 per page
page to add and/or remove each full color page
6
Water Conservation Booklets - 8 page,
$ 2,921.00 Per 4,000
8.5'x11" folded to 5.5"x8.5" (finished booklet to
be 16 pages) 80# gloss, 4/4, saddle -stitched.
6A
Water Conservation Booklets
$ 501.00 up charge
Printed on Recycled Paper
7
Miscellaneous Tri-fold Brochure — 1 page,
$ 958.00 per 5,000
8.5"x 11" folded to 3.67"x8.5", 80# gloss, full
color
7A
Miscellaneous Tri-fold Brochure —
Different quantities
$ 704.00 per 2,500
$ 1,496.00 per 10,000
7B
Miscellaneous Tri-fold Brochure —
$ 10% up charge per quantity
Printed on Recycled Paper
13
City of Tamarac
Insurance Requirements
Vendor agrees to, in the performance of work and services under this Purchase
Order/Agreement, comply with all federal, state, and local laws and regulations now in effect,
or hereinafter enacted during the term of this agreement that are applicable to Vendor, its
employees, agents, or sub Vendors, if any, with respect to the work and services described
herein.
Vendor shall obtain at Vendor's expense all necessary insurance in such form and amount as
required by the City's Risk Manager before beginning work under this Purchase
Order/Agreement. Vendor shall maintain such insurance in full force and effect during the life
of this Agreement. Vendor shall provide to the City's Risk Manager certificates of all insurance
required under this section prior to beginning any work under this Agreement.
Vendor shall indemnify and save the City harmless from any damage resulting to it for failure
of either Vendor or any subVendor to obtain or maintain such insurance.
The following are required types and minimum limits of insurance coverage, which the Vendor
agrees to maintain during the term of this contract:
Line of Business/ Coverage
Commercial General Liability
Including:
Premises/Operations
Contractual Liability
Personal Injury
Explosion, Collapse, Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Cross Liability and Severability of Interest Clause
Automobile Liability
Workers' Compensation &Employer's Liability
Limits
Occurrence Aggregate
$1,000,000 $1,000,000
$1,000,000 $1,000,000
Statutory
The City reserves the right to require higher limits depending upon the scope of work under
this Agreement.
Page 1 of 3
Neither Vendor nor any subVendor shall commence work under this contract until they
have obtained all insurance required under this section and have supplied the City with
evidence of such coverage in the form of an insurance certificate and endorsement. The
Vendor will ensure that all subVendors will comply with the above guidelines and will
maintain the necessary coverages throughout the term of this Agreement.
All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be
licensed to do business in Florida. "Occurrence" form policies are required.
Each carrier will give the City sixty (60) days notice prior to cancellation.
The Vendor's liability insurance policies shall be endorsed to add the City of Tamarac
as an "additional insured". The Vendor's Worker's Compensation carrier will provide a
Waiver of Subrogation to the City.
The Vendor shall be responsible for the payment of all deductibles and self -insured
retentions. The City may require that the Vendor purchase a bond to cover the full
amount of the deductible or self -insured retention.
If the Vendor is to provide professional services under this Agreement, the Vendor must
provide the City with evidence of Professional Liability insurance with, at a minimum, a
limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are
acceptable for Professional Liability insurance.
A copy of proof of insurance MUST be submitted with the proposal.
(SEE SAMPLE OF INSURANCE CERTIFICATE NEXT PAGE)
Page 2 of 3
ACORD CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD[YY)
I
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A:
Companies providing coverage
YOUR COMPANY NAME HERE
INSURER B,
INSURERC,
INSURER D,
INSURER E,
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR LTR
TYPE OF INSURANCE
POLICY NUMBER
I POLICY EFFECTIVE
POLICY EXPIRATIONIMMInnlyn
LIMITS
GENERAL LIABILITY
i COMMERCIAL GENERAL LIABILITY
=CLAIMS MADE = OCCUR
PIEN'L AGGREGATE LIMIT APPLIES PER:
Policy L�] project U lac
EACH OCCURRENCE
$
Must Include General Liability
FIRE DAMAGE (Any one fire)
MED EXP (Any one person)
$
$
PERSONAL BADVINJURY
$
GENERAL AGGREGATE
$
PRODUCTS - COMP/OP AGG
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
SAMPLE CERTIFICATE
i
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: A
EXCESS LIABILITY
OCCUR u CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
OCCURRENCE_—
$
AGGREGATE
$
$
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
57A7U-OTH-
WC TQR,Y
" LIMITS .. _k�(.'_
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
OTHER
Certificate must contain wording similar to what appears below
DESCRIPTION OF OPr=RATIoNs/LocATIoNsIVEHIcLEs/EXc I
"THE CERTIFICATE HOLDER IS NAMED AS ADDITIONALLY INSURED WITH REGARD TO GENERAL LIABILITY"
CER I IFICAI I_ HOLDER ADDITIONAL INSURED; INSURER LETTER: (:AN(:ELLA I ION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Tamarac IL 30 DAYS WRITTEN
