Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-0491 Temp Reso #8527 Page 1 February 9, 1999 Rev #1, 2/16/99 City of Tamarac, FLORIDA RESOLUTION NO. R-99 - I la T / A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #99-07B ENTITLED "FURNISH AND DELIVERY OF PRINTED MATERIALS" FOR A PERIOD OF TWO YEARS WITH TWO ADDITIONAL TWO YEAR OPTIONS TO RENEW TO THE FOLLOWING COMPANIES: AMERICAN BINDERS, A PLUS PRINTING, COMMERCIAL PRINTERS, LOGICAL PRINTING AND SUNCOAST MARKETING, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac requires printed materials to properly function within each department. Implementing a citywide standard for printed materials will reduce costs, standardize and guarantee quality, provide better cost controls, increase savings; and WHEREAS, The City of Tamarac publicly advertised Bid #99-07B for the furnish and delivery of Printed Materials in the Sun -Sentinel on November 29th and December 6th, 1998; and WHEREAS, twenty three (23) vendors were solicited and eight (8) bids were opened and reviewed to determine cost and responsiveness to the City's specifications; and Temp Reso #8527 Page 2 February 9, 1999 Rev #1, 2/16/99 WHEREAS, five (5) bidders submitted the lowest responsive, responsible bids as per the copy of the Bid and bid tabulation being hereto attached as Exhibit "A", and; WHEREAS, sufficient funds are available in each departments operating funds; and, WHEREAS, it is the recommendation of the Director Of Finance and Purchasing/Contracts Manager that Bid #99-07B be awarded to the five (5) lowest responsive and responsible bidders listed in the Bid Tabulation; 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 authorize the award of Bid #99-07B for the furnishing and delivery of Printed Materials to the five (5) lowest bidders. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #99-07B for the furnishing and delivery of Printed Materials to the five (5) lowest bidders, American Binders, A Plus Printing, Commercial Printers, Logical Printers and Suncoast Marketing, listed in the Bid Tab for a period of two years with two additional two year options to renew is HEREBY approved. 1 Temp Reso #8527 Page 3 February 9, 1999 Rev #1, 2/16/99 SECTION 3: There are sufficient funds available from each department's operating funds. SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this o2u'` W day of February, 1999 ATTEST: CAROL GO , CMC/AAE CITY CLER I HEREBY CERTIFY that I Have approved this RESOLUTION as,to form. MITCHELL .I ,CITY ATTORN JOE SCHREIBER MAYOR RECORD OF COMMISSI MAYOR SCHREIBER DIST 1: COMM. McKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Temp Reso 8527 Exhibit A • L' J df U) W za cc 2 ❑❑ LL W C)Z CA a) a ❑ LL_ O m w ~ J ❑_ W [Q • w a a o a N CD Q O a a C) 0 O a C) O a a o 0 M M Q U O O LO (D a Q O O N a a 4 a s Q O O a N CD LO L- a a L- N CDC] (D (D 0) CD OD CD C) N Nr N r cr co C p� CO r IT Lo U-)N L` a (D M oD CO a N Cl lqr u7 LO N CD U-) L` Y C (D oD (D (D r M N O L- LO IT U') a CV IT �t m IT N Q r (t7 r r M M f- N r ,Lao mmmmmmmmmmmmmmmm . Q Q O a. a a a N O 0 a O 0 0 CD C:)N a a 0 Cl r Cl a M U) a U') O 0 LO ('M Lf) (0 M LD C) O O Li) O a CC) M m w N Li) 0 N C V N W Lo Lo W w r (D Ln M� 0 L-, m N M M L` a LO C Q U')O O r CA cN '� li Li) C N� N I wfi mwmw0���� 11011111111 • • • A' 1 lid!.' C) O 'a a a a a C] O O a ? a Q 4 4 O 0 a c� CO �r . N ti CO CO � M r C1 Ql J o0 LD O O N LO � C)o0 E 0 I