Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (100)Temp Reso #9744 March 21, 2002 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-100 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE OFFICIALS TO AWARD RFP 02-16R ENTITLED "PRINTED TAMARAC RESIDENT & EMPLOYEE NEWSLETTERS" AND ACCEPT AND EXECUTE AN AGREEMENT WITH SUN -SENTINEL COMPANY FOR AN AMOUNT NOT TO EXCEED $95,500. ANNUALLY; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac requires printed newsletters to properly notify residents and employees of upcoming functions and events; and WHEREAS, the City of Tamarac publicly advertised Request for Proposal (RFP) 02-16R, "Printed Tamarac Resident and Employee Newsletters" on December 9 and December 16, 2001; and WHEREAS, proposals were solicited from eighteen (18) vendors and three (3) proposals were received and evaluated as per the Request for Proposal attached hereto as Exhibit "A": 1. A -Plus Printing 2. Associated Printing 3. Sun -Sentinel Company WHEREAS, after extensive evaluation and consideration by the Evaluation Committee consisting of the Assistant to the City Manager, the Public Temp Reso #9744 March 21, 2002. Page 2 Information Officer, the Administrative Coordinator for Parks & Recreation and the Senior Buyer, all of the proposers were invited to make presentations to the Evaluation Committee; and WHEREAS, Sun -Sentinel Company was determined to be the most responsive, responsible proposer, based on a total ranking of proposal and presentation scores as per the tabulation attached hereto as Exhibit "B"; and WHEREAS, the term of RFP 02-16R is for an initial one (1) year period with the option to renew for two (2) additional two-year periods, not to exceed a total award period of five (5) years; and WHEREAS, sufficient funds are available within the FY02 General Fund Budget; and WHEREAS, it is the recommendation of the Public Information Officer and the Purchasing and Contracts Manager that RFP #02-16R for "Printed Tamarac Resident & Employee Newsletters" be awarded to, and an agreement be accepted and executed with Sun -Sentinel Company for an initial one (1) year period with the option to renew for two (2) additional two-year periods, for an amount not to exceed $95,500 annually; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to award to and accept and execute an agreement with Sun -Sentinel Company, an initial one (1) year period with the option to renew for two (2) additional two-year periods, for an amount not to exceed $95,500 annually. 1 1 1 Temp Reso #9744 March 21, 2002 Page 3 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 appropriate City officials are hereby authorized to award to and accept and execute an agreement with Sun -Sentinel Company for an initial one (1) year period with the option to renew for two (2) additional two- year periods, for an amount not to exceed $95,500 annually, a copy of said Agreement attached hereto as Exhibit "C". 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 #9744 March 21, 2002 Page 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 10th day of April, 2002. ATTEST: JJ 8 MARION SW NSON, CMC CITY CLERK I HEREBY CERTIFY that I have p raved this RESOLUTION as to form. MIFPIELL S CITY ATTd WN - M-No ' F 'NO-0 -owl RECORD OF COMMISSION VOTE: MAYOR SCHREIBER five/ DIST 1: V/M. PORTNER fl ye, DIST 2: COMM. MISHKIN flyer DIST 3: COMM. SULTANOF Aye, DIST 4: COMM. ROBERTS A - ye, 1 1 AGREEMENT BETWEEN THE CITY OF TAMARAC AND SUN -SENTINEL COMPANY THIS AGREEMENT is made and entered into this 10 day of r� 1 , 2002 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 Sun -Sentinel Company, a Florida corporation with principal offices located at 333 SW 12th Avenue, Deerfield, FL 33442 (the "Consultant") to provide for the printing and mailing of the Tamarac Resident Newsletter (Tam -A -Gram) and the printing of the Tamarac Employee Newsletter (Sundial). Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Consultant agree as follows: 1. The Contract Documents The contract documents consist of this Agreement, conditions of Request for Proposal 02-16R (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to execution of this Agreement, attached as Exhibit A. 2. The Work The Consultant shall perform all work for the City required by the contract documents as set forth below: a) Consultant shall furnish all labor, materials, and equipment necessary to provide services to the City as outlined in Request for Proposal (RFP 02-16R) Printed Tamarac Resident And Employee Newsletters. b) Consultant shall provide for the printing and mailing of the Tamarac Resident Newsletter (Tam -A -Gram) and the printing of the Tamarac Employee Newsletter (Sundial). c) Consultant shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Consultant shall comply with all OSHA safety rules and regulations in the performance of the work. d) Consultant 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. e) Consultant 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 Consultant, its employees, agents or subconsultants, if any, with respect to the work and services described herein. 3. Insurance Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer 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. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk -and Safety Officer certificates of all insurances required under this section prior to beginning any work under this Agreement. The Consultant will ensure that all subConsultants comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Consultant shall indemnify and hold the City harmless for any damages resulting from failure of the Consultant to take out and maintain such insurance. Consultant's Liability Insurance policies shall be endorsed to add the City as an additional insured. Consultant shall be responsible for payment of all deductibles and self-insurance retentions on Consultant's Liability Insurance policies. 4. Time of Commencement and Substantial Completion The term of this Agreement is for a one (1) year period, and shall commence within thirty (30) days of the award by the City Commission and shall terminate in one (1) year after the date of commencement. Upon expiration of the initial (1) year term, the parties may choose to terminate this Agreement, or renew the Agreement by written agreement signed by the parties hereto for two (2) additional two (2) year periods pending a mutual agreement. 5. Contract Sum The Contract Sum for the above work is as follows: DESCRIPTION OF WORK Tam-A-Gram12 page full color for 35,000 copies. Additional copies Tam -A -Gram 4 pages full color & 8 pages 2 color for 35,000 copies. Additional copies Design and Layout Charges Mailing & Delivery Services Charges DESCRIPTION OF WORK COST PER ISSUE $10,125.00 $290.00 per 1,000 $9,285.00 $265.29 per 1,000 $ 675.00 $ 741.22 COST PER ISSUE 2 Sundial — 8 pages in one color $575.00 Sundial — 8 pages in two colors $ 725.00 Design and Layout Charges $250.00 6. Payments The City shall pay in full the Contract Sum to the Consultant upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Consultant 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. 7. Indemnification The Consultant shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with the work performed by the Consultant or its officers, employees, agents, subconsultants, or independent Consultants, excepting only such damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 8. Non -Discrimination The Consultant agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Consultant further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 9. Independent Contractor Consultant is an independent Contractor under this Agreement. Personal services provided by the Consultant shall be by employees of the Consultant and subject to supervision by the Consultant, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Consultant. 3 10. Assignment and Subcontracting Consultant 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, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONSULTANT Howard Greenberg Vice President Sun -Sentinel Company 333 SW 12' Avenue Deerfield, FL 33442 12. Termination This Agreement may be terminated by City or Consultant without cause upon sixty (60) days of written notice by the terminating party to the other party for such termination in which event the Consultant shall be paid its compensation for services performed to termination date, including services reasonably related to termination. Default by Consultant: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the CITY should the Consultant 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 Consultant of written notice of such neglect or failure. 4 13. 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. 14. 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. 15. Signatory Authority The Consultant shall provide the City with copies of requisite documentation evidencing that the signatory for Consultant has the authority to enter into this Agreement. 16. 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. 17. Merger; Amendment This Agreement constitutes the entire Agreement between the Consultant 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 Consultant and the City. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Sun -Sentinel Company, signing by and through Howard Greenberg, Vice President, duly authorized to execute same. ATTEST: CITY OF TAMARAC (496 Schreiber, Mayor 0vty- 12, Date Jeffrey L. Uiller, City Manager Marion Swenson, CMC Date City Clerk ^ apj�� / � , Dat ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy. to form and legal�ici�cy: MitcVS.-Kraft, City Attory Date SUN -SENTINEL COMPANY Company Name ignature of Vice President Howard Greenberg Type/Print Name of Vice President `lIIIo' (CORPORATE SEAL) Date 0 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF�kg 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 Howard Greenberg, Vice President of Sun -Sentinel Company, a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this � day of �� , 2002. FIW ublic a i'ti O AI.S KO ghl�� a Large NOTA°.".. NO CC 840147 ! : i Pe —ally lK—#m (I Odw I.D. 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. --------- - - - - ------------- - - - - -- EXHIBIT"A" 1 , REQUEST FOR PROPOSALS a , RFP 02-16R ; Printed Tamarac Resident and Em to ee Newsletters N , ' City of Tamarac ' Purchasing Division 7525 NW 881' Avenue ; Room 108 ' Tamarac, Florida 33321-2401 ' - (954) 724-2450 ; r 1----------------------- ------------------------ RFP 02-16R PRINTED TAMARAC RESIDENT AND EMPLOYEE NEWSLETTERS PA.......... Request for Proposals ................... ................................................................. S 1. ............ Statement of Work II. ........................................................................................................ Scope of Services......................................................................................................... 4 III. Intent and Duration 4 IV. .......................... ....................................... ................................................................................................ Information for Completing Proposal Form .......... 1. Explanation of Proposal Forms 4 ............................................................................... 2. Completion of Proposal Forms 4 V. ................................................................................ Proposal Requirements........................................................ 5 1. Scope of Services Proposed................................................................................... 2. Firm Qualifications 5 ................................................................................................... 3. References 5 ..............................................................................................................6 4. Price Proposal......................................................................................................... 5. Proposal Copies............................................................ 6 6. Addenda, Additional Information VI. ............................................................................. Evaluation of Proposals................................................................................................ 