Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-029Temp Reso #10339 — February 5, 2004 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004--jal� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXERCISE THE FIRST RENEWAL OPTION OF BID 02-12B ENTITLED "FURNISH AND DELIVER PRINTED MATERIALS" WITH A PLUS PRINTING, DIAMOND PRINTING, INTERTEC INDUSTRIES, PRINTING MART AND UNITED BUSINESS FORMS FOR A TWO YEAR TERM EFFECTIVE MARCH 26, 2004 THROUGH MARCH 25, 2006; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac authorized the award of Bid 02-12B entitled "Furnish and Deliver Printed Materials" by Resolution 2002-88 on March 26, 2002, a copy of said resolution is attached hereto as Exhibit "A"; and WHEREAS, the various printed materials included in Bid 02-126 were awarded to A Plus Printing, Diamond Printing, Executive Printers, Intertec Industries, The Printing Mart, Suncoast Marketing and United Business Forms, a copy of said bid tabulation is attached hereto as Exhibit "B"; and WHEREAS, Executive Printers was the lowest bidder on the printing of the City's employment applications, but elected not to honor their bid price after award and were dropped from the awarded printer's list; and WHEREAS, A Plus Printing was the next lowest bidder for the printing of the employment applications, and was subsequently awarded the work; and Temp Reso #10339 -- February 5, 2004 Page 2 WHEREAS, utility invoice forms and 410 utility envelopes, representing all items awarded to Suncoast Marketing are no longer needed by the City due to the outsourcing of the utility bill function, and the Finance Director and Purchasing and Contracts Manager therefore recommend that the City not exercise the renewal option for this firm; and WHEREAS, the terms of Bid 02-12B allow for two (2) additional two-year renewal options subject to vendors acceptance, satisfactory performance and determination that renewal is in the best interest of City; and WHEREAS, the awarded vendors, with the exception of Executive Printers, have provided satisfactory service and products for the past two years; and have agreed to accept the two-year renewal of Bid 02-12B under the same terms and conditions, a copy of each vendor's acceptance is attached hereto as Exhibit "C"; and WHEREAS, funding is available for said purposes within each department's operating budget; and WHEREAS, the Finance Director and the Purchasing and Contracts Manager recommend approval of the two-year renewal of Bid 02-12B entitled "Furnish and Deliver Printed Materials" for the term March 25, 2004 through March 24, 2006 for A Plus Printing, Diamond Printing, Intertec Industries, Printing Mart, and United Business Forms; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to 1 1 Temp Reso #10339 — February 5, 2004 Page 3 approve the renewal of Bid 02-12B entitled "Furnish and Deliver Printed Materials" for a two-year term. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The first renewal option of Bid 02-12B entitled "Furnish and Deliver Printed Materials" with A Plus Printing, Diamond Printing, Intertec Industries, Printing Mart AND United Business Forms is hereby approved for a two-year term effective March 26, 2004 through March 25, 2006. SECTION 3: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 4: 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. Temp Reso #10339 — February 5, 2004 Page 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this leday of , 2004. JOE SCHREIBER MAYOR ATTEST: `C RECORD OF COMM ISSION VOTE: MARION SWENSON, CMC MAYOR SCHREIBER CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCO HEREBY CERTIFY that DIST 3: COMM. SULTANOF I have approved this DIST 4: V/M ROBERTS RESOLUTION as to formZ- ` MITC ELL . ACR CITY ATTORNEY �1 EXHIBIT "A" T.R. 10339 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002- 99 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 02- 12B "FURNISH & DELIVER PRINTED MATERIALS" FOR A TWO YEAR PERIOD WITH TWO ADDITIONAL TWO YEAR RENEWAL OPTIONS TO THE FOLLOWING COMPANIES: A PLUS PRINTING, DIAMOND PRINTING, EXECUTIVE PRINTERS, INTERTEC INDUSTRIES, THE PRINTING MART, SUNCOAST MARKETING, AND UNITED BUSINESS FORMS, FOR PROVIDING CITYWIDE PRINTING SERVICES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac requires printed materials to properly function within each department, and implementing a standard for printed materials will reduce costs, guarantee quality, provide better cost controls, and increase savings; and WHEREAS, the City of Tamarac publicly advertised Bid No. 02-123B for citywide printing services on January 20, 2002 and January 27, 2002; and WHEREAS, on February 13, 2002, eight (8) bids were received and reviewed in order to determine the lowest responsive and responsible bidders per the bid specifications and bid tabulation attached hereto as "Exhibit 1 "; and WHEREAS, funding is available for said purpose within each department's operating funds; and Temp. Reso. #9732 Page 2 March 12, 2002 WHEREAS, it is the recommendation of the Purchasing and Contracts Manager that Bid #02-12B be awarded to the seven (7) lowest responsive and responsible bidders listed in the bid tabulation and further identified in Exhibit "2"; 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 approve the award of Bid # 02-12B for the furnishing and delivery of printed materials to the seven (7) lowest responsive and responsible bidders. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing `WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid # 02-12B to the seven (7) lowest responsive and responsible bidders, A Plus Printing, Diamond Printing, Executive Printers, Intertec Industries, The Printing Mart, Suncoast Marketing, and United Business Forms for a period of two years with two additional two year renewal options is HEREBY approved. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: 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 1 1 SECTION 5: passage and adoption. Temp. Reso. #9732 Page 3 March 12, 2002 This Resolution shall become effective immediately upon its PASSED, ADOPTED, AND APPROVED this 261" day of March, 2002. ATTEST: MARION-SENSON, CMC CITY CLERK I HEREBY CERTIFY that I this as to form. ITCH ELL,/S. CITY ATTO •.• .�11 RECORD OF COMMISSION VOTE: MAYOR SCHREIBER _AAve' DIST 1: V/M. PORTNER_AXg: DIST 2: COMM. MISHKIN_ DIST 3: COMM. SULTANOF fly-- DIST 4: COMM. ROBERTS A & ............ V, 'V V v V""J"v v V V V V 'V TEMP RESO #9732. EXHIBIT "I" INVITATION TO BID BID #02-12B J(: IL FURNISH & DELIVER PRINTED MATERIALS City of Tamarac Purchasing Division 7525 NW 881h Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450• A, i'rA A A A il nrn A j', ;1A, A A, A� /1� .11, BID NO.02-12B FURNISH & DELIVER PRINTED MATERIAL TABLE OF CONTENTS INVITATIONTO BID.....................................................................................................2 INSTRUCTIONS TO BIDDERS.....................................................................................4 GENERAL TERMS AND CONDITIONS........................................................................4 1. SUBMISSION OF THE BID: ............................................................................... 4 2. BONDING...........................................................................................................4 3. WITHDRAWAL OF BID......................................................................................5 4. PUBLIC ENTITY CRIMES STATEMENT............................................................5 5. NON -COLLUSIVE AFFIDAVIT...........................................................................5 6. QUANTITIES......................................................................................................5 7. PRICES, PAYMENTS AND DISCOUNTS.......................................................... 5 8. DELIVERY...................................................................................................... 5 9. BRAND NAMES..................................................................................................6 10. SAMPLES AND DEMONSTRATIONS................................................................6 11. CONDITIONS OF MATERIALS ......................................................................6 12. COPYRIGHTS OR PATENT RIGHTS................................................................6 13. SAFETY STANDARDS.......................................................................................6 14. PERFORMANCE................................................................................................6 15. DEFAULT...........................................................................................................6 16. TERMINATION FOR CONVENIENCE OF CITY ................................................ 7 17. ASSIGNMENT....................................................................................................7 18. EMPLOYEES......................................................................................................7 19. TAXES................................................................................................................ 7 20. BID PREPARATION EXPENSE......................................................................... 7 21. OMISSION OF DETAILS....................................................................................7 22. INSURANCE REQUIREMENTS......................................................................... 8 23. INDEMNIFICATION............................................................................................ 9 24. CLARIFICATION TO TERMS AND CONDITIONS ............................................. 