Loading...
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