6 1. Evaluation Method and Criteria 7 ............................................................................... 2. Selection/Evaluation Process 7 .................................................................................. 3. Evaluation Committee 7 VII. ............................................................................................. General Information and Schedule of Events 8 VIII. ................................................................ Summary of Documents to be Submitted w/Proposals 8 IX. .................................................. Award of Contract 9 X. ......................................................................................................... Insurance 9 ...................................................................................................................... 9 SF('JION B. INSTR 1 TIONS TO OFF ROBS Instructions to Offerors ............................................................................. 1 . ........................... I. Standard Terms and Conditions 1. .................................................................................... 1 Defined Terms 2. ......................................................................................................... 1 Special Conditions................................................................................................... 3. 1 Examination of Contract Documents/Site 4. ................................................................ 1 Non -Collusive Affidavit/Public Entity Crimes Form 5. .................................................. 2 Conflict of Interest 6. ................................................................................................... 2 Submission of Proposals 7. ......................................................................................... 2 Modification and Withdrawal of Proposals 8. ............................................................... 3 Rejection of Proposals............................................................................................ 3 II. Special Conditions to Instructions to Offerors 1. ............................................................... 4 Qualifications of Offerors 2. ......................................................................................... 4 Insurance 3. ................................................................................................................ 4 Indemnification 4. ........................................................................................................ 6 Renegotiation.......................................................................................................... 5. 6 Remedial Action/Termination for Cause and Default 6. ............................................... 7 Termination for Convenience of City 7. ....................................................................... 7 Audit Rights............................................................................................................. 8. 7 Assignment 9. ............................................................................................................. 7 Cancellation for Unappropriated Funds ................................................................... 8 10. Term of Contract..................................................................................................... 8 11. Volume of Work...................................................................................................... 8 12. Proposal Forms....................................................................................................... 8 cEC.TION C PROPOSAL FORMS I. Attachment A. Scope of Services.................................................................................. 1 1. Contract Period....................................................................................................... 1 2. Delivery and Completion of Work............................................................................ 1 3. F.O.B. Point............................................................................................................. 1 II. Current Specifications................................................................................................... 1 PricingSummary .................................................................................................................. 3 Offeror's Certification..........................................................1 ........................................... of 4 CertifiedResolution ........................................................................................... 1 of 1 Offeror's Qualification Statement....................................................................................1 of 6 Non -Collusive Affidavit ......................................................................... ...•••••................••1 of 2 Sworn Statement on Public Entity Crimes......................................................................1 of 3 Foreign Corporation Statement ............................................................................... 1 of 1 Listof Subcontractors.....................................................................................................1 of 1 VendorDrug -Free Workplace........................................................................................1 of 1 1. ,FCTION E SAMPLE CONTRACTOR AGREEMENT The Contract Documents....................................................................................... 1 2. The Work................................................................................................................ 1 2 3. 4. Insurance .................................................................................. Time of Commencement/Substantial Completion.................................................... .............................. 2 5. Contract Sum.......................................................................................................... 2 6. Payments.................................................................................3 ............................... 3 7. Waiver of Liens....................................................................................................... 3 8. Warranty.............................................................. ................................................... 3 9. Indemnification........................................................................................................ 3 10. Non-Discrimination.................................................................................................. 4 11. Independent Contractor........................................................................................... 4 12. Assignment and Subcontracting.............................................................................. 13. Notice......................................................................................................................4 5 14. Termination............................................................................................................. 5 15. Agreement Subject to Funding................................................................................ 16. Venue......................................................................................................................5 5 17. ....................................................... Signatory Authority ........................................... 5 18. Severability; Waiver of Provisions........................................................................... 19. Merger/Amendment.................................................................................................6 ,SECTION F SAMPLE NEWSLETTERS City of Tamarac t-inance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.famarac.org DATE: 11/14/01 RFP NO. 02-16R ALL INTERESTED PARTIES: The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Proposals at the office of the Purchasing and Contracts Manager, City Hall, 7525 NW 88th Avenue, Tamarac, Florida 33321, for furnishing the services described below: Sealed Proposals must be received and time stamped in by the Purchasing and Contracts Manager, either by mail or hand delivery, no later than 2:00 p.m. local time on January 16, 2002. Any Proposals received after 2:00 p.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Offeror. A Pre -Proposal Conference will be held on Tuesday, December 18`h at 10:00 a.m., at the City of Tamarac, City Hall, Conference Room 204, 7525 NW 88`� Avenue, Tamarac, Florida. All parties interested in proposing on this project are suggested to attend this meeting. The City of Tamarac (pop. 57,000) is seeking proposals from qualified Proposers, hereinafter referred to as the Contractor, to design, layout (including text and photos), print. address, deliver and mail a 12 page full color Tamarac Resident Newsletter (Tam -A -Gram) and an 8 page 2-color Tamarac Employee Newsletter (Sundial) in accordance with the terms, conditions, and specifications contained in this Request for Proposals (RFP). Proposals are subject to the attached Standard Terms and Conditions contained in the Instructions to Offerors. CITY reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Contractor, or take any other such actions that may be deemed to be in the best interests of the CITY. Ane. Lodato, C P P B Senior Buyer Publish: Sunday, 12/9/01 and 12/16/01 The City of Tamarac is seeking Proposals from qualified Proposers, hereinafter referred to as the Contractor, to design, layout (including text and photos), print, address, deliver and mail a 12 page full color Tamarac Resident Newsletter (Tam -A -Gram) and an 8 page 2 color Tamarac Employee Newsletter (Sundial) in accordance with the terms, conditions, and specifications contained in this Request for Proposals (RFP). The Tam -A -Gram is currently published 6 times per year and each publication is for approximately 35,000 copies. Of the 35,000 copies per issue, 4,000 copies are to be delivered to the Public Information Office located in City Hall. The balance of 31,000 copies is to be addressed and mailed to the residents of the City. The Sundial is currently published 6 times per year and each publication is for approximately 500 copies. All the copies are to be delivered to the Public Information Office located in City Hall. See Attachment "A". It is the intent of the City of Tamarac to select one Contractor to design, layout (including text and photos), print, address, deliver and mail a 12 page full color Tamarac Resident Newsletter (Tam -A -Gram) and an 8 page 2 color Tamarac Employee Newsletter (Sundial). The objectives are to obtain the best quality newsletters while minimizing the cost to the City. The period of the contract for the Tamarac Resident and Employee Newsletter shall commence within thirty (30) days of the selection and award by the City Commission of the contract and shall terminate in one (1) year after the date of commencement. The City reserves the right to renew the contract for an additional four (4) one (1) year periods pending a mutual agreement between the City and the vendor, and a review by the City of vendor's contract performance for the previous year. Prices, terms and conditions shall remain firm throughout this contract period unless modified or canceled in accordance with the provisions of this Proposal. Mllff� .I . AUT.T.T.M.2� The use of the Proposal Forms or copies thereof is required of all proposers. No Proposal will be considered without amounts being placed on these forms. If the Contractor is unable to meet or exceed the requirements specified, the phrase "No Proposal" should be entered for that particular item. The City reserves the right to eliminate any individual service contained in the RFP if, based on analysis, the fees for providing the service are excessive or if the service proposed can be performed in an alternative manner. 