9 25. BID TABULATION..............................................................................................9 26. RECORDS/AUDITS..........................................................................................10 SPECIAL CONDITIONS..............................................................................................16 iQr �ryM� !'U City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org INVITATION TO BID BID NO. 02-12B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, February 13, 2002 at 2:00 p.m., at which time bids will be publicly opened and announced for: FURNISH & DELIVER PRINTED MATERIALS All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide fixed prices for the City's printed materials for an initial two (2) year period from approximately March 13, 2002 through March 12, 2004, with the option to renew for two (2) additional two (2) year periods. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 02-12B, Furnish & Deliver Printed Materials, opening on Wednesday, February 13, 2002 at 2:00 p.m., on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address upon a non-refundable payment of twenty five dollars ($25.00) per set for each bid. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450. Anne M. odato4PB Senior Buyer Publish Sun -Sentinel: Sunday, 1/20/2002 and Sunday, 1/27/2002. Equal O000rfunity Emnlnvor INSTRUCTIONS TO BIDDERS BID NO.02-12B FURNISH AND DELIVER PRINTED MATERIALS It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, on Wednesday, February 13, 2002, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, It shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) original and two (2) copies (blue forms only) of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING Not applicable for this bid. 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Bid. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Bid. 6. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, .incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this 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 Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 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 $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. Neither Bidder nor any subcontractor shall commence work underthis 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 Bidder will ensure that all subcontractors 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. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder 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. 23. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a faxed copy. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to s. 120.57(3)(a) or within 10 days after bid or proposal opening, whichever is earlier. 26. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. SPECIAL CONDITIONS BID NO.02-12B Furnish & Deliver Printed Materials 1. PURPOSE OF BID: To obtain fixed prices for the City's printed materials for an initial two (2) year period from approximately March 13, 2002 through March 12, 2004. The City reserves the right to renew this agreement for two (2) additional two (2) year periods subject to the vendors acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. All prices, terms and conditions shall remain firm for the initial period of the contract and for any renewal period. It is the intent of the City to award this bid to the lowest responsible and responsive bidders. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. The City of Tamarac also reserves the right to terminate this Agreement for any reason or no reason. 2. REQUIREMENTS: Bidders must satisfy the following requirements to be considered responsive. • All items quoted must be as per the specifications listed within this bid package unless otherwise mutually agreed upon. • All items must be printed with laser proof ink unless otherwise noted within the specifications. • Vendor must be available for consultation and visits with each of the City's departments when requested. • All orders must be delivered to department within two (2) weeks after final approved proof, unless otherwise agreed upon. • Prices must include all freight and delivery charges to the department or delivery location. • Deliveries must be made between 8:30 AM and 3:30 PM, unless otherwise agreed upon. • Proofs may be sent via fax ONLY WITH THE USING DEPARTMENTS PERMISSION. If faxed proofs are unacceptable by the department, proofs will be delivered to the department at NO COST. • ALL PHOTOS/ARTWORK/MECHANICALS ETC. ENGENDERED AS A RESULT OF THIS CONTRACT REMAINS THE PROPERTY OF THE CITY OF TAMARAC AND MUST BE RELINQUISHED TO THE CITY UPON REQUEST. • Prices on all paper must be held firm for the period of the contract. City of Tamarac will not pay for any overruns. • Initial set up charges, such as artwork, typesetting, plates and negative charges MUST be included in the Bid proposal. 3. SPECIFICATIONS: The following list of printed materials represents the items and quantities previously purchased by the City. Quantities shown are estimates only. No guarantee is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. Bid 02-12B EXHIBIT "B" T.R. 10339 Valid through 03/25/2004 ITEM NO. ITEM ORDER OTY PRICE DEPT. VENDOR VENDOR 17 City #10 White Envelopes 1,000 $29.00 All Depts. 