Loading...
Certification of Contract with Postal Center International, Inc. m MIAMIBEACH ‘9°'y - 3° 33y CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: For Citywide Printing and Bulk Mailing Services CONTRACT NO.: ITB 2018-038-ND EFFECTIVE DATE(S): This Contract shall remain in effect for a period of two (2) years from date of execution by the Mayor and City Clerk of the City of Miami Beach, and may be extended at the sole discretion of the City, through its City Manager, for three (3)additional (1) year terms. SUPERSEDES: 08-11/12 Group B - G only CONTRACTOR(S): Postal Center International, Inc. (Primary Vendor for Group 3, 4, 5, 6, 7, 9, 10) (Secondary Vendor for Group 2, 8, 11, 12) ESTIMATED ANNUAL CONTRACT AMOUNT: N/A A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida ("City"), on June 6, 2018, approving the award of this Contract and upon execution thereof by the City and Postal Center International, INC. a Florida corporation (the "Contractor"). B. EFFECT - This Contract is entered into to provide for Citywide Printing and Bulk Mailing Services pursuant to City Invitation to Bid No. ITB 2018-038-ND and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"). C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Department of Procurement Management policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number ITB 2018-038-ND. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to City of Miami Beach, Donovan Ireland/ Manager, Central Services Department at 305-673-7000 ext. 6613. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or ITB-2018-038-ND Page 1 Page 2 Certification of Contract any portion of work and/or services required by the Contract Documents without the prior written consent of the City. Contractor warrants and represents that all persons providing/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide/perform same, or services to City's satisfaction, for the agreed compensation. Contractor shall provide/perform the supplies, work, and/or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or work 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 a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times 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 — Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that 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. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor its 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 and/or the Contract Documents. 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 and/or the Contract Documents. The parties expressly acknowledge ITB-2018-038-ND Page 2 that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. Page 3 Certification 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, postage 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: Donovan Ireland City of Miami Beach Central Services Department 1700 Convention Way, Miami Beach, Florida 33139 Phone:305-673-7000 ext. 6613 Email: Donovanlreland(a),miamibeachfl.gov With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Postal Center International, INC. 3406 SW 26 Terrace Fort Lauderdale, FL. 33312 Attn: Larissa Schenck Phone; 954-321-5644 E-mail: larissas(msu rfpci.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents 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 the Contract Documents 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 and/or the Contract Documents 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 ITB-2018-038-ND Page 3 election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. Page 4 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents 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 Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, 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. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. R. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any services, unless set forth in a written Purchase Order. S. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. ITB-2018-038-ND Page 4 Page 5 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this Yl day of , ] , 20 Wki, by their respective duly authorized representatives. POSTAL CENTER INTERNATIONAL, INC. CITY OF MIAMI BEACH By BY Paesiden€ Signature Cco 17Pnni-� 2 . GeiClq Print Name ATTEST: ATTEST: I c /,d S-1etaryl Sign. re Rafael E. Granado, City Clerk Anet 0 -(�.pn+e56/t7 /tom Print Name 7„. E. Date r < Date : APPROVED AS TO J - " FORM & LANGUAGE &FOR EXECUTION Gtl'AttorneyeAPDate ITB-2018-038-ND Page 5 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page I oft Resolutions-C7 O MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L.Morales,City Manager DATE: June 6,2018 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2018-038-ND, CITYWIDE PRINTING AND BULK MAILING SERVICES; FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH DORAL DIGITAL REPROGRAPHICS CORP.AND POSTAL CENTER INTERNATIONAL, INC.;FURTHER,AUTHORIZING THE MONTH TO MONTH EXTENSION OF THE CURRENT AGREEMENT WITH SOLO PRINTING, INC.FOR SERVICES FOR THE CITY'S MB MAGAZINE AT A FIXED QUARTERLY PRICE OF$34,544, UNTIL SUCH TIME AS A NEW AGREEMENT IS EXECUTED FOLLOWING A COMPETITIVE SOLICITATION FOR SUCH SERVICES. RECOMMENDATION Adopt the Resolution. ANALYSIS On April 17. 2013, the Mayor and City Commission approved the award of Invitation to Bid No. ITS 08-11/12 ME, for citywide printing services (the"Agreement"), to ARC/Ridgway's LLC, Doral Digital Reprographics and Solo Printing, Inc.These contractors have provided printing services for the City throughout the current term of the Agreements. The Communications Department utilizes the current agreement to produce the'MB Magazine'which is to be printed on a quarterly basis through Solo Printing,Inc("Solo')in the amount of $34.544.00. The current contract has reached its maximum allowable term and cannot be further renewed.To seek a replacement contract,the Procurement Department issued Invitation to Bid (ITB) 2018-038-ND to establish an agreement for these services. Through the ITB, the City is seeking to establish a contract, by means of sealed bids, with a qualified firm(s)to provide fixed pricing for the printing and bulk mailing items identified.The ITB also seeks to establish a pool of prequalified vendors that can expedite quotes on future needs as may be required. ITB PROCESS ITB No. 2018-038-ND was issued on April 12, 2018, with bid opening date of May 14, 2018. One addendum was issued. The Procurement Department issued bid notices to 522 companies utilizing www.publicpurchase.com website,66 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of thee (3) responses from. Corporate Graphics International, Inc. (Corporate Graphics"), Doral Digital Reprographics,Corp.("Dora!Digitar),and Postal Center International, Inc. ("PCI").See tabulation sheet(Attachment A). The bid submittal from Corporate Graphics was deemed non-responsive for failure to submit Appendix A fully completed and executed as required in the ITB and was not further considered. Accordingly, Coral Digital and PCI have been deemed the lowest responsive and responsible bidders, for the respective groups. meeting all terms, conditions. and specifications of the ITB as indicated in the table below. For Group 1 (MB Magazine), staff recommends the rejection of the as the bid received exceeds cost expectations. The City currently pays a fixed quarterly price of $34,544. Awarding Group 1 would result in a price increase of $29,640.80 for each printing of the magazine. Staff further recommends extending the current contract with Solo Printing,the current contractor for MB Magazine,on a month to month basis until the services can be rebid. Primary Vendor Secondary Vendor Group 2 Doral Digital PCI Group 3 PC Doral Digita Group 4 PC Doral Digita Group 5 PC Doral Digita Group6 PC Doral Digita Group 7 PC Dora!Digita Group 8 Do al Digital PCI Group 9 PC Doral Digita Group 10 PC Doral Digita Group 11 Do al Digital PCI Group 12 Do al Digital PCI Doral Digital Rep ographics.Corp. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ltemID=8I72&Meet... 5/31/2018 Coversheet Page 2 of 2 Doral Digital was established in 2006 and has provided printing services to the City since 2013. To date the City is satisfied with the services being provided. Postal Center International,Inc. PCI for more than thirty (30) years has provided print, mail, and marketing services. References indicated satisfaction with services provided. CONCLUSION After considering the bids received and staffs recommendation, pursuant to ITB 2018-038-ND, I recommend that the Mayor and City Commission of the City of Miami Beach. Florida, hereby accept the recommendation of the City Manager to award a contract pursuant to Invitation to Bid (ITB) No. 2018-038-ND, for Citywide Printing and Bulk Mailing Services;further authorize the Mayor and City Clerk to execute contracts with Doral Digital and PCI: further, authorize the month to month extension of the current agreement with Solo Printing, Inc.,for services for the City's MB Magazine at a fixed quarterly price of$34,544until such time as a new agreement is executed following a competitive solicitation for such services. KEY INTENDED OUTCOMES SUPPORTED • Enhance Extemal And Internal Communication From And Within The City FINANCIAL INFORMATION The annual cost associated with City-wide printing and bulk mailing services is subject to funds availability approved in the annual budgeting process. Account information and availability of funds shall be verified and approved for each printing and bulk mailing work order,prior to procuring the services. Legislative Tracking Procurement ATTACHMENTS: Description o Attachment A 0 Resolution https://miamibeach.novusagenda.com/agendapublic/Coversheet.aspx?ItemlD=8I72&Meet... 5/31/2018 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: June 6th, 2018 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2018-038-ND, CITYWIDE PRINTING AND BULK MAILING SERVICES; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED VENDORS FOR SPECIFIC TASKS RELATING TO PRINTING AND BULK MAILING SERVICES;AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE CONTRACTS; AND FURTHER AUTHORIZE THE EXTENSION OF A MONTH-TO-MONTH AGREEMENT AND THE ADDITION OF SERVICES AT A FIXED QUARTERLY PRICE OF $34,544 WITH SOLO PRINTING, INC., FOR A TERM NOT TO EXCEED SIX (6) MONTHS, FOR THE CONTINUATION OF CURRENT SERVICES,OR UNTIL SUCH TIME ASA NEW AGREEMENT IS EXECUTED, WHICHEVER OCCURS FIRST. RECOMMENDATION Adopt the Resolution KEY INTENDED OUTCOME Enhance External and Internal Communication From and Within the City FUNDING The annual cost associated with City-wide printing and bulk mailing services is subject to funds availability approved in the annual budgeting process. Account information and availability of funds shall be verified and approved for each printing and bulk mailing work order, prior to procuring the services. ANALYSIS On April 17, 2013, the Mayor and City Commission approved the award of Invitation to Bid No. ITB 08-11/12 ME, for citywide printing services (the "Agreement"), to ARC/Ridgway's LLC, Doral Digital Reprographics and Solo Printing, Inc. These contractors have provided printing services for the City throughout the current term of the Agreements. The Communications Department currently produces the"MB Magazine" which is to be printed on a quarterly basis. The printing of the MB Magazine is currently contracted through Solo Printing, Inc("Solo") in the amount of$34,544.00. The current contract has reached its maximum allowable term and cannot be further renewed. To seek a replacement contract, the Procurement Department issued Invitation to Commission Memorandum REQUEST FOR QUALIFICATIONS(RFO)NO.2017-238-ND FOR COMPUTER VISUALIZATION SERVICES FOR TRANSPORTATION AND ENGINEERING PROJECTS December it,2017 12 Bid (ITB)2018-038-ND to establish an agreement for these services.Through the ITB, the City is seeking to establish a contract, by means of sealed bids, with a qualified firm(s) to provide fixed pricing for the printing and bulk mailing items identified.The ITB also seeks to establish a pool of prequalified vendors that can expedite quotes on future needs as may be required. ITB PROCESS ITB No. 2018-038-ND was issued on April 12,2018,with bid opening date of May 14,2018. One addendum was issued. The Procurement Department issued bid notices to 522 companies utilizing www.publicpurchase.com website.66 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of thee (3) responses from: Corporate Graphics International, Inc. ("Corporate Graphics"), Doral Digital Reprographics, Corp. ("Doral Digital"), and Postal Center International, Inc. ("PCI"). See tabulation sheet (Attachment A). The bid submittal from Corporate Graphics was deemed non-responsive for failure to submit Appendix A fully completed and executed as required in the ITB and was not further considered. The ITB stated that the lowest responsive, responsible bidder meeting all terms,conditions, and specifications of the ITB will be recommended for award. In its due diligence, the Procurement Department verified that Doral Digital and PCI met the requirements of the ITB. Accordingly, Doral Digital and PCI have been deemed the lowest responsive and responsible bidders, for the respective groups, meeting all terms, conditions, and specifications of the ITB as follows: Group 2— Doral Digital Group 3— PCI Group 4— PCI Group 5— PCI Group 6— PCI Group 7— PCI Group 8— Doral Digital Group 9— PCI Group 10 — PCI Group 11 —Doral Digital Group 12 — Doral Digital Staff recommends the rejection of the bid received for Group 1 as the bid received exceeds cost expectations. The City currently pays a fixed quarterly price of $34,544. Awarding Group 1 would result in a price increase of$29,640.80. Doral Digital Reprographics, Corp. Doral Digital was established in 2006 and has provided printing services to the City since 2013. To date the City is satisfied with the services being provided. Postal Center International, Inc. PCI for more than thirty (30) years has provided print, mail, and marketing services. References indicated satisfaction with services provided. Commission Memorandum REQUEST FOR QUALIFICATIONS(RFQ)NO.2017-238-ND FOR COMPUTER VISUALIZATION SERVICES FOR TRANSPORTATION AND ENGINEERING PROJECTS December 13'",2017 13 CITY MANAGER'S RECOMMENDATION After considering the bids received and staffs recommendation,pursuant to ITB 2018-038- ND, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Doral Digital Reprographics, Corp. and Postal Center International, Inc., the lowest responsive, and responsible bidders to the ITB; authorize the administration to establish a pool of pre-qualified vendors for specific tasks relating to printing and bulk mailing services; authorize the Mayor and City Clerk to execute the contracts; and further authorize the extension of a month-to-month agreement and the addition of services at a fixed quarterly price of$34,544 with Solo Printing, Inc., for a term not to exceed six (6) months, or until such time as a new contract can be awarded. ATTACHMENT A 'Corporate Graphics International,Inc' 'Doral Digital Reprographics (Postal Center International,Inc. PRINTING AND BULK MAILING SERVICES Group 1-MB Magazinez Ne-Bid m77- .40 140-846 Group 2-Recreation Review Magazine Ne-Bid $95,489.00 $113,827.30 Group 3-Summer Flyers Ne-Bid $15,222.00 $3,003.00 Group 4-Pamphlets Ne-Bid $16,224.00 $12,212.00 Group 5- Renewal Letters or Other Notices Ne-&6 $9,16100 $3,544.00 Group 6-Postcards Ne-&9 $18,089.00 $3,812.00 PRINTING SERVICES Group 7-Books and Reports Ne-Si9 $36,543.00 _ $28,318.18 Group 8 Postcards and Flyers 51136445 $6,617.00 $18,171.00 Group 9-Brochures $58,5'5).