4 mWO •11 • - •N• MU••• • 11 All Contractors are requested to complete the form "Proposal Form for Tamarac Resident and Employee Newsletters", attach the requested forms, reports and exhibits and return the package to the City in accordance with the instructions in "General Terms and Conditions". The City intends to enter into a formal Contract with the awarded Contractor that will incorporate all provisions of the RFP. Additional terms and conditions will not be included in the contract unless mutually agreed upon by both parties. i1 Clearly describe the scope of services proposed inclusive. A brief statement must be included which explains why your approach and plan would be the most effective and beneficial to the residents of the City of Tamarac. Each Proposal shall provide a straightforward, concise delineation of the Proposer's capabilities to satisfy the requirements of the RFP. The emphasis in each Proposal must be on completeness and clarity of content. In order to expedite the evaluation of Proposals, it is essential that Proposers follow the format and instructions contained herein. If the Proposer so wishes, the Proposal may be accompanied with brochures, promotional materials or displays properly identified. However, Proposal submission requirements as listed herein must be followed. All Proposals must be submitted as specified on the Proposal pages, which follow. Any attachments must be clearly identified. The Proposal must address a commitment to continuous provision of the scope of services proposed within the contract period. 2. Firm Qualifications This section of the Proposal should give a description of the firm, including the size, range of activities, etc. Particular emphasis should be given as to how the firm -wide experience and expertise in the area of designing, printing and mailing of newsletters will be brought to bear on the proposed work. This section must also identify the contact person supervisory personnel who will be responsible for the provision of services. The Technical Proposal should adhere to the following format: A. Title Page — show the request for Proposal subject, the name of your firm, address, telephone number, name of contract person and date. B. Table of Contents — clearly identify the material by section and page number. C. Letter of Transmittal — limited 1-2 printed pages. 1. Briefly state your firm's understanding of the work to be done and provide a positive commitment to perform the work. 2. State the names of the persons who will be authorized to make presentations for your firm, their titles, addresses and telephone numbers. 3. Describe your firm's experience in providing newsletters for municipalities. Provide a representative list of current and prior government clients. Include the contract person's name and telephone number and indicate the type of services performed. Provide a list and description of similar services satisfactorily performed within the past three (3) years. For each engagement listed, include the name and telephone number of a representative for whom the engagement was undertaken who can verify satisfactory performance. Submit your signed, firm, fixed fee performance -based price .Proposal for providing all services, materials, etc., required for completion of services in accordance with your technical Proposal. The price Proposal must be submitted on the forms provided. Submission of one (1) original and six (6) copies of the Proposal shall be submitted to the City of Tamarac, City Hall, 7525 NW 88th Avenue, Tamarac, Florida 33321, to the attention of Lynda S. Flurry, Purchasing and Contracts Manager. re Me. 0015TRiT.111ole Any addenda or answers to written questions supplied by the City to participating Offerors become part of this Request for Proposal and the resulting contract. This Proposal form shall be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Offeror as a result of any discussions with any City employee. Only those communications, which are in writing from the Purchasing and Contracts Manager, may be considered as a duly authorized expression. Also, only communications from Offerors, which are signed, and in writing will be recognized by the City as duly authorized expressions on behalf of the Offeror. Proposals will be evaluated using the criteria listed below: Creativity and design and layout capabilities to fulfill the Proposal's Scope of Services. 2. Ability to provide the type and quality of services requested (including mailing and delivery). 3. Prior experience providing printed newsletters of a similar scope and verifiable financial stability. 4. Price Proposal Maximum Points POINT ANGF 0-30 0-30 0-30 0-10 100 These weighted criteria are provided to assist the proposers in the allocation of their time and efforts during the submission process. The criteria also guide the Evaluation Committee during the short -listing and final ranking of proposers by establishing a general framework for those deliberations. Short-listed Proposals will be selected for an interview prior to a recommendation being presented to the City Commission. As the best interest of the CITY may require, the right is reserved to reject any and all Proposals or waive any minor irregularity or technicality in Proposals received. Proposers are cautioned to make no assumptions unless their Proposal has been evaluated as being responsive. The successful proposer shall be required to execute a City contract covering the scope of services to be provided and setting forth the duties, rights and responsibilities of the parties. This contract must be executed by the successful proposer prior to recommendation of award and presentation to the City Commission. •� . •► -:• A Selection/Evaluation Committee composed of employees from several City departments will be responsible for selecting the most qualified firm based on creativity, design and layout capabilities, qualifications, capability to provide the type and quality of services requested, prior experience, financial stability and price proposal as provided in the submitted proposal. Proposers meeting all requirements and determined to be the most qualified will be asked to make a detailed presentation to the Evaluation Committee. Each Proposer should submit documents that provide evidence of capability to provide the commodities and services required. The Evaluation Committee will then use these documents to prepare a short-list. The short-listed Proposers will be contacted via telephone and a follow-up letter to prepare a presentation that will conclude the selection process and result in final award. A list will be compiled of the names and addresses of Proposers who submit Proposals. This list will be posted within two (2) working days in the City of Tamarac's Purchasing Division. All Proposers will be investigated as to organization, ability to perform, and experience. The City/Co-Op reserves the right to reject any proposal which does not meet the required qualifications and/or fails to complete the entire Proposal and/or submit as required under "Proposal Requirements". An Evaluation Committee will evaluate all Proposals that have been deemed responsive to determine which proposal best meets the needs of City of Tamarac based on the criteria stated. Evaluations will be made by a Committee established for this purpose with a maximum of one vote per member. Recommendation of award of the contract shall be based on all information submitted by the Proposer; a thorough review of all references provided; interviews with the short-listed firms; and certain objective and subjective considerations. Committee members are not to be contacted during the Proposal Evaluation process. The City reserves the right to award the contract to the Proposer who will best serve the interests of the City. The City reserves the right to accept or reject any or all proposals. The City reserves the right to waive minor variations to the specifications and the proposal process if it is in its best interest. Minor variation(s) will be determined by the City only. For information concerning this Request for Proposal (RFP), contact the City's Purchasing and Contracts Manager, Lynda S. Flurry, at (954) 724-2450. Such contact is to be for clarification purposes only. Material changes, if any, to the scope of services or Proposal procedures will be transmitted only by written addendum. The schedule of events, relative to the procurement shall be as follows: 1. Even Issuance of Request for Proposals Date (one ) 12/02/2001 2. Pre -Proposal Meeting 12/18/2001 3. Opening of Proposals 01/16/2002 4. Proposal Evaluations 01 /21 /2002 5. Presentations 01/28/2002 6. Complete Negotiations 02/08/2002 7. Award of Contract 02/27/2002 CITY reserves the right to delay scheduled dates. Samples of the following documents (except the Certificate of Insurance), are attached and shall be executed as a condition of this offer: a) Proposal, Pricing Summary and Offeror's Certification b) Certified Resolution c) Offeror's Qualification Statement d) Non -Collusive Affidavit e) Public Entity Crimes Statement f) Foreign Corporation Statement g) Certificate(s) of Insurance h) Vendor Drug -free Workplace i) Subcontractor's List The contract shall be awarded to the responsible Contractor whose Proposal is determined to be the most advantageous to CITY, taking into consideration the evaluation factors and criteria set forth in the Request for Proposals. PLEASE HAVE YOUR INSURANCE REPRESENTATIVE CAREFULLY REVIEW ANY INSURANCE COVERAGES AND CONDITIONS PRIOR TO SUBMITTING YOUR PROPOSAL TO ENSURE COMPLIANCE WITH THE INSURANCE REQUIREMENTS OF THE INSTRUCTIONS TO OFFERORS. A SECTION B INSTRUCTIONS TO OFFERORS I. STANDARD TERMS AND CONDITIONS 1. DEFINED TERMS Terms used in these Instructions to Offerors are defined and have the meaning assigned to them. The term "Offeror" means one who submits a Proposal directly to CITY as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. The term "Successful Offeror" means the qualified, responsible and responsive Offeror to whom CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award. The term "CITY" refers to the City of Tamarac, a municipal corporation of the State of Florida. The term "Proposal Documents" includes the Request for Proposals, Instructions to Offerors, Proposal, Qualifications Statement, Non - Collusive Affidavit and Public Entity Crime Statement, Corporate Resolution or Letter of Transmittal, Proposal Security and Specifications, if any, and the proposed Contract Documents, if any, (including all Addenda issued prior to receipt of Proposals). The term "CONTRACTOR" shall mean the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 2. SPECIAL CONDITIONS Any and all Special Conditions that may vary from the General Conditions shall have precedence. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1 Before submitting a Proposal, each Offeror must (a) visit the site to familiarize himself with the facilities and equipment that may in any manner affect cost, or performance of the work; (b) consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, or performance of the work, (c) study and carefully correlate the Offeror's observations with the Proposal Documents; and (d) notify the Purchasing and Contracts Manager of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 3.2 Offeror, by and through the submission of a Proposal, agrees that he shall be held responsible for having examined the facilities and equipment; familiarized himself with the nature and extent of the work and any local conditions that may affect the work to be done and the equipment, materials, parts and labor required. 4. NON -COLLUSIVE AFFIDAVIT AND PUBLIC ENTITY CRIME FORMS Each Offeror shall complete the Non -Collusive Affidavit and the Public Entity Crimes Form and shall submit the forms with the Proposal. CITY considers the failure of the Offeror to submit these documents to be a major irregularity and may be cause for rejection of the Proposal. 5. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of CITY or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 6. SUBMISSION OF PROPOSALS 6.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror must be initialed. 6.2 Proposals must contain a manual signature of the authorized representative of the Offeror. Proposals shall contain an acknowledgment of receipt of all Addenda. The address and telephone number for communications regarding the Proposal must be shown. 