Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-050Temp Reso # 9296 Page 1 February 23, 2001 Rev. #1 03/06/01 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-50 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE A ONE YEAR RENEWAL OF BID #99-20B ENTITLED "TAMARAC RESIDENT NEWSLETTER" (TAM -A -GRAM) WITH A PLUS PRINTING FOR AN AMOUNT NOT TO EXCEED $31,368.00 ANNUALLY; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. 0 WHEREAS, The City of Tamarac requires a printed newsletter to properly notify the residents of the City of Tamarac of functions and events; and WHEREAS, The City of Tamarac awarded Bid #99-20B entitled "Tamarac Resident Newsletter" (Tam -A -Gram) to A Plus Printing on August 25, 1999, a copy of which is attached as Exhibit "A"; and WHEREAS, Bid #99-20B allows for two (2) additional one (1) year renewals, with this being the first year to renew the contract; and WHEREAS, A Plus Printing has agreed to renew the bid, a copy of which is attached hereto as Exhibit "B"; and WHEREAS, sufficient funds are available in the Fiscal Year 2001 budget; 0 and Temp Reso # 9296 Page 2 February 23, 2001 Rev. #1 03/06/01 WHEREAS, it is the recommendation of the Interim Public Information Officer and Purchasing and Contracts Manager to renew Bid #99-20B entitled "Tamarac Resident Newsletter' (Tam -A -Gram) with A Plus Printing for an amount not to exceed $31,386.00 annually; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to renew Bid #99-20B entitled "Tamarac Resident Newsletter" (Tam -A -Gram) with A Plus Printing for one (1) year. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: S 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 renew Bid #99-20B entitled "Tamarac Resident Newsletter' (Tam -A -Gram) with A Plus Printing for a period of one year for an amount not to exceed $31,386.00 annually with one additional one-year renewal option. SECTION 3: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict.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 0 Temp Reso # 9296 Page 3 February 23, 2001 Rev. #1 03/06/01 invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 14th day of March, 2001 ATTEST: MARION S ENSON, CMC ,,LERK . '* CERTIFY that v roveA this ., .10 MITCHELL SARI CITY ATTORNEY 0 JOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER � DIST 1: COMM. PORTNER _ DIST 2: COMM. MISHKIN _.. DIST 3: COMM. SULTANOF, DIST 4: VIM ROBERTS . Temp Reso # 9202 Exhibit "A" REQUEST FOR BID 11 !ov'm'� TA�� A"qoq�— �Mwslo�' R i--2 BID # 99-20B n • TAMARA RESIDENT NEWSLETTER FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www,tomarac.org NOTICE INVITING BIDS Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, June 23, 1999 at 2:00 p.m., at which time bids will be publicly opened and announced for: TAMARAC RESIDENT NEWSLETTER BID NO. 99-20B All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 99-20B, TAMARAC RESIDENT NEWSLETTER opening Wednesday, June 23, 1999 at 2:00 p.m." on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. - Anne Lodato Senior Buyer Publish Sun Sentinel: Sunday, 5/30/99 and Sunday, 6/6/99 INSTRUCTIONS TO BIDDERS BID NO. 99-20B TAMARAC RESIDENT NEWSLETTER It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. Description of Work: The City of Tamarac is interested in obtaining sealed bids from qualified bidders to layout, design, print, fold and deliver to a mailhouse and to the City of Tamarac a specified number of Tamarac Resident Newsletters with a portion printed in 4 colors. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals_ As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Wednesday, June 23, 1999, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies (blue forms only) of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. K 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Forrn. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address or designated mailhouse. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be KI cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. 