aMma- ['i'. C?O O O O 0 0 0 Q 7 co co c' c) O r-- v (n ((D co OMM=G7Cs-7=M=ml; Mai M; ==[571 o a o O a a a o o 0 00 � o o O a a a o 0 0 o O � � O C? 0 N a a a C) O Q CD Q a a 0 a O a a 0 O Q O a CD a a 0 O a C) O .O Q Q a a a o a a a O O a a a a a 0 0 O U r N N r r r N a (V r LO� LO 0CV N o N N M Lo N N' * N Lo � CD C) M Ci a 0 0 0 U N N M f0 E F" 0 U Y. �C 0 Q) fl U -a d C C C N m LL. pr U Q a o 0 m cn CL o U) a) y � C d) G cn a) J 0 io 0 can m 0 y Z 0 m U U) a¢ w o W E a) o L Yj cn a) a a W CL ° a) co— �, cnn cn E o La C a) E o` E Lu Q o o a LL. ¢W H 0) U m o E U ° m L 3 o� a) c o L` ate') (D o LL_ LL_ 4-- cr o �- o ❑ '' m � U) U c > C W M c � 30 3o 0 ; LL ai 0 ro ', o cn co m E E W =_ m CL v 0 w 0 CM U a) a cn (n Q Cr -0 �' C C Q O G .0 co Q) r_ c a) 7, T O_ O O= C U A 7 7 L) c) C C 0 Cr r a) CO W m U U W U m LL CL a O Q¢ m m U d X f— X-0 H J J oLS Q _ CC � W — H O w w co ~O z C 6 L Cfi ❑ U- m 0 w ❑_ J W m ❑ O O O O O a 0 O O O 0 0 m N O OIt) Q Q LD O O a C] C] O r H a 6r`(ri(.i00o O ors ao 00 C Ql to O CO LO In (D O N O O co O Lri r 0) Z C '� J CD N Q N OD (D O LO r Oo 0)r Q Oo N M cM V N `¢r' M (O V N CU Ol LL CL 0 64 69 6). 64 64 6% 69 64 64 64 69 v, 11-1111%1 0 0 0 CD Lo O C] O O O N r- N O O O U] r O M 'V' 'It to N d Oo _ (U Ln (D (D m M (n to (D M Q (D (n CD m 00 r OD r co O M O M I- I- m O J a to CO Q OQ N r r- <f r N Q N N M CD r r E C } Z}} a O U 696'3 69 69 64 69 61)69694&69 69 IV) o CD CD goo OcaCa Oa4= oa aa�aQ C ) ; o o �„ a CD cr r7 G ° LC) + LO o N co I �: T 00 (D J O Cl7 : Q LQ rM N N N ("7 �I N z lei 3' dP O a 0 a a s M a q C] lt') OD M O (`M LO Oo LO O %r cn C M r_ 47 N n J (C+) 0OD CND_ } } } } E CO 0 63 69 64 69 69 69 69 69 6R b co O C7 O CS O O CD In O 0O Q ?, L n L 7, L - L 7, L 7, L O a C] a a 0 Ca O O O Q Q O +' +- +- +' C C CD 0 CD a O O O C) O O O O O O C C C C Q Q C) O O LD N N Lo Lo M Lo Q O Q O O O O O O p O r r N N N aNi N N N N _ N U N rn rn aNi ar M m m can co'a ca co r a m _z cLa`..aaaaa.rza x x a cco a N v cD co (D Q Nr (D ao N -op Uj W U N a cn y v,OoaoQa� 21v) .006 U) I— CL U C O CL (0 CL O z C o C 0 C 0 0 C? 0 a 0 a 0 a 0 C 0 C- Op w W2 C = ) C _N y M �' O C) O N +' m +' m(0 +' co co co O O O d a cn N 7 CoIL C] W m C U. V V r r r M cr7 M N cM b� n v-0 > U Ct1 Y . ro 2 w� O U Q uJ z w a s °' E i>s a`� Q� � w cEa cEo m ❑ N c� m M❑ ca n CL CL CL C� (a D (a (a ( c) I o � N D 7 r W W J L L C (6 _ c6 _ c6 ¢¢¢ Q Q Q 0 0 C ' o b a v a v E E E E E E '� Y a cn O O O O C c O O � N N O 7 7 7 7 m m m m m w C _ m ❑ J J LL U U in f/) 0) (n H ♦- F- H U')❑ O 0 2O ) p O c o d7 m a r N M V cY tY LL) to Lo Lo L(l Ln (D (D n cO N N N M M M M M M M M M M M M M co M co c� r CL Z¢ Z • • 0 0 E 0 LO CV) o C:) C:) O C) CX C) CZ) C] 0 C) tll, 0 C) 01, C) Ca C) CD 0.) . " —9 9 LI? C! lq,, !17, U? U] U? (A co ... C� U? 0) LO LO LO LO U] N-�� 0), r� I.OY, fl- 0). (N 0) Lo 00 CO CO! I- (D cq 0) 0) 0 co M, CO CO M M LO, 0) oM 0 CrY r-- G) I- C,4 I- cq co, U-) ce) Nr LO C-) NT Ca p, <D a CD 0 CD Irr O a a Ca (D 0 C) 0 cn 0 CD CD It CD N U-) CD CD a CD QD Iq In 10 M a, CD Cl CD n (0 CR IR llt C, I,- C, ID co C, U) — C) N C) Im -2 40T r- rl- V) OD a C) in CO V CD 'T U') -t-- LO rr n ;n N co Cf) 00 (D co CD C) cc -i r u-) CA [-- T f- T M T M M IM CD C-4 T (D M 0:) CIJ ct t CN r- CO �• CY) Lr) CD 't C) r.- 0 C) Cl) rr P- Il- M (0 p LO t-- rl- CO CD C14 Nr C) co -�f C6 cNi cli 0 6969 bei. 101, 169 16", b4k u-:v 61) to'i e9 fA. 69 69 69 16% v) v!). 