° $48,51900 $43,276.00 Group 10-Posters SC,502.3 $10,759.00 $6,503.39 Group 11-Real Estate Signs 13,480.2, $3,279.00 $4,866.00 Group 12-Miscellaneous Items $9,17"Jn $6,883.00 $11,413.00 'Deemed non responsive lose,blurt to anent Appendix 4Icily completed and executed Not being recommends (or award The hid received exceeds cast expectations The Primary Awarded Sial amounts bolded and moansaaote awarded anapestsnv croup RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD A CONTRACT PURSUANT TO INVITATION TO • BID (ITB) NO. 2018-038-ND, CITYWIDE PRINTING AND BULK MAILING SERVICES; FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH DORAL DIGITAL REPROGRAPHICS CORP. AND POSTAL CENTER INTERNATIONAL, INC.; FUTHER, AUTHORIZING THE MONTH TO MONTH EXTENSION OF THE CURRENT AGREEMENT WITH SOLO PRINTING, INC. FOR SERVICES FOR THE CITY'S MB MAGAZINE AT A FIXED QUARTERLY PRICE OF $34,544, UNTIL SUCH TIME AS A NEW AGREEMENT IS EXECUTED FOLLOWING A COMPETITIVE • SOLICITATION FOR SUCH SERVICES. WHEREAS, on April 17, 2013, the Mayor and City Commission approved the award of Invitation to Bid No. ITB 08-11/12 ME, for Citywide Printing Services (the "Agreement"), to ARC/Ridgway's LLC, Doral Digital Reprographics and Solo Printing, Inc. (each, a "Contractor") ; and WHEREAS, the original scope of the Agreement with Solo Printing, Inc. included the City's MB Magazine specifications, consisting of a 64 page plus cover 45# inside text, and 70# glossy cover, at a fixed amount of$23,996 per quarter; and WHEREAS, during the course of the Agreement's term, the needs of the Communications Department changed, and the new specifications of the MB Magazine now consist of 64 pages plus cover, 70#matte text, and 100#matte text cover; and WHEREAS, pursuant to Section 2.9 of the Agreement with Solo Printing, Inc., when an addition to the Agreement is required, the Contractor shall be invited to submit a price quote for these new services; and WHEREAS, Solo Printing, Inc. provided a quote for the new specifications at a fixed quarterly price of$34,544; and WHEREAS, the intial term of the Agreement with Solo Printing, Inc. expired in May 2018, and was extended by the City on a month-to-month basis until a replacement contract was executed or the not-to-exceed amount of$50,000 was achieved; and WHEREAS, it is anticipated that expenditures will surpass $50,000, before a replacement Agreement is executed; and WHEREAS, on April 12, 2018, the City issued Invitation to Ed (ITB) 2018-038-ND to establish a replacement contract; and WHEREAS, on May 14, 2018, the City received three (3) bids from Corporate Graphics International, Inc. ("Corporate Graphics"), Doral Digital Reprographics, Corp. ("Doral Digital"), and Postal Center International, Inc. ("PCI").; and WHEREAS, the bid submittal from Corporate Graphics could not be considered as the contractor was deemed non-responsive for failure to submit Appendix A, Proposal Certification, •• • Questionnaire & Requirements Affidavit, fully completed and executed as required in the ITB; • and • WHEREAS, the ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award; and WHEREAS, in its due diligence, the Procurement Department verified that Doral Digital and PCI met the requirements of the ITB, including the minimum requirement that bidders must have been authorized to conduct business in the State of Florida for minimum of three (3) years from bid opening date; and WHEREAS, Doral Digital and PCI have been deemed the lowest responsive and responsible bidders, for the respective groups, meeting all terms, conditions, and specifications of the ITB as follows: Group 2 —Doral Digital, as primary vendor, and PCI, as secondary vendor, • Group 3— PCI, as primary vendor, and Doral Digital, as secondary vendor, Group 4—PCI, as primary vendor, and Doral Digital, as secondary vendor, Group 5—PCI, as primary vendor, and Doral Digital, as secondary vendor, Group 6— PCI, as primary vendor, and Doral Digital, as secondary vendor, Group 7—PCI, as primary vendor, and Doral Digital, as secondary vendor, Group 8—Doral Digital, as primary vendor, and PCI, as secondary vendor, Group 9 —PCI, as primary vendor, and Doral Digital, as secondary vendor, Group 10—PCI, as primary vendor, and Doral Digital, as secondary vendor, Group 11 —Doral Digital, as primary vendor, and PCI, as secondary vendor, Group 12—Doral Digital as primary vendor, and PCI, as secondary vendor; and WHEREAS, after considering the bids received and staffs recommendations, the City • Manager recommends that the Mayor and City Commission approve the award of a contract to Doral Digital Reprographics, Corp. and Postal Center International, Inc., the lowest responsive, and responsible bidders to the ITB, as noted above for each Group; and WHEREAS, the City Manager recommends the rejection of the bid received for Group 1, MB Magazine-related services, as the bid received exceeds cost expectations; and • WHEREAS, the City Manager further recommends that the Mayor and City Commission authorize the extension of the Agreement with Solo Printing, Inc. for the Group 1 services for the MB Magazine, or until a replacement agreement is executed following a new competitive solicitation for such services, at a fixed quarterly price of$34,544. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission of the City of Miami Beach, Florida, hereby accept the recommendation of the City Manager to award a contract pursuant to Invitation to Bid (ITB) No. 2018-038-ND, for Citywide Printing and Bulk Mailing Services; further authorize the Mayor and City Clerk to execute contracts with Doral Digital and PCI; further, authorize the month to month extension of the current agreement with Solo Printing, Inc., for services for the City's MB Magazine at a fixed quarterly price of $34,544, until such time as a new agreement is executed following a •• competitive solicitation for such services. PASSED AND ADOPTED this day of 2018. ATTEST: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR APPROVED AS TO FORM&LANGUAGE &FOR EXECUTION ' c,SL ,,,ik s (Z� (11 ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMIBEACH • Procurement Department, 1755 Meridian Avenue, 3'0 Floor, Miami Beach, Florida 33139, wrvw.mlamlbeacbfl.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES May 7, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrcugh and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m. Monday, May 14, 2018 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 I Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. REVISION: Delete Appendix E, Cost Proposal Form, on page 39-49 of the ITB, in its entirety and Replace with Revised Appendix E, Cost Proposal Form, attached hereto as Exhibit A. THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE PROPOSAL SHALL DEEM PROPOSER NON-RESPONSIVE. III. ATTACHMENTS. Exhibit A: Revised Appendix E, Cost Proposal Form. III. RESPONSES TO QUESTIONS RECEIVED. 01: Are the sizes of the guides (13"x 7") and pamphlets (8.5" x 11") the open size or the closed size? If open, please advise on the closed size. Al: The size of the guides and pamphlets is the open size. The closed sizes are: guide 61/2"x 7" and pamphlet is 31/211 x 81/2'. Q2: Appendix C, Minimum Requirements and Specifications, C2. Scope of Services, Bulk Mailing Services reads: "The mail house personnel shall be equipped with two way mobile • communication capacity to communicate directly with the City, from anywhere at any time. The mail house personnel must carry valid personal as well as employee issued identification. The mail house personnel must be able to converse in English/Spanish with City staff."We will need to purchase two way radios? A2: A two way mobile communication refers to a wireless communication system • that can both transmit and receive. A cellular system meets this requirement. 1 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 03: Appendix C, Minimum Requirements and Specifications, C2. Scope of Services, Bulk Mailing Services reads: "Regular presort mail must be processed and delivered to the USPS/other delivery site on the day it is picked up from the City. Regular presort mail must not be held overnight by the vendor." We can only turn out same day mail as long as we have everything by 9 a.m. and only up to 20,000 letter pcs. Flat mailers require up to 2 days depending on quantity and inserting &folding will require 2 days. A3: Mail that is presorted, organized by zipcode, is expected to be processed and delivered to the USPS/other delivery site on the day it is picked up from the City. Any other mailing service must be completed no later than the second work day after it is received. Q4: Appendix C, Minimum Requirements and Specifications, C2. Scope of Services, Bulk Mailing Services reads: "The mail house should be able to provide a list with the addresses of affected or impacted residents within a specified radius from a property, if requested." Is this referring to people that have moved (ncoa) or undeliverable addresses? A4: This is referring to the affected or impacted residents of a City project. • 05: Appendix E, Cost Proposal Form, Group 7, line 15, is that a typo? Please advise. A5: Yes, that was a typo. The correct number of copies for Group 7, line 15 is 1,000. Please refer to Exhibit A: Revised Appendix E, Cost Proposal Form. FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE PROPOSAL SHALL DEEM PROPOSER NON-RESPONSIVE. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado&Dmia mibeachfl.gov. Procurement Contact: Telephone: Email: Natalia Delgado 305-673-7000, ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as partof your ITS submission. . Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders'questionnaire with the reason(s)for not submitting a proposal. fir rely, / 1ex r,- IS • rocurment Director PLEASE BE REMINDED THAT THE REVISED COST PROPOSAL FORM IS REQUIRED TO BEI SUBMITTED WITH THE PROPOSAL. 2 I ADDENDUM NO.1 INVITATION TO BID N0.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES EXHIBIT A Revised Cost Proposal Form THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL 3 ADDDTNOB1O NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES REVISED APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E,Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E)completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E)shall be initialed. It is the intent of the City to pre-qualify vendors as categorized below. Bidders are not required to participate in all categories in order to be considered as part of the pre-qualified pool. Vendors may submit a response for Groups 1 through 12, as applicable. • We wish to be Pre-qualified to participate in future pricing competition for the following groups. YES NO Group 1-MB MAGAZINE Group 2-RECREATION REVIEW MAGAZINE Group 3-SUMMER FLYERS Group 4-PAMPHLETS Group 5-RENEWAL LETTERS OR OTHER NOTICES Group 6-POSTCARDS _ Group 7-BOOKS AND REPORTS Group 8-POSTCARDS AND FLYERS GrouQ9-BROCHURES Group 10-POSTERS Group 11 -REAL ESTATE SIGNS _ ' Group 12-MISCELLANEOUS ITEMS _ PRINTING AND BULK MAILING SERVICES GROUP 1-MB MAGAZINE Estimated Cost Per Lot Pricer Delivery Time Item No.of Copies Publication Per 500' (Calendar Days) 64 oat e publication plus cover(701b matte inside text, 1001b matte text cover)-68 pages 250,000 $ $ 60,000 $ $ 3 70,000 $ $ 68 pa e publication plus cover(701b matte inside text, 10OIb matte text cover)-72 pages 4 _ 50,000 $ $ ' 5 60,000 $ $ 6 70,000 $ $ 4IADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES • 1 72 pa e publication plus cover(701b matte inside text, 10OIb matte text cover)-76 pages 7 5Q000 $ $ 8 6Q000 $ $ 9 70000 $ $ GROUP 2-RECREATION REVIEW MAGAZINE Estimated Cost Per Lot Price! Delivery Time Item No.of Copies Publication Per 5001 (Calendar Days) 16 pa e self cover(100lb glossy self cover) 1 15,000 $ $ 2 17,000 $ $ 3 20,000 $ $ 32 pa e(100lb glossy self cover) 4 15,000 $ $ 5 17,000 $ $ 6 20000 $ $ • 16 pa e self cover(701b glossy self cover) • 7 15,000 $ $ 8 17,000 $ $ 9 20,000 $ $ 32 page(701b glossy self cover) 10 15,000 S $ 11 : 17,000 $ $ 12 _ 20,000 $ $ GROUP 3-SUMMER FLYERS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar bays) 8'F x II single sided;regular paper;701b text;color 1 I 530 $ $ I 2 1,000 $ $ 3 2,000 $ $ 8'% x 11;single sided;regular paper;100113 text:color 4 i 500 6 $ 5 1,C00 $ $ 6 I 2,000 $ $ 8'% x 11;double sided;regular parer;701b text;color I 7 500 $ $ 8 1,000 $ $ 9 2,000 $ $ 8'x x11;double sided;regular parer;100lb text;color 10 500 $ I $ , 11 1 1,000 $ $ 1 12 2,000 $ $ 5IADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES GROUP 4-PAMPHLETS Estimated Cost Per Lot Price/ Delivery Time Item No.of Copies Publication Per 502 (Calendar Days) 8 Y:x 11;glossy paper;8016 card stock;color;double sided;trfolded and sealed for mailinr 10,000 $ $ 2 15,000 $ $ 3 20,000 $ $ 8'%x 14;glossy paper,801b card stock;color;double sided;tri-folded and sealed for mailing 4 10,000 $ _ $ 5 15,000 $ $ --I 6 20,000 $ $ GROUP 5-RENEWAL LETTERS OR OTHER NOTICES Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) Print Renewal Letter or Notices on 81/:x 11;provided in electronic formal:Form Letter and Database;inserted into standard#10 window envelope. 1 10,000 $ $ 2 15,000 $ $ I 3 2Q000 $ $ GROUP 6-POSTCARDS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) 5 x 7—single sided,12p1 UV coaled;color. 1 I 250 $ $ 2 500 $ $ 3 1,000 $ $ I 4 5,000 $ 5 5 x 7—double sided; 12p1;UV coated;color. 5 250 $ $ 6 500 $ $ 7 1,000 $ $ 8 5,000 $ $ 5 x 7—single sided; 12p6 UV coated; black and white. 9 250 $ $ 10 500 $ $ 11 1,000 $ $ 12 .. .5,000 $ $ _. 5 x 7—double sided; 12pt UV coated;black and white. 13 250 $ $ 14 500 $ $ 15 1,000. $ $ _. 16 5,000 $ $_ 6 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES PRINTING SERVICES GROUP 7-BOOKS AND REPORTS Estimated Lot Price! Delivery Time Item No.of Copies Lot Price 1 Per 502 (Calendar Days) 8'''A x 11—20 page self cover—saddle stitched;100 lb.text stock;color. 1 250 $ $ 2 500 $ $ _ 3 1,000 $ $ 8 1/2x 11 —20 page self cover—saddle stitched;100 lb.cover stock;color. 4 250 $ $ 5 500 $ $ 6 1,000 $ $ 8 I x 11 —60 page self cover—saddle stitched; 100 lb.text stock;color. 7 250 $ - $ 8 500 $ $ 9 1,C00 $ 81/2 x 11—60 page self cover—saddle stitched; 100 lb.cover stock;color. 10 250 $ $ 11 500 $ $ 12 1,000 $ $ 5.25 x 8.25—72 page self cover—saddle stitched;35 lb.offset;color. 13 250 $ $ 14 500 $ • $ 15 I 1,000 $ $ GROUP 8-POSTCARDS AND FLYERS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) POSTCARDS 4 x 6—single sided: 12p_C UV coated_color. 1 ; 250 $ 2 J 500 $ 3 1,000 $ $ 4 I 5,000 $ $ 4 x 6—double sided; 120;UVace ted;color. _ 5 250 $ $ 6 500 $ $ 7 _.. 1,000 $ $ 8 5,000 $ $ 4 x 6—single sided;l2pC UV coated;black and white. 9 250 $ $ 10 500 $ $ , 11 1,000 $ $ 12 5,000 $ $ 7 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 4 x fi—double sided; 12pt;UV coated;black and white. 13 250 $ $ 14 500 $ $ 15 1,000 $ $ 16 5000 $ $ 5 x 7—single sided; 12pt UV coated;color, _ 17 250 $ $ 18 I 500 $ -- $ 19 1,000 $ $ 20 5,000 $ $ 5 x 7—double sided; 12pt;UV ceated;color. 21 250 $ $ 22 500 $ $ 23 1.000 $ __$ 24 5.000 $ $ 5 x 7—single sided; 12pt;UV coated,black and white. 25 • 250 $ $ _ 26 500 $ $ 1, 27 1000 $ $ 28 5,000 $ $ 5 x 7—double sided; 12pt UV coated;black and white. 29 250 $ $ 30 500 $ $ 31 ' 1,000 _ $ $ 32 5,000 $ $ _ 5 x 10—single sided;l2pt; UV coated;black anc white. 33 : 250 $ $ 34 j 500 $ $ 35 1,000 $ $ 36 5,000 $ $ 5x10—double sided; l2pt;UV coated;black and white. 37 250 $ $ 38 500 $ $ 39 1,000 $ $ 40 I 5,000 $ $ 6 x 2%—single sided; 12pt;UV coated;black and white. 41 250 $ $ 42 500 $ $ 43 _1,000 $ $ 44 5,000 $ $ 6 x 21/2—double sided; 12pt;UV coated;black and white. 45 250 $ $ 46 500 $ $ B ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 47 1,000 $ $ _ 48 _ 5,000 $ $ FLYERS 7 x 31/2—single sided;l2pt UV coated;color. 49 500 $ $ 50 1,000 $ $ 51 , 2,000 $ $ 7 x 3'/:—double sided; 12pt;UV coaled;color. 52 500 $ $ 53 1,000 $ _ $ 54 2,000 $ $ 8 x x 11;single sided;regular paper;7014 text;color 55 500 $ $ 56 1,000 $ $ 57 ' 2,000 $ $ 8'^ x 11;single sided;regular paper; lODlb text:color 58 500 $ $ 59 1,000 $ _ $ 60 2,000 $ $ 8'h x 11;double sided;regular pa.er;701b text;color 61 500 $ $ 62 1,000 $ $ 63 2,000 $ $ 8'a x 11;double sided;regular pa er;100lb text;color 64 500 $ $ ._ 65 1,000 $ $ 66 2,000 $ $ 8 Y x 14-single sided;regular pa.er;100lb text;color; 67 500 $ S 68 t000 $ S 69 2000 $ $ 8%x 14-single sided;regular paper;701b text,color; 70 500 $ $ _. 71 . 