10. SAMPLES AND DEMONSTRATIONS; When requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contractfor failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 4 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the 5 life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required_types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 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 Workers' Compensation & Employer's Statutory Liability $1,000,000 $1,000,000 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work 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 Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. N. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal rA business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 27. Y21K PROCEDURES: CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. CONTRACTOR agrees to indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant- E., SPECIAL CONDITIONS 1. CONTRACT PERIOD The initial contract period shall be for approximately thirteen (13) months from September 1, 1999 through September 30, 2000. 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 two (2) years. The City requires a firm price for the initial contract period of thirteen (13) months. 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 requested within 5 working days after receipt of copy / photo layout unless otherwise indicated by City staff. Delivery shall be to the designated mailhouse and to City Hall on an "as needed" basis. 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. F.O.B. POINT Unless otherwise indicated, the F.O.B. point shall be destination. Exact delivery point will be indicated on the purchase order. DETAILED SPECIFICATIONS The purpose of this bid is to obtain firm pricing for a 4 color Tamarac Resident Newsletter to be delivered to the City Hall of the City of Tamarac and to a designated mailhouse for distribution. • Page Quantity Binding 8 pages Finished size 8 Y2" x 11" Stapled 12 pages Finished size 8 Y2" x 11" Stapled • Frequency Approximately 30,000 copies per issue Issues 6 Times per Year (January / March / May/ July / September / November) • Paper Quality 70 # coated text • Ink Color Four color on front & back pages only (1 face of 11" x 17" sheet) AND Option 1 — One color on inside pages Option 2 — Two color on inside pages N • Folding Fold above piece to 5 Y7" x 8 W for mailing • Photos Specify per screen charge (number of photo screens will vary per issue) • Delivery Printer to deliver a quantity of approximately 27,000 copies per issue to the specified mailhouse and approximately 3,000 copies per issue to the Tamarac City Hall. • Film Cost to prepare films for newsletter. • Format Specify layout format in which newsletter is desired (disk, film, etc.) • Printing Inserts Provide cost to print inserts: a) 8'/" x 11" one sided — one color b) 8 Y2" x 11 " two sided — one color c) 8 Y2" x 11" one sided — two color d) 8 Y2" x 11" two sided — two color Printed Inserts to be on 20 Lb colored paper. Please provide price on recycled and non -recycled paper. Insertion Charge Provide per piece insertion charge (an example is: How much would it cost to insert a single page, 8 Y2" x 11" flier into each issue). 10 COMPANY NAME: (Please Print): Phone: Fax: ---NU I IUL--- BEFORE SUBMITTING YOUR BID MAKE SURE -YOU.. 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 2. Carefully read the DETAILED SPECIFICATIONS and then properly fill out the BID FORMS. 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have it properly notarized. 4. Sign the CERTIFICATION PAGE. Failure to do so will result in your Bid being deemed non -responsive. 5. Fill out BIDDERS QUALIFICATION STATEMENT. 6. Fill out the REFERENCES PAGE. 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. 8. Fill out the LIST OF SUBCONTRACTORS (if applicable). 9. Include a SAMPLE OF WORK similar to the item to be Bid. Failure to provide a sample will result in automatic rejection of your bid. Samples WILL NOT be returned. 