HomeMy WebLinkAboutBellak Color Corp COC
6j;Cl /0 ~
C;lC!-
~
MIAMI BEACH
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES
CONTRACT NO.:
06-05/06
EFFECTIVE DATE(S): One (1) Year from date of Contract execution, with two (2) additional
one (1) year renewal options, at the City's discretion.
SUPERSEDES:
None
CONTRACTOR(S):
BELLAK COLOR CORPORATION
A. AUTHORITY - Upon affirmative action taken by the City Commission of the City of
Miami Beach, Florida, on May 10, 2006, a Contract was approved for award and
subsequent execution between the City of Miami Beach Florida and BELLAK COLOR
CORPORATION.
B. EFFECT - This Contract is entered into to provide for the printing of the City of Miami
Beach magazines, the "Recreation Review" and the "MB Magazine". Therefore, all
required services shall be made under the terms, prices and conditions of this Contract,
Bid No. 06-05/06, all addenda thereto, and CONTRACTOR's bid response.
C. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with
the City of Miami Beach Procurement Division policies and procedures, at the prices
indicated, exclusive of all Federal, State and local taxes.
All Standing Orders shall show the City of Miami Beach Contract Number (06-05/06).
D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any
vendor failure to perform according to the requirements of this Contract to the
Procurement Director 305-673-7490.
E. INSURANCE CERTIFICA TE(S) - The Contractor shall file Insurance Certificates, as
required, and they must be signed by a Registered Insurance Agent licensed in the State
of Florida and approved by the City of Miami Beach Risk Manager.
F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party. In addition,
CONTRACTOR shall not subcontract any portion of the work required by this Contract.
CONTRACTOR represents that all persons delivering the services required by this
Contract have the knowledge and skills, either by training, experience, education, or a
Page 2
Certification of Contract
combination thereof, to adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform such services to
CITY's satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this Contract in
a skillful and respectable manner. The quality of CONTRACTOR's performance and all
interim and final product(s) provided to or on behalf of CITY shall be comparable to the
best local and national standards.
G. SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard
of the City of Miami Beach. As contract employees of the City, CONTRACTOR's
employees will be required to conduct themselves in a professional, courteous and ethical
manner at all times and adhere to the City's Service Excellence standards. Training will
be provided by the City's Organizational Development and Training Specialist.
H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section
287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to
the CITY, may not submit a bid on a contract with the CITY for the construction or repair
of a public building or public work, may not submit bids on leases of real property to the
CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with the CITY, and may not transact any business with the
CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes,
for category two purchases for a period of 36 months from the date of being placed on the
convicted vendor list. Violation of this section by Contractor shall result in cancellation
of the Contract and may result in Contractor debarment.
I. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under
this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be
subject to the supervision of CONTRACTOR. In providing such services, neither
CONTRACTOR nor its officers, employees or agents shall act as officers, employees, or
agents of the CITY. This Contract shall not constitute or make the parties a partnership or
joint venture.
J. THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third
party by this Contract. Therefore, the parties agree that there are no third party
beneficiaries to this Contract and that no third party shall be entitled to assert a claim
against either of them based upon this Contract.
The parties expressly acknowledge that it is not their intent to create any rights or
obligations in any third person or entity under this Contract.
2
Page 3
Certi fication of Contract
K. NOTICES - Whenever either party desires to give notice to the other, such notice must be
in writing, sent by certified United States Mail, po.stage prepaid, return receipt requested,
or by hand-delivery with a request for a written receipt of acknowledgment of delivery,
addressed to the party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed in writing in the
manner provided in this section. For the present, the parties designate the following:
For CITY:
Procurement Division
AUn: Gus Lopez. Procurement Director
1700 Convention Center Drive
Miami Beach. Florida 33139
For CONTRACTOR:
BeHak Color Corporation
AUn: Alfredo Vega
9730 N.W. 25th Street
Miami. Florida 33172
L. MA TERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in this Contract, Bid No. 06-05/06, and
all addenda thereto, is substantial and important to the formation of this Contract and,
therefore, is a material term hereof.
CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of
such provision or modification of this Contract. A waiver of any breach of a provision of
this Contract shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
M. SEVERANCE - In the event a portion of this Contract is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective unless
CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
3
Page 4
Certification of Contract
N. APPLICABLE LAW AND VENUE - This Contract shall be enforceable in Miami-Dade
County, Florida, and if legal action is necessary by either party with respect to the
enforcement of any or all of the terms or conditions herein exclusive venue for the
enforcement of same shall lie in Miami-Dade County, Florida. By entering into this
Contract, CONTRACTOR and CITY hereby expressly waive any rights either
party may have to a trial by jury of any civil litigation related to, or arising out of
the Project. CONTRACTOR shaH specificaHy bind aH subcontractors to the
provisions of this Contract.
O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document prepared with
the same or similar formality as this Contract and executed by the CITY and
CONTRACTOR.
P. All documents shall be executed satisfactorily to the CITY and until Insurance
Certificates have been filed and approved, this Contract shall not be effective.
Q. This Contract, Bid No. 06-05/06, and all addenda thereto, and CONTRACTOR's bid
response shall comprise the entire Agreement between CITY and CONTRACTOR.
4
Page 5
Certification of Contract
AGREEMENT
THIS AGREEMENT made this to -tI.. day of M,'!f1 20.Qb, A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporatio , hereinafter referred to as the CIty,
which term shall include its successors and assigns, and
ReHak Color Corporation
9730 N.W. 25th Street
Miami. Florida 33172
(also referred to as Contractor)
Estimated Annual Contract Amount: $162.135.00.
IN WITNESS WHEREOF the said City has caused this Certification of Contract to be signed
by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by
the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to
be signed it its name.
CONTRACTOR
Mayor
David Dermer
I!wf~M1b ~t:$;D~
Print Name /Title
~ ~).-- 1) 6
Date
~/, If) b
I Dale
ATTEST:
rliLJ f~
-
City Clerk
Robert Parcher
5
APPROVED AS TO
FORM & LANGUAGE
& FO ECUTION
~ 1 ,futl
torney ~ Da e
~0-' d 0tllOl
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID ## 06-05/06 /I:
COMPANY NAME: a~LL.;tk LOt.-OR
Bid Proposal Page 1 of 2
We propose to pro \ride all labor , materials, too,. and equipment;nec888ary for the printing
of the City of Miami Beach brochures as specified herein. Prices Include freight to City's
mail house and City premises.
Cost Der Publication Annual cost
(Est. 70,000 Copies)
RECREA liON REVIEW
28-page Publication $ 16, i 26, cO X3,= 49, g7 5.. C' c'
$
,
32.f'age Publication $ /8) (f /5. C'q X3 '= $ 541121:5: tJcJ
, ,
36-Page Publication $ 2('1 tt_-5,ot X3,= $ ~ 11996, t'("'"
, .
. 40-Page Publication $ 22 J .5/.S". ;u X3 $ ~ 7, :5'1 5: 00
=
" ! I
MB MAGAZINE
28-page Publication S I &.. I 62~), (Je; XIS $ QQ/76C'.CC>
=
,
32-Page Publication $ I~I O):S. () 0 X6 ;= $ I {J 8J {Je; 0.. c' ('
.
36~age Publication $ :2 (j I (r5 l o() X6,= $ /23., q 1'0 I CYl
,
40.Page Publication $ n 2 -5r:;. (J 0 X6 i= $ I 3 0 () 9 t1 , tJ(J
L. JI .
/
The MB Magazine brochure will be printed six times a year. The Recreation Review brochure will
be printed at the same time as the MB brochure three times a year for the December/January,
ApriUMay and August/September publications. '
The City reserves the right to vary the number of pages throughol.Jt the life of the contract.