1,000 $ $ 72 2,000 $ $ 8'A x 14-double sided;regular pa.er,701b text;color; 73 500 $ $ 74 1,000 $ _ $ 75 I 2,000 $ $ 8%x 14-double sided;regular paper, 100lb text,color 76 500 $ S _77 1,000 $ $ - _ 78 2,000 $ $ 9 I ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRIMING AND BULK MAILING SERVICES GROUP 9-BROCHURES Estimated Lot Pricer Delivery Time Item No.of Copies Lot Price Per 50' (Calendar Days) EVENT PROGRAM 10%x 8.25 fiat final;5.25 x 8.25-4.a.e single sided.self cover;saddle slicked;color. 1,000 $ $ 2 2,000 $ - $ _ _ 3 5,000 $ $ 101 x 8.25 flat final;525 x 8.25-4 ra.e double sided.self cover;saddle stitched;color. 4 1,000 $ $ ._ 5 2,000 $ $ • 6 5,000 $ $ BOOKLET 51 x 81 final;8 1 x 11 -8 page flat bifold;saddle stitched;80 lb.text stock,two(2)color. 7 250 $ $ 8 500 $ $ 9 1,000 $ $ I 5%x 81/2 final,,8 Yr x11-8 page flathifold;saddle stitched; 80 lb.cover stock,two(2)color, 10 250 $ $ 11 500_ $ $ 12 1,000 _ $ $ BROCHURES 3.66 x 81/2 final;8%x 11-.atefold flat;80 lb.text stock;color. H _ 250 $... 500 $ 5 1,003 $ $ 3.66 x 8%final;8%x 11 -gatefold flat;80 lo.cover stock;color. 18 250 $ $ 17 500 _ $ $ 18 j . 1,000 $ _ $ 4.66 x 81/2 final; 14 x 81/4.atefold flat;color. 19 500 $ $ 20 1,000 $ S 21 2,000 $ . $ 6.33 x 13 final:19-13 tdfold flat;color. 22 250 $ $ 23 _ 500 _ $ $ 24 1,000 $ $. _7 x 81 final;14 x 8%bifold flat;color. 25 250 $ $ 26 500 $ $ 27 1,000 $ $ 10IADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 5.83 x 9.58 final: 100#enamel text stock printed 4/4;Vold flat,full color;double sided. 28 5.000 $ $ 29 7.500 $ $ _ 30 10,000 $ $ GUIDE 13 x7—single sided;gatefold;color. 31 40,000 $ $ 32 50,000 $ $ 33 70,000 $ $ 13 x7—double sided;gatefold;color. — 34___ 40000 $ $ ___ 35 50000 $ $ • 36 70000 , $ $ PAMPHLETS 8%x 11;glossy paper;8DIb card stock;color;double sided;tri-folded and sealed for mailing_ 37 10000 $ $ _ 38 , 15,000 $ $ • ' 39 20,000 $ $ 8%x 14;glossy paper;801b card stock'color:double sided;tri-folded and sealed for mailing 40 10,000 $ $ 41 15,000 _ $ $ 42 20,000 $ $ GROUP 10-POSTERS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 50' (Calendar Days) 8' x 11 trim; semi matte digital/100 lb.text stock;color. 1 2,000 _ $ $ _ 2 _ 5,000 $ $ 3 10,000 $ $ B Y x11 trim',semi matte digital/100 lb.cover stock;color. 4 2,000 $ $ 5 5,600 $ $ j 6 10,000 $ $ ' 11 x 17 trim; 1 sided,color. 7 2,000 $ $ 8 5,000 $ $ 9 10,000 $ $ _.. 24 x 36;semi matte digital/100 lb.text stock',color. 10 30 _ $ $ 24 x 36;semi matte digital/100 lb.cover stock;color. 11 30 $ $ • 11IADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 48 x 12 card stock;color. 12 6 $ $ GROUP 11-REAL ESTATE SIGNS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) _ MAJOR EVENT PLANNING(MEP)SIGNS 18 x 24 stakes; 1 color;corrugated plastic. 1 50 2 100 $ 18 x 24 grommets; 1 color;corrugated plastic. 3 50 $ 4 100 $ 18 x 24 stakes and grommets; 1 color;corrugated plastic 5 50 $ 6 100 $ PARKS AND RECREATION SIGN 24 x 36 grommets; 1 color;corrugated clastic. 8 10 e 50 9 100 $ GROUP 12-MISCELLANEOUS ITEMS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) BUSINESS CARDS 2.125 x 3.625;2 color. 3 5,00 $ 2 1,000 $ $ 3 5,000 S $ 4 x 3%;scored;UV coated; 12pt 4 500 S $ 5 1,000 S $ I 6 5,000 $ $ 4 x 3%;sin•le sided;color. 7 500 $ $ 8 1,000 $ $ ) 9 5,000 $ _$ 4 x 3%I double sided;color. 10 500 $ $ I _ 11 1,000 $ $ '12 _ 5,000 $ $ 12 I ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 2,125 x 4.250;scored and folded;color. 13 500 $ i $ 'i 14 1,000 $ $ j 15 5,000 $ .-- $ 31/2 x 31/2; UV coated, 12pt;color. 16 250 $ $ 17 500 $ $ 18 1,000 $ $ DOOR HANGER 4.25 X 11;slit and punched;UV coated; 12pt;color. 19 1,000 $ $ 23 5,000 $ $ 21 l0000 $ $ ENVELOPES #10 envelopes with window;2 color. 22 1,000 $ _ $ 23 5,000 $ $ 24 10,000 $ $ #10 envelopes with no window; 2 color. 25 4000 $ 3 26 5.000 $ S 27 10,000 $ $ DUPLICATE CARBON 1 part 8'Ax 11 28 350 $ $ 29 700 $ $ 30 1,000 $ $ Apart 8%x 11 31 350 $ $ 32 700 _ $ $ 33 1,000 $ $ _ 3 part 8'/x11 34 350 $ $ 35 700 $ $ 38 1,000 $ $ 4part8''Ax11 $ 37 350 $ 38 700 $ $ 39 1,000 $ $ 2 part and numbered 8%x 1' 40 _ 350 $ $ 41 700 $ $ 42 1,00C $ $ 13 I ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND I CITYWIDE PRINTING AND BULK MAILING SERVICES 1The City reserves the right to vary the number of pages, the quantity printed, and the number of issues throughout the life of the contract. The above lot price shall apply to print job overruns within 500 copies of the specified number of copies. 2The City reserves the right to vary the quantity printed throughout the life of the contract.The above lot price siall apply to print job overruns within 50 copies of the specified number of copies. Bidders Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: The remainder of this page was left intentionally blank. • 141 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-NO CITYWIDE PRINTING AND BULK MAILING SERVICES BEACH INVITATION TO BID ( ITB) CITYWIDE PRINTING AND BULK MAILING SERVICES 2018-038-ND BID ISSUANCE DATE: APRIL 12, 2018 BID DUE: MAY 10, 2018 @ 3:00 PM ISSUED BY: NATALIA DELGADO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3`d Floor, Miami Beach, FL 33139 305.673.7000 x62631 nataliadelgado@miamibeachfl.gov I www.miamibeachfl.gov BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 15 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS ITS 2018-038-ND 2 BEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 1.GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the 'bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently,the successful Bidders(s) (the "contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City currently has an agreement for Citywide printing services and has separately issued and awarded requests for quotes for bulk mailing services. The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified firm(s) to: 1) supply of all labor, materials, tools, and equipment necessary to provide printing, and bulk mailing services to the City of Miami Beach on an as needed basis, or 2)participate in a pool of prequalified vendors. The requirements and specifications are further detailed herein and more specifically in Appendix C. Interested firms may submit a bid response for one or more groups. In order to be considered for a group, bidder must submit pricing for all line items within the group. 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: ITB Issued April 12, 2018 Pre-Bid Meeting April 23, 2018 @ 9:00 a.m. (ET) Deadline for Receipt of Questions April 30, 2018 Responses Due May 10, 2018 @ 3:00 p.m. (ET) Tentative Commission Approval Authorizing Award June 6, 2018 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone: Email. Natalia Del.ado 305-673-7000 x6263 nataliadel.ado• miamibeachl..ov Additionally. the City Clerk is to .e ..i•. .n II .mm nic tiros via •-m it . : RafaelGranadoBmiamibeachT.ov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 113 2018-038-ND 3 BEACH 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation.Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procurementiscroll.aspx?id=79113 . CONE OF SILENCE CITY CODE SECTION 2-486 PROTEST PROCEDURES CITY CODE SECTION 2-371 DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2406 CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2410 ITB 2018-038-ND 4 BEACH • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance,furnishing of the Work, or award. • Study and carefully correlate Bidders observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS.The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2)or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 12. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 13. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall ITB 2018-038-ND 5 BEACH exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability,capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified,without delay or interference. • The character, integrity, reputation,judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 14. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2)it is in the best interest of the City to do so regardless of reason. 15. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s). The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1)Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 16. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 17. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements,terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 18. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 19. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that ITB 2018-038-ND 6 BEACH meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 20.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). 21. NON-DISCRIMINATION.The bidder certifies that it 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. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 22. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation, without the prior written consent of the City. 23. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 24. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 25. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 26. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 27. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. ITB 2018-038-ND 7 �i!BEACH 28. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7)calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s)from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, 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 any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 29.COLLUSION.Where two(2) or more related parties each submit a bid or bids for any contract, such bids or bids 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 bid or bids. 'Related parties' means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one(1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 30. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturers standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 31. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 32. 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 City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 33. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges(For example, 12-14 days)will be accepted. 34. DEMONSTRATION OF COMPETENCY. ITB 2018-038-ND 8 BEACH A. Pre-award inspection of the bidders facility may be made prior to the award of contract. B. 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. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. 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. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. 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 supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidders record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. 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 the demonstration of competency required under this subsection. 35. DISPUTES. In case of any doubt or difference of opinion as to the items and/or services (as the case may be)to be furnished hereunder, the decision of the City shall be final and binding on all parties. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid;then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid;then a The bidder's bid in response to the Bid. 37. 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 as 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 City's bidders list. 38. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in 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 in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS ITB 2018-038-ND 9 BEACH INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE ANAL. Note as to 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. 39. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who 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. 40. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a"first priority" under the emergency conditions noted above. 41. 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. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 42. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 43. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 44. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. ITB 2018-038-ND 10 .11 .",' BEACH 45. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 46. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee,contractor,or agent of the City, for the purpose of influencing consideration of this Bid. 47. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 48. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 49. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 50. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 51. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the 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 Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 52. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified. and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, ITB 2018-038-ND 11 BEACH authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 53. 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 bidders risk and may result in the bid being non-responsive. 54. MODIFICATIONIWITHDRAWALS OF BIDS.A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 55. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 56. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 57. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid 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 deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 58. PATENTS 8 ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, 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. 59. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications,free of damage or defect, and properly invoiced. 60. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state 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). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. 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 ITB 2018-038-ND 12 ','. BEACH 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). 61. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five(5)calendar days upon request from Purchasing Agent. 62. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 63. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. 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 the bidder's name. Failure of the bidder to either deliver required samples, or to cleady identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue 3rd Floor, Miami Beach, FL 33139. 64. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 65. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 66. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 67.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 68. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 69. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained ITB 2018-038-ND 13 BEACH by the City by virtue of any breach of the contract 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. The City may, at its discretion, provide reasonable"cure period"for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 70. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the 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 contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in 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 contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 71. 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 fumished. 72. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items'), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. ITB 2018-038-ND 14 BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within two (2) days of request by the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive.All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2- Bid Certification, Questionnaire and Affidavits (Appendix A). • TAB 3— Equipment Inventory. Bidder shall have necessary inventory to provide bulk mailing services to the City of Miami Beach on an as needed basis (Refer to Appendix C, Section C2). The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire& Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three(3) calendar days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 3. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. ITB 2018-038-ND 15 APPENDIX A Proposal Certification , Questionnaire & Requirements Affidavit ITB 2018-038-ND Citywide Printing and Bulk Mailing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-038-ND 16 Solicitation No: Solicitation Tide- 2018-038-ND itle2018-038-ND Citywide Printing and Bulk Mailing services Procurement Contact Tel: Email. Natalia Delgado 305-673-7000 x6263 nataliadelgado@miamibeachd.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY STATE: ZIP CODE. TELEPHONE NO.: TOLL FREE NO. FAX NO. FIRM LOCAL ADDRESS: CITY- STATE: ZIP CODE. PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO: ACCOUNT REP EMAIL. FEDERAL TAX IDENTIFICATION NO. The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information. applicable licensure, resumes of relevant individuals, client information, financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2018-038-ND 17 Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SCR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City,of the SOP directly from Dun &Bradstreet,The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:llsupplierportal.dnb.comlwebapplwcslstoreslservletlSupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun &Bradstreet at 800- 424.2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within 2 days of request. 3. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 4. References& Past Performance. Proposer shall submit at least three(3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contacts Email and 6)Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation.or had a contract cancelled due to non-performance by any public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has 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. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics, available at www,miamibeachfl.govlprocuremenH. ITB 2018-038-N D 18 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1,2018,covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1,2019,covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than 411.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S.Department of Labors Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal.under which the City may,at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachflgovlprocuremenf/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal.LCP Tracker(LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach.Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;othe' benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/scroll.aspx?id=79113. ITB 2018-038-ND 19 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity came may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting,divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375,the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi.as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation,unless the proposer certifies in writing that the business has adopted and employs written policies,practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ('Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT:No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation. the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addenda released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. initial to Confirm Initial to Confirm Initial to confirm Receipt Receipt Receipt _ Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required.submit under separate cover. ITB 2018-038-ND 20 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the'City')for the recipients convenience.Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award,or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals,may accept or reject proposals,and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal,the applicant agrees to deliver such further details,information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors,omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law,All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authodzes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true,accurate and complete,to the best of its knowledge,information, and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITS 2018-038-ND 21 PROPOSER CERTIFICATION I hereby certify that: I. as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal: Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposers Authodzed Representative: Signature of Proposer's Authorized Representative: Date: State of ) On this day of 20 ,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the of My Commission Expires: 013 2018-038-ND 22 APPENDIX B " No Bid " Form ITB 2018-038-ND Citywide Printing and Bulk Mailing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. ITB 2018-038-ND 23 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do_do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Natalia Delgado, Procurement Contracting Officer I PROPOSAL #2018-038-ND 1755 MERIDIAN AVENUE, 3RD FLOOR MIAMI BEACH, FL 33139 ITB 2018-038-ND 24 APPENDIX C Minimum Requirements & Specifications ITB 2018-038-ND Citywide Printing and Bulk Mailing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-038-ND 25 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposers that fail to comply with the minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Prospective Bidder shall have been authorized to conduct business in the State of Florida for a minimum of three(3)years from bid opening date. C2.Scope of Services. Successful bidder(s) will be required to supply all labor, materials, tools, and equipment necessary to provide printing, and bulk mailing services to the City of Miami Beach on an as needed basis. Bulk Mailing Services. • The bidder must be primarily engaged in the processing of mail. • The mail house must use City branded envelopes with return address to each specific department. • The mail house must use the City of Miami Beach's 1st class permit or an authorized mail permit provided by the City department requesting the service. • The mail house personnel shall be equipped with two way mobile communication capacity to communicate directly with the City, from anywhere at any time. The mail house personnel must carry valid personal as well as employee issued identification. The mail house personnel must be able to converse in English/Spanish with City staff. • The services to be provided to the City include but are not limited to: processing mail such as folding, inserting,tabbing or addressing, pick-up, and delivery of mail. • Each mailing service must be completed no later than the second work day after it is received. The City shall be notified when the mail has been delivered. • Regular presort mail must be processed and delivered to the USPS/other delivery site on the day it is picked up from the City. Regular presort mail must not be held overnight by the vendor. • The mail house should be able to provide a list with the addresses of affected or impacted residents within a specified radius from a property, if requested. • The price of postage shall be provided as pass-through cost only. Bulk Mailing Equipment. • Bidder shall have at their processing facility a minimum of two (2) operational Multi Line Optical Character Readers(MLOCR) Barcode systems. • Bidder shall have a minimum of one (1) Remote Video Encoding (RVE)or Manual Encoding system to process poorly addressed mail pieces or hand delivered mail pieces. • Bidder shall have a minimum of one (1) USPS authorized Postage Metering ITB 2018-038-ND 26 system. • Bidder shall have a minimum of one(1)courier vehicle. • The successful bidder must maintain all equipment necessary to perform the services in excellent conditions at all times. • Bidder shall take necessary measures to secure City mail from theft, forgery, alteration, or exposure to the elements. The successful bidder shall assume sole responsibility for City mail. • In the event of a power outage, the Bidder shall have an emergency backup power generator system in order to remain operational and able to process City mail. • The City reserves the right to change pick-up times and locations with 48 hours prior notice to the successful bidder. Green/Sustainable Printing Practices. Bidders shall indicate the measures taken by the company to reduce negative environmental impacts, such as, but not limited to: (1) the type of ink use such as soy or vegetable based inks; (2) the type of paper such as recyclable paper or post- consumer recycled content; (3) the machinery utilized, (4) obtaining green certification acquired such as the well-managed forest chain of custody certification from the Forest Stewardship Council or becoming certified as a G7 Color Management Printer, or a Sustainable Green Printer; or (5) wind, carbon or other credit purchased by the company to offset the atmospheric impact of shipping activities. C3. Minimum Specifications PRINTING AND BULK MAILING SERVICES. Successful bidder(s) shall be required to print and mail the following items in accordance with the minimum standards established herein. MB Magazine(Group 1). Vendor must use 100% post-consumer recycled content and processed chlorine free paper. In addition, the paper shall be Green Seal Certified or Forest Stewardship Council (FSC)certified. Printing of MB Magazine. The "MB Magazine" is currently printed quarterly (four (4) times per year)and is produced by the Office of Communications of the City of Miami Beach and is subject to change. Please visit the following website to view sample: www.scribd.com/miamibeachnews. City staff must be involved in the entire process. Successful bidder will ship copies of each publication, in cartons, to the designated fulfillment house. Over runs of the MB Magazine shall be shipped in cartons to the Office of Communications, located at 1701 Meridian Avenue, Suite 500, Miami Beach, FL 33139. Prices shall include freight to City's mail house and City premises. 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. The MB Magazine is a full color ITB 2018-038-ND 27 magazine with the following features: • 4/4 process color(Full Bleed); • 701b matte inside text, 100lb matte text cover; • Trim size: 8%x 11 upright; • Final size: 83/s by 10 7/8; • Artwork: Camera-ready/CD supplied by City or via FTP web-drop; • software use: Macintosh or PC format; InDesign CS5, Photoshop CS5,and Illustrator CS5; • Proofs: HP'S +high Resolution Digital proofs, Match Print/Pre-press Sample; • Binder Work: Fold, perfectbind and trim; • Outflm 11x17 match print Over runs to be delivered to: Office of Communications 1701 Meridian Avenue, Suite 500 Miami Beach, Florida 33139 Bulk Mailing of MB Magazine Prints approximately 65,000 copies Mailed to all residential addresses in Miami Beach's municipal boundaries Data Processing:Address Standardization Presort, Barcode-Zip+4, Merge/Purge Metering Duplications, CASS Certification Addressing (ink-jet) List updates Facing slips,sort carrier routes, palletize Labeling Sort Bundle Sack Postage: Pre-sorted Standard Deliver to USPS/Miami BMAU/Weighted-Verified Drop Ship to: Post Office Miami Beach Stations Provide mailing list Recreation Review Magazine(Group 2). Printing of Recreation Review Magazine. The "Recreation Review' magazine is currently printed one (1) time per year and highlights the City's Parks and Recreation programs and events and is subject to change. Please visit the following website to view sample: http://co ntent.yudu.com/li braryHtm l/A42 pla/2017S u m merCam pRecRev/reader.htm I?refU rlr http%3 A°/2F%2Ffree.yudu.com%2Fitem%2Fdetails%2F3917197%2F2017-Summer-Camp-Rec-Review Successful bidder will ship copies of the publication (approximately 10,000+), in cartons, to the designated fulfillment house. Over runs of the Recreation Review shall be shipped in cartons to the ITB 2018-038-ND 28 City of Miami Beach Parks and Recreation Department, located at 1701 Meridian Avenue, Suite 401, Miami Beach, FL 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. The Recreational Review Magazine is a full color magazine with the following features: • Saddle Stitch with no trim, combined with 1 stitch in center and trim; • Estimated 15,000 copies(direct mail 10,000 est. + over runs 5,000); • Ink Color:4/4 process color(Full Bleed); • 100lb glossy self cover or 701b glossy self cover; • Trim Size: 8%x 11 upright; • Final size: 8 2/8 x 10 7/e; • Artwork: CD supplied (Disk) Department will provide layout; • Format: Apple Macintosh; • Software use: InDesign CS5/Photoshop CS5/Illustrator CS5; • Proofs: High Resolution Digital proofs- Film Output/Match Print/Pre-Press Sample on Press; • Binder Work: Fold, saddle stitch and trim (40-pages) -Additional Staple for 8-page Insert; • Digital Specs: Output For Film, 36,40 OR 48 pages book 8 72 x 11 -Outfilm 11 x17 match print; Over runs to be delivered to: Parks&Recreation Department 1701 Meridian Avenume,411 Floor Miami Beach, Florida 33139 Bulk Mailing of Recreation Review Magazine. 16 or 32 page self cover Prints approximately 15,000 copies Mailed to families with children whose residential address lies in Miami Beach's municipal boundaries Pick up from location The printer delivers to the mailer. The mailer delivers to Miami Beach post office stations for zip codes 33139, 33140 +33141 Data Processing: Address Standardization Presort, Barcode-Zip+4, Merge/Purge Metering Duplications, CASS Certification Addressing (ink-jet) Labeling Sort Bundle Sack Postage: Pre-sorted Standard ITB 2018-038-ND 29 Deliver to USPS/Miami BMAUIWeighted-Verified Drop Ship to: Post Office Miami Beach Stations Provide mailing list Summer Flyers (Group 3). Printing of Summer Flyers. 8 x 11; regular paper; 701b or 100lb text; color; double or single sided. Publishes lx a year;this once a year issue prints approximately 14,000 to 20,000 letters. Bulk Mailing of Summer Flyers. Provided in electronic format: Form Letter and Database Prints approximately 14,000 to 20,000 letters. Mailed to families with children whose residential address lies in Miami Beach's municipal boundaries Pick up services-envelopes Data Processing:Address Standardization Presort, Barcode-Zip+4, Merge/Purge Metering Addressing (ink-jet)on envelope Folding Insert into standard#10 envelope and seal Insert each additional piece Postage: Pre-sorted Standard Deliver to USPS/Miami BMAU/Weighted-Verified Drop Ship to: Post Office Miami Beach Stations Provide mailing list Provide#10 envelope (each piece—3 Flyers in each envelope) Pamphlets (Group 4). Printing of Pamphlets. Publishes lx a year;this once a year issue prints approximately 15,000 to 20,000 letters. • 8 '/z x 11; glossy paper; 801b card stock; color; double sided; tri-folded and sealed for mailing • 8 1/2 x 14: glossy paper; 801b card stock; color; double sided; tri-folded and sealed for mailing Bulk Mailing of Pamphlets. Mailed to families with children whose residential address lies in Miami Beach's municipal boundaries Data Process one (1) List C.A.S.S. &N.C.O.A. Certification De-Duplicating Address Pre-Sorting USPS Documentation Ink-Jet Setup&Address(Up to 5 lines) Post Office Delivery Included USPS Postage ITB 2018-038-ND 30 Renewal Letters or Other Notices(Group 51. Printing of Renewal Letters or Other Notices. Print Standard 8'/z x 11 letter double or single sided. Approximately 15,000 to 20,000 letters per year. Bulk Mailing of Renewal Letters or Other Notices. Provided in electronic format: Form Letter and Database Approximately 15,000 to 20,000 letters per year. There may be recurring (bi-weekly)mail in smaller volume and/or larger mail volume targeting a large area of the City. Data Processing:Address Standardization Presort, Barcode-Zip+4, Merge/Purge Metering Addressing (ink-jet)on envelope Folding Insert in standard window#10 envelope(one piece) Insert each additional piece Postage: Pm-sorted Standard Postage: Pre-sorted 1st Class Deliver to USPS/Miami BMAU Drop Ship to: Post Office Miami Beach Stations Provide Mailing List Provide#10 window envelope (each piece with return address) Postcards(Group 61 Printing of Postcards. • 5 x 7—double or single sided; 120 UV coated, color. • 5 x 7—double or single sided; 120; UV coated, black and white. Bulk Mailing of Postcards. 