10. Submit ONE ORIGINAL AND TWO (2) PHOTOCOPIES of your bid and clearly marked with the BID NUMBER AND BID NAME on the outside of the envelope. 12. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted_ 13. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID, THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 11 r� BID FORM TAMARAC RESIDENT NEWSLETTER BID NO. 99-20B Submitted by: _9: �e f ��li7T%Y� b, �' ff (Bidder) (Date) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88th Avenue, Tamarac, Florida 33321 1.The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days after the date of the City's Notice of Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. _ c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the " Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 12 BID FORM TAMARAC RESIDENT NEWSLETTER BID NO.99-20B 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 Bidder for the successful completion of its obligation as specified in the contract documents. 1 Price of an 8 page 8 V x 11" finished size, staple newsletter. Printed on 70 # coated text and in 4 color on front & back (1 face of an 11" x17" sheet) and one (1) color on the inside Daaes. 30,000 copies per issue printed 6 times per year Is 2 Price of a 12 page 8 Y2- x 11" finished size, stapled newsletter. Printed on 70 # coated text and in 4 color on front & back (1 face of an 11" x17" sheet) and one (1) color on the inside paaes. 30,000 copies per issue printed 6 times per year Is 3 Price of an 8 page 8 %" x 11" finished size, stapled newsletter. Printed on 70 # coated text and in 4 color on front & back (1 face of an 11" x17" sheet) and two (2) color on the inside paaes, 30,000 copies per issue printed 6 times per year Is 4 Price of a 12 page 8'/" x 11" finished size, stapled newsletter. ..,.Printed on 70 # coated text and in 4 color on front & back (1 face of an 11" x17" sheet) and two (2) color on the inside Daces_ 30,000 copies per issue printed 6 times per year Is Authorized Signatur Per 1000 I / / Per 1000 Company Name 13 BID FORM TAMARAC RESIDENT NEWSLETTER BID NO.99-20B Additional Pricing 5 Folding charge (fold to 5 % " x 8 Y2") 6 $ Ga4F t-P/71 :1C -rc� Photo (per screen charge) C06 -f c-v- 8 7 Film charge (cost to prepare films for newsletter) Format in which the newsletter is desired E $ de /0 Per piece $ S�orJ�Per screen $ �0� ad Per film i L PrintingChar a for Inserts (RECYCLED PAPER) 8 Y2 x 11 one sided one color on 20 Lb colored paper $ 8 Y2 x 11 two sided one color on 20 Lb colored paper $ 8 Y2 x 11 one sided two color on 20 Lb colored paper $ 8 % x 11 two sided two color on 20 Lb colored paper $ Printing Charge for Inserts (NON -RECYCLED PAPER 8 %Z x 11 one sided one color on 20 Lb colored paper 8 V2 x 11 two sided one color on 20 Lb colored paper 8 '/Z x 11 one sided two color on 20 Lb colored paper 8 % x 11 two sided two color on 20 Lb colored paper TO— Time Table Number of Business Days required to Print After Receipt of Copy / Photo Layout .6Q Erm WA S/ , aQ z -61a =S7 . o 7 V,nrI Per 1000 Per 1000 Per 1000 Per 1000 Per 1000 Per 1000 Per 1000 Per 1000 r Days Insertion charge17 ra$ 3.S-�:-Cjo r W",pe 6 piece INCLUDE A SAMPLE OF WORK (SIMILAR TO THE ITEM TO BE BID ON) r Authorized Signatur 14 Perlao, t4 1� rILl�j Con1pany Name BID FORM continued Bidders Name: NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: 2 % DAYS:IQ Delivery/completion: _�"/D calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 15 Bidder's Name: VARIATIONS: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance Section Variance Section Variance Section .Variance Attach additional sheets if necessary. 