6.3 Proposals by corporations must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. 6.4 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 6.5 Proposals shall be submitted at or before the time and at the place indicated in the Request for Proposals and shall be submitted in a sealed envelope (faxed Proposals will not be accepted under any circumstances). The envelope shall be clearly marked on the exterior "Printed Tamarac Resident and Employee Newsletters," and shall state the name and address of the Offeror and shall be accompanied by any other required documents. No responsibility will attach to the Purchasing Office for the premature opening of a Proposal not properly addressed and identified. 6.6 In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable state and federal law, the Request for Proposal and the responses thereto are in the public domain. However, the Offerors are requested to identify specifically any information contained in their Proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. 6.7 All Proposals received from Offerors in response to the Request for Proposal will become the property of CITY and will not be returned to the Offerors. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of CITY. 7. MODIFICATION AND WITHDRAWAL OF PROPOSALS 7.1 Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a Proposal must be executed) and delivered to the place where Proposals are to be submitted at any time prior to the deadline for submitting Proposals. A request for withdrawal or a modification must be in writing and signed by a person duly authorized to do so. Evidence of such authority must accompany the request for withdrawal or modification. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. After expiration of the period for receiving Proposals, no Proposal may be withdrawn or modified. 7.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with CITY and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of CITY by clear and convincing evidence there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal but the intended correct Proposal is not similarly evident, then Offeror may withdraw its Proposal and the Bid Security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. 8. REJECTION OF PROPOSALS 8.1 To the extent permitted by applicable state and federal laws and regulations, CITY reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and the right to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposal will be considered irregular and 3 may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 8.2 CITY reserves the right to reject the Proposal of any Offeror if CITY believes that it would not be in the best interest of the CITY to make an award to that Offeror, whether because the Proposal is not responsive or the Offeror is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. II. SPECIAL CONDITIONS TO INSTRUCTIONS TO OFFERORS 1. QUALIFICATIONS OF OFFERORS 1.1 Each Offeror shall complete the Proposal Forms and submit the same with the Proposal. Failure to submit the Questionnaire and the documents required, as listed in the Request for Proposals, Section A., Sub -section VIII. Summary of Documents To Be Submitted With Proposals, may constitute grounds for rejection of the Proposal. Offeror must have adequate organization, facilities, equipment and personnel to insure prompt and efficient services to the City. The City reserves the right before recommending any award to inspect the facilities, organization and financial condition or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. 1.2 As a part of the Proposal evaluation process, CITY may conduct a background investigation, including a record check by the Broward Sheriff's Office of Offeror. Offeror's submission of a Proposal. constitutes acknowledgement of the process and consent to such investigation. 1.3 No Proposal shall be accepted from, nor will any contract be awarded to, any person, who is in arrears to CITY, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon 'any obligation to CITY, or who is deemed irresponsible or unreliable by CITY. 2. INSURANCE 2.1 Contractor 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. 2.2 Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Contractor shall indemnify and save the City harmless from any damage resulting to it for failure of either Contractor or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Contractor 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 $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Contractor nor any subcontractor 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 Contractor 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-Vll 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 Contractor's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Contractor's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Contractor shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Contractor purchase a bond to cover the full amount of the deductible or self -insured retention. If the Contractor is to provide professional services under this Agreement, the Contractor 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. 3. INDEMNIFICATION 3.1 GENERAL INDEMNIFICATION: The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents 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 CONTRACTOR or its officers, employees, agents, subcontractors, 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 or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 3.2 The Successful Offeror 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. 3.3 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 Successful Offeror 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. 4. RENEGOTIATION During the contract period, the City reserves the right to restate and/or renegotiate with the Contractor such additions, deletions, or changes to the contract as may be necessitated by law or changed circumstances. In the event that the City and the Contractor cannot come to a mutual agreement and negotiation on any such addition, deletion or changed, that portion of the contract concerning the services involved in the addition, deletion, or change shall be terminated and an amendment shall be executed and approved by the City Commission. 6 5. REMEDIAL ACTION AND TERMINATION FOR CAUSE AND DEFAULT During the contract period the Public Information Officer or designee shall assess the Contractor's performance of the contract. In the event of a breach of the contract by the Contractor or unsatisfactory performance as assessed by the Public Information Officer, or if the Contractor performs in a manner that precludes the City from administering its functions in an effective and efficient manner and if, after thirty (30) days following written notice thereof, the Public Information Officer has been unable to remedy such breach, or provide satisfactory performance, then the City shall upon written notice to the Contractor, be authorized to cancel the contract, thereafter reserving the right to proceed against the contractor for any and all damages permitted by law arising from said breach. The Contractor shall not be held responsible for any failure determined to the satisfaction of the Public Information Officer to be due to any action or inaction on the part of the City. 6. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for CITY's convenience whenever CITY determines that such termination is in the best interests of CITY. Where the agreement is terminated for the convenience of CITY, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding subcontractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and subcontracts except as they may be necessary, and complete any continued portions of the work. 7. AUDIT RIGHTS CITY reserves the right to audit the records relating to this contract of Successful Offeror at any time during the performance and term of the Contract and for a period of three (3) years after completion and acceptance by CITY. If required by CITY, Successful Offeror shall agree to submit to an audit by an independent certified public accountant selected by CITY. Successful Offeror shall allow CITY to inspect, examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. 8. ASSIGNMENT 8.1 Successful Offeror shall not assign, transfer or sell the Contract or its rights, title or interests or obligations therein without CITY'S prior written approval. 8.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and CITY may, at its discretion, cancel the Contract and all rights, title and interest of Successful Offeror shall thereupon cease and terminate. 9. CANCELLATION FOR UNAPPROPRIATED FUNDS The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in the current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless authorized by law. 10. TERM OF CONTRACT 10.1 The period of the contract shall commence upon the date of contract commencement as specified in the Notice to Proceed and shall terminate one (1) year from that date. 10.2 The contract may be renewed by City for four (4) additional one (1) year periods subject to satisfactory performance by the Contactor and determination that renewal is in the best interest of the City. 10.3 All prices, terms, and conditions shall remain firm for the initial period of the contract and for any renewal period unless modified or canceled in accordance with provisions of this Proposal or resulting two-party agreement. 11. VOLUME OF WORK No warranty or guarantee is given or implied as to the types or quantities of services that will actually be required. The quantities stated in this Proposal are estimates of one (1) month's requirements and are for cost comparison purposes only. 12. PROPOSAL FORMS Proposals are to be submitted on the attached Proposal Form or copies thereof. Proposals may not be considered unless they are submitted on this form. a) It shall be assumed that the proposed services meet or exceed the requirements as stated in the accompanying specifications. If the Contractor cannot meet a service requirement, the phrase "not available" should be entered on the Proposal Form for that service requirement. In the case of a "not available" remark, the Contractor may offer an alternative service. Multiple Proposals and Alternate Proposals may be submitted for consideration. b) This Request for Proposals presents the City's requirements under present methods of operation. Responses to this request should address these requirements, but Contractors are encouraged to suggest any additional services, which, in their opinion, would be in the best interest of the City. c) Proposals may be submitted which deviate from the requirements herein, providing that they are clearly identified as alternate Proposals and providing further that it can be demonstrated that stated requirements are substantially improved or are not compromised or prejudiced by such deviations; and that it would be clearly in the interest of the City that an alternative Proposal be considered. Such alternative Proposals will be provisionally accepted for consideration, subject to the reserved right of the City to make the determination whether the above stated conditions for the alternative Proposals have been satisfied and subject further to the reserved right of the City to accept or reject these Proposals upon the basis of the determination. SECTION C. PROPOSAL FORMS I. ATTACHMENT "A" SCOPE OF SERVICES 1. CONTRACT PERIOD The initial contract period shall be for a (1) one year period starting approximately March, 2002 through February 28, 2003. The City reserves the right to exercise the option to renew in writing annually (subject to the appropriation of funds), not to exceed a maximum of five (5) years. The City requires a firm price for the initial contract period of one (1) year. Annual renewals will be based on the Successful Bidder agreeing to the same terms and conditions and by filing written notice to the City not less than ninety (90) days prior to renewal date of any adjustment in the contract amount. Contract renewal shall be based on satisfactory performance, mutual acceptance, and determination that the contract is in the best interest of the City. 2. DELIVERY AND COMPLETION OF WORK Delivery is required as follows: • After receipt of copy/photo layout, a proof must be submitted within 1-2 days to the City's Public Information Office for approval. • Upon receipt of the approved proof, the printing and binding of the newsletters must be done within 5-7 days. • Upon completion of the finished newsletters, the newsletters need to be delivered to the City's Public Information Office and to a United States Post Office for mailing within 2-3 days. The newsletters must be delivered to both locations at the same time. • The quantity to be delivered will depend upon the City's need at the time of request and will be determined by City staff. 