Fobfwty 14, 2006 (Arnor'Id$d)
City 01 Millm Bead1
Bid No: O~05/06
21 of Z7
>':12l/[0"d
6c::;.:'., ~L9 sm::.
C:;~,"),>.lnnC::::j;>l NH;,:r'..; ~!n
rAh . h T OrjU'~7 __ +-. T CT, I
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
Bid Proposal Page 2 of 2
PAYMENT TERMS: NET 30. If other, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED
PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY: ;:; i.. FI< t5 00 lk- 6,,,4
COMPANY NAME: I3SLU4.1(
SIGNED:
(I certify at I am authori d to execute this proposal and
commit the bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
Addendum NO.1: 2/3/06
Insert Date
Addendum NO.3:
NAME/TITLE(Print}:
ADDRESS:
CITY/STATE:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL I.D.#:
January 25, 2006
City of Miami Beach
2./11-/0(,
Insert Date
Addendum NO.2:
Addendum NO.4:
Insert Date
Insert Date
/7 LFtU;oO U41f
9730 N,dJ. 25,1+61
/'4t/lI?J/ J FL ZIP: 3~/7'2-
,
_2 0 ~ ~ 06 //~ 8;:'-25 \: .
.;J .;..J 5 a. ~ ~ _ J ~ I~~.'~._-'"
3()5. 86'4. 1078
59- ;297.506
Bid No: 06-05/06
22 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of six (6) clients
or government organizations for which the Contractor is currently furnishing or has furnished,
similar type, size and complexity of work as specified herein. (See References Section 2.18)
Company Name Si3t../3cr;+ 1'46A-2iA)/:;'
Address 21 5() s~ to. 7 8 r/~ ti-Vl:.
Contact Person/Contract Amount Ah /2..0 9 Lit. N1= S
Telephone No. 365'4 579 - c> 919 Fax No.
1)
E-mail
2)
Company Name 116Sd/2. 4Nr ~41"(F1 /jrl: iE.IJRIV/~~1
Address / / 2 2. '2 Q &'n)L. Rods/- 2/ue;
Contact Person/Contract Amount ''7C? IV ~ / (iz../J 2-
Telephone No. d ()6 '-2.63 -2241 Fax No. .306 -:Z.:> 0 - 71::5 0/
{;J<T. 94 72'1
E-mail
3)
13;:;/2R-)' t).1/V,FJZS/TY
1/ 30Q N,~. 2 1\10/1- V~
Contact Person/Contract Amount Jc, ~ 1'1 c.. {f LlI-f Y
Telephone No. 3(J6--819'-3/90 Fax No. ~05 -- b">9Cj - 38 5'3
Company Name
Address
E-mail
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
24 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
4)
CUSTOMER REFERENCE LISTING (CONTO.)
/
Company Name g;';PTI..5T /~/o:..:; PIT;; L
Address 8900 /,jt/IZ.TI+- /j.0E-NO/l '- V/Zi v"s
Contact Person/Contract Amount C lAilOI/t J(b'oIZ/ Git./€. Z
Telephone No. '18Jt,-596 './.}f/O Fax No.
E-mail
5) Company Name 2. UBI A-OV~R..T/S/N~
Address 3:5:5 /1 L.)/~M B/ll). C'i /2 COLE
Contact Person/Contract Amount ti/IL'- 6-1t1lC.//I-
Telephone No. 3C1!J',.42f1-6/9f Fax No. 3c'S-4'6tJ .2()g"Z_
E-mail
6)
.7N r/3,e;V/f/1t1NIf.L- hV6Srm;=NT {IN/f/fI2C-I(/CI:.
, ("'" 'n
Address (; 3/() JUtvs: /5. r L/IZ-/ V~
Contact Person/Contract Amount S tj .5" IJ Iy DL//3 6. L
Telephone No. 306-669-/963 Fax No. 30~"6'tq -73 SCJ
&Xr - 2.10
,{JiM) t(). C'> c.'t-Oc- {I Nr ~N C E. ; Cd l1/J
I
Company Name
E-mail
January 25, 2006
City of Miami Beach
Bid No: 06-05106
25 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
CONTRACTOR'S QUESTIONNAIRE
NOTE: Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from award of this
bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By i3/ZLL/h< CtJu!)'l.. t:.t/llP.- /tt-rIZIZOO 1/t3.i411-
I
Principal Office '1 '7.30 N I I,,{). :2 S TN ~ r 1'1Id'/11I/ Ft- :3 31 7 2..
I
How many years has your organization been in business under your present business
name? 41)_ _
Does your organization have current occupational licenses entitling it to do the work/service
contemplated in this Contract? Y ~;;
Please state license(s) type and number: C?L'c.";PIJr)~N/1 t. lIe/lAIC;:; ~ 166'0 I -0
Include copies of above licenses and certificates with proposal.
Have you ever had a contract terminated due to failure to comply with contractual
specifications? AI 0
If so, where and why?
In what other lines of business are you financially interested or engaged?
N(,lNr~
r IN!lN (11'1 /J. ~lIa-f\II;)I^i tl
January 25, 2006 Bid No: 06-05106
City of Miami Beach 26 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTO.)
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. The term "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
H4;y;V'Y" fElt.NJJN)/~Z- S.e.
/t'O %
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have Vhave not contributed to the campaign either directly or indirectly, of a
candidate who has been elected to the office of Mayor or City Commissioner for the City of
Miami Beach. Please provide the name(s) and date(s) of said contributions-and to whom
said contribution was made.
TIFY that the above answers are true and correct.
=i:~.
:;; --- ;; 0 - ()
(SEAL)
o,..~., "v~ Dons Albaijes
:." . My Commission 00364956
";I . . t
"1", "u'" Expires October 21 2008
Jainuary 25, 2006
City of Miami Beach
Bid No: 06-05/06
27 of 27
MIAMI-DADE COUNTY
TAX COLLECTOR
140 W. FLAGLER ST.
14th FLOOR
MIAMI, FL 33130
2005 OCCUPATIONAL LICENSE TAX 2006
MIAMI-DADE COUNTY - STATE OF FLORIDA
. EXPIRES SEPT. 30, 2006
. MUST BE DISPLAYED AT PLACE OF BUSINESS
PURSUANT TO COUNTY CODE CHAPTER SA - ART. 9 & 10
552567-1 THIS IS NOT A BILL-DO NOT PAY
BUW~~~EC~1ftro~ORP
9730 NW 25 ST
33172 DORAL
FIRST-CLASS
U.S. POSTAGE
PAID
MIAMI, FL
PERMIT NO. 231
LICENSE NO.
RENEWAL
576601-0
OWNEiLACK COLOR CORP
Se<<21}'ge fllfl'Jff~G/L ITHOGRAPH
THIS IS AN OCCUPA1l0NAL
~ TAX ONLY. IT DOES NOT
PEllIIIT THE LICENSEE TO
VIOLATE ANY ElllmNG
REGULATORY OR ZONING
LAWS OF THE COUNTY OR
CITIES. NOR DOES IT
EXEMPT THE LICENSEE
FIIOIII ANY OTHER LICENSE
OR PERIIIT REQUIRED BY
LAW. THIS IS NOT A
CERTIFlCAllON OF THE
UCENSEE.S QUAUFlCA.
nON.
PAYMENT RECEIVED
_DE COUNTYTAX
COLLECTOR:
09/29/2005
00210000131
000189.00
EMPLOYEES
42
DO NOT FORWARD
BEL LACK COLOR CORP
MANUEL FERNANDEZ
PO BOX 227656
MIAMI FL 33122
lD MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gov
COMMISSION MEMORANDUM
DATE:
Mayor David Dermer and Members of the City Commission
Jorge M. Gonzalez, City Manager ~ ~
May 10,2006 V U
REQUEST FOR APPROVAL TO AWARD A CONTRACT TO BELLAK COLOR CORPORATION,
PURSUANT TO INVITATION TO BID 06-05/06, FOR THE PRINTING OF THE MB MAGAZINE
AND THE RECREATION REVIEW, IN THE ESTIMATED ANNUAL AMOUNT OF $162,135.00
TO:
FROM:
SUBJECT:
ADMINISTRATION RECOMMENDATION
Approve the award of contract.