5"x7" Anticipated frequency: once a year Approximately 65,000 per year Pick up from location Data Processing:Address Standardization Presort, Barcode-zip+4, Merge/Purge Metering Duplications, CASS Certification (stage I & II) Addressing (ink-jet) Labeling Postage: Pre-sorted Standard Deliver to USPS/Miami BMAU Drop Ship to: Post Office Miami Beach Stations Provide Mailing List ITE 2018-038-ND 31 PRINTING SERVICES. Successful bidder(s) shall be required to print the following items in accordance with the minimum standards established herein. Mailing is not required for these items. Books and Reports (Group 7L Vendor must use of 100% post-consumer recycled content and processed chlorine free paper. In addition, the paper shall be Green Seal Certified or Forest Stewardship Council(FSC) certified. • 8 '/z x 11 —20 page self cover—saddle stitched; 100 lb.text stock or cover stock; color. • 8 %x 11 —60 page self cover—saddle stitched; 100 lb. text stock or cover stock; color. • 5.25 x 8.25—72 page self cover—saddle stitched; 35 lb. offset; color. Postcards and Flyers (Group 8). Postcards. • 4 x 6—double or single sided; 12pt; UV coated; color. • 4 x 6—double or single sided; 12pt; UV coated; black and white. • 5 x 7—double or single sided; 12pt; UV coated, color. • 5 x 7—double or single sided; 12pt; UV coated, black and white. • 5 x 10—double or single sided; 12pt; UV coated, black and white. • 6 x 2%—double or single sided;l2pt; UV coated; black and white. Flyers. • 7 x 3%—double or single sided; 12pt; UV coated; color. • 8 %x 11; regular paper; 701b or 100lb text; color;double or single sided. • 8 %x 14; regular paper; 701b or 100lb text; color; double or single sided Brochures (Group 9). Event Program. 10%x 8.25 flat final; 5.25 x 8.25—4 page double or single sided. self cover; saddle stitched; color. Booklet.5%x 8%final; 8'%x 11 —8 page flat bifold; saddle stitched; 80 lb. text stock or cover stock, two(2) color. Brochures. • 3.66 x 8'/:final; 8%x 11 —gatefold flat; 80 lb. text stock or cover stock: color. • 4.66 x 8%final; 14 x 8%gatefold flat; color. • 6.33 x 13 final; 19-13 trifold flat; color. • 7 x 8%final; 14 x 8%bifold flat; color. • 5.83 x 9.58 final; 100#enamel text stock printed 4/4; bifold flat, full color; double sided. Guide. 13 x7—double or single sided; gatefold; color. Pamphlets. • 8 %z x 11; glossy paper; 801b card stock; color; double sided;tri-folded and sealed for mailing • 8 %x 14; glossy paper; 801b card stock; color;double sided;tri-folded and sealed for mailing Posters(Group 10). • 8 %x 11 trim; semi matte digita11100 lb.text stock or cover stock; color. ITB 2018-038-ND 32 • 11 x 17 trim; 1 sided; color. • 24 x 36; semi matte digital/100 lb. text stock or cover stock; color. • 48 x 12 card stock; color. Real Estate Signs(Group 11). Major Event Planning(MEP)Signs. • 18 x 24 stakes; 1 color; corrugated plastic • 18 x 24 grommets; 1 color; corrugated plastic • 18 x 24 stakes and grommets; 1 color; corrugated plastic Parks and Recreation Sign. 24 x 36 grommets; 1 color; corrugated plastic Miscellaneous Items(Group 12). Business Cards. • 2.125 x 3.625; 2 color. • 4 x 31/2; scored; UV coated; 12pt. • 4x3%; double or single sided; color • 2.125 x 4.250;scored and folded; color • 3%x 3%: UV coated 12pt; color. Door Hanger.4.25 x 11; slit and punched; UV coated; 12pt; color. Envelopes. • #10 envelopes with window; 2 color. • #10 envelopes with no window; 2 color. Duplicate Carbon. • 1part 8%x11 • 2part8%x11 • 3part8%x11 • 4part8%x11 • 2 part and numbered 8 %x 11 ITB 2018-038-ND 33 APPENDIX D Special Conditions ITB 2018-038-ND Citywide Printing and Bulk Mailing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-038-ND 34 1. TERM OF CONTRACT. This Contract shall remain in effect for a period of two (2) years from date of contract execution by the Mayor and City Clerk. 1.1 Providing the Contractor(s)will agree to maintain the same price, terms and conditions of the current contract, this contract may be renewed at the sole discretion of the City, through its City manager, for three (3) additional one (1) year terms, if mutually agreed upon by both parties. 1.2 In the event that the contract is held beyond the term herein provided it shall only be from a month-to month basis only and shall not constitute an implied renewal of the contract. Said month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. 2. 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 contract term.The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the sole discretion of the City, through its City Manager, for three (3)additional one (1) year terms, if mutually agreed upon by both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-LI (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the Contractor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the Contractor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The Contractor's adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the Contractor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. 4. LIQUIDATED DAMAGES. Failure to complete work orders 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 costs associated with the service performed by a secondary vendor. ITB 2018-038-ND 35 5. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the vendor. In order for the City to provide payment, the vendor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 6. GUARANTEE AGAINST DEFECTS. The vendor shall, in addition to all other guarantees, be responsible for faulty labor and defective material and equipment within a period of 4 calendar days after date of acceptance of the labor, material and/or equipment by the City. The vendor shall promptly correct these deficiencies, without cost to the City, within 4 calendar days after the City notifies the vendor of such deficiencies in writing. Payment in full for the work does not constitute a waiver of guarantee. 7. SHIPPING TERMS. All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized City representative. 8. ROADMAP FOR PURCHASES AWARDED PURSUANT TO POOL OF PREQUALIFIED CONTRACTORS. For the purchase of items not listed within this solicitation the Department may request quotes from vendors authorized to participate in the Pre-Qualified Bidder Pool. Responsive, responsible bidders (awarded or not) are eligible to participate in the Pre-Qualified Bidder Pool, at the discretion of the bidder and as indicated on the Cost Proposal Form at the time of submission. The vendor offering the lowest fixed price shall be awarded the specific request for quote. The award of a specific request for quote to one vendor does not preclude other Pre-Qualified vendors from submitting quotes for other requests. Awarded vendors shall ensure that proper and sufficient staff, equipment, organization, etc. will be provided for this contract to meet the specifications denoted herein at a paramount level. Bidders past performance with the City, if applicable, may be used in the evaluation process in determining recommendation for award. Each quote prepared by the vendor shall include a fixed price and delivery schedule. In this case, quotes will be awarded on a Lump Sum basis. 8.1 For request for quotes with an estimated cost up to $50,000, the Department may solicit written or telephone quotes prior to requesting a purchase order be issued. The City Manager's approval is required when the vendor offering the lowest cost is not selected. 8.2 For request for quotes with an estimated cost exceeding $50,000, the Department may solicit written quotes. Prior to issuing a purchase order under this category, the City Commission's approval is required. The City Commission's approval is required when the vendor offering the lowest cost is not selected. 8.3 In determining the lowest and best vendor for the project, in addition to price, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the work. ITB 2018-038-ND 36 (2) Whether the bidder can perform the work within the time specified, without delay or interference. (3)The quality of performance on previous work. (4) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. The remainder of this page was left intentionally blank. ITB 2018-038-ND 37 APPENDIX E Cost Proposal Form ITB 2018-038-ND Citywide Printing and Bulk Mailing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-038-ND 38 APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in •ro•osal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this 118, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E)shall be initialed. It is the intent of the City to pre-qualify vendors as categorized below. Bidders are not required to participate in all categories in order to be considered as pad of the pre-qualified pool. Vendors may submit a response for Groups 1 through 12, as applicable. We wish to be Pre-qualified to participate in future pricing competition for the following groups. YES NO Group I-MB MAGAZINE Group 2-RECREATION REVIEW MAGAZINE Group 3-SUMMER FLYERS Group 4-PAMPHLETS Group 5-RENEWAL LETTERS OR OTHER NOTICES Group 6-POSTCARDS Group 7-BOOKS AND REPORTS Group 8-POSTCARDS AND FLYERS Group 9-BROCHURES Group 10•POSTERS Group 11 -REAL ESTATE SIGNS Group 12-MISCELLANEOUS ITEMS PRINTING AND BULK MAILING SERVICES GROUP 1-MB MAGAZINE Estimated Cost Per Lot Price! Delivery Time Item No.of Copies Publication Per 500 (calendar Daysl 64 pa.e publication •lus cover 701b matte inside text, 1001b matte text cover -68 •a•es 1 50,000 $ $ 2 60,000 $ $ 3 70,000 $ $ 66 •a•e •ublication •Ius cover 701b matte inside text, 1001b matte text cover -72 pa.es 4 50,000 $ $ 5 60,000 $ $ 6 70,000 $ - ---- $ ITB 2018-038-ND 39 72 pa e publication plus cover(701b matte inside text, 100Ib matte text cover)-76 pages 7 50,000 S $ 8 60,000 $ $ 9 70,000 $ $ GROUP 2-RECREATION REVIEW MAGAZINE Estimated Cost Per Lot Price/ Delivery Time Item No.of Copies Publication Per 5002 (calendar Days) 16 pa e self cover(100lb glossy self cover) 1 15,000 $ $ 2 17,000 $ $ 3 20,000 $ S • 32 pa e(1001b glossy self cover) 4 15,000 $ $ 5 17,000 $ $ 6 2Q000 $ 5 16 pa e self cover(701b glossy self cover) 7 15,000 $ $ 8 17,000 $ $ 9 20,000 - $ $ 32 pa e(701b glossy self cover) 10 15,000 $ $ 11 17,000 $ -__ $ 12 20,000 $ $ GROUP 3-SUMMER FLYERS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days 8 n x 11;single sided;regular paper;701b text;color 1 500 $ $ 2 _ 1.000 $ $ 3 2,000 $ $ 8'9 x 11;single sided;regular paper;100lb text;color 4 500 $ 1 5 5 1,000 $ S 6 2000 $ $ 8'^ x 11;double sided;regular pa•er;701b text;color 7 500 $ $ 8 1,000 $ $ 9 2,000 $ $ 8 x x 11 double sided;regular paler; 1001b text,color 10 500 $ $ 11 1.000 $ $ 12 2.000 $ $ ITB 2018-038-ND 40 GROUP 4-PAMPHLETS Estimated Cost Per Lot Price/ Delivery Time Item No.of Copies Publication Per 502 (Calendar Days) 8'/2 x 11:glossy paper;80!b card stock;color;double sided;tri-folded and sealed for mailing 1 10,000 $ $ 2 15,000 $ $ 3 24000 $ $ 8'/:x 14;glossy paper;80lb card stock;color;double sided;td-folded and sealed for mailing 4 10,000 $ $ 5 15,000 $ $ 6 20,000 $ $ GROUP 5•RENEWAL LETTERS OR OTHER NOTICES Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) Pdnt Renewal Letter or Notices on 8%x 11;provided in electronic format:Farm Letter and Database;inserted into standard#10 window envelope. 1 10,000 $ $ 2 15,000 $ $ 3 20,000 $ $ GROUP 6-POSTCARDS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 502 (calendar Days) 5 x 7—single sided;12pt:UV coated;color. 1 250 $ $ 2 500 $ $ 3 1,000 $ $ 4 5,000 $ $ 5 x 7—double sided; 12pt;UV coated;color. 5 250 $ $ 6 500 $ $ 7 1.000 $ $ 8 5,000 $ $ 5 x 7—single sided; l2pt UV coated:black and white. 9 250 $ $ 10 500 $ $ 11 1.000 $ $ 12 5000 $ $ 5 x 7—double sided;12pt UV coated,black and white. 13 250 $ $ 14 500 $ $ 15 1,000 S $ 16 9000 $ $ ITS 2018-038-ND 41 PRINTING SERVICES GROUP 7-BOOKS AND REPORTS Estimated Lot Pricel Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) 8 7 x 11 —20 page self cover—saddle stitched; 100 lb.text stock;color. 1 250 $ $ 2 500 $ $ 3 1,000 $ $ 8 V x 11—20 page self cover—saddle stitched; 100 lb.cover stock:color. 4 250 $ $ 5 500 $ $ 6 1,000 $ $ 8%x 11-60 page self cover—saddle stitched;100 lb.text stock;color. 7 250 $ $ 8 500 $ $ 9 1.000 $ $ 8 Y x 11 —60 page self cover—saddle stitched; 100 lb.cover stock;color. 10 250 $ $ 11 500 $ S 12 1,000 S $ 5.25 x 8.25-72 page self cover—saddle stitched;35 lb.offset;color. 13 250 $ $ 14 500 $ $ 15 70,000 $ $ GROUPS-POSTCARDS AND FLYERS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 50' (calendar Days) POSTCARDS 4 x 6—single sided; 12pt UV coated;color. 1 250 $ $ 2 500 $ $ 3 1,000 $ $ 4 5,000 $ $ 4 x 6—double sided; 12pt UV coated,color. 5 250 $ $ 6 500 $ $ 7 1,000 $ $ 8 5,000 $ $ 4 x 6—single sided; l2pt UV coated;black and while. 9 250 $ S 10 500 $ $ 11 1,000 $ $ ITB 2018-038-ND 42 12 5,000 $ $ 4 x 6—double sided; 12pt; UV coated;black and white. 13 250 $ $ 14 500 $ $ 15 1,000 $ $ 16 5,000 $ $ 5 x 7—single sided: 12pt UV coated,color. 17 250 $ $ 18 500 $ $ 19 1,000 $ $ 20 5,000 $ $ 5 x 7—double sided', 12pt',UV coated:color. 21 250 $ $ 22 500 $ $ 23 1,000 $ $ 24 5,000 $ $ 5 x 7—single sided; 12pt UV coated;black and white. 25 250 $ $ 26 500 $ $ 27 1,000 $ $ 28 5,000 $ $ 5 x 7—double sided; 12p(:UV coated;black and white. 29 250 $ $ 30 500 $ $ 31 1,000 $ $ 32 5,000 $ $ 5 x 10—single sided; 12pt UV coated; black and white. 33 250 $ $ 34 500 $ $ 35 i 1,000 $ $ 36 5,000 $ $ 5 x 10—double sided; 12pt;UV coated; black and white. 37 250 $ $ 38 500 $ $ 39 1,000 $ $ 40 5,000 $ $ 6 x 27—single sided;12pt:UV coated;black and white. 41 250 - $ $ 42 500 $ $ 43 i 1,000 $ $ 44 ' 5,000 $ $ 6 x TA—double sided; 12p1;UV coated;black and white. ITB 2018-038-ND 43 45 250 $ $ 46 500 $ $ 47 1,000 $ $ 48 5,000 S $ FLYERS 7 x 3Y:—single sided; 12pt;UV coated;color. 49 500 $ $ 50 1,000 S $ 51 2,000 $ $ 7 x 3%—double sided; 120;UV coaled;color. 52 500 $ $ 53 1,000 $ $ 54 2,000 $ $ 8''. x 11:single sided;regular paper;701b text;color 55 500 $ $ 56 1,000 $ $ 57 2,000 $ $ 8 x x 11;single sided;regular paper:100lb text;color 58 500 $ $ 59 1,000 $ $ 60 2000 $ $ 8'% x 11;double sided;regular paper;701b text;color 61 500 $ $ 62 1.000 $ $ 63 2,000 $ , $ 8 x x 11;double sided;regular pa er; 100lb text;color 64 500 S $ 65 1000 $ $ 66 2,000 $ $ 8%x 14-single sided;regular paler; 1001b text;color; 67 500 $ $ 68 1.000 $ $ 69 2,000 $ $ 8 7:x 14-single sided;regular pa.-r;701b text,color: 70 500 $ $ 71 1,000 $ $ 72 2,000 $ - $ 8%x 14-double sided;regular paper;701b text;color: 73 500 $ $ 74 1,000 $ $ 75 2000 $ $ 8 V/ x 14-double sided;regular paper:1001b text;color; ITB 2018-038-ND 44 76 500 $ $ 77 1,000 $ $ 78 2,000 $ $ GROUP 9-BROCHURES Estimated Lot Pricer Delivery Time Item No.of Copies Lot Price Per 502 !calendar Days) EVENT PROGRAM 10'%x 8.25 flat final;5.25 x 8.25—4 page single sided.self cover;saddle stitched;color. 1 1,000 $ $ 2 2,000 $ $ 3 5,000 $ $ 101/4 x 8.25 flat final;5.25 x 8.25-4 page double sided.self cover;saddle stitched;color. 4 1,000 $ $ 5 2,000 $ $ 6 5,000 $ $ BOOKLET 51/2 x 81/4 final;8%x 11—8 page fiat bifold;saddle stitched;80 lb.text stock,two(2)color. 7 250 $ $ 8 500 $ $ 9 1,000 $ $ 5%x 8%final; 8 Y,x 11 —8 page flat bifold;saddle stitched:80 lb.cover stock,two(2)color. 10 250 $ $ 11 500 $ S 12 1,000 $ S BROCHURES 3.66 x 81/4 final:8%x 11 —gatefold flat;80 lb.text stock:color. 13 250 $ $ 14 500 $ $ 15 1,000 $ $ 3.66 x 8%final;8 Y x 11—gatefold flat;80 lb.cover stock;color. 16 250 $ $ 17 500 $ $ 18 1,000 $ $ 4.66 x 81/2 final; 14 x 8%gatefold flat;color. 19 500 $ $ 20 1,000 $ $ 21 2,000 $ $ 6.33 x 13 final; 19-13 trifold flat;color. 22 250 $ $ 23 500 $ $ 24 1,000 $ $ ITB 2018-038-ND 45 7 x 8%final; 14 x 8%bifold fiat;color. 25 250 $ S 26 500 $ $ 27 1,000 $ $ 5.83 x 9.58 final; 100#enamel text stock printed 4/4:bifold flat,full color;double sided. 28 5,000 $ $ 29 7,500 $ $ 30 10,000 $ $ GUIDE 13 x7—single sided;gatefold;color. 