3. CREATIVITY The City is seeking to enter into a contract with a Contractor who can demonstrate the ability to recommend design and layout improvements, suggest new printing and binding technology and work closely with the City's Public Information Office to produce the best quality newsletters. II. SPECIFICATIONS Tam -A -Gram • Option 1: 12 pages Full Color with a finished size 8 '/2" x 11" 70 # coated text and the binding stapled. • Option 2: 12 pages with 4 cover pages in Full Color and 8 pages in 2 color with a finished size 8 Y2" x 11" 70 # coated text and the binding stapled. Sundial • Option 1: 8 pages 1 color (black ink) finished size 8 '/2" x 11 " on 20 Lb. Bond with the binding stapled. • Option 2: 8 pages 1 color (black ink) and 1 additional color ink finished size 8 '/2" x 11" on 20 Lb. Bond with the binding stapled. PROPOSALFORMS Frequency of Publication Tam -A -Gram • Approximately 35,000 copies per issue • Issues 6 Times per Year (January / March / May/ July / September / November) Sundial • Approximately 500 copies per issue • Issues 6 Times per Year (February/April/June/August/October/December) Ink Color Tam -A -Gram • Will be printed in either full color or with the 4 cover pages in full color and the 8 interior pages in 2 color. Sundial • Currently printed in black ink or with the option of one additional color ink. Folding • The Tam -A -Gram is currently folded to 5'/2" x 8'/2" for mailing. Photos • Will be provided in a digital format (.jpg files) Delive • Printer will be responsible to mail at a bulk postage rate a quantity of 31,000 copies per issue of the Tam -A -Gram at a United States Post Office and approximately 4,000 copies per issue to the Tamarac Public Information Office. A mailing list will be provided with each issue of the Tam -A -Gram in Excel format. The Sundial is delivered to the Tamarac Public Information Office. Format • Specify layout format in which newsletter is desired. We currently provide the Sundial in Adobe PageMaker. The Tam -A -Gram is currently provided in QuarkXPress. Both are in PC format. Postage • Estimated postage charges will be billed to the City and the Contractor will be responsible for the payment of said charges to the United States Post Office. Quality Assurance • Describe your quality assurance process. The City will not pay for color corrections and minor typographical errors found in the proofs. I PRINTED TAMARAC RESIDENT & EMPLOYEE NEWSLETTERS PROPOSAL FORMS RFP NO. 02-16R We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Contractor for the successful completion of its obligation as specified in the contract documents. 1A Tam -A -Gram - 12 page Full Color 8'/2" x 11" $ Per 35,000 finished size, stapled newsletter. Printed on 70 # coated text including all charges for printing. $ Per 1,000 Additional copies Tam -A -Gram Option 1A Pricing Design and Layout Charges $ Tam -A -Gram Option 1A Pricing Mailing & Delivery Services Charges $ 1 B Tam -A -Gram - 12 page (4 Cover Pages in Full $ Per 35,000 color and 8 interior 2 Color Pages) 8 '/2" x 11 " finished size, stapled newsletter. Printed on 70 # $ Per 1,000 coated text including all charges for printing. Additional copies Tam -A -Gram Option 1 B Pricing Design and Layout Charges $ Tam -A -Gram Option 1 B Pricing Mailing & Delivery Services Charges $ 2A Sundial - 8 page 8 '/2" x 11" finished size, stapled newsletter. Printed on 20# bond paper in one color (black) ink, including all charges for printing and $ Per 500 delivery to City Hall. Sundial Option 2A Pricing Design and Layout Charges $ 2B Sundial - 8 page 8'/2" x 11" finished size, stapled newsletter. Printed on 20# bond paper in one color (black) ink and one (1) additional colored ink, $ Per 500 including all charges for printing and delivery to City Hall. Sundial Option 2B Pricing Design and Layout Charges $ INCLUDE SAMPLES OF THE WORK Company Name Authorized Signature M PROPOSAL FORM (CONTINUED) PRINTED TAMARAC RESIDENT & EMPLOYEE NEWSLETTERS RFP NO. 02-16R The City reserves the right to reject any proposal, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Request for Proposal, the instructions to Proposers, the Specifications, and other documents included in this proposal request, and hereby promises and agrees that, if this proposal is accepted, they will faithfully fulfill the terms of this proposal together with all guarantees and warranties thereto. The undersigned proposing firm further certifies the product and/or equipment meets or exceeds the specification as stated in the package; and also agrees that products and/or equipment to be delivered which fail to meet proposal specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the proposer. It is the intent of the City to award this proposal to the lowest responsible and responsive proposer. The City reserves the right to accept or reject any or all proposals and to waive any informality concerning the proposals 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 proposal on a split order basis, lump sum or individual item basis unless otherwise stated. Company Name Address City, State, ZIP Authorized Signature Typed/Printed Name Telephone & Fax Number Contractor's License Number Federal Tax ID# SECTION D FORMS RFP 02-16R PRINTED TAMARAC RESIDENT AND EMPLOYEE NEWSLETTERS SECTION D. FORMS OFFEROR'S CERTIFICATION WHEN OFFEROR IS AN INDIVIDUAL IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of , 2001. Witness Witness State of Florida County of Signature of Individual Printed Name of Individual Business Address City/State/Zip Business Phone Number On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Pane 1 of 4 OFFEROR'S CERTIFICATION WHEN OFFEROR IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A FICTITIOUS OR TRADE NAME IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of , 2001. Witness Witness State of Florida County of Printed Name of Firm Signature of Owner Printed Name of Individual Business Address City/State/Zip Business Phone Number On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 4 OFFEROR'S CERTIFICATION WHEN OFFEROR IS A PARTNERSHIP IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of , 2001. Witness Witness State of Florida County of Printed Name of Partnership By: Signature of General/Managing Partner Printed Name of Partner Business Address City/State/Zip Business Phone Number State of Registration On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 3 of 4 OFFEROR'S CERTIFICATION WHEN OFFEROR IS A CORPORATION IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of , 2001. Printed Name of Corporation Printed State of Incorporation Signature of President or Authorized Officer (CORPORATE SEAL) Printed Name of President or Authorized Officer ATTEST: Corporation Address By Secretary City/State/Zip Business Phone Number State of Florida County of On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by and [Name of corporate officer(s) and his/her/their corporate title(s)] of on behalf of the corporation. [Name of corporation and state of place of incorporation] WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an'oath, or ❑ DID NOT take an oath Page 4 of 4 I, (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this 20 (SEAL) Is day of Secretary NOTE: Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: ADDRESS Submitted By: Name: Address: Principal Office: Telephone No. Fax No. City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Check One ❑ Corporation ❑ Partnership ❑ Individual ❑ Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurer's name: g) Name and address of Resident Agent: 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: Page 1 of 6 b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you ersonally inspected the site of the proposed work? ElYES NO 9. Do you have a complete set of documents, including drawings and addenda? ❑ YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? ❑ YES ❑ NO 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why? Page 2 of 6 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Page 3 of 6 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Telephone 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Page 4 of 6 THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) Page 5 of 6 State of Florida County of On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 6 of 6 Sun -Sentinel DIREC',' marketing services TO THE ATTEA770N OF THE• EK4LUATION C'OM.AlITTEE: Please think of the following cis a prospectus, not a proposal. The Sun -Sentinel would prefer to be thought of as a partner, not a vendor. Please utilize our mans• resources as if they are your own. The team that ►rill be working on y-out- projects, if we are awarded the bid, is as.follows: Vicky Durkin — Database anali•st extraordinaire. Vichy reviewed your city boundaries and determined the count of mailable residences to be 29, 744 unique addresses and 1, 409 businesses. rich- , can eci.silh! segtiietit yoiu• file by a niiinber of criteria — oirners y.s. renters, home valise. household income. age, presence of children, ethnicity, etc. Thi.s tool can be vet,l' handy irvoit have specific messages or programs that target only portions ofy'oiti' popiilatioii. Fickv it -ill also get you the lowest possible postage rate available. CASE IA* POIAT Lauderhill pays 12Qper newsletter for postage. Yoru• auditor it -ill be thunkfisl for Fick.y. Richai l Porcaro — Graphic Designer — a quiet, artistic ripe who clients rave about. Please contact Charles Lyle (963-8997) at Broward Community College or :ilaggie 1Cruettle (229-410-) at Florida .4tlantic Uniyersi{y to hear them ki-ell (Yiddish for compliment a insole bunch) about how easy it is to work with Richard, and the amazing pieces he turns out. 1177ether he 's adding finishing touches, tweaking or creating fi•oni scratch, Richard is iniage conscious, detail oriented and extremely creative. You'll love this guy! Even if we do not ivin the bid, PLEASE give us some input on your specs that Ricliat-d it•orked diligetitly oii. liipttt Joni prospective clients is host, ire learn chid giroit•. Lorraine llardo — .Account :Ilaricrger ,,Ilagnifique. Lorraine has been nominated.for the "Alost Efficient Person in Atiiei-icci " Ait�ard. She it -ill handle scheduling, billing and arty problems —no matter how small — that Wright arise. The best part about having Lorraine as part of the team is that she is one of the most positive and courteous people you will come in contact with during the course of business. Tom Fleming— Department Sales Manager. You will probably never need Toni, but it's nice to know he's accessible if you do. Tom hasten years of experience with the Sun Sentinel and is an excellent resource in addition to the Account Manager and Account Executive. The individuals in the "Tamarac Team " outlined within all report to Toni. Shari Weiner — Account Executive —1 basically oversee everything and attempt to keep all the balls in the air. I'm the point person, available by pager 2.17. My favorite question is, "W7iat can 1 do for yj�zt? " 1 might be a tad type A — but that ensures that your projects will be executed properly and timely. 333 S.W. 12th Avenue, Deerfield, Florida 33442 - Phone (954) 356-4160 • Fax: (954) 425-1934 Deerfield • Delray Beach • Fort Lauderdale • Miami • Sunrise • Weston Page 2 [I e look forivard to being tour one stop solution to the execution of the Tam -A -Gram and Sundial. The financial stability and reliability of the Sun -Sentinel goes without question. 