FUNDING
$ 36,030
$ 72,060
$ 18,015
$ 36,030
$162,135
KEY INTENDED OUTCOME SUPPORTED
FY 06 - Office of Communications Account No. 011-0350-000324.
FY 07 - Office of Communications Account No. 011-0350-000324 will include $72,060
in the Proposed Budget, subject to City Commission approval.
FY 06 - Parks and Recreation Account No. 011-0950-000324.
FY 07 - Parks and Recreation AccOunt No. 011-0950-000324 will include $36,030 in
the Proposed Budget, subject to City Commission approval.
Enhance external and inteITIal communications from and within the City.
ANALYSIS
The purpose of Invitation to Bid No. 06-05/06 (the "Bid) is to establish a contract, by means of sealed
bids, with a qualified vendor for the printing of the City of Miami Beach publications. The "MB
Magazine" is printed six times per year and is produced by the Office of Communications of the City
of Miami Beach. The "Recreation Review" magazine is printed three times per year and highlights the
City's Parks and Recreation activities and events. Currently the magazines are 32-pages, however
the number of pages may vary from publication to publication, and therefore the bid requested the
cost of printing 28, 32, 36 and 40-page publications.
This contract shall remain in effect for (1) year from date of contract execution by the Mayor and City
Clerk, and may be renewed by mutual "agreement for three (3) additional years, on a year to year "
basis.
The Bid was issued on January 25,2006, with an opening date of February 23, 2006. Bid Net issued
bid notices to 17 prospective bidders, and the Procurement Division notified via e-mail another 15
companies. The notices resulted in the receipt of two (2) bids.
T:\AGENDA\2006\may1006\consent\Printing MB ty~chures MEMO.doc
Commission Memorandum
ITS 06-05/06
May 10, 2006
page 2 of 3
The City's Living Wage Ordinance applies to printing and reproduction services. Both bidders were
sent letters requesting that they confirmed if their bids complied with the aforementioned City's
Ordinance. Only one of them, Bellak Color Corporation, confirmed that their bid was in compliance
with the Ordinance. The lowest bidder would not agree to comply with the City's Living Wage
Ordinance.
Bellak has been in business for over years 40 years as a printer. City's representatives conducted a
pre-award inspection of Bellak's facilities. In addition, the Procurement Division received satisfactory
references from the following agencies:
. Selecta Magazine
. Barry University
. Baptist Health South Florida
CONCLUSION
Based on the aforementioned, the Administration recommends that the City award a contract to
Bellak Color Corporation for the printing of the MB Magazine and the Recreation Review, in the
estimated annual amountof$162,135. The Fiscal Year 06 Budget includes $54,045 ofthe $162,135.
The remaining $108,090 will be included in the FY 07 Proposed Budget, subject to City Commission
approval.
25
Commission Memorandum
ITB 06-05/06
May 10, 2006
Page 3 of 3
BID TABULATION
Bellak Color Corporation Universal Printing Company
Number of
Publications Cost per Publication Cost per Publication
Der Year (Est. 70,000 CODies) Annual Cost (Est. 70,000 Copies) Annual Cost
Recreation Review
28-Paae 3 $ 16,625 $ 49 875 $ 18,370 $ 55,110
32-PaQe 3 $ 18,015 $ 54,045 $ 17,475 $ 52,425
36-Paoe 3 $ 20,665 $ 61,995 $21,815 $ 65,445
40-PaQe 3 $ 22,515 $ 67,545 $ 23,495 $ 70,485
MB Maaazine
28-Paae 6 $ 16,625 $ 99,750 $ 18,370 $ 110,220
32-PaQe 6 $ 18,015 $ 108,090 $ 17,475 $ 104,850
36-Paoe 6 $ 20 665 $ 123,990 $21,815 $ 130,890
40-PaQe 6 $ 22,515 $ 135,090 $ 23,495 $ 140970
Total Annual Cost for a 32- $162,135 $ 157,275
page publication: -
Printing cost per unit is calculated by dividing the total cost per publication into 70,000 copies as
shown below:
28-Page
32-Page
36-Page
40-Page
70,000 brochures
$16,625
18,015
20,665
22,515
Unit Price
$0.2375
0.2574
0.2952
0.3216
The above unit price shall apply to printing jobs where the request is within 10,000 copies of the
specified 70,000.
26
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
INVITATION TO BID NO. 06-05/06
ADDENDUM NO.3
February 22, 2006
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES is amended as follows:
I. The City is implementing a process to evaluate companies' past performance.
Companies responding to our bids are requested to send the attached survey to their
customers, and have the customer return it directly to the City once the survey has been
completed. Deadline for receipt of survey from customers of respondents is March 10,
2006.
II. Performance Evaluation documents to be completed by customers of the respondent are
attached.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
r~
Gus Lopez, CPPO
Procurement Director
mf
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305.673.7490 , Fax: 305.673.7851
February 22, 2006
To:
Phone:
Fax:
E-mail:
Subject: Performance Evaluation of
Number of pages including cover: 2
To Whom It May Concern:
The City of Miami Beach has implemented a process that collects past performance
information on companies being considered for award of a contract by the City. The
information will be used to assist City of Miami Beach in the procurement of the printing
of the City's seasonal brochures.
The company listed in the subject line has chosen to participate in this program. They
have listed you as a past client that they have done work for. Both the company and City
of Miami Beach would greatly appreciate you taking a few minutes out of your busy day
to complete the accompanying questionnaire.
Please review all items in the following attachment and answer the questions to the best
of your knowledge. If you cannot answer a particular question, please leave it blank.
Please return this questionnaire to Marta Fernandez by Friday, March 3, 2006 by fax:
305.763.7851; or e-mail mfernandezrubio@miamibeachfl.qov
Thank you for your time and effort.
Gus Lopez, CPPO
Procurement Director
<9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gov
PROCUREMENT DIVISION
Tel: 305.673]490 , Fax: 305.673]851
PERFORMANCE EVALUATION SURVEY
Company Name:
Point of Contact:
Phone and e-mail:
Please evaluate the performance of the company (10 means you are very satisfied and have
no questions about hiring them again, 5 is if you don't know and 1 is if you would never hire
them again because of very poor performance).
NO
1
2
3
4
5
6
7
Overall Comments:
Agency or Contact Reference Business Name:
Contact Name:
Contact Phone and e-mail:
Date of Services:
Dollar Amount for Services:
Thank you for your time and effort. Please fax this form to 305.763.7851
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
INVITATION TO BID NO. 06-05/06
ADDENDUM NO.2
February 14, 2006
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES is amended as follows:
I. REVISE language on page 19 of the Bid Documents, Section 3.7 Minimum
Specifications as follows(language underlined denotes revised/added language):
5. Pages: 28, 32, 36 or 40 pages.
7. Trim Size: 4Q-!!-3/8 x 10-7/8 (MB Magazine) and 8-1/4 X 10-5/8 (Recreation Review)
II. DELETE Language on page 20, last paragraph:
Biddors ::lro rcqum~tod to pro'.'ido tho COf:t por four oxtra p::lgOf: por 70,000 brochurof: in
tho f:paco pro':idod on tho Propos::ll P::lgo. This coet will bo ::lddod/subtr::lctod from tho
32 pago publication coet
REPLACE the above with the following language:
Bidders are requested to provide the cost of printing a 28-page, 32-page, 36-page and
40-page brochure. The City reserves the right to vary the number of pages per
publication throughout the life of the contract.