16%16% 1 C� CD C� C� C�CD 69 Lf) tl- U') 00 0 C) (D C) CM cli C6 C6 1;T 14- 0 Nr 0 a C> CD CDI co rl- U') Co U? I? tl-! CN 40). 0) 0) m Nr V CD (D CN CD 0 m co r- T N r- v t-- m I- I- I-- CN 0:111- M N a V co (0 Lo (0 (0 0) qT 47 1-t G (D C) emo N ICT Nr m Nr •C6 'titIm 69. 19 Irl 1119 1 ":k I II)L 1 1) 1 CD 0 0 C) 00 0 0 CD C) C� CD CD CD a C) CD CD C) CD C:) CD CD 0 CD CD CD CD C) CD CD C) 0 CD CD C) CD 0 CD 0 00 CD 0 0 C) 0 C) C) CD CD C) C) C) CD C� 0 C� CD CD C) 0 Q C) 0 0 0 C� 0 C) 0 C) CD CD C) a C) CD CD CD 25 CD ID C) C:l CD C) CD C) cq CN C� CN CD LO C) 0 LO CD LO C%4 cf) LO N c\J t t " LO It CD C) Cl) X: 0 _0 Cl a. z 0 Q 2 m 3 CL a) N M CL CL E r- U) -14 CA Co CD r.L 0 0 U) cq CV) 0 LL CL 0 0 0 0 m 0) , c E CL 0 -6 U) CL jE (D > CA (D (1) L) W 0 0 > lif C) .2 -a < U) co W W _0 W -0 U) (D a) -�e (D C: W r :3 Cl-, 0 — cn E CA E Ca -J E E U) CL 0 CL LL it - c MEA = 0 CL m o o (n d) " 0 E LU < 0 LL < ui 0 E a)o[-Low>C 0 Q) (D LL LL , U- 0 ❑(D U) E C12 15 !�L W a) I_- C) (D > > uj w of ? ?: 0 U- d) a M� 20 CL 0 c am) on CS CL 'a EZ (D c: E 2 C: cl) E CD (D C) c: ca x -0 m w. cn. 0. 0, W 0 cn 0- CL U 0 < .-M . m C-) FL Of -j I lul 1-1=1101101"-, .0 m ID I I N �,Lg I CO 1 ID I 'm C, ,qr - -=. I PIl, N NIN 11011' " I J z W z¢ LL o W co O Z CACL CL a ❑ LL m O m � W LLI ~ J ❑_ aa(DC) `aaavac)a00 O O O Lh O O O a a ((7 a a CO O I- O O O C) O Cf) C) O) C)(V Cn N (D 00 cM (D C) M C)Q ti O (LT M (C1 iCf'. J Ci (n (D M `+ T Cn N IT N N Cri N c'] COX N V7 N N Q N' u6 r c� N N r M M 1"° Q) O N O (U i7 O N C :3 (d a 3 U) 64 16,3 1 6R 64 d4 ka V) 160 6R cfr EFJ 6R O C) C? a Cn LO O C) O (D a s O C] N O W O (fl W It r M LO M 0 Nr O (3) 114: (7 LO N M O N M U) 0 M M M M LO O M LO W � O 0 T N M e- O I - N (M •- -q! M N M m'T b• ti N N M N T 1� N r u] r (") ("] a Z Z e-- U 0 63 4�i 69 69 � 4H 6fi 6f� 69 64 69 6fi 69 6f3 GF} — M J = Z Z m O � (D a d' f- 'r C) 00 T (D OD N 0) d T O CA .N CD 00 (D T'�r (D N N O M OD LO M j OD O I� O ST � 'Kr (D ((') f,- co CO (D N� T (D C) N� M CD(D c0 J a f� a I� M',( u] to a (D (D CO N v7 Cl) •� G N M N V L O) O a O O C.. CL 0 J i (A (A 64 69 d3 41 69 16FO 1614 1 ul ull ()9 0c 1 (4 Q O 0 O CD O CD C)O O 0 a 0 0 0 a 7 L �' L �' L 7+ C , L a' L O (D O (Da a a O a a a O 4 O a 0' O O O O Q O O p O 0 0 0 C) d u7 N N (() LO MIX) 0 0 0 0 0 0 0 O (D Y r �$ U) v) U) O V7 N N N N T N Cn 0)Cn Cif R) CA m 0) (d CA (a cm (0 tm (0 OD r C Cn Z v, aaaa.aao.aa x Z 0 N %) to v7 U t Co 00 It a (D CD 00 d' a (D Q 00 a N N T O U)U7 eZ5 W C M O U) u7 U) O CD O O r 7 o_ U oCL (0 O C O C o C oaaaaCDC) 0 C) OD i U) 0•� y, c 0� U) @ O V N •- U - U U 00 T co T 00 T Q M o M C) M a N d M a> a ,� p) — N M II W a U Cd U O N rYn (0 C:t-- ° E E E E E E w N U 0 0 U) W a) � m a i, (`o cv c`a U ro¢ �. W U H Z ❑ N ai ° (7C7U" oV) cn r J M EL�� m� mao_CL c (vin QQ¢0 06 E wW = a Z' E E E `) _ 7 -oO) O O � C 7 C � C = N (ti (0 JPEPE O o C❑ c Q o U }} (5 U C00 J J LL U m U) U) U) H 7 •r ON z O O O r N CM � � � Lo 117 Lo (D fl- OD NN (+'] cr) M M M M M M M M M M M Taz°¢ • .7 0 -A. 4W. -W. I To� The F hasin and kku We propose to famish the I prices ..,17he bid prices qui 1� 0 # ITEM DESCRIPTIONf. vT. .