31 40,000 $ $ 32 50,000 $ $ 33 70,000 $ $ 13 x7—double sided;gatefold:color. 34 40,000 $ $ 35 50,000 $ $ 36 70,000 $ $ _ PAMPHLETS 8%x 11;glossy paper;801b card slack;color;double sided;tri-folded and sealed for mailing 3710,000 S $ _ 38 15,000 S 5 39 20,000 5 $ 8%x 14;glossy paper;801b card stock;color;double sided;tri-folded and sealed for mailing 40 10,000 $ $ 41 15,000 $ $ 42 20,000 $ $ GROUP 10-POSTERS Estimated Lot Price) Delivery Time Item No.of Copies Lot Price Per 50' (calendar Days) 8%2811 trim,semi matte digital/100 lb.text stock;color. 1 4000 $ $ _ 2 5,000 $ $ 3 10,000 $ $ 8%x 11 trim;semi matte digital/100 lb.cover stock;color. 4 4000 $ $ 5 5,000 $ $ 6 10,000 $ $ 11 x 17 trim; 1 sided;color. 7 4000 $ $ 8 5,000 $ $ 9 10,000 $ $ ITB 2018-038-ND 46 24 x 36;semi matte digital/1001b.text stock;color. 10 30 $ $ 24 x 36;semi matte digitall100 lb. cover stock',color. 11 30 $ $ 48 x 12 card stock',color. 12 6 $ $ GROUP 11 -REAL ESTATE SIGNS Estimated Lot Pricer Delivery Time Item No.of Copies Lot Price Per 502 (Calendar Days) MAJOR EVENT PLANNING(MEP)SIGNS 18 x 24 stakes;1 color;corrugated elastic. 1 50 $ 2 100 $ 18 x 24 grommets;1 color;corrugated plastic. 3 50 $ 4 100 $ 18 x 24 stakes and grommets; 1 color;corrugated plastic. 5 ' 50 $ 6 100 $ PARKS AND RECREATION SIGN 24 x 36 grommets;1 color;corrugated plastic. 7 10 $ 8 50 $ 9 100 $ GROUP 12-MISCELLANEOUS ITEMS Estimated Lot Price/ Delivery Time Item No.of Copies Lot Price Per 504 (Calendar Days) BUSINESS CARDS 2.125 x 3.625,2 color. 1 500 $ $ 2 1,000 $ $ 3 5,000 $ $ 4 x 3%,scored', UV coated; 12pt. 4 _ 500 $ $ 5 1,000 $ $ 6 5,000 $ $ 4 x 3%;single sided;color. 7 500 $ $ 8 1,000 $ $ 9 5,000 $ $ ITB 2018-038-ND 47 4 x 3'/,;double sided;color. 10 500 $ $ 11 1,000 $ $ 12 5,000 $ $ 2.125 x 4.250;scored and folded;color. 13 500 $ $ 14 1,000 $ $ 15 5,000 $ $ 3%x 3%;UV coated; 12pl,,color. 16 250 $ $ 17 500 $ $ 18 1,000 $ $ DOOR HANGER 4.25 X 11;slit and punched, UV coated; 12pC color. 19 1,000 $ $ 20 5,000 $ $ 21 10,000 $ $ ENVELOPES #10 envelopes with window;2 color. 22 1,000 $ $ 23 5,000 $ $ 24 10000 $ $ #10 envelopes with no window;2 color. 25 1,000 $ $ 26 5,000 $ $ 27 10,000 $ $ DUPLICATE CARBON -- 1 part 8'/x 11 28 350 $ $ 29 700 $ $ 30 1,000 $ $ 2 part 8%x11 31 350 $ $ 32 700 $ $ 33 1,000 $ $ _ _ 3 part 8%x11 34 350 $ S 35 700 $ $ 36 1,000 $ $ 4 part 8 Y1 x 11 $ 37 350 $ 38 700 $ $ 39 1,000 $ $ ITB 2018-038-ND 48 2 part and numbered 8%x11 40 350 $ $ 41 700 $ $ 42 1,000 $ $ 1The City reserves the right to vary the number of pages,the quantity printed, and the number of issues throughout the life of the contract.The above lot price shall apply to print job overruns within 500 copies of the specified number of copies. 2The City reserves the right to vary the quantity printed throughout the life of the contract. The above lot price shall apply to print job overruns within 50 copies of the specified number of copies. Bidder's Affirmation Company: ' Authorized Representative: Address: Telephone: Email: Authorized Representat'ive's Signature: The remainder of this page was left intentionally blank. ITB 2018-038-ND 49 APPENDIX F Insurance Requirements ITB 2018-038-ND Citywide Printing and Bulk Mailing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-038-ND 50 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in 'insurance requirements'of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. 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 $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 Other $ .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 proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2018-038-ND 51 ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by Entity Name Page 1 of 3 e�ia�J�,r,.org r. 1,_ Department on Stale / Division of Corporations / Search Records I Detail By Document Numoer/ Detail by Entity Name Florida Profit Corporation POSTAL CENTER INTERNATIONAL, INC. Filing Information Document Number H78424 FEI/EIN Number 59-2593670 Date Filed 10/01/1985 Effective Date 09/26/1985 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 03/04/1996 Principal Address 3406 S.W.26TH TERRACE FT. LAUDERDALE, FL 33312 Changed:06/20/2002 Mailing Address 3406 S W.26TH TERRACE FT. LAUDERDALE,FL 33312 Changed:06/20/2002 Registered Agent Name&Address GARCIA, DENNIS R 3406 S.W.26TH TERRACE FORT LAUDERDALE, FL 33312 Name Changed' 08/17/2012 Address Changed:03/04/1996 Officer/Director Detail Name&Address Title Director ECHARTE,ARTURO 2760 N RIVERSIDE DR INDIALANTIC, FL 32903 http://search.sunbiz.org/Inquiry/Corporation Search/Search ResultDetai l?inqui rytype=Entity... 6/6/2018 Detail by Entity Name Page 2 of 3 Title DST ECHARTE, SUSAN 2760 N RIVERSIDE DR INDIALANTIC, FL 32903 Title President Diaz, Ismael 3406 S . 26TH TERRACE FT. LAUDERDALE, FL 33312 Title CFO Garcia, Dennis 3406 S . 26TH TERRACE FT. LAUDERDALE, FL 33312 Annual Reports Report Year Filed Date 2016 02/05/2016 2017 01/05/2017 2018 01/16/2018 Document Images 01/16/2018—ANNUAL REPORT View Image in POE format 0105/20'7—ANNUAL REPORT View Image in PDF format 02/05120'6—ANNUAL REPORT View image in PDF formai 01/1320'5—ANNUAL REPORT View image in PDF formal 09/09/20,4--AMENDED ANNUAL REPORT View image in PDF formal O 1/06/2014—ANNUAL REPORT View image in PDF formal 03/25/2013—ANNUAL REPORT View image in PDF formal O 8/17/2012—Rep Aoenl Change View image in PDF formal 031 5,20 12—ANNUAI REPORT View image in PDF formal 0360/2011—Reg.Agent Cnanoe View image in PDF formal PL01/29n—ANNUAL REPORT L View image in POE formal 02,19/2010 ANNUAL REPORT View image in PDF format 06/162009 ANNUAL REPORT View image in PDF format 0106/2006—ANNUAL REPORT View image in PDF format O 3/02/2007—ANNUAL REPORT View image in PDF format 01/10/2006—ANNUAL REPORT View image in PDF format 01,062005—ANNUAL REPORT r View image in PDF formal 01/22/2004—ANNUAL REPORT View image in PDF format O 6/06/2003—ANNUAL REPORT View image in PDF format O 620/2002—ANNUAL REPORT View Image in PDF format 02/05/2001—ANNUAL REPORT View image in PDF format 06/09/2000—ANNUAL REPORT View image in PDF formal 01/23/1999 ANNUAL REPORT View image in PDF format http://search.sunbi z.org/Inquiry/CotporationSearch/SearchResullDetail?inquiryty pe=Entity... 6/6/2018 Detail by Entity Name Page 3 of 3 01171,1998—ANNUAL REPORT View image in PDF formal avzan 997—ANNUAL REPORT View image la POE formai http://search.sunbiz.org/Inquiry/Corporate onSearch/SearchResultDetai l?inquirytype=Entity... 6/6/2018 CITYWIDE PRINTING AND BULK MAILING SERVICES ITB 2018-038-ND BID DUE: May 14, 2018 at 3 PM , i P , + y"'� I\ 1 % � tiw 'd !i City of Miami Beach Procurement Department, 3rd Floor 1755 Meridian Avenue Miami Beach, FL 33139 Presented By: PCIPOSTAL CENTER INTERNATIONAL Postal Center International, Inc. Phone: 954.321.5644, Fax 954-787-8697 POSTALINTERNATIONAL CENTER P • 3406 SW 26th Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com May 9, 2018 City of Miami Beach Procurement Department, 3r° Floor 1755 Meridian Avenue Miami Beach, FL 33139 RE: ITM 2018-038-ND • Dear City of Miami Beach Procurement Department, Thank you for the opportunity to partner with you in your print and mail operations. Making decisions about the most effective and efficient ways to handle your printed communications can be challenging. Postal Center International, Inc. ("PCI") has been a community partner to South Florida's city and county government entities for decades. At PCI, we think of ourselves as an extension to your team and will manage project organization from start to finish on your behalf. We bring our operations under one roof to streamline logistics, because the scope of our services covers the entire process. From database management to printing, from automated folding and inserting to bar coding and presort mailing: we can handle your entire project and save the City of Miami Beach money in the process. Because all production elements are integrated into one efficient process, PCI can take the actions necessary to implement the safeguards necessary during the IT and printing process to ensure the integrity of your mailings. This will eliminate the risk of double insertions and errors that can occur in the fulfillment process without these safeguards. Please also note that PCI is SOC2, HIPAA, Green and G7 certified. In addition,we are in the process of earning our HITRUST certification. Because PCI is a secure vendor that can perform all services under one roof,the City of Miami Beach can rest assured there will be no extra delays and risks associated with transporting and processing at different locations or by another company's employees. As requested,you will find one (1)original Bid Proposal,three(3)bound copies and one(1)electronic USB format of the bid in one opaque, sealed envelope or container, with the face marked clearly "Sealed Bid ITB 2018-038-ND, Citywide Printing and Bulk Mailing Services, Postal Center International, Inc, 3406 SW 26 Terrace, Fort Lauderdale, FL 33312". PCI acknowledges receipt of Addendum No. 1, published on May 7, 2018. Please do not hesitate to call me if you have any additional questions or comments. We look forward to partnering with the City of Miami Beach for your printing and bulk mailing needs. Sincerely, LS�dEj4cL- Larissa Schenck Vice President Sales+ Marketing PCIPOSTAL CENTER INTERNATIONAL 3406 SW 26th Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com APPENDIX C — Minimum Requirements & Specifications Cl. Minimum Eligibility Requirements Postal Center International ("PCI") is authorized to conduct business in the State of Florida and has been authorized for over three (3) years from bid opening date. On the following pages, please find PCI's sunbiz report for review. Detail bt 1-El I'IA Number Pa_c I or; - org Detail by FEI/EIN Number Ronda Profit Corporation POSTAL CENTER INTERNATIONAL,INC. Filing Information Document Number H78420 FEI/EIN Number 592593670 Date Filed 10101/1985 Effective Date 0912611985 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 03/04/1996 Pnncmal Address 3406 SW 26TH TERRACE FT.LAUDERDALE,FL 33312 Changed'.0620/2002 Mailing Address 3406 S.W.26TH TERRACE FT.LAUDERDALE,FL 33312 Changed.06202002 Registered Agent Name S Address GARCIA,DENNIS R 3406 S.W.26TH TERRACE FORT LAUDERDALE,FL 33312 Name Changed.09/172012 Address Changed:03/04/1996 omanmreetor Detail Name&Address Title['weds!' ECHARTE,ARTURO 2760 N RIVERSIDE DR INDIALANTIC.FL 32903 http:,searchsunbi2.org/Inquk).CorporationScarch/SearchResultDetai I?inquirylype=FeiNu... 4/1 8 2018 Detail hn Il I P_IN Aunlhe' Page 2 of3 Title DST ECHARTE,SUSAN 2760 N RIVERSIDE DR INDIALANTIC.FL 32903 Title President Diaz.Ismael 3406 S.W.26TH TERRACE FT.LAUDERDALE.FL 33312 Title CFO Garua,Dennis 3406 S.W.26TH TERRACE FT.LAUDERDALE.FL 33312 Annual Reports Report Year Filed Date 2016 02/0512016 2017 01/05/2017 2018 01/1612018 Document'males :1061701g-ANNUAL REPORT New mage r PDF lural alit P 9n-ANNUAL REeoRr Vaa mage m PDF'treat gfLgGOH-ANNUAL REPORT Verrage m RCP'EMIL el]r015-ANNUAL REPORT yen mage n PDF furcal ,iL„glis_AMENOEn ANNUAL Re POR' Yew mage m PDF formal glen:&PO'4-A_yAL REPORT Ver..rage,n wF fmrmat .▪11,1":,3-ANNUAL REPORT yew age.PDP'oma' L ad ..1]-Ret Alen....amore yr_.rax.r PDF'Tear ANNUAL REPJRT V.ag mage n FOF roma' .; a11-Res_Art,anAe VAL.,naoe.r PDF farm :x:,,.,.I-ANNUAL RAO)RT ger eager PDF.'o mal ]>_t Jl -ANNUAL REPORT Vet mage m PoF gnat -Corr- r-ANNWI REPORT Vrea mage n PDF yrat rr_W-'5R3 •ANNGAL REPORT Vert rage r PDF'egret _ANNUAL REPORT Vee mage n PDF'coma' O"f2Wi-ANNUAL PEPORT Va.peer PDF deed •LM__u ;NNUAL R[PORI V ea nage r POnema! 22'5,.1-ANnUAL RE PVR' yew cage r PDF'emal .c1"=GG-ANNyAL REPORT Vaw mage m POF Wel re r_..-ANNyAL REPORVew image r POF lc.nal Y.. -ANNE AL RF PORT Pew.rage r POF feral .xegaau-ANNUAL REPORT ym*,mage r POF format i,R._ANNUAL REPORT mew rage r PDF•emal http:.'searchsunbiz.oroRnquin-CorporationSearch/SearchResultDetail:'inquin type=FeiNu... 5/I 8/2018 Detail h' F1:1 IIIA \umber Poue of azTopr m. http:/-scarch.sunbiz.org Inquire/CorporationSearch/ScarchResultDetai17inquirytype FeiNu... 4/I8/1018 POSTCEN-02 KKUGLER AC OR(J CERTIFICATE OF LIABILITY INSURANCE -'IE MM OD Yt• ��- 12/1912017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE GOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERISI,AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED.the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer ights to the certificate holder In lieu of such endorsement(s). PRODUCER License#BR-904760 2211c CT Kathy Sweets Lawley-Andolina-Verdi.LLC HONE 1 585 454-1600 30 North Union Street EA-c» EEO ( ) FAX xRl 1 (866)211 J683 Rochester.NY 14607 AOOREss ksweers@lawleyinsurance.Com INSURERISI AFFORDING COVERAGE NAC, (SURER A-Allianz Global 35300 INSURED IN ORERs Travelers Casualty 8 Surety of America 31194 Postal Center International INSURER C- 3406 SW 26th Terrace INSURER D Fort Lauderdale,FL 33312-5017 IXwRER E INSURER F. COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT DR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR NIA? PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AL'-THE TERMS EXCLUSIONS AND CONDITIONS CF SUCH POLICIES.CARTS SHOWN MAY HAVE 3EEN REDUCED BY PAID CLAIMS INSR rvP OF INSURANCE IANSPo WVD ROGUE NUMBER IAR MMN�YFW POLICY IODNYTY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1,000,000 aMSMADE X — e MZX80975059 011018018 0110112019 0.151ADE TOREN-ED . _ __ Rcucs TE,rT-mce, 5 300,000 Uro EXP ART 5"Per.ea 5 5.000 RERSONAIs ADV HTERA 1,000,000 GENE AGGREGATE - ER GENERA_AGC3c R_ _ s 2,000,000 FOL.E -_T AP �EEC AROONmS-COMP OFA -T 2,000,000 EP s AUTOMOBILE LIABILITY iE"3°! ` ` : 1.000.000 A X A MZX80W5059 01/01/2018 0110112019 SODUF•.N:_R5 Resp"l -. L•_o.NN_ H-a.c0 BODILY HULRY P 15 ,.w03 NCNIC - HI�,.AL OS ALTAJTOS SROPIT ac aTEDAMa E' eTt X UMBRELLA LAB X C,__R EACHOCCURRENCE5.000,000 s A EXCESSLIAR _a.cls,"IAoe XAU32248825 01/018018 01/0112019 AGGREGATE 3 5,800,000 DEO X R -E N-ml5 0 P9 COMPENSATION PP - MW EM AND EMPLOYERS'LIABILITYSEANrR "Pilch°TE:reEAT RL OED E' 1— A EL EACH ACCOENT s IManmTRw IN Nx) L DISEASE-EA EMPLOYES S Ich'CRIPTory OF OPERArONE nrND. EL SEASE.'CLIC,TART 3 B Professional Uab 105530628 01/(1112018 01/01/2019 Each Occurrence 3,000.000 DESCRIPTION OF OPERAT'ONS LOCATIONS:VEHICLES POOR°IDL AEmtimM Rema^,YnwuM mA IN attached II mate apace is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ATE THEREOF. NOTI For Informational Purposes Only ACCORDANCE WITH THE POLICY PROVCE WILL BE DELIVERED IN C4pS AUTHORIZED REPRESENTATIVE � � I 1 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD L.CK I ' LAIC Ur LIHDILII T INC [HNL.0 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policylies) must have ADDITIONAL INSURED provisions or De endorsed. II SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) P enOOUCFA CONTACT MnHARE Rsk Pewees Inc or Fld'da we I D. ID pH 74, I 'FAX EMAILEd)..50-0.747-5 NO LAC 1401 W s DSS ADP COI Center @5m P£R1SI AFFOROOW COVERAGE a wSUrER A. Anos Maa.a lnM,aca 23IT SUHEY SURER e. oTS.