III. REPLACE page 21 of the Bid Documents with the attached amended proposal
page. Please submit the amended proposal page with your bid, or your bid may be
considered non-responsive.
IV. The following information relative to issues raised or discussed at the pre-bid
conference is hereby incorporated and made part of Bid No. 04-05/06:
A. Insurance Requirements, page 15 of the bid documents, are not applicable to
this Invitation to Bid.
V. The following are answers to questions submitted by prospective bidders:
Q. Centaur North is a California based firm with production houses near your service
area. Before I brought this IFB to our production manager and others, I wanted
to make sure that out of state firms are eligible to respond.
A. There is no requirement in the bid for State of Florida firms only, therefore,
yes, you can respond to this Invitation to Bid. However, please make sure
your company meets the requirements set forth on section 3 of the Bid
Specifications regarding the location where printing will take place, which
is within a 50-mile radius from the City of Miami Beach.
ITS 06-05/06
Addendum NO.2
Page 2
Q. I wanted to make sure that we did not have to put together a formal proposal
response, and that you only require that we fill out the documents in the RFP and
submit the items on the check list.
A. Bidders are required to submit the following pages, which are included in
this Invitation to Bid: Proposal Form (Pages 21-22); Customer Reference
Listing and Contractor's Questionnaire (Pages 24-27). Any additional
information/submittals (such as samples) will be requested by this office in
writing if required.
Q. In regards to samples, what exactly do you require, and how many?
A. One sample of a comparable printing job may be submitted with your bid,
but is not required at time of Bid submittal. Samples of the MB Magazine
and Recreation Review publications can be found on the City's website at
the following links:
http://www.miam ibeachfl.Qov/newcitv/depts/media relations/febmarchm b. pdf
http://miam i beachfl.aov/newcitv/depts/rcpa/winter2006/co\rer .asp
Bidders are reminded to please acknowledge receipt of this addendum on page 22 of the Bid
Documents or the bid may be considered non-responsive.
CITY OF MIAMI BEACH
/:;~
(- t~;
Gus Lopez, CPPO
Procurement Director
mf
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
COMPANY NAME:
Bid Proposal Page 1 of 2
We propose to provide all labor, materials, tools and equipment necessary for the printing
of the City of Miami Beach brochures as specified herein. Prices include freight to City's
mail house and City premises.
Cost per Publication
(Est. 70,000 Copies)
Annual cost
RECREATION REVIEW
28-page Publication
32-Page Publication
36-Page Publication
40-Page Publication
$
$
$
$
X3 = $
X3 = $
X3 = $
X3 = $
MB MAGAZINE
28-page Publication $ X6 = $
32-Page Publication $ X6 = $
36-Page Publication $ X6 = $
40-Page Publication $ X6 = $
The MB Magazine brochure will be printed six times a year. The Recreation Review brochure will
be printed at the same time as the MB brochure three times a year for the December/January,
April/May and August/September publications.
The City reserves the right to vary the number of pages throughout the life of the contract.
February 14, 2006 (Amended)
City of Miami Beach
Bid No: 06-05/06
21 of 27
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
INVITATION TO BID NO. 06-05/06
ADDENDUM NO. 1
February 3, 2006
This addendum for the PRINTING OF THE CITY OF MIAMI BEACH BROCHURES is issued for
informational purposes only.
I. The City pays approximately $16,000 for the printing of 62,152 copies of the City of
Miami Beach 32-page brochures.
II. Subsequent addenda will follow to answer questions by prospective bidders.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
~~
(, t::'-
Gus Lopez, CPPO
Procurement Director
mf
INVITATION FOR BIDS
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES
BID # 06-05/06
BID OPENING: FEBRUARY 23,2006 AT 3:00 P.M.
Gus lopez, CPPO, Procurement Director
PROCUREMENT DIVISION
1700 Convention Center Drive, Miomi Beach, Fl33139
www.miamibeachfl.gov
F :\PURC\$All \MART A \Bids \05-06 \ITB 06-05-06 PRINTING.doc
(9 MIAMI BEACH
G MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
PUBLIC NOTICE
Invitation to Bid No. 06-05/06
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 23rd day of February,
2006 for:
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES
At time, date, and place above, bids will be publicly opened. Any bids or proposals received after
time and date specified will be returned to the bidder unopened. The responsibility for submitting a
bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
Purpose: The purpose of this bid is to establish a contract, by means of sealed bids, with a
qualified vendor for the printing of the City of Miami Beach brochures. This contract shall remain in
effect for (1) year from time of award by the Mayor and City Commission, and may be renewed by
mutual agreement for three (3) additional years, on a year to year basis.
A pre-bid conference will be held on February 7th, 2005 at 10:00 a.m. at the City of Miami Beach
City Hall, 4th Floor, Mayor's Conference Room, located at 1700 Convention CenterDrive, Miami
Beach Florida 33139.
Attendance at the prebid Conference is highly encouraged and recommended as a source of
information but is not mandatory.
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid
notification system created exclusively for state and local agencies located in South Florida.
Created in conjunction with BidNet(r), this new South Florida Purchasing system has replaced the
DemandStar system and allow vendors to register online and receive notification of new bids,
amendments and awards. Vendors with Internet access should review the registration options at
the following website: www.Qovbids.com/scriots/southflorida/oublic/home1.aso. If you do not have
Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile
to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305)
673-7851. The Bid title/number shall be referenced on all correspondence. All questions must be
received no later than ten (10) calendar days prior to the scheduled Bid opening date. All
responses to questions/clarifications will be sent to all prospective bidders in the form of an
addendum.
The City of Miami Beach reserves the right to accept any proposal or bid deemed to bein the best
interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of
Miami Beach may reject any and all proposals or bids.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
2 of 27
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CAMPAIGN
CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI
B EACH WEBS ITE: http://www . miami beachfl.Qov/newcitv/depts/pu rchase/bidintro. asp
· CONE OF SILENCE -- ORDINANCE NO. 2002-3378
· CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879.
· DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234.
· PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344.
· LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-3363
· LOCAL PREFERENCE ORDINANCE NO. 2003-3413
Sincerely,
??r<
(-:- {..
!.
Gus Lopez, CPPO
Procurement Director
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
3 of 27
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
_Our company does not handle this type of product/service.
_We cannot meet the specifications nor provide an alternate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre-proposal meeting.
_OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid or this completed fonn, may result in your
company being removed from the City's bid list.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
4 of 27
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES
BID # 06-05/06
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
Original copy of Bid Form as well as any other pertinent documents must be returned in
order for the bid to be considered for award. All bids are subject to the conditions specified
hereon and on the attached Special Conditions, Specifications and Bid Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title
to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive,
Miami Beach, Florida 33139. Facsimile or e-mailed bids will not be accepted.
1.2 EXECUTION OF BID:
Bid must contain a manual signature of an authorized representative in the space provided
on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be
considered for award. All bids must be completed in pen and ink or typewritten. No
erasures are permitted. If a correction is necessary, draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person
signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original bid conditions and specifications CANNOT be changed or altered in
any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter
form, signed by bidders and attached to the bid.
1.3 NO BID:
If not submitting a bid, respond by returning the enclosed bid form questionnaire, and
explain the reason. Repeated failure to bid without sufficient justification shall be cause for
removal of a supplier's name from the bid mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and extended total,
when requested. Prices must be stated in units of quantity specified in the bidding
specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise
stated in special conditions). Discounts for prompt payment. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately and
no attempt is to be made to tie any item or items in with any other item or items. Cash or
quantity discounts offered will not be a consideration in determination of award of bid(s).