7525 NW 88th Avenue City Must Be Named as Certificate Holder LEFT.
Tamarac FL 33321
AUTHORIZED REPRESENTATIVE
ACORD 25-S (7/97)
(DACORD CORPORATION 1988
7
Client#:
tA_Q0RP CERTIFICATE
OF LIABILITY INSURANCE
DATE (MMIOOIYYYY)
03/16/07
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
PRODUCER
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
U51 Insurance Svcs of FL-CGICL
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
201 Alhambra Circle Suite 1000
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Coral Gables, FL 33134
INSURERS AFFORDING COVERAGE
NAIC #
305 669-6000
INSURER A: Hartford Ins Co of SE
38261
INSURED
Franklin Communications, LLC
INSURER B: Sridgefield Employers Insurance Comp
9999
Franklin Trade Graphics, LLC
INSURER T
5301 NW 37 Avenue
INSURER D�_._
----
Miami, FL 33142
INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW I1AVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THI
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY E FECTIVE POLICY EXP RATION
LNW Wn TR NSR TYPE OF INSURANCE POLICY NUMBER DATE MIDDIYY D E MM100IYY
A GENERAL LIABILITY 21UUNUV5909 08/12l06 08l12I07
X COMMERCIAt. GENERAL LIABILITY
CLAIMS MADE OCCUR
X BI
GEN'i. AGGREGATE: LIMIT APPLIES PER:
PR
I�ULICY J CTO-
L.00
A AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AU -IDS
X HIRED AUTOS
X NON -OWNED AUTOS
GARAGE LIABILITY
`j
I ANY AUTO
EXCESSIUMBRELLA LIABILITY
OCCUR 0 CLAIMS MADE
DEI)UCTIBLE
RETENTION $
B WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNEIVEXECUTIVE
OFFICERIMEMBER EXCLUDED?
11 yes, describe tinder
SPECIAL PROVISIONS baiow
OTHER
21 UUNUV5909
83035200
08/12/06
10103/06
08112/07
10/03/07
DESCRIPTION OF OPCRATIONS I LOCATIONS/ VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL. PROVISIONS
Commercial Printer.
Certificate Holder Is named as additional insured with regards to General Liability.
30 days notice of cancellation applies except 10 days for non-payment.
CA
City of Tamarac
7525 NW 88th Avenue
Tamarac, FL 33321
PERIOD INDICATED. NOTWITHSTANDING
9 CERTIFICATE MAY BE ISSUED OR
XCLUSIONS AND CONDfrIONS OF SUCII
LIMITS _
EACH OCCURRENCE= S1 000 000
DAMAGE TO RENTED
- rr �
s300 000 —.-.-
MFO EXP (Any on(, PCraOn}
$10.000 •T__
PERSONAL &ADV INJURY
SI00 0,000_ _,•,,, ,_.
GENERAL AGGREGATE
s2 000 000
PRODUCTS • COMPlUP AGG
Q,00000
COMBINED SINGLE LIMIT
$1,000,000
(Ea occidont)
BODILY INJURY
$
(Porparson)
BODILY INJURY
$
(Per aCcidenq
PROPERTY DAMAGE
$
(Per accident)
AUrUONLY •F.AACCIDFNT
s
I'AACC
OTHER THAN_--•��
s ��-
s
AUTOONI,Y: AGG
EACH OCCURRENCE
S
AGGRFUATE
$ .,
s
$
$
X TWC STAl1 U- OTIH-
EL- EACH ACCIDF=NI'
$100,000
E.L. DISEASE - EA EMPLOYEFI
$100 000
E.L.. DISEASE • POLICY t.IMII $500,000
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE. THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL __3D_ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPR
ACQRD 26 (2001108) 1 of 2 #S843578lM573560 KKVEV 0 ACORD CORPORATION 19811
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25.5 (2001/08) 2 of 2 #S843578/M573560