111'e also have a successful track record of doing business irith you before. The enclosed samples are proof qf out- experience in producing these types of publications. The media kit shoivs the scope of tirhat ►re can do for you. T e lookfor►vard to the opportunity of meeting 1•ou in person and artsirering any questions you might hare. Respectfully yours. Shari [Feiner Account Executive SJV.li Enc. PRINTED TAMARAC RESIDENT & EMPLOYEE NEWSLETTERS PROPOSALFORMS RFP NO. 02-16R We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Contractor for the successful completion of its obligation as specified in the contract documents. 1A Tam -A -Gram - 12 page Full Color 8 %" x 11" $ Per 35,000 finished size, stapled newsletter. Printed on 70 # coated text including all charges for printing. $ 290 Per 1,000 Additional copies Tam -A -Gram Option 1A Pricing Design and Layout Charges 675 $ Tam -A -Gram Option 1A Pricing Mailing& DeliveryServices Charges S 741.22 1 B Tam -A -Gram - 12 page (4 Cover Pages in Full S 9,28 Per 35,000 color and 8 interior 2 Color Pages) 8 %" x 11" finished size, stapled newsletter. Printed on 70 # 265.29 S Per 1,000 coated text including all charges for printing. Additional copies Tam -A -Gram Option 1 B Pricing Design and Layout Charges 675 $ Tam -A -Gram Option 1 B Pricing Mailing & Delivery Services Charges 741.22 $ 2A Sundial - 8 page 8'/2" x 11" finished size, stapled newsletter. Printed on 20# bond paper in one color (black) ink, including all charges for printing and S 575 Per 500 delivery to City Hall. Sundial Option 2A Pricing Design and Layout Charges 250 $ 2B Sundial - 8 page 8'/2" x 11" finished size, stapled newsletter. Printed on 20# bond paper in one color (black) ink and one (1) additional colored ink, $ 725 Per 500 including all charges for printing and delivery to City Hall. Sundial Option 2B Pricing 250 Design and Layout Charges $ INCLUDE SAMPLES OF THE WORK Sun _'SPnti nPl ni rpct Company Name Authorized Signature PROPOSAL FORM (CONTINUED) PRINTED TAMARAC RESIDENT & EMPLOYEE NEWSLETTERS RFP NO. 02-16R 1 The City reserves the right to reject any proposal, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Request for Proposal, the instructions to Proposers, the Specifications, and other documents included in this proposal request, and hereby promises and agrees that, if this proposal is accepted, they will faithfully fulfill the terms of this proposal together with all guarantees and warranties thereto. The undersigned proposing firm further certifies the product and/or equipment meets or exceeds the specification as stated in the package; and also agrees that products and/or equipment to be delivered which fail to meet proposal specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the proposer. It is the intent of the City to award this proposal to the lowest responsible and responsive proposer. The City reserves the right to accept or reject any or all proposals and to waive any informality concerning the proposals 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 proposal on a split order basis, lump sum or individual item basis unless otherwise stated. Sun -Sentinel Direct Company Name Authorized Signature 333 SW 12th Avenue Shari Weiner Address Typed/Printed Name Deerfield Beach, FL 33442 (954) 425-1986 i954 425-1934 City, State, ZIP Telephone & Fax Number 278-0000025 59-1022684 Contractor's License Number Federal Tax ID# SECTION D. FORMS OFFEROR'S CERTIFICATION WHEN OFFEROR IS AN INDIVIDUAL IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this _ day of c� >1 c c r , 200t.- Signature of Individual Shari Weiner t Witness 333 SW 12 ��ed Name of Individual _ E ry-"V-,L L lie= D7 Witness Deerfield Beach Wir��s4s42Address (954) 425-1986 City/State/Zip Business Phone Number State of Florida County o On this the 14- day of ,before me, the undersigned Notary Public of the State of Florida, per pally ap eared 13kARI/ V6-14✓E9— and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: DEFORA L. STETSK0 n� G'nar o MY Comm EP 5:25/2003 14" CC 840e47 W*sansly Knn.-r I I00wr 1.3 AoTARY PUBLIC, STATE OF FLORIDA E90,kA �, /S/4o (Name of Notary Public: Print, Stamp, or Type as Commissioned) Pf Personally known to me, or ❑ Produced identification: (Ty of Identification Produced) 0 DID take an oath, orpDID NOT take an oath 0 OFFEROR'S CERTIFICATION WHEN OFFEROR IS A CORPORATION IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal F day of _ jlJrQ�y 2 P Form this AO Sun Sentinel Direct Delaware Printed Name of Corporation 1y:Pri ted Stat oration Bl Signature of Pr i ent or �! Auth z Officer (CORPORATE SEAL) Howard Greenberg' Printed Name of President or ATTEST: Authorized Officer 333 SW 12th Avenue By Secretary Deerfield gRRor"n3A34 pss N M 0 0 A (954) 356-4160 City/State/Zip State of Florida County of � 17D On this the day off U4Y 1, before me, the undersigned Notary Public of the State of Florida, thelforegoin6 instrument was acknowledged by 12e c [Name of corporate officer(s) and i j of e L 7 » e. m h7 [Name of corporation and state & pla WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: OF r,0 DEWRA L STETSKO -'JOTAR o Iv4Y Comm UP 5l2.5/2003 PUBIC - i4O CC 84014 7 I oth« I D Business Phone Number V� and /their corporate title(s)) on behalf of the corporation. of incorporation) AOTARY PUBLIC, TATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) personally known to me, or ❑ Produced identification: (Tof Identification Produced) yp 0 DID take an oath, or DID NOT take an oath 00 10 0 A Q 1 I Greenberg (Name), the duly elected Secretary of (CPfeor9tae Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT _ Howard Greenberg (Name)", the duly elected Vice Pres i dent (Title of Officer) of Sun Senti ne I- company (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution., NAME TITLE SIGNATURE Tom Fleming Sales Manager Shari Weiner Account Executive —f Given under my hand and the Seal of the said corporation this % day of 20oZ. (SEAL) ) By: OF r,U4 DEaORl : STETS40 . v0TAPY ° Vy Comm E,p '.j;2003 Vice Pr S tary ^PUBLIC `� ' President r:o UFs-01G/ 'j Knc-^ 11 3ow I DCor orate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 a t A 9991-Neft-IN o •► ►� ► 1 The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO ADDRESS: Submitted By: Name: Address: Principal Office: Telephone No. Fax No. City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Sun Sentinel Dorect Shari Weiner 333 SW 12th Avenue Deerfield Beach, FL 33442 (954) 425-1986 (954) 425-1934 Check One 0 Corporation ❑ Partnership ❑ Individual ❑ Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. wThe correct name of the Offeror is: Sun Sentinel Direct The address of the principal place of business is: 333 SW 12th Avenue Deerfield Beach, FL 33442 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: June 4, 1963 b) State of Incorporation: Del aw re c) President's name: Robert Gremi l l i on, Publisher, Pres . d) Vice President's name: John McKeon, General Manager, V.P. e) Secretary's name: f) Treasurer's name: Sylvia Carroll, V.P. /Chief Financial Officer g) Name and address of Resident Agent: Spar IWeinera Acct. Exec. Desk rf�iFC33=42 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: Page 1 of b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years logs your organization been in business under its present business name? a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? © YES Ll NO 9. Do you have a complete set of documents, including drawings and addenda? © YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? EYES ❑ NO 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why? Page 2 of 6 1 DO NOT DETACH RETURN ALL COPIES C --mi . e> G o pp b7 Cyr Fn �R7 m cl G 3 _. .tf3iTD =' ..A ; :. TI<A :D rt'... c C zr:,1 roa a D'.�2 C _ S3�L7'a�.��0 •��G a v c z N m _ orr !t: m r' _ zrri� o m s. a''o o ' v I y�y Imo-' A C Z Vl -0 nto rn C'J'n o 7-0 rn 'v p o a .65 ..0 tit 4a - ' m = n o co . M rtt A tSi TA ; "Ll J �. m v p a <_ _ CDC) i3 ri c ' Z7 7t i O r N O ' I{.r`Jj. 0 N i ••�„rNiJi �•.7 � C P: .O ,;tII OzCIi -i .I.` �T Z .T. �-Lii ''may x Q 2 rn rre ; . o Otm m: *� wc o O. -rcn' wilt, 'CrrC :fit ' p i! o �.. y 1 Tf�n """ a rr 1 !rt 'CE�iiC'�i+'����s' ry 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name I., ,Ly 1 res Telephone Revlon Fennell -Johnson derhill 2000 City Hall Dr. 730-3091 City ot Lauderdale Emilie Smith 4300 NW 36 St. 535-2722 City of Pompano Joe Battista 1190 NE 3 Ave. 786-4185 13. List the pertinent experience of the key individuals of your organization (SContin�e on inset jheet, if nece spa . Shari Weiner a es exec. wjyears direct mktg. experience Dairo Urrea - Lettershop Operations Mgr 8 years lettershop mqr exp Lorraine Ilardo - Acct. Mgr. 11 years print, direct mktg, acct. mgt. Tom Fl erni nq Sales Mgr 13—years di reEt mktg—sxp Richard POrcaro - Graphic Artist - Award winner with 15 years exp. Vicky Durkin _ Ddtdbdse AndlySt- e mgt. 14. State the name of the individual who will have personal supervision of the work: tS�ar1i n1gi y%rranAcct. Exec. Vicky Durkin / Richard Porcaro 15. State the name and address of attorney, if any, for the business of the Offeror: David Bralow, Esq. (356-4558 16 1 17. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: See attached Page 3 of 6 r OFFICE LOCATIONS FORUM PUBLISHING GROUP: Deerfield (Main) 1701 Green Road, Ste B, Deerfield Beach, FL 33064 (954) 698-6397 Coral Springs 9660 W. Sample Road, Ste 203, Coral Springs, FL 33065 (954) 752-7474 Davie 5400 S. University Drive, Ste 605, Davie, FL 33328 (954) 680-4660 Ft. Lauderdale 3115 NW 1 V Terrace, Ste 106, Ft. Lauderdale, FL 33309 (954) 563-3311 Wellington 11576 Pierson Road, Ste K-5, Wellington, FL 33414 (561) 791-7790 SIGNS BY SUN -SENTINEL: 4050 Powerline Road, Oakland Park, FL 33309 (954) 561-1234 SOUTH FLORIDA PARENTING: 5555 Nob Hill Road, Sunrise, FL 33351 (954) 747-3050 (Adv/Mktg) SUN -SENTINEL OFFICES: Deerfield Beach 333 S.W. *2 Avenue, Deerfield Beach, FL 33442 (954) 356-4000 Delray Beach 3333 S. Congress Avenue, Delray Beach, FL 33445 (561) 243-6600 Ft. Lauderdale 200 East Las Olas Boulevard, Ft. Lauderdale, FL 33301 (954) 356-4000 Miami 1390 Brickell Ave., Ste 105, Miami, FL 33131 (305) 810-5000 West Palm Beach 324 Datura St., Suite 106, West Palm Beach, FL 33401 (561) 832-2223 (Edit South Broward 1800 N. Commerce Parkway, Weston, FL 33326 (954) 385-7900 (Adv) Tallahassee 336 E. College Ave., Tallahassee, FL 32301 (850) 224-6214 West Broward 5555 Nob Hill Rd, Sunrise, FI 33351 (954) 572-2000 (Edt), (954) 572-2050 (A Washington, DC 1325 G. St., NW, Ste 200, Washington, DC 20005 (202) 824-8256 Other TRIBUNE PROPERTIES: Baltimore Sun, 501 N. Calvert, Baltimore, MD 21278 — (410) 332-6000 Chicago Tribune, 435 N. Michigan Avenue, Chicago, IL 60611 — (312) 222-3232 The Daily Press, Inc., 7505 Warwick Blvd, Newport News, VA 23607 — (757) 247-4600 The Greenwich Times, 75 Tresser Boulevard, Stamford, CT 06904 — (203) 964-2200 Hartford Courant, 285 Broad Street, Hartford, CT 06115 — (860) 241-6200 Los Angeles Times, Times Mirror Square, Los Angeles, CA 90053 — (213) 237-5000 Morning Call, 101 North Sixth Street, Allentown, PA 18101 — (610) 820-6500 Newsday, 235 Pinelawn Road, Melville, NY 17747 — (516) 843-2020 Orlando Sentinel, 633 N. Orange Avenue, Orlando, FL 32801-1349 — (407) 420-5000 The Stamford Advocate, 75 Tresser Boulevard, Stamford, CT 06904 — (203) 964-2200- 18. State the name of Surety Company which will be providing the bond, and name and address of aggent: AON Risk Services Inc. of Illinois Gayle Drew 180 North Stetson Chicago, I1 60301 19. Bank References: Bank Address Telephone Sun Trust NA / South F1. Acct. 0401-000390550 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? ❑ YES F11 NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). ri une Annual Reportsee attached) Page 4 of 6 Five Year Financial Summary Trib ne Compony C,d Subsidiaries I (in thnusottdt o,•dollors,. uecpt per share data) __----_ •.. 