1.5 TAXES:
The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax
and Use Certificate Number is 04-00097-09-23.
1.6 MISTAKES:
Bidders are expected to examine the specifications, delivery schedules, bid prices and
extensions and all instructions pertaining to supplies and services. Failure to do so will be
at the bidder's risk.
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this bid shall be
the latest new and current model offered (most current production model at the time of this
bid). All containers shall be suitable for storage or shipment, and all prices shall include
standard commercial packaging.
January 25, 2006 Bid No: 06-05/06
City of Miami Beach 5 of 27
1.8 UNDERWRITERS' LABORATORIES:
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies
shall be U.L.listed or re-examination listing where such has been established by U.L. for the
item(s) offered and furnished.
1.9 BIDDER'S CONDITIONS:
The City Commission reserves the right to waive irregularities or technicalities in bids or to
reject all bids or any part of any bid they deem necessary for the best interest of the City of
Miami Beach, FL.
1.10 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified in the
following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are
informational guides as to a standard of acceptable product quality level only and should not
be construed as an endorsement or a product limitation of recognized and legitimate
manufacturers. Bidders shall formally substantiate and verify that product(s) offered
conform with or exceed quality as listed in the specifications.
Bidder shall indicate on the bid form the manufacturer's name and number if bidding other
than the specified brands, and shall indicate ANY deviation from the specifications as listed.
Other than specified items offered requires complete descriptive technical literature marked
to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE
BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid
will be considered as a bid in complete compliance with the specifications as listed on the
attached form.
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Item delivered, not conforming to
specifications, may be rejected and returned at vendor's expense. These items and items
not delivered as per delivery date in bid and/or purchase order may be purchased on the
open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in:
A) Vendor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense and, if not destroyed,
will, upon request, be returned at the bidder's expense. Bidders will be responsible for the
removal of all samples furnished within (30) days after bid opening. All samples will be
disposed of after thirty (30) days. Each individual sample must be labeled with bidder's
name. Failure of bidder to either deliver required samples or to clearly identify samples may
be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered
to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139.
1.13 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met), show
number of days (in calendar days) required to make delivery after receipt of purchase order,
in space provided. Delivery time may become a basis for making an award. Delivery shall
be within the normal working hours of the user, Monday through Friday, excluding holidays.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
6 of 27
1.14 INTERPRETATIONS:
Unless otherwise stated in the bid, any questions concerning conditions and specifications
should be submitted in writing to the Procurement Director, 1700 Convention Center Drive,
Miami Beach, FL 33139. Fax (305) 673-7851.
1.15 BID OPENING:
Bids shall be opened and publicly read on the date, time and place specified on the Bid
Form. All bids received after the date, time, and place shall be returned, unopened.
1.16 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk
of loss or damage to all items shall be the responsibility of the successful bidder until
acceptance by the buyer unless loss or damage result from negligence by the buyer.
If the materials or services supplied to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order upon written notice to the seller
and return product at bidder's expense.
1.17 PAYMENT:
Payment will be made by the City within 30 days after the items ':lwarded to a vendor have
been received, inspected, and found to comply with award specifications, free of damage or
defect and properly invoiced.
1.18 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
decision of the City shall be final and binding on both parties.
1.19 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner
affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a
cause for relief from responsibility.
1.20 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of Miami Beach,
Florida and its employees from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article
manufactured or used in the performance of the contract, including its use by The City of
Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters,
patent, or copyright, it is mutually understood and agreed, without exception, that the bid
prices shall include all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
1.21 OSHA:
The bidder warrants that the product supplied to the City of Miami Beach, Florida shall
conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be considered as a
breach of contract. Any fines levied because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same.
1.22 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
precedence.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
7 of 27
1.23 ANTI-DISCRIMINATION:
The bidder certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375,
relative to equal employment opportunity for all persons without regard to race, color,
religion, sex or national origin.
1.24 AMERICAN WITH DISABILITIES ACT:
To request this material in accessible format, sign language interpreters, information on
access for persons with disabilities, and/or any accommodation to review any document or
participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-
673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY
users may also call 711 (Florida Relay Service).
1.25 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new. The items bid must be new, the latest model,
of the best quality, and highest grade workmanship.
1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami Beach property to deliver
materials or perform work or services as a result of a bid award, the ~uccessful bidder will
assume the full duty, obligation and expense of obtaining all necessary licenses, permits
and insurance and assure all work complies with all applicable Miami-Dade County and City
of Miami Beach municipal code requirements as well as the Florida Building Code. The
bidder shall be liable for any damages or loss to the City occasioned by negligence of the
bidder (or agent) or any person the bidder has designated in the completion of the contract
as a result of his or her bid.
1.27 BID GUARANTY: N/A
1.28 DEFAULT:
Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before
such award is made, may result in forfeiture of that portion of any bid surety required equal
to liquidated damages incurred by the City thereby, or where surety is not required, failure to
execute a contract as described above may be grounds for removing the bidder from the
bidder's list.
1.29 CANCELLATION:
In the event any of the provisions of this bid are violated by the contractor, the Procurement
Director shall give written notice to the contractor stating the deficiencies and unless
deficiencies are corrected within ten (10) days, recommendation will be made to the City
Commission for immediate cancellation. The City Commission of Miami Beach, Florida
reserves the right to terminate any contract resulting from this invitation at any time and for
any reason, upon giving thirty (30) days prior written notice to the other party.
1.30 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department, 1700
Convention Center Drive, Miami Beach, Florida 33139.
1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00
P.M.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
8 of 27
1.32 SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute
shipments will be returned at the bidder's expense.
1.33 FACILITIES:
The City Commission reserves the right to inspect the bidder's facilities at any time with
prior notice.
1.34 BID TABULATIONS:
Bidders desiring a copy of the bid tabulation may request same by enclosing a self-
addressed stamped envelope with the bid.
1.35 PROTEST PROCEDURES:
Bidders that are not selected may protest any recommendation for Contract award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for resulting protested bids and proposed awards. Protest not timely pursuant
to the requirements of Ordinance No. 2002-3344 shall be barred.
1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true
meaning of the specifications or other Bid documents or any part thereof, the Bidder must
submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior
to scheduled Bid opening, a request for clarification. All such requests for clarification must
be made in writing and the person submitting the request will be responsible for its timely
delivery.
Any interpretation of the Bid, if made, will be made only by Addendum duly issued by the
City of Miami Beach Procurement Director. The City shall issue an Informational Addendum
if clarification or minimal changes are required. The City shall issue a Formal Addendum if
substantial changes which impact the technical submission of Bids is required. A copy of
such Addendum shall be sent by BidNet@ via e-mail or facsimile to each Bidder receiving
the Solicitation that is a subscriber to the Bidnet@ notification system. Bidders who are not
subscribers to the Bidnet@ system are responsible for ensuring that they have received all
addenda. In the event of conflict with the original Contract Documents, Addendum shall
govern all other Contract Documents to the extent specified. Subsequent addendum shall
govern over prior addendum only to the extent specified. The Bidder shall be required to
acknowledge receipt of the Formal Addendum by signing in the space provided on the Bid
Proposal Form. Failure to acknowledge Addendum shall deem its Bid non-responsive;
provided, however, that the City may waive this requirement in its best interest. The City will
not be responsible for any other explanation or interpretation made verbally or in writing by
any other city representative.
1.37 DEMONSTRATION OF COMPETENCY:
1) Pre-award inspection of the Bidder's facility may be made prior to the award of contract.
Bids will only be considered from firms which are regularly engaged in the business of
providing the goods and/or services as described in this Bid. Bidders must be able to
demonstrate a good record of performance for a reasonable period of time, and have
sufficient financial support, equipment and organization to insure that they can satisfactorily
execute the services if awarded a contract under the terms and conditions herein stated.