+. Ca,..Dn. ae eeSPIRE26a. WRER< I]V1 P0P• W How` INSURER E PI LETONASTYR EMOS SW as EL MT TS r. INSURER F; COVERAGES CERTIFICATE NUMBER: 1602547 REVISION NUMBER: THIS IS 10 CER TIE !HAI THE POLICIES Of NSURANCE LISTED BELOW HAVE BEEN ISSUED 10 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT%ATH RESPECT TO WHICH !HIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 4 SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LIMITS SHIEWN ARE AS REOUFSTED NSW m TYPE OF@1sUNNME L � WLKY NUMBER POLICY EFf POLICY UP DINTS L SP EVAD IETWOpTrYY) (SWOpnYYY1 CCwM5RCw G NEPALLLIAaIUIv EACHOCCL PHEIICE CLAIMS MINE n OCCUR PEEWEES eA neMmgl MP°PEP > cRSD fl%AIPt Gen(AGGREGA I E LIWi ARABS PEXn PACOREGAFE ROI CY n PROJECT L.,: PI µCOLCTS_C3WCP CGG TETNER LI„lee:L.:SIT CAE LIM AUTOMANOBILE AUTOWRnnY 000ILT WURh IP_want A � SCLOCLEC ADFDS JFLY AUTOS BM n, NONSIRED ED ROPEDAMAGE 44601AT U O Orvly Pvvuiden11 UMBRELLA UAB _CiaJS EACH OCCMMRENCE I I EXCESS50a CNIMS PACE AGGREGATE $ C RETENTION, woRKERsCOMPIMSATICA X PERTu*E OTH- ARD pN.OYFAS uAauIM1 ER A µE ICEWMEMSER ToWPAR pEJCL I. L L NI X WC 026'60]9 FL 711/20177 '1.2016 E ACH AACCIDENT I 2:00000 (W4 ory N NMI A L DISEASE EA EMPLOYEE 2000000 tor.44,4•Hom DESCRIPTION Of OPERA TONE LED* I EL DISEASE PCLCY Cult S 2000000 D ESCRIPTION OF OPERATIONS,LOCATIONS I VERICLES(AGGRO toy...maw Rambla& mmp.may Es'Paws Nmon wpapacaalar.gSn All oenprt oyewwkwar POS'ALCENOR.NTEHNATIIXu. INCIxC 0464 ADP apapd eemw mti10300194anipay PoS'AI.Ct IIER NTERNA rIONu.INC un wow www wet lee Pc CERTIFICATE HOLDER CANCELLATION Postal Cmrer Inlerret.Ona.Inc SHOULD ANY Of THE ABOVE DESCRIBED POLICIES 0E CANCELLED BEFORE 3406SW 2e Terrace THE EXPIRATION DATE THEREOF, NOTICE WEl BE DELIVERED IN FI LeudeNMO,FL]3]12 ACCORDANCE MTH THE POLICY PROVISIONS. MItH0RED RLPvsFNTATIVE �S CAW/&15A 5eooICCS, Qnao fGriocida ®1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo re registered marks of ACORD 1012465 r 7 In c CI tilco L. U u J N a 4Zio Vm D 6 rd Z n a `c Or 8 " O m z' (�1 n o L C.) o d i c w H LL u N o Z - N a LU ds Q 1 a. E (� :13 d _S \� = > m d o 6 W 2 E C oa ¢ m = W z o m L a. ' 0 m m O a. M c a F A Cl) m E I o a 'n m C } m a c = '. LI) a F C 2 m - . E t> ! p o s = E a 2 v i Z 1:30 . - w CO E o E m 'm s U = m W CO d o f o a aM1 ° I— Z z = o co co W Q -6--- = a O O o ea a. 2 v E O - =I u. to 0 m w n' d ? ca m p -12 c e el . a re ,o m o 0 w m Z - CO L Table of Contents Cost Proposal Form (Appendix E) TAB 1 Bid Certification Questionnaire Affidavits (Appendix A) TAB 2 Equipment Inventory TAB 3 Presented By: PCIPOSTAL CENTER INTERNATIONAL Phone: 954.321.5644, Fax: 954-787-8697 Cost Proposal Form (Appendix E) Presented By: PA' POSTAL CENTER V INTERNATIONAL Phone: 954.321.5644, Fax: 954-787-8697 MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 371 Floor, Miami Beach, Florida 33139, www.miamlbeachg.gev, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES May 7, 2018 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITS is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m. Monday, May 14, 2018 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 I Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. REVISION: Delete Appendix E, Cost Proposal Form, on page 39-49 of the ITB, in its entirety and Replace with Revised Appendix E, Cost Proposal Form, attached hereto as Exhibit A. THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE PROPOSAL SHALL DEEM PROPOSER NON-RESPONSIVE- III. ATTACHMENTS. Exhibit A: Revised Appendix E, Cost Proposal Form. III. RESPONSES TO QUESTIONS RECEIVED. 01: Are the sizes of the guides (13" x 7")and pamphlets (8.5" x 11") the open size or the closed size? If open, please advise on the closed size. Al: The size of the guides and pamphlets is the open size. The closed sizes are: guide 61/2"x 7" and pamphlet is 31/2' x 81/2". 02: Appendix C, Minimum Requirements and Specifications, C2. Scope of Services, Bulk Mailing Services reads: "The mail house personnel shall be equipped with two way mobile communication capacity to communicate directly with the City, from anywhere at any time. The mail house personnel must carry valid personal as well as employee issued identification. The mail house personnel must be able to converse in English/Spanish with City staff."We will need to purchase two way radios? II A2: A two way mobile communication refers to a wireless communication system 1 that can both transmit and receive. A cellular system meets this requirement. I 'IIADDENDUM NO.1 I INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES Q3: Appendix C, Minimum Requirements and Specifications, C2. Scope of Services, Bulk Mailing Services reads: "Regular presort mail must be processed and delivered to the USPS/other delivery site on the day it is picked up from the City. Regular presort mail must not be held overnight by the vendor." We can only turn out same day mail as long as we have everything by 9 a.m. and only up to 20,000 letter pcs. Flat mailers require up to 2 days depending on quantity and inserting &folding will require 2 days. A3: Mail that is presorted, organized by zipcode, is expected to be processed and delivered to the USPS/other delivery site on the day it is picked up from the City. Any other mailing service must be completed no later than the second work day after it is received. Q4: Appendix C, Minimum Requirements and Specifications, C2. Scope of Services, Bulk Mailing Services reads: "The mail house should be able to provide a list with the addresses of affected or impacted residents within a specified radius from a property, if requested." Is this referring to people that have moved (ncoa) or undeliverable- addresses? A4: This is referring to the affected or impacted residents of a City project. • 05: Appendix E, Cost Proposal Form, Group 7, line 15, is that a typo? Please advise. AS: Yes, that was a typo. The correct number of copies for Group 7, line 15 is 1,000. Please refer to Exhibit A: Revised Appendix E, Cost Proposal Form. FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE PROPOSAL SHALL DEEM PROPOSER NON-RESPONSIVE. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoOm lam ibeachfl.gov. Procurement Contact: Telephone: - Email: I Natalia Delgado 305-673-7000, ext. 6263 , nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. /8Ir41:rely, / ^ C'K r ex Oils \ !l+ rocu ,ment Director PLEASE BE REMINDED THAT TH - 1 I in Z a • II ' • : u t e t r 0 : SUBMITTED WITH THE PROPOSAL. I 1 2IADDENDUM NO.1 • INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAI'_WG SERVICES EXHIBIT A Revised Cost Proposal Form THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL 31 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK WAILING SERVICES REVISED APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E,Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices,delivery delays,taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E)completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form (Appendix E)shall be initialed. It is the intent of the City to pre-qualify vendors as categorized below. Bidders are not required to participate in all categories in order to be considered as part of the pre-qualified pool. Vendors may submit a response for Groups 1 through 12, as applicable. We wish to be Pre-qualified to participate in future pricing competition for the following groups. YES NO Group 1-MB MAGAZINE No Group 2-RECREATION REVIEW MAGAZINE Yes Group 3-SUMMER FLYERS Yes Group 4-PAMPHLETS Yes Group 5-RENEWAL LETTERS OR OTHER NOTICES Yes Group 6-POSTCARDS Yes Group 7-BOOKS AND REPORTS Yes Group 8-POSTCARDS AND FLYERS Yes Group 9-BROCHURES Yes Group 10.POSTERS Yes Group 11-REAL ESTATE SIGNS Yes Group 12-MISCELLANEOUS ITEMS Ycs PRINTING AND BULK MAILING SERVICES GROUP 1 -MB MAGAZINE Estimated Delivery Time(Calendar Cost Per Lot Price/ Days) Item No.of Copies Publication Per 5001 64 page publication plus cover(701b matte inside text,100Ib matte text cover)-68 pages 50,000 No Bid $ 2 60,000 No Bid $ 3 70,000 No Bid $ 68 page publication plus cover(70Ib matte inside text,1001b matte text cover)-72 pages 4 50,000 No Bid S 5 60,000 No Bid $ 6 70,000 No Bid $ 4 I ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 72 page publication plus cover(701b matte inside text,1001b matte text cover)—76 pages 7 50,000 No Bid $ 8 60,000 No Bid $ 9 70,000 No Bid $ GROUP 2-RECREATION REVIEW MAGAZINE Estimated Cost Per Lot Price/ Delivery Time Item No.of Copies Publication Per 5001 (Calendar Days) 16 page self cover(100lb glossy self cover) 1 15,000 $ 0.492 $ 246.17 3-5 Days 2 17,000 $ 0.482 $ 240.94 3-5 Days 3 20,000 $ 0.470 $ 235.08 3-5 Days 32 page(100lb glossy self cover) 4 15,000 S 0.748 S 374.03135 Days 5 17,000 $ 0.681 $ 340.26 3-5 Days 6 20,000 $ 0.605 $ 302.28 3-5 Days 16 page self cover(701b glossy self cover) 7 15,000 $ 0.449 $ 224.27 3-5 Days 8 17,000 $ 0.416 $ 208.12 3-5 Days 9 20,000 $ 0.380 $ 189.95 3-5 Days 32 page(701b glossy self cover) 10 15,000 $ 0.659 $ 329.40 3-5 Days 11 17,000 $ 0.602 $ 300.88 3-5 Days 12 20,000 $ 0.538 $ 268.80 3-5 Days _ GROUP 3-SUMMER FLYERS Estimated Delivery Time Lot Price! (Calendar Days) Item No.of Copies Lot Price Per 502 8 sx 11;single sided;regular paper;70Ib text;color 1 500 $ 151.500 $ 15.15 3-5 Days 2 1,000 $ 194.000 $ 9.70 3-5 Days 3 2,000 $ 284.000 $ 7.10 3-5 Daajs 8'sx 11;single sided;regular paper;100lb textcolor 4 500 $ 153.500 $ 15.35 3-5 Days 5 1,000 $ 201.000 $ 10.05 3-5 Days 6 2,000 $ 296.000 $ 7.40 3-5 Days 8`x 11;double sided;regular paper;70113 text;color 7 500 $ 183.500 $ 18.35 3-5 Days 8 1,000 $ 259.000 $ 12.95 3-5 Days 9 2,000 $ 410.000 $ 10.25 3-5 Days 8's x 11 double sided;regular paper;100lb text;color 10 500 5 185.500 $ 18.55 3-5 Days 11 1,000 $ 265.000 $ 13.25 3-5 Days 12 2,000 5 420.000 $ 10.50 3-5 Days 5 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES GROUP 4-PAMPHLETS Estimated Delivery Time Cost Per Lot Price/Per (Calendar Days) Item No.of Copies Publication 502 8%x 11;glossy paper;801b card stock;color;double sided;td-folded and sealed for mailing 1 14000 $ 0.152 $ 7.590 3-5 Days 2 15,000 $ 0.126 $ 6.293 3-5 Days 3 24000 $ 0.112 $ 5.603 3-5 Days 8%x 14;glossy paper;801b card stock;color;double sided',tri-folded and sealed for mailing 4 10,000 $ 0.172 $ 8.620 3-5 Days 5 15.000 $ 0.146 $ 7.290 3-5 Days 6 20,000 $ 0.133 $ 6.638 3-5 Days GROUP 5•RENEWAL LETTERS OR OTHER NOTICES Estimated Lot Price/Per Delivery Time Item No.of Copies Lot Price 502 (Calendar Days) Print Renewal Letter or Notices on 8%x 11;provided in electronic format'. Form Letter and Database;inserted into standard#10 window envelope. 1 10,000 $ 915.000 $ 4.575 3-5 Days 2 15,000 $ 1,181.000 $ 3.937 3-5 Days 3 20,000 $ 1,448.000 $ 3.620 3-5 Days GROUPS-POSTCARDS Estimated Delivery Time Lot Price/Per (Calendar Days) Item No.of Copies Lot Price 50' 5 x 7-single sided; 1256 UV coated;color. 1 250 $ 132.75 $ 26.55 3-5 Days 2 500 $ 147.50 $ 14.75 3-5 Days 3 1,000 $ 189.00 $ 9.45 3-5 Days 4 5,000 $ 478.00 $ 4.78 3-5 Days 5 x 7-double sided', 12pt', UV coated;color. 5 250 $ 145.75 $ 29.15 3-5 Days 6 500 $ 173.50 $ 17.35 3-5 Days 7 1,000 $ 228.00 $ 11.40 3-5 nays 8 5,000 $ 632.00 $ 6.32 3-5 Days 5 x 7-single sided; 12pt1 UV coated;black and white. 9 250 $ 115.75 S 23.15 3-5 Days 10 500 $ 126.50 $ 12.65 3-5 Days 11 1,000 $ 161.00 $ 8.05 3-5 Days 12 5,000 $ 392.00 $ 3.92 3-5 Days 5 x 7-double sided; 12pt UV coated;black and white, 13 250 $ 119.75 $ 23.95 3-5 Days 14 500 $ 134.50 $ 13.45 3-5 Days 15 1,000 $ 175.00 $ 8.75 3-5 Days 16 5,000 $ 461.00 $ 4.61 3-5 Days 6 I ADDENDUM NO.1 INVITATION TO BID NO.2018-038 NO CITYWIDE PRINTING AND BULK MAILING SERVICES PRINTING SERVICES GROUP 7-BOOKS AND REPORTS Estimated Delivery Time Lot Price/Per (Calendar Days; Item No.of Copies Lot Price 502 8%x 11 -20 page self cover-saddle stitched;100 lb.text stock;color. 1 250 $ 520.000 $ 104.000 3-5 Days 2 500 $ 905.000 $ 90.500 3-5 Days 3 1,000 $ 1,676.000 $ 83.800 3-5 Days 8'/x 11-20 page self cover-saddle stitched, 100 lb.cover stock;color. 4 250 $ 729.000 $ 145.800 3-5 Days 5 500 $ 1,284.000 $ 128.400 3-5 Days 6 1,000 $ 2,395.000 $ 119.750 3-5 Days 8 Y:x 11-60 page self cover-saddle stitched, 100 lb.text stock;color. 7 250 $ 1,455.000 $ 291.000 3-5 Days 8 500 $ 2,387.000 $ 238.700 3-5 Days 9 1,000 $ 3,883.000 $ 194 150 35 Days 8%x 11 -60 page self cover-saddle stitched; 100 lb.cover stock;color. 10 250 $ 1,769.30 S 353.86 13-5 Days 11 500 $ 3,058.75 $ 305.88 i 3-5 Days 12 1,000 $ 5,562.13 S 278.11 113-5 Days 5.25 x 8.25-72 page self cover-saddle stitched;35 lb.offset;color. 13 250 $ 549.00 S 109.80 3-5 Days 14 500 $ 810.00 S 81.00 3-5 Days 15 1,000 S 1335.00 $ 66.75 35 Days GROUP 8-POSTCARDS AND FLYERS Estimated Delivery Time Lot Price/Per (Calendar Days) Item No.of Copies Lot Price 50' POSTCARDS 4 x 6-single sided;12pC UV coated;color. 1 250 S 160.000 $ 32.000 3-5 Days 2 500 $ 167.000 $ 16.700 3-5 Days 3 1,000 $ 190.000 $ 9.500 3-5 Days 4 5,000 S 323.000 $ 3.230 3-5 Days 4 x 6-double sided; 12pt UV coated;color. 5 250 $ 165.000 $ 33.000 3-5 Days 6 500 S 185.000 $ 18.500 3-5 Days 7 1,000 $ 209.000 S 10.450 3-5 Days 8 5,000 $ 398.000 S 3.980 3-5 Days 4 x 6-single sided;120 UV coated;black and white. 9 250 $ 146.000 S 29.200 3-5 Days 10 500 $ 151.000 5 15.100 3-5 Days 11 1,000 $ 170.000 5 8.500 3-5 Days 12 5,000 $ 277.000 S 2.770 3-5 Days 7 ADDENDUM NO.1 INVITATION TO BID NO.201B-0313-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 4 x 6-double sided; 12p(UV coated; black and white. 13 250 $ 148.000 $ 29.600 3-5 Days 14 500 $ 159.000 $ 15.900 3-5 Days 15 1.000 5 182.000 $ 9.100 3-5 Days 16 5,000 S 324.000 S 3.240 3-5 Days 5 x 7-single sided; 12pt; UV coaled;color. 17 250 $ 150.000 $ 30.000 3-5 Days 18 500 $ 160.000 5 16.000 3-5 Days 19 1.000 $ 194.000 5 9.700 3-5 Days 20 5,000 $ 423.000 S 4.230 3-5 Days -_ 5 x 7-double sided; 12pt; UV coated;color. 21 250 $ 163.000 $ 32.600 3-5 Days 22 500 $ 186.000 $ 18.600 3-5 Days 23 1,000 $ 233.000 $ 11.650 3-5 Days 24 5,000 $ 577.000 $ 5.770 3-5 Days 5 x 7-single sided; 12pt;UV coated;black and white. 25 250 $ 132.000 $ 26.400 3-5 Days 26 500 $ 139.000 $ 13.900 3-5 Days 27 1,000 $ 166.000 $ 8.300 3-5 Days 28 5,000 $ 337.000 $ 3.370 3-5 Days 5 x 7-double sided; 12pt; UV coated;black and white. P9 250 $ 136.000 $ 27.200 3-5 Days 30 500 $ 147.000 $ 14.700 3-5 Days 31 1,000 $ 180.000 $ 9.000 3-5 Days 32 5,000 $ 406.000 $ 4.060 3-5 Days 5 x 10-single sided; 12pt; UV coated;black and white. 33 250 $ 138.000 $ 27.600 3-5 Days 34 500 $ 148.000 $ 14.800 3-5 Days 35 1,000 $ 180.000 $ 9.000 3-5 Days 36• 5,000 $ 403.000 $ 4.030 3-5 Days 5 x 10-double sided:12pt;UV coated,black and white. 37 250 $ 143.000 $ 28.600 3-5 Days 38 500 $ 158.000 $ 15.800 3-5 Days 39 1,000 $ 199.000 $ 9.950 3-5 Days 40 5,000 $ 496.000 $ 4.960 3-5 Days 6 x 21/2-single sided', 12pt UV coated;black and white. 41 250 $ 144.000 5 28.800 3-5 Days 42 500 5 148.000 5 14.800 3-5 Days 43 1.000 $ 165.000 5 8.250 3-5 Days 44 5,000 $ 263.000 5 2.630 3-5 Days 81 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 6 x 23-double sided; 12pt; UV coated;black and white. 45 250 $ 146.000 $ 29.200 3-5 Days 46 500 $ 152.000 $ 15.200 3-5 Days 47 l 1,000 $ 173.000 $ 8.650 3-5 Days 48 ) 5,000 $ 298.000 $ 2.980 3-5 Days FLYERS 7 x 31/2-single sided; 12pt;UV coated;color. 49 500 $ 139.000 $ 13.900 3-5 Days _ _ 50 1,000 $ 163.000 $ 8.150 3-5 Days 51 2,000 $ 210.000 $ 5.250 3-5 Days 7 x 31A-double sided;'I 2pC UV coated;color. 52 500 $ 149.000 $ 14.900 3-5 Days 53 1,000 $ 184.000 $ 9.200 3-5 Days 54 2,000 $ 249.000 $ 6.225 3-5 Days 8=x 11;single sided;regular paper;701b text;color 55 500 $ 144.000 $ 14.400 3-5 Days 56 1,000 $ 179.000 $ 8.950 3-5 Days 57 2,000 $ 254.000 $ 6.350 3-5 Days 811x 11;single sided;regular paper;1001b text;color 58 500 $ 146.000 $ 14.600 3-5 Days 59 1,000 $ 186.000 $ 9.300 3-5 Days 60 2,000 $ 266.000 $ 6.650 3-5 Days 8 h x 11 double sided;regular paper;70Ib text;color 61 500 $ 176.000 $ 17.600 -3-5 Days 62 1,000 $ 244.000 $ 12.200 3-5 Days 63 2,000 $ 280.000 $ 7.000 3-5 Days 8*,x 11;double sided;regular paper;100Ib text;color 64 500 $ 178.000 $ 17.800 3-5 Days 65 1,000 $ 250.000 $ 12.500 3-5 Days 66 2,000 $ 39t000 S 9.775 3-5 Days 8 V x 14-single sided;regular paper;100lb text;color; 67 500 $ 162.000 5 16.200 3-5 Days 68 1.000 $ 237.000 S 11.850 3-5 Days 69 2,000 $ 394.000 S 9.850 3-5 Days 8 Y,x 14-single sided;regular paper:701b text;color; 70 500 S 158.000 S 15.800 3-5 Days 71 1,000 $ 226.000 S 11.300 3-5 Days 72 I. 2,000 $ 372.000 5 9.300 3-5 Days 8%x 14-double sided;regular paper,701b text;color, 73 500 S 215.000 S 21.500 3-5 Days 74 1,000 S 341.000 S 17.050 3-5 Days 75 2,000 $ 610.000 5 15.250 3-5 Days 9 ADDENDUM NO.1 INVITATION TO BID NO 2018-038-ND CITYWIDE PRINTING AND SULK MAILING SERVICES 8%x 14-double sided;regular paper; 1001b text;color; 76 500 $ 220.000 $ 22.000 3-5 Days 77 1,000 S 352.000 $ 17.600 3-5 Days 78 1000 S 659.000 $ 16.475 3-5 Days GROUP 9-BROCHURES Estimated Lot Price/Per De ivery Time Item No.of Copies Lot Price 502 (Calendar Days) EVENT PROGRAM 10%x 8.25 fiat final;5.25 x 8.25-4 page single sided.self cover;saddle stitched;color. 1 1,000 $ 300.000 $ 15.000 3-5 Days 2 2,000 $ 488.000 $ 12.200 3-5 Days 3 5,000 $ 648.000 $ 6.480 3-5 Days 10%x 8.25 flat final;5.25 x 8.25-4 page double sided.self cover;saddle stitched;color. 