468 Diamond Printing 2,500 $69.50 5,000 $133,75 18 City #10 Window Envelopes 1,000 $30.00 2,500 $71.50 5,000 $138.75 4 Stop Work Order Cards 1,000 $75.00 Building 2286 Intertec Industries 2,500 $180.00 5,000 325.00 5 Unsafe Building Cards 500 $56.95 1,000 $79.65 2,500 $115.00 21 Electrical Permit Applications 1000 $137.00 2,500 $334.50 5,000 $619.00 22 Mechanical Permit Applications 1,000 137.00 2,500 $334.50 5,000 $619.00 23 Plumbing Permit Applications 1,000 $137.00 2,500 $334.50 5,000 619.00 24 Building Permit Applications 1,000 $137.00 2,500 $334.50 5,000 $619.00 25 Plan Critique Sheets 1,000 $66.50 2,500 $165.00 5,000 325.00 3 Maximum Occupancy Cards 500 $72.00 Building 4472 Printing Mart 1,000 $119.00 2,500 $246.00 11 Inspection Report Continuous Forms 10,000 $650.10 Building 1683 Better Business Forms 10 Building Permit Continuous Forms 1,000 $245.00 Building 4497 United Business Forms 2,500 $310.45 5,000 $425.00 16 City Manager #10 Whitestone Env. 1,000 $105.00 City Manager 4472 Printing Mart 2,500 $225.00 5,000 $411.00 12 Code Enforcement Door Hangers 1,000 $63,50 Code Enforce. 2286 Intertec Industries 2,500 $150.50 5,000 $295.50 13 Occupational License Door Hangers 1,000 $63.50 Comm. Dev. 2286 Intertec Industries 2,500 $150.50 5,000 295.50 8 Occupational License Mailers 5,000 $939.00 Comm. Dev. 4497 United Business Forms 9 Occupational License Renewals 5,000 $1,475.70 19 #10 Utility Bill Envelopes 250,000 $4,417.50 Cust. Service 1568 Suncoast Marketing 31 Utility Bill Invoices 50,000 $737.50 Cust. Service 1568 Suncoast Marketing 100,000 $1,305.00 250,000 3,012.50 20 #9 Utility Payment Return Envelopes 250,000 $3,600.00 Cust. Service 1992 A Plus Printing 30 Water Service Waiver Forms 1 000 66.50 Cust. Service 2286 Intertec Industries 2,500 $165.00 5,000 325.00 15 Water Meter Shut-off Door Hangers 1,000 $57.00 Cust. Service 4472 Printing Mart 2,500 $84.00 5,000 $148.00 Printers List Exhibit for Reso.xls 1/29/2004 City of Tamarac "Committed to Excellence... Always" Purchasing and Contracts Division January 12, 2004 John Massimino President The Printing Mart 12223 NW 35th Street Coral Springs FL 33066 RE: Bid 02-12B Renewal Furnish & Deliver Printed Materials Dear Mr. Massimino: EXHIBIT "C" T.R. 10339 The above -referenced bid with your company to provide printed material will expire on March 25, 2004. Per the terms of Special Conditions, 1. Purpose of Bid, the City can renew the bid for two (2) additional two-year terms "subject to vendor's acceptance, satisfactory performance and determination that renewal will be in the best interest of the City". This is the first renewal of the subject bid, effective March 26, 2004 -- March 25, 2006. Please indicate whether your company agrees to this renewal by checking the appropriate box below. Please sign, date and return an original document to the Purchasing Office no later than January 29, 2004. Upon approval by the City Commission, a copy will be returned to you for your records, along with the City Resolution authorizing the renewal. If you have any questions, do not hesitate to contact me. Sincerely, Keith K. Glatz, CP O Purchasing and Contracts Manager I hereby agree to the first renewal option of Bid 02-12B for the term 03/26/2004 -- 03/25/2006 under the same terms and conditions. ❑ I am unable to agree to the first renewal option of Bid 02-12B under the same terms and conditions. `gnature IZVate 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 N Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer 1011z t1 zebu 15: 2j `J54148bb32 DIAMOND PRINTING LEL - 01/27/04 10:06FA B5 724 2406 CITY-TAKARAC-PURCHASING PAGE 01 lm 001 City of Tamarac "Committed to Excellence ... Always" Purchasing and Contfrocts bilAsion VIA FACSIMILE 964-748.5632 (RE -SEND) January 27, 2004 Alan Ehmke President Diamond Printing and Label ino. 5405 NW 102 Avenue, Suite 218 Sunrise FL 33351 RE: Bid 02-12B Renewal Fumish &. Deliver Printed Materials Dear Mr, Ehmke: The above -referenced bid with your company to provide printed material will expire ur1 March 25, 2004. Per the terms of &WA 1 Condifilons. 1. Pu oa:ita of Bid, the City can renew the bid far two (2) additional two-year terms "subject to vender's accmptance, satisfactory performance and determination that renewal will be in the best interest of the City". This is the first renewal of the subject bid, effective March 26, 2004 — March 25. 