The terms "equipment and organization" as used herein shall be construed to mean a fully
equipped and well established company in line with the best business practices in the
industry and as determined by the City of Miami Beach.
January 25. 2006
City of Miami Beach
Bid No: 06-05/06
9 of 27
2) The City may consider any evidence available regarding the financial, technical and
other qualifications and abilities of a Bidder, including past performance (experience) with
the City in making the award in the best interest of the City.
3) The City may require Bidders to show proof that they have been designated as
authorized representatives of a manufacturer or supplier which is the actual source of
supply. In these instances, the City may also require material information from the source
of supply regarding the quality, packaging, and characteristics of the products to be supplies
to the City through the designated representative. Any conflicts between this material
information provided by the source of supply and the information contained in the Bidder's
Proposal may render the Bid non-responsive.
4) The City may, during the period that the Contract between the City and the successful
Bidder is in force, review the successful Bidder's record of performance to insure that the
Bidder is continuing to provide sufficient financial support, equipment and organization as
prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts
awarded to it by the City, the City may place said contracts on probationary status and
implement termination procedures if the City determines that the successful Bidder no
longer possesses the financial support, equipment and organization which would have been
necessary during the Bid evaluation period in order to comply with this demonstration of
competency section.
1.38 DETERMINATION OF AWARD
The City Commission shall award the contract to the lowest and best bidder. In determining
the lowest and best bidder, in addition to price, there shall be considered the following:
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perform the Contract within the time specified, without
delay or interference.
c. The character, integrity, reputation, judgement, experience and efficiencY-Of
the bidder.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
1.39 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this
contract, including any or all of its right, title or interest therein, or his or its power to execute
such contract to any person, company or corporation without prior written consent of the
City of Miami Beach.
1.40 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein.
1.41 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase
from the resulting contract, provided the Department of Management Services, Division of
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the
Division to the other State agencies at the agencies option.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
10 of 27
1.42 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the
awarded vendor. However, items that are to be a Spot Market Purchased may be
purchased by other methods, i.e. Federal, State or local contracts.
1.43 ELIMINATION FROM CONSIDERATION
This bid solicitation shall not be awarded to any person or firm which is in arrears to the City
upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any
obligation to the City.
1.44 WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
1.45 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the
contract period. The City is not obligated to place any order for a given amount subsequent
to the award of this bid solicitation. Estimates are based upon the City's actual needs and/or
usage during a previous contract period. The City for purposes of determining the low
bidder meeting specifications may use said estimates.
1.46 COLLUSION
Bids from related parties. Where two (2) or more related parties each submit a bid or
proposal for any contract, such bids or proposals shall be presumed to be collusive. The
foregoing presumption may be rebutted by presentation of evidence as to the extent of
ownership, control and management of such related parties in the preparation and submittal
of such bids or proposals. Related parties mean bidders or proposers or the principals
thereof which have a direct or indirect ownership interest in another bidder or proposer for
the same contract or in which a parent company or the principals thereof of one (1) bidder
- or proposer have a direct or indirect ownership interest in another bidder or proposer for the
-same contract. Bids or proposals found to be collusive shall be rejected. Bidders or
Proposers who have been found to have engaged in collusion may be considered non-
responsible, and may be suspended or debarred, and any contract resulting from collusive
bidding may be terminated for default.
1.47 DISPUTES
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
· Any agreement resulting from the award of this Bid (if applicable); then
· Addenda released for this Bid, with the latest Addendum taking precedence; then
· The Bid; then
· Awardee's Bid.
1.48 REASONABLE ACCOMMODATION
In accordance with the Title II of the Americans with Disabilities Act, any person requiring an
accommodation at the Bid opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
1.49 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this proposal.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
11 of 27
1.50 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bidder or contractor, which
offer shall be deemed accepted upon approval by the City Commission of the City of Miami
Beach, Florida and in case of default on the part of successful bidder or contractor, after
such acceptance, the City may procure the items or services from other sources and hold
the bidder or contractor responsible for any excess cost occasioned or incurred thereby.
1.51 TIE BIDS:
Please be advised that in accordance with Florida Statues Section 287.087, regarding
identical tie bids, preference will be given to vendors certifying that they have implemented
a drug free work place program. A certification form will be required at the time of Bid
submission.
1.52 PUBLIC ENTITY CRIMES (PEC):
A person or affiliate who has been placed on the convicted vendor list following a conviction
for public entity crimes 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, sub-
contractor, or consultant under a contract with a public entity , and may not transact
business with any public entity in excess of the threshold amount provided in Sec. 287.017,
for CATEGORY TWO for a period of 36 months from the date of being placed on the
convicted vendor list.
1.53 DETERMINATION OF RESPONSIVENESS:
Determination of responsiveness will take place at the time of bid opening and evaluation.
In order to be deemed a responsive bidder, your bid must conform in all material respects to
the requirements stated in their Bid.
1.54 DELIVERY TIME:
Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar
days) for each item. It must be a firm delivery time, no ranges will be accepted, i.e.; 12-14
days.
1.55 CONE OF SILENCE
This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No.
2002-3378. A copy of all written communication(s) regarding this bid must be filed with the
city clerk.
1.56 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful bidder
of such termination which shall become effective upon receipt by the successful bidder of
the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the
Agreement for all services performed by the bidder prior to termination, net of any costs
incurred by the City as a consequence of the default.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
12 of 27
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City
for damages sustained by the City by virtue of any breach of the Agreement by the bidder,
and the City may reasonably withhold payments to the successful bidder for the purposes of
set off until such time as the exact amount of damages due the City from the successful
bidder is determined.
1.57 TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful bidder of such termination,
which shall become effective thirty (30) days following receipt by bidder of such notice. In
that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. If the Agreement is terminated by the City as provided in this section,
the City shall compensate the successful bidder in accordance with the Agreement for all
services actually performed by the successful bidder and reasonable direct costs of
successful bidder for assembling and delivering to City all documents. No compensation
shall be due to the successful bidder for any profits that the successful bidder expected to
earn on the balanced of the Agreement. Such payments shall be the total extent of the
City's liability to the successful bidder upon a termination as provided for in this section.
1.58 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The contractor shall be responsible for his work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
project. He shall specifically and distinctly assume, and does so assume, all risks of
damage or injury to property or persons used or employed on or in connection with the work
and of all damage or injury to any person or property wherever located, resulting from any
action or operation under the contract or in connection with the work. It is understood and
agreed that at all times the contractor is acting as an independent contractor.
The contractor, at all times during the full duration of work under this contract, including .
extra work in connection with this project shall meet the following requirements:
Maintain Automobile Liability Insurance including Property Damage covering all owned,
non-owned or hired automobiles and equipment used in connection with the work.
No change or cancellation in insurance shall be made without thirty (30) days written notice
to the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business under the
laws of the State of Florida and these companies must have a rating of at least B+:VI or
better per Best's Key Rating Guide, latest edition.
Original signed Certificates of Insurance, evidencing such coverages and endorsements as
required herein, shall be filed with and approved by the City of Miami Beach Risk Manager
before work is started. The certificate must state Bid Number and Title. Upon expiration of
the required insurance, the contractor must submit updated certificates of insurance for as
long a period as any work is still in progress.
It is understood and agreed that all policies of insurance provided by the contractor are
primary coverage to any insurance or self-insurance the City of Miami Beach possesses
that may apply to a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage
from the first dollar of exposure. No deductibles will be allowed in any policies issued on
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
13 of 27
this contract unless specific safeguards have been established to assure an adequate fund
for payment of deductibles by the insured and approved by the City's Risk Manager.