1 _. Operating Revenues Publishing Broadcasting and Entertainment Interactive Total operating revenues Operating Profit Publishing Broadcasting and Entertainment Interoctive Corporate expenses Total operating profit Net loss on equity investments ILNot interest expense Non•operoting items and minority interest expense Income from Continuing Operations Before Income Taxes jIncome loxes -- - -- Income from Continuing Operations i Before Accounting Change Discontinued Operations of Education Segment, net of tax Discontinued Operations of OUNO, net of tax Cumulative effect of change. in accounting principle Ill NNot Income hI -- - - - ---- r - -- Share Information Basic EPS Continuing operations Before non -operating items Total Disccntinued operations Cumulative effect of accounting change Net income I Diluted EPS iContinuing operations Before non -operating items Total I Discontinued operations Cumulative effect of accounting chango Net income_ Common dividends per share Weighted overage common shares outstanding (000's) Financial Ratios Operating profit margin Debt to capital 131 Financial Position and Other Data 1999 -- 1998 _T- 1997 $ 3,403,028 1 $1,559,192 $1,481,324 $ 1,423,947 1,465,553 1,302,058 1,153,006 1,057,529 41,782 21,034 17,249 $ 2,651,579 12,771 $ 4,910,363 $ 2, 882.284 $ 2,494,247 $ 700,932 j 426,515 S 398,646 S 371,135 449,057 378,036 317,355 285,896 (52,606) (32,203) 121,709) (16,550) (64,372) (39,5061 732,642 (40,083) 135,435) (34,426) 1,033,011 659,057 (33,9801 606,055 (79,374) (34,696) (207,584) (65,595) 182,339) (60,159) (165,301) 1,756,779 2,383,943 119,119 661,857 1)1,824 623,024 580,752 i (270,351) (933,991) (272,660) (250,265) 1996 $1,334,03 : 876,75( 2,60-, $2,213,38C $ 304,84- 203,53 (13,58, (30,93: 463,85: i (13,28 (15,66: 434,90t I 1175.07 316,401 ( 1,249,962 389,197 372,759 I 259,83! (86,015) i 21,807 25,075 20,866 22,91: - - _ 89,31: (3,060) - -- - --- 224,386 $ 1,468,709 S 414,272 II S 393,625 II $ 372,06: $ 1.40 i $ 1.53 S 1.27 $ 1.16 S .9 1.06 I 6.03 1.53 1.44 .9 (.32) ( .09 .10 .09 .4 j (.01) - - $ .74 $ 6.11 1.53 $ 1.4 $ 1.30 S 1.1d 1 $ 1.17 S 1.07 S .8 .99 5.49 1.41 1.33 .9 (.29) .08 - .09 .07 .4 $ 1.40 $ 1.3 $ .70 $ 5.56 $ 1.60 $ 40 $ .36 j 34 S 32 $ 3 271,951 237,367 242,428 -] 245,758 245,68 2 34% I, 2 37% I 2 35% I 2 41 % I 213 T I Total assets $14,676,212 58,740,047 $1,12.4 37 $4,665,821 $3,629.15 Long-term debt 1<l 4,007,041 2,694,073 1,615,955 1,520,6d6 979,75 Shareholders equity 5,88S,916 3,458,617 2,356:617 1,826,004 1,539,50 Capital expenditures $ 302,471 $ 125,578 $ 128,800 S 98,319 $ 87,17 Th(s summaryshould be rtad in conjunction with the consolidated futancialstatemenuaiidAotd thereto Included In the Company i 2000 Annual Report on Farm 10-A: rtt The cumulative effect of aderpting a env aecottn6ng pronnunaroeat for derfs ative insinmrenn decreased net income by $11 million in 1999. at Indade? now -operating gums as jallows: loss on change in fair valuer of dabatfvu and related Lrveamew of Sets million and loss on sales ofsubsidiaties and irrvatm ntt na tri'wria-downs of S30.5 million, toraling $93.1 million in 1000•gain on change in fair valuer of derivaducs and related invertments of $131.2 million, gain on redaufflcation of imetments of $666.1 million, and gain on sales of subsidiary and investments ofS2701 million, totaling M billion In 1999: gain as safer of mbstdidly and investments, na of write -downs, totaling $63.s mlilloa !n 1998: gain an safer of imectmeat4 net of wriu-dowers, totallag $6e.9 mMa In 1997,• and equity ineome related to Q wtrt Proodeattinsof $6.O million in 1996. of Capital comprisa total debt, deferral taus and shareholders' equity to long-term debt Ineloda the t ttON& in 2000 and 1999 22 Business Segments Tribune Company and Subsidiario. (in thousands ojdollam) Operating Revenues Operating Profit Publishing Broadcasting and Entertainment Interactive Total operating revenues Publishing Broadcasting and Entertainment Interactive Corporate expenses Total operating profit .Depreciation, Publishing Broadcasting and Entertainment Interactive Corporate Total depreciation Amortization Publishing of Intangible ' Broadcasting and Entertainment Assets I Interactive Total amortization of intangible assets capital Publishing Expenditures I Broadcasting and Entertainment Interactive Corporate Total capital expenditures Assets Publishing Broadcasting and Entertainment Interactive Corporate Net assets of discontinued operations Total assets $ 3,403,028 1,465,553 41,782 $ 4,910,363 $ 700,932 449,OS7 (52,606) (64,372) ' S 1,033,011 $ 138,702 42,850 4,091 5,822 - $ 191,465 $ 102,187 72,579 - 4,396 $ 179,162 $ 211,536 43,569 11,868 35,498 $ 302,471 $ 3,653,011 3,870,720 312,446 1,840,035 $14,676,212 1999 $1,559,192 1,302,058 21,034 $ 2,882,284 $ 426,515 378,036 (32,2031 (39,506) $- 732,842 $ 77,768 38,864 3,378 2,711 $ 122,721 $ 8,612 63,209 93 $ 71,914 5 61,710 41,730 4,966 17,172 $ 125,578 $ 899,295 3,724,621 108,096 3,317,094 690,941 $ 8,740,047 51,481,324 1,153,006 17,249 $ 2,651,579 $ 398,846 317,355 (21,709) 135,435) $ 659,057 S 71,927 33,362 2,592 2,761 $ 110,642 $ 5,175 54,357 $ 59,532 S-63,387 44,055 2,190 19,168 $ 128,800 $ 720,077 3, l /-8, 814 80,776 1,191,241 683,129 $ 5,824,037 Consolidated Statements of Income Tribune Company and Subsidiaries rill thousands of dollars, esnpt per share (loid) Operating Publishing Revenues Advertising $2,689,304 Circulation 531,267 Other 182,457 Total 3A03,028 Broadcasting and Entertainment 1,465,553 Interactive 41,782 Total operating revenues Cost of soles (exclusive of items shown below) 4,910,363 Operating 2,127,332 Expenses Selling, generol and administrative 1,379,373 Depreciation 191,465 Amortization of intangible assets 179,162 Total operating expenses I 3,877,352 Ciperoting Profit I 1,033,011 Net loss on equity investments (79,374) Interest income 33,124 Interest expense (240,708) Gain (loss) on change in fair values of derivatives 8 related investments (100,965) Gain (loss) on sales of subsidiaries & investments, net of writedowns (48,001) Gain on reclassification of investments Income From Continuing Operations Before Income Taxes, Minority Interest and Cumulative Effect of Change in Accounting Principle Income taxes Minority interest expense, net of tax Income From Continuing Operations Before Cumulative Effect of Change in Accounting Principle Income (loss) from discontinued operations, net of tax Income Before Cumulative Effect of Change in Accounting Principle I Cumulative effect of change in accounting principle, net of lax -_ Net Income Preferred dividends, not of tax Net Income Attributable to Common Shares Earnings Basic: Continuing operations before cumulative effect of Per Share change in accounting principle Discontinued operations Cumulative effect of accounting change, net Net income Diluted: Continuing operations before cumulative effect of change in accounting principle Discontinued operations Cumulative effect of accounting change, net f - .. Net income See nato to consolidated frnaii ial staremenu indaded in the Company's 2000 Annual Report on Arm 10-X Dec. 26, 1999 Dec. 27, 1998 $1,184,779 241,258 133,155 1.559,192 1,302,058 21,034 2,882,284 1,328, 893 625,914 122,721 71,91 d 2,149,442 732,842 140,083) 47,436 (113,031) 215,876 444,927 1,095,976 $1,150,073 243,842 87,409 1,461,324 1,153,006 17,2d9 2,651,579 1,266,787 556,561 110,6d2 59,532 1,992,522 659,057 (33,980) 6,112 (88,451) 119,119 597,087 2,383,943 661,857 (270,351) (933,981) 1272,660) (16,335) -- -- - 310,401 1,449,962 389,197 (86,015) 21,807 25,075 224,386 1,471,769 4}4,272 (3,0601 - 224,386 1,468,709 414,272 (22,984) (18,6391 (18,782) - $ 2OIA02 $1,450,070 $ 395,490 $ 1.06 $ 6.03 $ 1.53 (.32) .09 .10 (.01) - $ .74 $. 6.11 $ 1.63 $ .99 $ 5.49 S 1.41 (.29) .08 .09 - (.01) - $ .70 $ 5.56 $ 1.50 Consolidated Balance Sheets Assets (in thowan(lr) � o ' � F .o e o � Dec. 26, 1999 Current Cosh and cash equivalents $ 115,788 $ 631,018 Assets Short-term investments 79,709 435,770 Accounts receiva6lo (lass allowances of $60,348 and $37,744) $13,739 524,443 Inventories 51,332 23,530 Broadcast rights 268,176 253,129 Deferred income taxes 120,116 73,365 Prepaid expenses and other 42,306 16,275 1,491,166 1,957,S30 Total current assets 1,895,155 PrOF-erties Machinery, equipment and furniture 1,183,791 Buildings and leasehold improvements 750,491 383,661 2,ba5,646 1,567, 452 Accumulated depreciation (1,1130,106) (1,055,3001 1,464,740 512,152 Land 117,109 I 97,341 Construction in progress 161,993 69,879 679,372 Not properties 1,743,847 Other Broadcast rights 278,630 192,070 Assets I Net assets of discontinued operations - 690,941 Intangible assets )less accumulated amortization of $566,414 and $386,283) 8,496,782 2,616,688 AOL Time Warner stock related to PHONES debt 556,800 1,304,000 Other investments 1,084,439 1,154,969 Prepaid pension costs 803,100 48,108 Other 221,448 96,369 11,441,199 Total other assets 6,103,145 $14,676,212 Total assets $8,740,047 .See notes to consolidated financlal ataremeaLf lncladed In he Company's Z000Arnw1 Fcpo: t on Form 10.K 26 Tribune Company and Subsidlarlet Liabilities & Shoreholders' EAui (lnthaawndrojdnnars, Current Long-term debt due within one year Liabilities Accounts payable Employee compensation and benefits Contracts payable for broadcast rights Deferred income Income taxes Other Long -Term Debt _ other Non -Current Liabilities share data) Total current liabilities PHONES debt related to AOL Time Warner stock Other long-term debt (less portions due within one yeor( Deferred income taxes Contracts payable for broadcast rights Deferred compensation and benefits Other obligations Total other noncurrenl liabilities Commitments and Contingent Liabilities Shareholders' 1 Series 8 convertible preferred stock (without par value) Equity Authorized: 1,600,000 shares; Issued and outstanding: 1,212,834 shares in 2000 and 1,282,665 shares in 1999 (liquidation value $220 per share) Series C convertible preferred stock Authorized: 900,000 shares; Issued and outstanding: 88,519 shares (net of 354,077 treasury shares) (liquidation value $500 per shore) Series D•1 convertible preferred stock Authorized: 400,000 shares; Issued and outstanding: 76,194 shares (net of 304,778 treasury shares) (liquidation value S500 per share) i Series D-2 convertible preferred stock Authorized: 300,000 shores; I Issued and outstanding: 49,020 shares (net of 196,080 treasury shares) I (liquidation value S500 per share) Common stock ($0,01 par value in 2000, without par value in 19991 Authorized: 1,400,000,000 shores; 536,886,513 shares issued in 2000 and 327,086,632 shares issued in 1999 Additional poid-in capital Retained eomings i Treasury common stock (at cost) 236,727,470 shares in 2000 and 88,071,818 shares in 1999 Troasury common stock held by Tribune Stock Compensation Fund (at cost) 641,094 shares in 2000 and 1,223,384 shores in 1999 Unearned compensation related to ESOP Accumulated other comprehensive income Total shareholders' equity Total liabilities and shareholders' equity See noks io wnselidated financial statements included in the Coapday'r Annual 1Gpart on Form 10-K 27 $ 141A04 298,175 231,694 271,510 90,421 129,954 286,076 1,449,224 700,000 3,307,041 2,146,416 390,657 329,509 467,449 3,334,031 265,790 44,284 38,097 24,510 3,116 8,190,811 4,278,464 (6,970,703) (26,707) (97,517) 135,771 3,883,916 $14,676,212 Dec. 26, 1999 --- S 30,446 153,256 110,203 276,307 62,737 24,140 158,405 815,494 1,328,480 1,365,593 1,186,272 269,698 108,015 207,878 1,771,863 -- 281,093 1,018 136,108 A,1 B4,037 (1,430,900) (61,909) (127,595) d7b,765 3,456,617 - - $ 8,740,047 Consolidated Statements of Cash Flows Tribune Company and Subsidiaries (in thousands of dollars) yrnr MW Operations Income From continuing operations, net of cumulative effect of change in accounting principle Adjustments to reconcile income from continuing operations to net cash provided by continuing operations: Loss (gain) on change in fair values of derivatives 8 related investments Loss (gain) on sales of subsidiaries and investments, net of writedowns Minority interest expense, net of tax Gain on reclassification of investments Cumulative effect of accounting change, net of tax Depreciation and amortization of intangible assets Net loss on equity investments Deferred income taxes Changes in working capital items excluding effects from acquisitions: Accounts receivable Inventories, prepaid expenses and other current assets Accounts payable, employee compensation and benefits, deferred income and accrued liabilities Income taxes Change in broadcast rights, net of liabilities Other, net Net cash provided by continuing operations Net cosh provided by assets held for sale and discontinued operations Net cash provided by operations Inve::tments Capita( expenditures Acquisition of Times Mirror, net of cash acquired (excluding stock issued) Other acquisitions (excluding stock issued) Investments Net maturities (purchases) of marketable securities Proceeds from sole of discontinued operations, net of tax Proceeds from sales of assets held for sale, net of tax Proceeds from sales of investments and subsidiaries Net (increase) decrease in advances to investee Other, net Net cash used for investments of continuing operations Net cash used for investments of assets held for sole and discontinued operations Net cash used for investments - Financing Net proceeds from issuance of PHONES debt Proceeds from issuance of other long-term dobt Repayments of long-term debt Sales of common stock to employees, net Purchases of treasury common stock Purchases of treasury common stock by Tribune Stock Compensation Fund Dividends Net cash provided by (used for( financing of continuing operations Net Increase (Decrease) in Cash and Cash Equivalents lCash and cash equivalents, beginning of year I Cash and cash equivalents, end of year &r noia W c+onrolidmedfurancial.rsaranenRt indwded in the Company s Annual Report off Form 10-K Dec. 26, 1999 $310,401 $1,446,902 100,965 1215, 876) 48,001 1444,927) 16,335 - - (1,095,976) - 3,060 370,627 194,635 79,374 40,083 (43,972) 711,872 23,155 187, 837) 27,850 (3,308) (20,401) 122,714 7,778 50,540 1,093,367 10,607 1,103,974 (302,471) (2,793,052) (111,723) (224,700) 344,541 642,253 1,340,000 161,751 (162) (1,139) (944,702) (60,270) (1,004,972) 513,605 (187,445) 122,497 (970,646) (52,453) (139,790) .................... ­ (614,232) (515,230) --..