�QTY,J UNIT - SIZE `:'-'PER PRI CE, UNIT'. TOTAL:` ITEM$ I Application, Business License 1,000 2 Application, Employment .20,000 3 Books, Budget '250 Sla 4 Books, Contract FIDE 1,000 5 Books, Contract IAFF 11000 0S7 6 Brochures, Employee Training 1;000 7 Cards, Including Envelopes 2,000 ... I 8 Cards, Business 100,000 *Vay — 9 Cards, Fitness Membership 2,000 10-, Cards, Teen Membership 1,000 11 Checks, Payment 50,000 12 Checks, Payroll 10,000 13 Envelopes, #10 250,000 14 Envelopes, #10 Rev Flap Window 250,000 16 Envelopes, #10 Window 10,000 16 Envelopes, #9 Utility Return 250,000 17 Envelopes, Manila 2,000 37z>- 18 Envelopes, Occupational License 3,000 19 Flyers, Recycling 6,000 20 Forms, Activity, Registration 2,000 21 Forms, Backflow 4,000 22 Forms, Change Of Status 2,000 bQ 23 Forms, Plan Critique 5,000 24 Forms, Request For Leave 4,000 25 Forms, Tax 1099 10,000 26 Forms, Tax W2 10,000 27 Labels 3,000 28 Laser Bills, Utility 250,000 Ell 14 ATTACHMENT "A" BID FORM, BID NUMBER 99-07B Furnish & Delivery of Printed Materials To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the following bid prices. The bid prices quoted have been checked and certified to be correct. UNIT PRICE TOTAL # ITEM DESCRIPTION QTY SIZE PER UNIT ITEM $ 1 Application, Business License 1,000 2 Application, Employment 20,000 ,pp 3 Books, Budget Y50 4 Books, Contract FPE 1,000 d0 5 Books, Contract IAFF 1,000 V 60 ,0 fi Brochures, Employee Training 1,000 ,0 7 Cards, Including Envelopes 2,000 S o U _eD 3 G.Od 8 Cards, Business 100,000 9 Cards, Fitness Membership 2,000 ,p 10 Cards, Teen Membership 1,000 .v0 11 Checks, Payment 60,000 hIR047,ae 12 Checks, Payroll 10,000 S.pO 13 Envelopes, #10 250,000 14 Envelopes, #10 Rev Flap Window 250,000 d --G 15 Envelopes, #10 Window 10,000 f 1- 16 Envelopes, #9 Utility Return 250,000 S 17 Envelopes, Manila 2,000 18 Envelopes, Occupational License 3,000 19 Flyers, Recycling 51000 OHO 20 Forms, Activity Registration 2,000 3 y /.3 �Oo 21 Forms, Backflow 4,000 D,v 3 �� 22 Forms, Change Of Status 2,,00Q �G 23 Forms, Plan Critique 5,000 v w 24 Forms, Request For Leave 4,000 G 25 Forms, Tax 1099 10,000 �-- 26 Forms, Tax W2 10,000 27 Labels 1 3,000 Arlzrt /6a,av 3 00 f-r 28 Laser Bills, Utility 1 250,000 2 t'%s T 14 1.1 • ATTACHMENT "A" BID FORM, BID NUMBER 99-07B Furnish & Delivery of Printed Materials To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the following bid prices. The bid prices quoted have been checked and certified to be correct. .tM„d aap" # ITEM DESCRIPTION QTY UNIT SIZE PRICE PER UNIT TOTAL ITEM $ 1 Application, Business License 1,000 83J5 Y R 3 2 Application, Employment 20,000 1/ 6 -,9L 7 5 3, -7 5- 3 Books, Budget 260 -'rueµ a 3, a o 5-0, o 4 Books, Contract FPE 11000 //+4 Q o, co , v° 5 Books, Contract IAFF 11000 1 Aq Loloi 00 / 0g,0, e 6 Brochures, Employee Training 1,000 it 157o / 9 /S /8 7 Cards, Including Envelopes 2,000 Soo yQ, a o , CO 8 Cards, Business 100,000 51.50 ,SO 9 Cards, Fitness Membership 2,000 /74 ,po ,00 10 Cards, Teen Membership 1,000 /q4 3, gat y3. a 11 Checks, Payment 50,000 riq, , 12 Checks, Payroll 10,000 I ga• -150 13 Envelopes, #10 250,000 / - 14 Envelopes, #10 Rev Flap Window 250,000 q O 15 Envelopes, #10 Window 10,000 '-4 a$ 16 Envelopes, #9 Utility Return 250,000 r4 1g, / yS3.zS 17 Envelopes, Manila 2,000 / A�L 3 , PPI, 36 18 Envelopes, Occupational License o3,M 01,50 19 Flyers, Recycling &Llwl',3['e 6,000 IM .55,130 rnso 20 Forms, Activity Registration Aejq4.r 2,000 / Aq &&, $' / 33, 21 Forms, Backflow P142- 4,000 / m ,55, l 0 3'too 22 Forms, Change Of Status 2.,000 /M &' ° 7;, 90 23 Forms, Plan Critique 5,000 53, &7 7' ,3 S 24 Forms, Request For Leave 4,000 / 25 Forms, Tax 1099 10,000 Aa 5. 0 26 1 Forms, Tax W2 10,000 r4 a 27 Labels 3,000 ) 4 W 28 Laser Bills, Utility 250,000 / m 6f( 16 / 7,530 A &1 F.SrrF-� raS'�c r /an4 `ate v5M Supplemental Pricing for Bid # 99-07B Price Based on Quantities Item No. 5000 10000 20000 Per 1000 Total Per 1000 Total Per 1000 2 $62.75 $313.75 $49.45 $494.50 $41.87 11 12 $47.88 $478.80 13 $21.13 $105.65 $19.53 $195.30 14 15 $23.59 $235.90 16 36 2 part 36 3 part 5000 Per 1000 Total 19 black $55.30 $276.50 1 color $60.00 $300.00 _ ~ 4 color $130.32$651.60 ff 2000 4000 Per 1000 Total Per 1000 Total 20 2 part $66.89 $133.78 3 part $95.63 $191.26 25000 Total Per 1000 Total $837.40 21 2 part $55.90 $223.60 3 part $84.14 $336.56 62500 125000 250000 Per 1000 Total Per 1000 Total Per 1000 Total 28 $25.88 $1,617.50 $21.92 $2,740.00 $19.94 $4,985.00 2500 5000 10000 Per 1000 Total Per 1000 Total Per 1000 Total 29 Bond $32.29 $80.73 $24.05 $120.25 $19.76 $197.60 29 Classic $52.80 $132.00 $44.30 $221.50 $39.87 $397.70 34 6 PAGE 34 8 PAGE 34 4 PAGE Business Card Pricing 1 Name 2 Names 3 Names 4 or More Names 8 $35.50 $30.50 $28.50 $24.50 It $27.99 $699.75 $18.13 $453.25 $32.90 $822.50 $18.13 $453.25 $26.68 $667.00 $30.67 $766.75 850 1700 LOT Per 1000 271.89 203.34 322.88 327.95 157.14 120.64 • • L� • �J ATTACHMENT "A" BID FORM, BID NUMBER 99-07B Furnish & Delivery of Printed Materials To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the following bid prices. The bid prices quoted have been checked and certified to be correct. # ITEM DESCRIPTION QTY UNIT SIZE PRICE PER UNIT TOTAL ITEM $ 1 Application, Business License 1,000 ►.ti 49 6S 49 63 2 Application, Employment 20,000 ` ry1 y � 9S 919. If 3 Books, Budget 250 s• 9 7 `t 3 q 3 4 Books, Contract FPE 1,000 7 .'7 5 Books, Contract IAFF 1,000 j 1 79 j 4-7 y. 7 f 6 Brochures, Employee Training .1,000 -1 ?. 6C '1 I •6 � 7 Cards, Including Envelopes 2,000 — 4l�C • 311 8 Cards, Business 100,000 o) 000.00 9 Cards, Fitness Membership 2,000 i 3 S • `i a '7 0 A o 10 Cards, Teen Membership 1,000 1 vK a 25 -al 2 S 11 Checks, Payment 50,000 -- l PASS 12 Checks, Payroll 10,0001 PAS, 13 Envelopes, #10 250,000 I 13. 144 91. 0a 14 Envelopes, #10 Rev Flap Window 250,000 j 1(, io v �4 0.26. 0 15 Envelopes, #10 Window 10,000 .50 3os o 16 Envelopes, #9 Utility Return 250,000 17 Envelopes, Manila 2,000 18 Envelopes, Occupational License 3,000 j a�. ► y 19 Flyers, Recycling 5,000 i 3;1 a - 3 1.16Y 3 b Is 20 Forms, Activity Registration 2,000 1 1 1 q - 3k -2:�a, -7 21 Forms, Backflow 4,000 1 1N. 1 14 • I -o � 0.2 1 22 Forms, Change Of Status 2.,000 r 22)5,58 y s I• i S 23 Forms, Plan Critique 5,000 1 1� 7 36.� - y 1 24 Forms, Request For Leave 4,000 1 �,, 116 . b -7.2/ 25 Forms, Tax 1099 10,000 ?As 26 Forms, Tax W2 10,000 27 Labels 3,000 z 28 Laser Bills, Utility 250,000 14 -* 'SeT � VA�C��`�Iows C 29A #29 A Letterheads - Classic Crest Estimate 120,000 #24 Classic Crest White 8.5 x 11 Black $4,073.16 V- Classic Crest not 20# 29B #29 B Letterheads - Bond Estimate 120,000 20# Bond White 8.5 x 11 Black $1,788.00 34A #34 A Publication - Sundial 4 page Estimate 833 60# offset Color 8.5 x 11 Black 1/1 $110.67 Printed Monthly Fold 34B #34 B Publication - Sundial 6 page Estimate 833 60# offset Color 8.5 x 11 Black 1/1 $144.87 Printed Monthly 1 11x17 & 1- 8.5 x 11 Fold & Saddle Stitch 34C #34 C Publication - Sundial 8 page Estl mate 833 60# offset Color 8.5 x 11 Black 1/1 $206.34 Printed Monthly 2 11 x 17's Fold & Saddle Stitch 35A #35 A Publication - Tam -A -Gram 4 page Estimate 18,000 60# offset White 8.5 x 11 2/2 $1,510.89 Printed Monthly Fold 1/2 35A #35 A Publication - Tam -A -Gram 4 page Estimate 30,000 60# offset White 8.5 x 11 2/2 $2, 624.46 Printed Monthly x 4 Fold 1/2 35B #35 B Publication - Tam -A -Gram 6 page Estimate 189000 60# offset White 8.5 x 11 2/2 $2,567.68 Printed Monthly Fold/Insert 35B #35 B Publication - Tam -A -Gram 6 page Estimate 30,000 60# offset White 8.5 x 11 2/2 $4,647.68 Printed Monthly x4 Fold/insert 35C #35 C Publication - Tam -A -Gram 8 page Estimate 18,000 60# offset White 8.5 x 11 2/2 $3,009.1 1 Printed Monthly Fold/Stitch o #35 C Publication - Tam -A -Gram 8 page Estimate 309000 60# offset White 8.5 x 11 2/2 $5,634.22 Printed Monthly x 4 Fold/Stitch ., ATTACHMENT "A" BID FORM, r. BID NUMBER 99-07B Furnish & Delivery of Printed Materials To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the following bid prices. The bid prices quoted have been checked and certified to be correct. # I ITEM DESCRIPTION 1 Application, Business License 2 Application, Employment 3 Books, Budget 4 Books, Contract FPE 5 Books, Contract IAFF 6 Brochures, Employee Training 7 Cards, Including Envelopes 8 Cards, Business.,.ti, �.� �N•►,•� 9 Cards, Fitness Membership 10 Cards, Teen Membership 11 Checks, Payment , 12 Checks, Payroll o� 13 Envelopes, #10 14 Envelopes, #10 Rev Flap Window 15 Envelopes, #10 Window 16 Envelopes, #9 Utility Return 17 Envelopes, Manila 18 Envelopes, Occupational License 19 Flyers, Recycling .1rr 20 Forms, Activity Registration * Jar 21 Forms, Backflow .�,r..►4 pf r 22 Forms, Change Of Status :c 23 Forms, Plan Critique r' ij rS 24 Forms, Request For L ave 25 Forms, Tax 1099 Alve I'^ j -A a¢ 26 Forms, Tax W2 *'. 27. Labels 28 Laser Bills, Utility -0 2-, /b (iGN- L`f UNIT I PRICE I TOTAL j r QTY SIZE PER UNIT ITEM $ 11000 20,000 250 11000 4-. t pr.4r 1,000 �-,c. ...k �c�r 6U v-r.4, 1,000 ,,,. 2J- o +� / 2-r. !a 2,000 ¢ o- 9 r p � 100,000 ,, 2,000 1,000 91, 50,000 'r 17 f ., 4 250,000 /.•, q / y. .� °� ,j 7 3 7, ►-° 250,000 -,, / 4 4�^ „_ t- 10,000 .,, z 1, t Y 2 j g,e' 250,000 2,000 ro 3,000 3 9 f� L? 5,000 / '3 8 ..,. of fi 2,000 4,000 2.,000 5,000 4,000 r 10,000 "',., 9J' Stf 10,000 q f 64 g f" 3,000 ?moo o 4 -P( Z � wz--c No Text INSTRUCTIONS TO BIDDERS BID NO.99-07B It is the intent of the City to award this bid to the lowest responsible and responsive bidders. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. 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: , December 16, 1998, 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 of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. K 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. 0 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors 4 Bidder shall indemnify and save the City harmless from any damage resulting to them for failure of either Bidder or any subcontractor to take out 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: GENERAL LIABILITY PER OCCURRENCE Comprehensive $1,000,000 Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors Cross Liability and Severability of Interest Clause AGGREGATE $2,000,000 AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE Comprehensive $500,000 $1,000,000 Owned • Hired Non -Owned WORKERS' COMPENSATION STATUTORY AMOUNT Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. Such certificates shall be approved by the City. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating Guide; be licensed to do business in Florida. All policies provided shall be Occurrence not Claims Made forms. The Bidder's insurance policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Bidder shall be responsible for all deductibles. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. n SPECIAL CONDITIONS • BID NO. 99-07B Furnish & Delivery of Printed Materials 1. PURPOSE OF BID: To obtain fixed prices for Furnish & Delivery of Printed Materials for an initial two (2) year period from approximately January 1, 1999 through December 31, 2001. The City reserves the right to renew this agreement for two (2) additional two (2) year periods subject to the vendors acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. All prices, terms and conditions shall remain firm for the initial period of the contract and for any renewal period. The City of Tamarac also reserves the right to terminate this Agreement for any reason or no reason. 2. REQUIREMENTS: Bidders must satisfy the following minimum requirements to be considered responsive. ALL ITEMS MUST BE BRIGHT WHITE RECYCLED PAPER UNLESS OTHERWISE REQUESTED. ALL ITEMS MUST BE PRINTED WITH LASER PROOF INK WITH THE EXCEPTION . OF BUSINESS CARDS AND NCR FORMS THE SUCCESSFUL VENDORS MUST BE AVAILABLE FOR CONSULTIVE VISITS WITH EACH OF THE USING DEPARTMENTS IF AND WHEN REQUESTED. ALL ORDERS MUST BE DELIVERED TO USING DEPARTMENT WITHIN TWO (2) WEEKS OF RECEIPT OF FINAL PROOF. SPECIAL ENVELOPES DELIVERY NO LATER THAN 6 WEEKS. PRICES QUOTED MUST INCLUDE INSIDE DELIVERY TO USING DEPARTMENT DESIGNATED. DELIVERIES MUST BE MADE BETWEEN 8:30 AM AND 3:30 PM. IF THE USING DEPARTMENT HAS A FAX MACHINE, PROOFS MAY BE SENT VIA FAX ONLY WITH THE USING DEPARTMENTS PERMISSION. IF USING DEPARTMENT DOES NOT AGREE TO FAX TRANSMISSION, PROOF MUST BE HAND DELIVERED. ALL PHOTOS/ARTWORK/MECHANICALS ETC. ENGENDERED AS A RESULT OF THIS CONTRACT REMAIN THE PROPERTY OF THE CITY OF TAMARAC AND MUST BE RELINQUISHED TO THE CITY UPON REQUEST. E:3 C. • ITEM DESCRIPTION YEARLY # QTY. 5 Books, Contract IAFF 1,000 8'/ x 1120 Lb. White Paper imprinted in Black Ink 1/1, (approx. 15 sheets) , Folded in Half, Cover to be Glossy Card Stock Imprinted in Black Ink 1/0, Stapled 6 Brochures, Employee Training 1,000 8 Y2 x 14 60 Lb Ivory Paper Imprinted in 1 Color, 111, Folded to 3'/2 x8Y2 7 Cards, Including Envelopes 2000 5 % Bar Foldover, 1/1 Reflex, Blue Ink, Matching Envelope Print on Backflap, 500/Box Style of Cards to include: Birthday, Invitation, Etc. 8 Cards, Business 100,000 3 Y2 x 2, Card Stock White, Imprinted In 2 Colors, 1000/Bx, 1/0 9 Cards, Fitness Membership 2,000 3 % x 2 Business Card Stock, Ivory, Imprinted in 1 Color, 1/0 10 Cards, Teen Membership 1,000 3 Y2 x 2 Business Card Stock, Color, Imprinted in 1 Color, 1/0 11 Checks, Payment 50,000 8 Y2 x 11 20 Lb. Laser Grain Paper, Perforated into Thirds, The bottom third of the form to be shaded in red 12 Checks, Payroll 10,000 8 Y2 x 11 20 Lb. Laser Grain Paper, Perforated into Thirds, The bottom third of the form to be shaded in blue 13 Envelopes, #10 250,000 9'/z x 4'/4, White, Imprinted in Black Ink, 500/box, 1/0 14 Envelopes, #10 Reverse Flap Window 250,000 9'/x x 4'/4, White, Imprinted in Black Ink, 500/box, 1/0 15 Envelopes, #10 Window 10,000 9'/Z x 4 %, White, Imprinted in Black Ink, 500/box, 1/0 16 Envelopes, #9 Utility Return 250,000 9 x 4, White, Imprinted in Black Ink, 500/Box, 1/0 ITEM DESCRIPTION YEARLY # QTY. 29 Letterhead, All Departments 120,000 8 Y2 x 11, 20 Lb. White Paper, 500 Sheets/Box, Imprinted in Black Ink, 1/0 30 Note Pads, From the Desk Of: 5,000 4 Y2 x 5 Y2 , 20 Lb. Paper (Color As Requested) 25 Sheets/pad Imprinted in Black or Blue Ink, 1/0 31 Note Pads, City Of Tamarac 5,000 5-'/2 x 8 %, 20 Lb. White Paper, 50 Sheets/Pad, Imprinted in Black Ink, 1/0 32 Notices, Code Enforcement Violations 3,000 2 Part NCR Doorknob, 3'/2 x 8'/2, 1/1 33 Permits, Building 5,000 8 Y2 x 11, 3 Part NCR Forms (White, Yellow, Pink), Imprinted in Black Ink, 1/1 34 Publications, Sundial 10,000 4,6 or 8 Pages, 8 Y2 x 1160 Lb. Colored Paper, 2 Color Ink, 1/1 Printed Monthly 35 Publications, Tam -A -Gram 144,000 4, 6 or 8 Pages, 8'/2 x 1160 Lb. White Paper, 2 Color Ink, 1/1 Printed monthly 36 Work Orders 100,000 8 % x 11, 3 Part NCR Forms (White, Yellow, Pink) Imprinted in Black Ink 1/0 37 Work Orders, Stop 1,000 7 % x 8 5/8, 60# Red, Perforated 2 5/8" From Bottom, Imprinted in Black Ink, 1/0 38 Work Orders, Unsafe Structure 1,000 8'/z x 11, 60# Red, Imprinted in Black Ink, 1/0 12 • • C7 C� ATTACHMENT "A" BID FORM, BID NUMBER 99-07B Furnish & Delivery of Printed Materials To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the following bid prices. The bid prices quoted have been checked and certified to be correct. # ITEM DESCRIPTION QTY UNIT SIZE PRICE PER UNIT TOTAL ITEM $ 1 Application, Business License 1,000 2 Application, Employment 20,000 3 Books, Budget 250 4 Books, Contract FPE 1,000 5 Books, Contract IAFF 1,000 6 Brochures, Employee Training 1,000 7 Cards, Including Envelopes 2,000 8 Cards, Business 100,000 9 Cards, Fitness Membership 2,000 10 Cards, Teen Membership 1,000 11 Checks, Payment 50,000 12 Checks, Payroll 10,000 13 Envelopes, #10 250,000 14 Envelopes, #10 Rev Flap Window 260,000 15 Envelopes, #10 Window 10,000 16 Envelopes, #9 Utility Return 250,000 17 Envelopes, Manila 2,000 18 Envelopes, Occupational License 3,000 19 Flyers, Recycling 51000 20 Forms, Activity Registration 2,000 21 Forms, Backflow 4,000 22 Forms, Change Of Status 2.,000 23 Forms, Plan Critique 5,000 24 Forms, Request For Leave 4,000 25 Forms, Tax 1099 10,000 26 Forms, Tax W2 10,000 27 Labels 3,000 28 Laser Bills, Utility 250,000 14 ATTACHMENT "A" 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: % DAYS: Delivery/completion: 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. • • 16 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of ) ) ss. County of ) (1) (2) (3) He/she is the Representative or Agent) of submitted the attached Bid; being first duly sworn, deposes and says that: (Owner, Partner, Officer, the Bidder that has He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: 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 work; (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, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness • 18 M (Printed Name) (Title) ATTACHMENT "C" 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 ❑ OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAME: ADDRESS: CITY: TELEPHONE NO.: STATE: 011 ZIP: • C. .7 ATTACHMENT "E" 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: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact YOUR COMPANY NAME ADDRESS PHONE: 22 Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: WIM