16 a NON -COLLUSIVE AFFIDAVIT State of �d/ Z4 ) ss. County of nep-Fr ) » �Z2 being first duly sworn, deposes and says that: (1) He/she is the r'f Offcer, Representative or A Bid; gent) of . (Owner, Partner, �`-� 4 the Bidder that has submitted the attached (2) /she is fully informed respecting the preparation and contents of the attached Bid nd of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder 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 Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed worts; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, inLcluding this affiant. Signed, sealed and delivered in the cs of: ,^•�Witn Witness - By: (Printed Name) 17 NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of F�I ) ) ss. County of hrp BEFOTE E, th u de ig ed authority, personally appeared I to me well known and known by me to be the person described herein and who T ec ted tile f reM gAffidavit and acknowledged to and before me thatMOXO-LIS executed said Affidavit for the purpose therein expressed. WITNESS my hand and. official seal this i3r_ day of J Lab 199 4. ,�J,Slf I'v*, jtlln a, 01-Af-2� ea& *+ r My co missom ' NOTARY PUBLIC, Stat f Florida at Large * Mr Camm�uwn GC6pYT�! ♦� ry Erp�r Nwrn+Or► 7, 7000 (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me or _,—) Produced identification r� vus untusb- Y Qr_l_ 1, Type of I.D. Produced (✓ _, DID take an oath, or DID NOT take an oath. 18 CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION 91 OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO r COMPANY NAME: �f �• ADDRESS: CITY:Z GC STATE: FL ZIP. fl TELEPHONE NO.: .r— 3-2 � FAX NO.: CONTACT PERSON: C' 19 BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: yl2 f Address: v Telephone No. S _. 7ZLC Fax No. (�?.Qf Z2-2 / How any years has your organization been in business under its present name? years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? At what address was that business located? Are you Certified? Yes EI No Errif Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes ❑ No irlf Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No Rr If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturero of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes a No ❑ If yes, explain (date, service/project, bid title, etc) ram= C Have you ever received a complaint on a contract or bid awarded to you'by any governmental entity? Yes ❑ No Ow If yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No elf yes, explain: 20 45 , 1 , REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: City of Tamarac Address 7525 N.W. 88th Avenue City/State/Zip Tamarac, FL 33321 Phone: 724-1232 Fax: 724-2545 Contact Nancy Wilson Agency/Firm Name: city of North Lauderhill Address 701 S.W. 71st A- --nu- City/State/Zip N 1 Phone: 722-0900 Fax: Contact Agency/Firm Name: -W 'te g s Address:2631 E. Oakland Pk. Blvd. Suite 104 City/State/Zip Ft • Lauderdale Fl 33306 Phone:390-0940 Fax:390-0950 Contact:John Wohlford Agency/Firm Name: Address: 33068 City/State/Zip Phone: Contact: Agency/Firm Name: eiback Medical Le al Consult. Address City/State/Zip Plantat ion, Fl 33317 Phone: - -- Fax: 4 57 Contact Ellen_ Reibecx Agency/Firm Name: Cit Colle e Address 1401 WCreek Rd. City/State/Zip Phone: 492-5353 Fax:491-1965 Contact g� h Wys�.n� YOUR COMPANY NAME hL ADDRESS 3 7 0/ Li 09JiM; sy Agency/Firm Name: Address: Fax: City/State/Zip .. Phone: Fax: Contact: Agency/Firm Name: Address: 33309 City/State/Zip Phone: Contact: FAX: GSA Fax: 21 I 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 effects 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 which 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 business s 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 polo 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. I - Authorized Signature ompany Name 22 ® - ' - • • • r HA Nu. P. 01 36675 CERTIFICHTE OF LIABILITY I ApLUs NSURANC OA41t1AW Peter J Buchanan 11/07 THIS CERTIFICATE 1$ ISSUE A5 A MATTEFI OF INF AO N I c3temdn, Gordon & Sands, Inc. ONLY AND CONFERS NO RIGHTS UPON THE . HOLDER. TCERTIF HIS CERTIFICATE DOES NOT AMEND, EXTEN P.O. Box 1270 ALTER THE COVERAGE: AFFORDED By �}{E POLICIES OF Pompano Beach, FL 33061 inISLiRED INSURERS AFFORDING COVERAGE; A Plus Printing & Graphic INSUAERA_Str�tE3 Auro Mutual FinishingS P ie Center, Inc. ,N$URkRd 370 ervices xnc dha Quality --- 1 N.W.NW16th S Bind Street INsuRERa _ Lauderhill, FL 33311 INSu**—REn I- COVERAGPS THE VULICIFR nX wtI Ioeunc INSURER E' ANY REQUIREMENT, TERM Op VCONDITION OF ANY C NTAACTDOR OTHER DOCUMENT VVITTO THE INSURED NAMED H FIES CCT TO WHICH TI-IISPERIOD INDICATED. AYfie NST MAY PERTAIN, THC INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDI"PION$ C �ri POLICIAGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED 8Y PAID CLAIMS.CH 7XC SIO II�ICATCMAY EO ISS( POLICY NUMBER POI;EF�CTIVE PODU7rrGENERALUABILIT'T ISOP009292006 ATLI NY LIMITS l ii COMA ERCU4L G4NGRAL LIABILITY 10 15 / 0 0 10 ] 5 01 CLAIMS MADE [�Xj OCCUR GENT. AGGREGATE LIMITAPPL IQS PCR: I+ POLICY 1 PROT- i LOc I AUTOMOBILE LIABILITY Ally AUTO ALL OWNe0 AUTOS SCHEDULED AUTOS HIRED AUTOS 4 NON -OWNED AUTOS I GARAGE LIABILITY ANY AUTO r-- EXCCSS LIABIUTY I -_ J dccvFi ( J CLAIMS MADU I 1 I I DEDUCTIBLE rr--"ffI RETENTION S I WORKERS COMPENSATION AND EMPLOYERS' LIABILITY I OTHER EA.-I1 OCCURPIENCL s1 1.000, FIr+E DAMM;F (My one Iru) 350,00( MED BXP (My One p,,, P6R; ONAL 6 AOV INJURY- S z, 0 0 O GCr[RAL ACCITCGATF S) 0 0-- Pr♦aD LCLH-COMI'/Or• COMBINED SINGI F LIMir (Ell amu.mq S p0CI J UMe S BODILY INJURY (Per ;.cciCent; Pi.OPcjnTY DAMAGE 1YErsc-cc!yr111 —^�. I SW_� ._. AJ10 CNLY • GA ACCIDENT y OThE9 rHA.v EA ACC AL'TOCNLV� AGa a EACH PCCuRRCNCe __ f ACGRF�3ATE _ 3 ...� �.. S LI I WC S IA IIJ II f— _ ,TORY,LIMf, --S (Fq- �E-L EACH ACCIf7GN7 S ^' E.L. DISFA::✓ EA CMPLDYEL j _ E.L. CISKASE .I OLICV I IMrr y --_ —_ .. . liabiliOESCRIPTTON OF OPERATIONS/LOCAT701,/S/yEHICLESrEXCLUfilON9 ADDED BY ENDpgSEME+N7/9pECIgL PROVISIONS The City of Tamarac is an additional insured for general. liability ty coverages only as their interest may appear for the work performed by the insured, Fax #724-2408 Attzl: Adriana CERTIFICATE HOLDER X ADDmONAL9i3UREO:INsuRERLE77ER: CANCELLATION CitY of Tamarac SHOULO ANY OGTH[ABOVGDASCR19EDPOLICIE5BECANCELLED otromp THEExm"TTO 75 2 5 NW 88 Avenue DATE T►fERfiOF, THE ISSUING INSUR[A WILL ENDEAVOR TO MAIL 10 _DAYS WRITTIii Tamarac, FL 33321 NCMCETOTHECCATTFICATENOLDEANAM60TpT"EL[iF7,BLrTFAILURETODOSOSHALL IM POaE NO OGLIGATION OR LIABILITY OF ANY KIND UPON TH H INSURES R.= AGENTS OF REPRFbENTATIVFS. S . AUTHORIZED REPAESENTATiV ACORD z�-S (7rs� 1 of 2 #101880 CD 0 ACORD CORPORATION 19 . I A - ..4 ww 014.10 Vf_1&.-t III IhAX NO. P. 02 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsod. A slatcmvnt on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, ecrtain policies may require an endorsement. A statement on this certificate does not confer rights to the corlificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract bclween the Issuing insurgr(s), authorized represenletivo or producer, and thin certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AcaRp2s4(7/e7)2 of 2 4101880 Nov_ 01- 00 05 _24P _a- Plus - pr i nt/art i st i co l or 954 327 -8606 Temp Reso # 9202 Exhibit "B" City of Tamarac f-inance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Webslte: www.tamc)(0c.org November 1, 2000 A Plus Printing & Graphics 3701 NW 16"' Street Suite A Lauderhill, FL 33311 Attention: Richard Ereris Dear Mr, Erens: Our contract with your company to provide the Tamarac Resident Newsletter expired on September 30, 2000. As specified under Section 1 of the Special Conditions listed in Bid #99-20B entitled Contract Period, there is an option to renew the existing contract for two additional one-year periods. This is the first year to renew the contract. Please advise if a one-year extension would be acceptable to your company. Please complete the appropriate area below and return this form to the Purchasing Division no later than Monday, November 6th, 2000. It you have any questions, do not hesitate to call. Sincerely, Anne M. Lodato, CPPB Senior Buyer Signature I hereby agree to a one-year extension of the subject contract. I am unable to provide a one-year extension of the subject contract EOuol apportunly Employer Date