2006. Please indicate whether your company agrees to this renewal by checking the appropriate box below. Please sign, date and retum an original document to the Purchasing Office no later t17an January 29, 2004. Upon approval by the City Commission, a copy will be returned to you for your records, along with the City Resolution asuthoriaing the renewal. If you have any questions, do not hesitate to contact me. Sincerely, Keith K. Giattz, CPPO Purchasing and Contracts Manager X1 hereby agree W the first renewal option of Bid 02-129 for the germ 03/26/2004 — 03/25/2006 under the same terms and conditions. El-Lam unaabl a gree to the First renewal option of Bid sae-125 u, der the ammo tcrme and co ins 0� _�.. Sign ure Date 7525 NW 88th Avenue R Tomorac, Florida 33321-2401 a 1954j 724-2450 ■ Fax (9.54) 724-2408 OF www.ramarac_org Rpo Opportunity Empia"r City of Tamarac "Committed to Excellence... Always" Purchasing and Contracts Division January 12, 2004 Rick Erens President APlus Printing and Graphics 6561 NW 16t Court Plantation FL. 33313 RE: Bid 02-12B Renewal Furnish & Deliver Printed Materials Dear Mr. Erens: The above -referenced bid with your company to provide printed material will expire on March 25, 2004. Per the terms of Special Conditions 1. Pur ose of Bid, the City can renew the bid for two (2) additional two-year terms "subject to vendor's acceptance, satisfactory performance and determination that renewal will be in the best interest of the City". This is the first renewal of the subject bid, effective March 26, 2004 -- March 25, 2006. Please indicate whether your company agrees to this renewal by checking the appropriate box below. Please sign, date and return an original document to the Purchasing Office no later than January 29, 2004. Upon approval by the City Commission, a copy will be returned to you for your records, along with the City Resolution authorizing the renewal. If you have any questions, do not hesitate to contact me. Sincerely, C_� Keith K. Glatz, CP O Purchasing and Contracts Manager I hereby agree to the first renewal option of Bid 02-12B for the term 03/26/2004 -- 03/25/2006 under the same terms and conditions. ❑ I am unable to agree to the first renewal option of Bid 02-12B under the same terms and conditions. Signature Date 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 0 (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equol Opportunity Employe WJUUJ/UU1 � q City of Tamarac "Committed to Excellence... Always" Purchasing and Contracts Division Aruna Shah President Intertec Industry Inc. 1377 S. Andrews Ave. Pompano Beach FL 33069 January 12, 2004 RE: Bid 02-12B Renewal Furnish & Deliver Printed Materials Dear Ms. Shah: The above -referenced bid with your company to provide printed material will expire on March 25, 2004. Per the terms of Special Conditions, 1. Purpose of Bid, the City can renew the bid for two (2) additional two-year terms "subject to vendor's acceptance, satisfactory performance and determination that renewal will be in the best interest of the City". This is the first renewal of the subject bid, effective March 26, 2004 -- March 25, 2006. Please indicate whether your company agrees to this renewal by checking the appropriate box below. Please sign, date and return an original document to the Purchasing Office no later than January 29, 2004. Upon approval by the City Commission, a copy will be returned to you for your records, along with the City Resolution authorizing the renewal. If you have any questions, do not hesitate to contact me. Sincere , Keith K. Glatz, CPPO Purchasing and Contracts Manager 1 hereby agree to the first renewal option of Bid 02-12B for the term 03/26/2004 — 03/25/2006 under the same terms and conditions. ❑ I am unable to agree to the first renewal option of Bid 02-12B under the same terms and conditions. %1411 / 1 v Signature Date' 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 r www.tamrarar-.org Equal QpportuNty Emplover City of Tamarac "Committed to Excellence... Always" Purchasing and Contracts Division January 12, 2004 Ron Ricotta President United Business Forms Inc. 13001 NW 42nd Avenue Miami FL 33054 RE: Bid 02-12B Renewal Furnish & Deliver Printed Materials Dear Mr. Ricotta: The above -referenced bid with your company to provide printed material will expire on March 25, 2004. Per the terms of Special Conditions, 1 _Purpose of Bid, the City can renew the bid for two (2) additional two-year terms "subject to vendor's acceptance, satisfactory performance and determination that renewal will be in the best interest of the City". This is the first renewal of the subject bid, effective March 26, 2004 — March 25, 2006. Please indicate whether your company agrees to this renewal by checking the appropriate box below. Please sign, date and return an original document to the Purchasing Office no later than January 29, 2004. Upon approval by the City Commission, a copy will be returned to you for your records, along with the City Resolution authorizing the renewal. If you have any questions, do not hesitate to contact me. Sincerely,. Keith K. Glatz, CPPO Purchasing and Contracts Manager I hereby agree to the first renewal option of Bid 02-12B for the term 03/26/2004 — 03/25/2006 under the same terms and conditions. ❑ I am unable to agree to the first renewal option of Bid 02-12B under the same 4ature nJ ttions. Dat 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer