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