The liability insurance coverage shall extend to and include the following contractual
indemnity and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a
municipal corporation, its officers, agents, and employees from all claims for bodily injuries
to the public in and up to the amount of $1 ,000,000.00 for each occurrence and and for all
damages to the property of others in and up to the amount of $1,000,000.00 for each
occurrence per the insurance requirement under the specifications including costs of
investigation, all expenses of litigation, including reasonable attorney fees and the cost of
appeals arising out of any such claims or suits because of any and all acts of omission or
commission of any by the contractor, his agents, servants, or employees, or through the
mere existence of the project under contract".
The foregoing indemnity agreement shall apply to any and all claims and suits other than
claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach,
its officers, agents, and employees, as determined by a court of competent jurisdiction.
The contractor will notify his insurance agent without delay of the existence of the Hold
Harmless Agreement contained within this contract, and furnish a copy of the Hold
Harmless Agreement to the insurance agent and carrier.
The contractor will obtain and maintain contractual liability insurance in adequate limits for
the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement
from any and all claims arising out of this contractual operation.
The contractor will secure and maintain policies of subcontractors. All policies shall be
made available to the City upon demand. Compliance by the contractor and all
subcontractors with the foregoing requirements as to carrying insurance and furnishing
copies of the insurance policies shall not relieve the contractor and all subcontractors of
their liabilities and obligations under any Section or Provisions of this contract. Contractor
shall be as fully responsible to the City for the acts and omissions of the subcontractor and
of persons employed by them as he is for acts and omissions of persons directly employed
by him.
Insurance coverage required in these specifications shall be in force throughout the contract
term. Should any awardee fail to provide acceptable evidence of current insurance within
seven days of receipt of written notice at any time during the contract term, the City shall
have the right to consider the contract breached and justifying the termination thereof.
If bidder does not meet the insurance requirements of the specifications; alternate insurance
coverage, satisfactory to the Risk Manager, may be considered.
It is understood and agreed that the inclusion of more than one insured under these policies
. shall not restrict the coverage provided by these policies for one insured hereunder with
respect to a liability claim or suit by another insured hereunder or an employee of such other
insured and that with respect to claims against any insured hereunder, other insureds
hereunder shall be considered members of the public; but the provisions of this Cross
Liability clause shall apply only with respect to liability arising out of the ownership,
maintenance, use, occupancy or repair of such portions of the premises insured hereunder
as are not reserved for the exclusive use of occupancy of the insured against whom claim is
made or suit is filed.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
14 of 27
INSURANCE CHECK LIST
XXX 1.
XXX 2.
XXX 3.
XXX 5.
Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per
occurrence for bodily injury property damage to include Premisesl Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after bid opening.
Bidder
Signature of Bidder
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
15 of 27
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES
BID # 06-05/06
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified vendor
for the printing of the City of Miami Beach brochures as listed and specified herein.
2.2 TERM OF CONTRACT:
This contract shall remain in effect for a period of (1) one year from date of contract execution by
the Mayor and City Clerk, and may be renewed by mutual agreement for three (3) additional
years.
Providing the successful bidder will agree to maintain the same price, terms and conditions of the
current contract, this contract could be extended for an additional three (3) years, on a year to
year basis, if mutually agreed upon by both parties.
2.3 METHOD OF AWARD
Award of this contract may be made to primary and secondary lowest and best bidders, as
defined in General Conditions 1.48, whose bid will be most advantageous to the City of Miami
Beach. Should the primary vendor fail to comply with the Terms and Conditions of this Contract,
the City reserves the right to award to the secondary vendor, if it is deemed to be in the best
interest of the City.
2.4 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on
the Bid Form shall remain fixed and firm during the term of this contract; provided, however, that
the bidder may offer incentive discounts from this fixed price to the City at any time during the
contractual term.
2.5 SHIPPING TERMS:
Prices shall include freight to City's mail house and City premises, and shall be F.O.B.
Destination. Vendor shall hold title to the goods until such time as they are delivered to, and
accepted by, an authorized City representative. Brochures shall be delivered in cartons.
2.6 CONTACT PERSON:
The contact person for this Invitation to Bid is Marta Fernandez. The contact person may be
reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail:
martafernandezrubio@miamibeachfl.qov . Communications between a proposer, bidder, lobbyist
or consultant and Procurement Staff is limited to matters of process or procedure.
Requests for additional information or clarifications must be made in writing to the contact person,
with a copy to the City Clerk, no later than ten (10) calendar days prior to the scheduled Bid
opening date.
The City will issue replies to inquiries and any other corrections or amendments it deems
necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders
should not rely on representations, statements, or explanations other than those made in this Bid
or in any written addendum to this Bid. Bidders should verify with the Procurement Division prior
to submitting a proposal that all addenda have been received.
YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66, ENTITLED CONE
OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES RELATIVE TO ORAL
AND WRITTEN COMMUNICATIONS.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
16 of 27
2.7 SAMPLES:
Bidders may be required to submit samples of similar work upon City's request. Successful bidder
will provide the City of Miami Beach with a sample of the paper they propose to furnish. The City
reserves the right to request a sample of the paper to be used prior to each printing to ensure
compliance with proposed paper.
2.8 DELIVERY TIME:
Successful bidder shall provide a final product ready for shipment 14 calendar days prior to the
date of the mailing of the brochures to the City of Miami Beach residents. Copies shall be
delivered to the City's mail house (A&B Mailer), and the Parks and Recreation Department and
Office of Communications (See Section 2.20 Facility Location for addresses).
.2.9 LIQUIDATED DAMAGES:
Failure to provide copies of the brochures within the specified time may result in the successful
bidder being assessed the additional cost incurred by the City (liquidated damages) for any and
all expenses associated with the service performed by a secondary vendor.
2.10 PERCENTAGE ABOVE VENDOR COST/ DISCOUNTS (From published price lists): N/A
2.11 ESTIMATED QUANTITIES:
Quantities stated are for bidders' guidance only and no guarantee is given or implied as to
quantities that will be used during the contract period. Estimated quantities are based upon
previous needs and estimated usage for a one (1) year period. Said estimated quantities may be
used by the City for the purpose of evaluating the low bidder meeting specifications.
2.12 HOURLY RATE: N/A
2.13 WARRANTY: N/A
2.14 PRODUCT/CATALOG INFORMATION: N/A
2.15 REFERENCES (PROVIDE REFERENCES, IN THE CUSTOMER REFERENCE FORM)
Each bid must be accompanied by a minimum of six (6) references.
2.16 COMPLETE PROJECT REQUIRED:
These specifications describe the various items or classes of work required, enumerating or
defining the extent of same necessary, but failure to list any items or classes under scope of the
several sections shall not relieve the contractor from furnishing, installing or performing such work
where required by any part of these specifications, or necessary to the satisfactory completion of
the projecUservice.
2.17 FACILITY LOCATION:
Successful bidder will deliver in cartons direct mailed copies to:
A&B Bulk Mailers
4412 N.W. 74th Avenue
Miami FI 33166
Over runs to be delivered to:
Parks and Recreation Department
2100 Washington Ave.
Miami Beach, FI 33139
Office of Communications
1700 Convention Center Drive
Miami Beach, FI 33139
January 25, 2006
City 01 Miami Beach
Bid No: 06-05/06
170127
2.18 BIDDER QUALIFICATIONS:
In order for bids to be considered, bidders must submit with their bid, evidence that they are
qualified to satisfactorily perform the specified service. Evidence shall include all information
necessary to certify that the bidder: maintains a permanent place of business; has not had just or
proper claims pending against him or his firm; and has provided similar type, size and complexity
of such service. The evidence will consist of listing of contracts for similar materials that have
been provided to public and private sector clients, within the last three (3) years.