- ...._......... 631,018 $115,788 (25,712) 149,4121 5,528 38,169 517,201 42,393 559,594 (125,578) 1189,473) 1211,590) (344,541) 98,595 51,908 16,168 1704.511) (29,575) (734,086) 1,230,880 (193,020) 53,960 (37,015) (1671582) (102,146) 793,077 618,585 12,433 $ 631,018 Dec. 27, 1998 $389,197 1119,119) 170,174 33,980 25,384 (33,690) (2,8911 22,203 42,844 (1,072) (64) 526, 946 16,990 543,936 I (128, 800) 198,436) 140,246) 51,585 152,2441, 17,801) 1275,9411 (71.226) (347,167) 469,878 (335,723: 46,129 (261,160' (68,988 (101,090 (250,954 _....._ .._ (54,185 66,618 $ 12,433 THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) pl p Page 5 of 6 State ofElqriqa County o 0 c. On this the day of�A/UI� 1, before me, the undersigned Notary Public of the State of Florida, personally appeared �C. (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: c ac?e i 5'r-SKOCor— N TARY PUBLIC, STATE OF FLORIDA c= ,4- 4-. .S r J3i-S. (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or ❑ Produced identification: (Type of I entification Produced) ❑ DID take an oath, orDID NOT take an oath Page 6 of 6 State of Flori J0-- ) � )ss. County of Il.) pro J'ti c� V" j ) 5.{ u O c i r, c(' being first duly sworn, deposes and says that: 1. He/she is the Representative , (Owner, Partner, Officer, Representative or Agent) of Sun Sentinel Direct the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: Oehb,e Pei-, �10 By Witn ss OC Witness Pane 1 of 2 Shari Weiner Printed Name Account Executive Title State of Florida County of V✓A r �00 On this the day of:7� ; 1, before me, the undersigned Notary Public of the State of Florida, personally appeared "-5HEr—r and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: ,�pv r;�` 1)C9094 L STj7—c40 f Pwsunu '4r ., l i:tner D. TARY PUBLIC, STATE OF FLORIDA E:962,4- A -I• S�'�7ZP/o (Name of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me, or O Produced identification: (Type of I entification Produced) O DID take an oath, or O DID NOT take an oath 10. SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), IJ ORIDA STATt1TFS, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No.RFPN002-16R to the City of Tamarac forTam-A-Gram and Sundial Pri nt/Lettershop Services PqSun -Sentinel Direct 2. This sworn statement is submitted by Pq (Name of entity submitting sworn statement) Federal Employer Identification Number (FEIN) 59-1022684 P" (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: Shari Weiner 3. My name is (Print name of individual signing) My relationship to the entity named above is Account Executive 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Mutes, means a violation of any state or federal law by a person with respect to and directly related to the.transaction of business with any public entity or with an agency or political subdivision of -any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract Pqtheft, for the construction or repair of a public building or public work, involving antitrust, fraud, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entity of a plea of guilt or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls 0 Page 1 of 3 another person. A person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statute.; means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement appli s.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, Fl QRIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) (Date) Page 2 of 3 State of F ida County of A� On this the ) dayof 01, before me, the undersigned Notary Public of the State of Florida, personally appeared a n d (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: 0< F,0 CEKIRA L. STETSKO ;1PQe:9'l a _..::.147 OV+w STA',RY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) personally known to me, or ❑ Produced identification: (Type of I entification Produced) ❑ DID take an oath, or DID NOT take an oath Page 3 of 3 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the businesses policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through 9 implementation of this section. As the person authorized to sign the statement, certify that this form complies fully with the above requirements. Sun Sentinel Direct Authorized Signature Company Name Page 1 of 1 . I. I •• rvvr lv.i.� ry.1 .7.)4 -kLJ lOJ-! a/y U1KLt,1 PlAR-25-2002 14;36 PRODUCER --__.- —.., �way.catyG -. Aon Rlsk Services, Inc. Of Illinolc Sarla( # 1318 1000 N. MllWaukee Avenue GIe111 Ill)nois 800,2s FAX 1447-063.6390 d/hla Aon M1sk InatLrance ServlC9B of Illinois, CA license no �95, INSURED .fii3—• ' TRIBUNE COMPANY SUN SENTINEL DIRECT 333 SW 12TH AVENUE DEERFIELD BEACH, FL 33442 tQ00 —. LATE Grim TFIG3 GERT1FtCATE M ($SUED AS A MATT ER OF 3�5/20 ON'-Y AND CONFERS 1NF0 NO RIGHTS UPON TR llFjeq HO *DER. THIg HE CE CERTIFICATE DOES NOT AMEND AVER THE COVE AFFORAED BY THE POUCI1. COMPANIES AFFORDING COVERAGE COMP, NY A PACIFIC EMPLOYERS INSURANCE COMPANY COMPI NY El COMFt W � •-- —�_,•_ C COMP/ •IY - -- D THIS ISA TO CERTIFY THAT E POLICIES OF fNSURANCE LISTED BELOW HAVE BEeh ISSUED TO THE INSURED NAMED INDICATED. NOTWITH$TANDINGANY R6CUIREMENT TERM OR CONDITION OF ANY :O CBCLUSIO S MAY 8E ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED g Y 11,E POLICIES OR OTHER DESCRIBED HEREIN is ECTO TO E POLICY a ---a _ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, L1MIT$ SHOWN MAY I Iq 6EEr REDUCED gY PAID CLAIMS. WITH RESPECT TO yyl•IICH THIS co T ALL THE TERMS, LTR I TYPE OF INSURANCE POLICY NUMBER �UGYEIZ ECTIVE pOL1CY DATE (MAIr &M Pot1 . MU A LGENERAL LIABILrn LIMITS X COMMERIIGENERALUASILITr HD002058033 0V0•IO2 O3/a 11r7� ' GENERAL AGGR �— CLAIMS MA05 a] OCCUR L J (A%'NER'8 & CONTRACTOR'$ PROT �AUTOMO9111 UABIUTY ANY AUTO ALL O%VNGD AUTOS SCHEDULEO AUTOS HIRED AUTOS NON..OWNED AUTOS ANY AUTO "CE-" LIABILITY _ I UMBRELLA FORM "1 OTnER THAN LIMBRP tl.q FORM „ORKeK3 COMPENSATION AND EMPLOYERS* UA6r11TY r-E FROPRtETCR/ PAR7hEjt9-ECtrtM INCL OFFICERI.ARe q— PRODUCTS . COMP/OP AGG J 'R SONAL 6 ADy INJURY III OCCVRRENCE FutED---1---- S 1,000,1 11AA!I (Any arw Ilrs) 3 50,( MFD DW (Any m4 PW*rwn) 3 5.( iCOMBINED SINO{,C LIMB' J �• BCDILY INJVAY (Pa PSI � s BBODILYIWORY LYI PROPS ORTY AMAGG 3_—^ ALIT? ONLY - EA ACcioew 3 "R THAN AuTo ONLY: II �cHAcclDeNr s AGGREGATE i I EACH OCCURRENCE S AGGREGATE S row ur rta H.FR I J CL EACN ACCIDENT S E_L CISEA,3E - POLICY LINw— EL D13c,LgF. EA EMPLOY(5T CLIENT PRIMING ANQ MA LING APPROXIMARELY S 5 000 IN BUSINESS DURING r1- E COURSE OF ONE YEAR, CITY OF TAMARAC 7575 NW 88TH AVENUE TAMARAC, FL 33321 SHOW o ANY OP THE AHOve ol. oM A POLIuES HE CANCELLED BE'FO I THE 6YPIF4.TIWI DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3AYI) WINOI TO THE CERTIFlCATE HOLDER NAMED To THE LEFT. BUT F: lLURETQ MAIL 11VI NOTICE WALL IMPOSE NO ODUOATION OR LIABILITY 00 API KIND VPON nle COA/PANY, ITS Al2ENTS OR REPREBENTATTVES 4Et)RGPAGO IIITATTVfi OF AON W8K SERYICEa,ItdlN01:9 P.03 State of )ss. County of deposes and says that: being first duly sworn, 1. He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or, parties in interest, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness QI Printed Name Title Pagel of 2 State of Florida County of On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. to the City of Tamarac for 2. This sworn statement is submitted by (Name of entity submitting sworn statement) Federal Employer Identification Number (FEIN) (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is (Print name of individual signing) My relationship to the entity named above is 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entity of a plea of guilt or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls Page 1 of 3 another person. A person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes. means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) ❑ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FWRIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) (Date) Page 2 of 3 State of Florida County of On this the day of , 2001, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 3 of 3 FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM DEPARTMENT OF STATE CORPORATE CHARTER NO. YOU MUST .H .K BELOW the reason(s) for the exemption. Please contact the Department of State, Division of Corporations at (904) 488-9000 for assistance with corporate registration or exemptions. 607.1501 Authority of foreign corporation to transact business required. (1) A foreign corporation may not transact business in this state until it obtains a certificate of authority from the Department of State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1): (a) Maintaining, defending, or settling any proceeding. (b) Holding meetings of the board of directors or shareholders or carrying on other activities concerning internal corporate affairs. (c) Maintaining bank accounts. (d) Maintaining officers or agencies for the transfer, exchange, and registration of the corporation's own securities or maintaining trustees or depositaries with respect to those securities. (e) Selling through independent contractors. (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. (h) Securing or collecting debts or enforcing mortgages and security interests in property securing the debts. (i) Transacting business in interstate commerce. Cl) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature. (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stock of any corporation which it has lawfully acquired. (I) Owning a limited partnership interest in a limited partnership that is doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner. (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is NOT a corporation: (1) Partnership, Joint Venture, Estate or Trust (II) Sole Proprietorship or Self -Employed NOSE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or II above, your firm will be considered a corporation and subject to all requirements listed herein. BIDDER'S CORRECT LEGAL NAME SIGNATURE OF AUTHORIZED AGENT OF BIDDER Page 1 of 1 LIST OF SUBCONTRACTORS The Proposer shall list below the names and business address of each subcontractor who will perform Work under this Proposal in excess of one-half of one percent of the Contractor's Total Proposal Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. 2. 3. Q 5. A Work to be Performed Percent of Subcontractor's Total Name and Address Contract ?age 1 of 1 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the businesses policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name Page 1 of 1