2.19 LATE BIDS:
At time, date, and place above, bids will be publicly opened. Any bids or proposals received after
time and date specified will be returned to the bidder unopened. The responsibility for submitting
a bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
2.20 EXCEPTIONS TO SPECIFICATIONS:
Exceptions to the specifications shall be listed on the Bid Form and shall reference the section.
Any exceptions to the General or Special Conditions shall be cause for the bid to be considered
non-responsive.
2.21 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a
valid bid, the ORIGINAL AND ONE COpy of the Bid Form pages and all required submittal
information must be returned, properly completed, in a sealed envelope as outlined in the first
paragraph of General Conditions.
2.22 MAINTENANCE AGREEMENT: N/A
2.23 EQUAL PRODUCT: N/A
2.24 CUSTOMER SERVICE:
Excellent customer service is the standard of the City of Miami Beach. As contract employees of
the City, all employees will be required to adhere to the City's "Service Excellence" standards and
expected to conduct themselves in a professional, courteous and ethical manner in all situations.
The successful bidder's employees must work as a cooperative team of well-trained
professionals, and must serve the public with dignity and respect. All business transactions with
the City will be conducted with honesty, integrity, and dedication.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
18 of 27
PRINTING OF THE CITY OF MIAMI BEACH BROCHURES
BID # 06-05/06
3.0 MINIMUM SPECIFICATIONS
3.1 GENERAL
The City of Miami Beach has two publications as follows:
The "MB Magazine" is printed six times per year and is produced by the Office of
Communications of the City of Miami Beach.
The "Recreation Review" brochure is printed three times per year and highlights the City's Parks
and Recreation activities and events.
A sample of the Recreation Review publication can be found on the City's website at the following
link: http://miamibeachfl.qov/newcitv/depts/rcpa/winter2006/cover.asp; or bidders may go to the
City's webpage at www.miamibeachfl.gov.click on the "Resident" menu, scroll down to "Parks
and Recreation", and click "Recreation" to the right. The Recreation Review magazine should
appear on the top left hand corner.
3.2 SPECIFICATIONS
1. Description Brochure 32-40 pages self cover
2. Quantity Estimated 70,000 copies (each brochure)
3. Ink Colors 4/4 process color (Full Bleed)
4. Stock 70# Glossy paper
5. Pages 32,36 or 40 pages
6. Final Size 8 }'2 x 11 upright
7. Trim Size 10-3/8 x 10-7/8 (MB Magazine) and 8-1/4 X 10-5/8
8. Artwork Camera-ready/CD supplied by City or via FTP web-drop
9. Format Macintosh or PC
10. Software used Photoshop 7/CS
QuarkXpress 6.0
Illustrator 10/CS
InDesign
PaaeMaker 7.0
11. Proofs HP'S + high Resolution Digital proofs
Match PrinUPre-press Samole
12. Binder Work Fold, saddle stitch and trim
13. Digital Specs 32, 36 or 40 pages book 8 }'2 x 11
Outfilm 11 x17 match print
14. Delivery 56,000 copies delivered to City's mail house, over runs delivered to City
premises
14. Packing and Cartons, freight prepaid to City's premises and City's Mail House (A&B
Shippinq Bulk Mailer)
13. F.O.B. Destination
14. Location of printer 50 mile radius from City of Miami Beach.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
19 of 27
3.3 ADDITIONAL INFORMATION
The MB Magazine brochure will be printed bi-monthly. The Recreation Review brochure will be
printed at the same time as the MB brochure three times a year for the December/January,
April/May and AugusUSeptember publications.
Successful bidder will ship approximately 56,000 copies of each publication, in cartons, to the
City's mail house, located at 4412 N.W. 74th Avenue, Miami FI 33166. Over runs of the MB
Magazine shall be shipped in cartons to the Office of Communications, located at 1700
Convention Center Drive, Miami Beach, FI 33139. Over runs of the Recreation Review shall be
shipped in cartons to the City of Miami Beach Parks and Recreation Department, located at 21 00
Washington Avenue, Miami Beach, FI 33139. Prices shall include freight to City's mail house and
City premises.
City staff must be involved in the entire process.
A pre-press sample is required. City's personnel will be present to see first magazine off press for
changes/adjustments if necessary during the printing process. Alterations which do not require
additional work or material shall be allowed at no charge.
Printer shall be located within a 50-mile radio from the City of Miami Beach, 1700 Convention
Center Drive, Miami Beach FI 33139.
Bidders are requested to provide the cost per four extra pages per 70,000 brochures in the space
provided on the Proposal Page. This cost will be added/subtracted from the 32-page publication
cost.
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
20 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
COMPANY NAME:
Bid Proposal Page 1 of 2
We propose to provide all labor, materials, tools and equipment necessary for the printing of
the City of Miami Beach brochures as specified herein. Prices include freight to City's mail
house and City premises.
Cost per Publication
(Est. 70,000 Copies)
Annual cost
1. Cost for 32-page publication
Recreation Review
$
X3 = $
2. Cost for 32-page publication
MB Magazine
$
X 6 = $
Cost per extra 4 pages (per 70,000 brochures) $
The City reserves the right to vary the number of pages throughout the life of the contract.
The cost per extra 4 pages will be added /subtracted from the 32-page publication cost.
January 25,2006
City of Miami Beach
Bid No: 06-05/06
21 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
Bid Proposal Page 2 of 2
PAYMENT TERMS: NET 30. If other, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED
PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY:
COMPANY NAME:
SIGNED:
(I certify that I am authorized to execute this proposal and
commit the bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
Addendum NO.1:
Addendum NO.2:
I nsert Date
Insert Date
Addendum -No.3:
Addendum NO.4:
I nsert Date
I nsert Date
NAME/TITLE(Print):
ADDRESS:
CITY/STATE:
ZIP:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL 1.0.#:
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
22 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
BID CHECK LIST
To ensure that your bid is submitted in conformance with the Contract Documents, please verify
that the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.21
X Execution of Bid
General Conditions Section 1.2
N/A Equivalents/Equal Product
General Conditions Section 1.10
Special Conditions Section 2.24
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.26
General Conditions Section 1.58
N/A Bid Guaranty/Performance Bond
General Condition Section 1.27
N/A Warranty
Special Conditions Section 2.13
X Samples
Special Conditions Section 2.17
X References
Special Conditions Section 2.15 / Page 24
X Bidder Qualifications
Special Conditions Section 2.18
X Exceptions to Specifications
Special Conditions Section 2.20
Contractor's Questionnaire
X (Page 26)
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
23 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of six (6) clients
or government organizations for which the Contractor is currently furnishing or has furnished,
similar type, size and complexity of work as specified herein. (See References Section 2.18)
1)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
2)
Company Name
Address
Contact Person/Contract.Amount
Telephone No.
Fax No.
E-mail
3)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
'24 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
CUSTOMER REFERENCE LISTING (CONTD.)
4)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
5)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
6)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
25 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
CONTRACTOR'S QUESTIONNAIRE
NOTE: Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from award of this
bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By
Principal Office
How many years has your organization been in business under your present business
name?
Does your organization have current occupational licenses entitling it to do the work/service
contemplated in this Contract?
Please state Iicense(s) type and number:
Include copies of above licenses and certificates with proposal.
Have you ever had a contract terminated due to Jailure to comply with contractual"
specifications?
If so, where and why?
In what other lines of business are you financially interested or engaged?
Give references as to experience, ability, and financial standing
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
26 of 27
PRINTING OF THE CITY OF MIAMI BEACH SEASONAL BROCHURES
BID # 06-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. Theterm "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have have not contributed to the campaign either directly or indirectly, of a
candidate who has been elected to the office of Mayor or City Commissioner for the City of
Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom
said contribution was made.
I HEREBY CERTIFY that the above answers are true and correct.
(SEAL)
(SEAL)
January 25, 2006
City of Miami Beach
Bid No: 06-05/06
27 of 27