4 1,000 $ 548.000 $ 27.400 3-5 Days 5 2,000 $ 835.000 $ 20.875 3-5 Days 6 5,000 $ 1,231.000 $ 12.310 3-5 Days BOOKLET 5%x 8%final;8%x 11-8 page flat bifold;saddle stitched;80 lb.text stock,two(2)color. 7 250 $ 226.000 $ 45.200 3-5 Days 8 500 $ 316.000 $ 31.600 3-5 Days 9 1,000 $ 498.000 $ 24.900 3-5 Days 5%x 8%final;8%x 11-8 page flat bifold;saddle stitched:80 lb.cover stock,two(2)color. 10 250 $ 272.000 5 54.400 3-5 Days 11 500 $ 379.000 $ 37.900 3-5 Days 12 1,000 $ 594.000 $ 29.700 3-5 Days BROCHURES 3.66 x 8%final;8 Vz x 11-gatefold fiat;80 lb.text stock;color. 13 250 $ 189.000 $ 37.800 3-5 Days 14 500 $ 224.000 $ 22.400 3-5 Days 15 1,000 $ 299.000 $ 14.950 3-5 Days 3.66 x 814 final;8%x 11-gatefold fiat 80 lb.cover stock;color. 16 250 $ 213.000 $ 42.600 3-5 Days 17 500 $ 255.000 $ 25.500 3-5 Days 18 1,000 $ 339.000 $ 16.950 3-5 Days 4.66 x 8%final; 14 x 8%gatefold fiat;color. 19 500 $ 300.000 $ 30.000 3-5 Days 20 1,000 $ 444.000 $ 22.200 3-5 Days 21 2,000 $ 705.000 $ 17.625 3-5 Days 6.33 x 13 final:19-13 trifold flat;color. 22 250 $ 247.000 $ 49.400 3-5 Days 23 500 $ 321.000 $ 32.100 3-5 Days 24 1,000 $ 469.000 $ 23.450 3-5 Days 10 I ADDENDUM No.1 INVITATION TO BID NC.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 7 x 8%final; 14 x 8%bifold flat;color. 25 250 $ 229.000 $ 45.800 3-5 Days 26 500 $ 304000 $ 30.100 3-5 Days 27 1,000 $ 445.000 $ 22.250 3-5 Days 5.83 x 9.58 final: 1004 enamel text stock printed 4/4;bifold flat,full color;double sided. 28 5,000 $ 707.000 $ 7.070 3-5 Days 29 7,500 $ 861.000 $ 5.740 3-5 Days 30 10,000 $ 1,000.000 $ 5.000 3-5 Days GUIDE 13 x7—single sided;gatefold;color. 31 40,000 $ 2,384.00 $ 2.980 3-5 Days 32 50,000 $ 2,803.00 $ 2.803 3-5 Days 33 70,000 $ 3.636.00 $ 2.597 3-5 Days 13 x7—double sided;gatefold;color. 34 40,000 $ 2,585.00 $ 3.231 3-5 Days 35 50,000 $ 3,042.00 $ 3.042 3-5 Days 36 70,000 $ 3,957.00 $ 2.826 3-5 Days PAMPHLETS 8%x 11:glossy paper;80Ib card stock;color;double sided:tri-folded and sealed for mailing 37 10,000 S 1,368.000 $ 6.840 7-10 Days 38 15,000 $ 1,662.000 $ 5.540 7-10 Days 39 20,000 $ 1,940.000 $ 4.850 7-10 Days 8'G x 14;glossy paper;801b card stock;color;double sided;tri-folded and sealed for mailing 40 10,000 $ 1,572.000 S 7.860 7-10 Days 41 15,000 $ 1,961.000 S 6.537 7-10 Days 42 20,000 $ 2353.000 5 5.883 7-10 Days GROUP 10-POSTERS Estimated Delivery Time Lot Pricel Per (Calendar Days) Item No.of Copies Lot Price 502 8 Y x 11 trim:semi matte digital/100 lb.text stock;color. 1 2,000 $ 288.000 $ 7.200 3-5 Days 2 5,000 $ 540.000 $ 5.400 3-5 Days 3 10,000 $ 736.000 $ 3.680 3-5 Days 8%x 11 trim;semi matte digital/100 lb.cover stock;color. 4 2,000 $ 334.000 $ 8.350 3-5 Days 5 5,000 $ 690.000 $ 6.900 3-5 Days 6 10,000 $ 989.000 $ 4.945 3-5 Days 11 x 17 trim; 1 sided;color. 7 2,000 $ 465.000 $ 11.625 3-5 Days 8 5,000 $ 699.000 $ 6.990 3-5 Days 9 10,000 $ 1,074 000 $ 5.370 3-5 Days 11 ADDENDUM NO.1 INVITATION TO BID NO..2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 24 x 36:semi matte digital/100 lb.text stock;color. 10 30 $ 252.81 $ 421.35 3-5 Days 24 x 36:semi matte digital/100 lb.cover stock;color. 11 30 $ 309.42 $ 515.70 3-5 Days 48 x 12 card stock;color. 12 6 1$ 126.16 $ 1.051.33 3-5 Days GROUP 11 -REAL ESTATE SIGNS Estimated Delivery Time Lot Price/ (Calendar Days) Item No.of Copies Lot Price Per 502 MAJOR EVENT PLANNING(MEP)SIGNS 18 x 24 stakes. 1 color;corrugated plastic. 1 50 $ 254.00 $ 254.00 3-5 Days 2 100 $ 465.00 $ 232.50 7-10 Days 18 x 24 grommets;1 color;corrugated plastic. 3 50 $ 369.00 $ 369.00 3-5 Days 4 100 $ 696.00 $ 348.00 7-10 Days 18 x 24 stakes and grommets', 1 color;corrugated plastic. 5 50 $ 394.00 $ 394.00 3-5 Days 6 100 $ 746.00 S 373.00 7-10 Days PARKS AND RECREATION SIGN 24 x 36 grommets;1 color;corrugated plastic. 7 10 $ 192.00 $ 960.00 3-5 Days 8 50 $ 600.00 $ 600.00 3-5 Days 9 100 $ 1,150.00 $ 575.00 7-10 Days GROUP 12-MISCELLANEOUS ITEMS Estimated Delivery Time Lot Price/ (Calendar Days) Item No.of Copies Lot Price Per 502 BUSINESS CARDS 2.125 x 3.625',2 color. 1 500 S 40.00 S 4.00 3-5 Days 2 1,000 $ 80.00 $ 4.00 3-5 Days 3 5,000 $ 393.00 $ 3.93 3-5 Days 4 x 3%;scored;UV coated;12pt. 4 500 $ 154.00 $ 15.400 3-5 Days 5 1,000 $ 173.00 $ 8.650 3-5 Days 6 5,000 $ 326.00 $ 3.260 3-5 Days 4 x 3%',single sided;color. 7 500 $ 140.00 $ 14.000 3-5 Days 8 1,000 $ 157.00 $ 7.850 3-5 Days 9 5,000 $ 296.00 $ 2.960 3-5 Days 121 ADDENDUM NO.1 INVITATION TO BID NO.2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 4 x 3%;double sided;color. 10 500 $ 145.00 $ 14.50 3-5 Days 11 1,000 $ 167.00 $ 8.35 3-5 Days 12 5,000 $ 339.00 $ 3.39 3-5 Days 2.125 x 4.250;scored and folded;color. 13 500 $ 145.00 $ 14.50 3-5 Days 14 1,000 $ 167.00 $ 835 3-5 Days 15 5,000 $ 339.00 $ 3.39 3-5 Days 314 x 31/2UV coated; 12pt;color. 16 250 $ 145.00 $ 14.50 3-5 Days 17 500 S 167.00 $ 8.35 3-5 Days 18 1,000 $ 339.00 $ 3.39 3-5 Days DOOR HANGER 4.25 X 11;slit and punched;UV coated; 12pt color. 19 1,000 $ 293.00 $ 14.650 3-5 Days 20 5,000 $ 639.00 $ 6.390 3-5 Days 21 10,000 $ 1,074.00 $ 5.370 3-5 Days ENVELOPES #10 envelopes with window;2 color. 22 1,000 $ 224.00 $ 11.20 3-5 Days 23 5,000 $ 313.00 $ 3.13 3-5 Days 24 10,000 $ 423.00 $ 2.12 3-5 Days #10 envelopes with no window:2 color. 25 _ 1,000 $ 226.00 $ 11.300 3-5 Days 26 5,000 $ 325.00 $ 3.250 3-5 Days 27 10,000 $ 447.00 $ 2.235 3-5 Days DUPLICATE CARBON 1 part 8%x11 28 350 S 161.00 5 23.00 3-5 Days 29 700 S 188.00 $ 13.43 3-5 Days 30 1,000 S 209.00 $ 10.45 3-5 Days 2 part 8%x11 31 350 $ 196.00 $ 28.00 3-5 Days 32 700 $ 230.00 $ 16.43 3-5 Days 33 I 1,000 $ 259.00 $ 12.95 3-5 Days 3part 8'/x11 34 _ 350 _- $ 218.00 $ 31.14 3-5 Days 35 700 $ 273.00 $ 19.50 3-5 Days 36 1,000 5 321.00 $ 16.05 3-5 Days 4 part 8'/x11 37 350 $ 220.00 $ 31.43 3-5 pays 38 700 $ 277.00 $ 19.79 3-5 Days 39 1,000 $ 327.00 $ 16.35 3-5 Days 13 ADDENDUM NO.1 INVITATION TO BID NO 2018-038-ND CITYWIDE PRINTING AND BULK MAILING SERVICES 2 part and numbered 8%x 11 40 350 $ 233.00 $ 3329 3.5 pays 41 700 $ 289.00E 20.64 3-5 pays 42 1,000 $ 336.00 $ 16.80 3-5 Days tThe City reserves the right to vary the number of pages,the quantity printed,and the number of issues throughout the life of the contract.The above lot price shall apply to print job ovenurs within 500 copies of the specified number of copies. 2The City reserves the right to vary the quantity printed throughout the life of the contract The above lot price shall apply to print job overruns within 50 copies of the specified number of copies. Bidder's Affirmation CEMENT tt4c,1 C? +er t 1- 'rtt-Licnc I ,t I C IMabS R p.w*tn:Tgyl-tpt V sus, 2G, Zf it n:4 s,- 1 r.l..1c..k'.!F -c A3 CL TWlplwnr. x154- 32 I -5G44 Edi AWhatred RrpeumalNr'i Signature: 14 ADOENDUN NOLI INVITATION TO ND NO.3018-0354® CITYWIDE PRINTING AND BULK WILING SERVICES Bid Certification Questionnaire Affidavits (Appendix A) Presented By: PC. POSTAL CENTER INTERNATIONAL Phone: 954.321 .5644, Fax: 954-787-8697 Solicitation No I Solicitation Title. 2018-038-ND Citywide Printing and Bulk Mailing services Procurement Contact. Tel: Email: Natalia Delgado 305-673-7000 x6263 nataliadelgado@miamibeachfl.gov PROPOSAL CERTIFICATION,QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements maybe evaluated.This Proposal Certification,Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: POSTAL CENTER INTERNATIONAL,INC. NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY NO.OF EMPLOYEES. 34 34 250 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS)'. 3406 SW 26 TERRACE CITY: FORT LAUDERDALE STATE: ZIP CODE. FL 3331.2 TELEPHONE NO.- 954-321-5644 TOLL FREE NO. FAX NO.: 954797-8697 FIRM LOCAL ADDRESS: SAME AS ABOVE CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: LARISSA SCHENCK ACCOUNT REP TELEPHONE NO.: 954321-5644 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL. LARISSAS(ASURFPCI.COM FEDERAL TAX IDENTIFICATION NO.. 59-2593670 The City reserves the right to seek additional informafion from Proposer or other source(s), including but not limited to. any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2018-038-ND 1 7 Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES a NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving That firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Financial Capacity.When requested by the City.each Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SOS)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SOS directly from Dun&Bradstreet.The cost of the preparation of the SCR shall be the responsibility of the Proposer.The Proposer shall request the SCR report from D&B at: https:llsupplierportal.dnb.comlwebapplwcslstoreslservlet/Suppl ierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800.424- 2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within 2 days of request. 3. Conflict Of Interest,All Proposers must disclose, in their Proposal, the name(s)of any officer,director, agent,or immediate family member(spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach,Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent,sibling, and child)who is also an employee of the City of Miami Beach.Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 4, References& Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 5. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-performance by an .ublic sector agency? YES s NO SUBMITTAL REQUIREMENT: If answer to above is 'YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has 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, 7. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics. available at www.miamibeachfl.gov/procurementl. ITS 2018-038-ND 18 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018,covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1, 2019,covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1, 2020,covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may,by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S. Department of Labor's Bureau of Labor Statistics.Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at wwwmiamibeachf.gov/procuremenU. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic cccnpliance portal,LCP Tracker(LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners, When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners,as they provide to employees with spouses.The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach. Florida:and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spousesof employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES xJ NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified Note: some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave, other benefits are provided directly to the spouse or domestic partner.such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health x Sick Leave Family Medical Leave s Bereavement Leave x If Proposer cannot offer a benefit to domestic partners because of reasons outside your control,(e.g.,there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.govlprocurement/scroll.asox?id=79113. ITS 2018-038-ND 19 10. Public Entity Crimes. Section 287.133(2)(a). Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided ins.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 11, Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting. divesting from, or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi.Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solidtation, unless the proposer certifies in writing that the business has adopted and employswritten policies,practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"),and which,among other things,(i)prohibits City contractors.as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (II) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance.Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of centrad and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum.After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements, The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addenda released by the City pursuant to this solicitation,Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. ITB 2018-038-ND 20 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the'City")for the recipients convenience.Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals,may accept or reject proposals,and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal,the applicant agrees to deliver such further details,information and assurances,including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers.It is the responsibility of the recipient to assure itself that informafon contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation,or approval, The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any pad of an agreement. The City and all Proposers will be bound only as,if and when a Proposal(or Proposals),as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law. and all Proposals and supporting documents shall be subject to disclosure as required by such law.All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true,accurate and complete,to the best of its knowledge,information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence,however.shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2018-038-ND 21 PROPOSER CERTIFICATION I hereby certify that: I, as an authonzed agent of the Proposer, am submitting the following information as my firm's proposal: Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation.all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation,and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed. or compared the proposal with other Proposers and has not colluded with any other Proposer or parry to any other proposal: Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws: all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Prcacsers Authorized Representative. Tare a Proposers Astound Representative I ISMAEL DIAZ PRESIDENT Sosature of?roomer s Auronzed RepresemaLve i Dare. State of cicrieq) On this h"day of MCC 20',personally ) appeared before me TiaiCei 171 C7 who County of MIG rim- stated that(s)he is the?rPSI lP/tt of acct ten-key znre, a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Befor me: Notary Public for the 51QN' of lCe i cc1 My Commission Expires:Are it I IC 2CZZ —77-------- . .. ANA CIFUENTES iz.% p�.T State of Fioride-Notary Public 4.4 Commission #GG 205607 rs.....Sifr,�",'. My Commission Expires April 10, 2022 ITB 2018-038-ND 22 PCIPOSTAL CENTER INTERNATIONAL 3406 SW 26th Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com APPENDIX A— SUBMITTAL REQUIREMENTS AFFIDAVIT 3. Conflict of Interest Postal Center International, Inc. ("PCI")does not have any officer, director, or agent, or immediate family member who is an employee of the City of Miami Beach. There are no City employee(s) who owns, either directly or indirectly, an interest of ten (10%) percent or more in PCI's entity or any of its affiliates. Epic' POSTAL CENTER INTERNATIONAL 3406 SW 26th Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com APPENDIX A— SUBMITTAL REQUIREMENTS AFFIDAVIT 4. References 8 Past Performance PCI offers complete in-house services under one roof, which complement each other and offers a higher degree of security,timeliness and quality. Services include in-house commingling, letter shop, personalization, data processing, list services, and custom programming to envelopes and printed components. Most competitors do not have"in-house"commingling services at the same location as their Direct Mail services. Therefore, extra transportation and processing of their client's mail at another location and service bureau is required. However, documents from PCI's clients can enter our secure location, be processed, and commingled without leaving to go to another service bureau. PCI clients require their documents to be processed by a secure vendor that can perform all services under one roof with no extra delays and risks associated with transporting and processing at another location or by another company's employees. Client References: Louisiana Middle District/ U.S. District Court Cheletta Plummer, Jury Administrator 777 Florida Street#139 Baton Rouge, LA 70801 P: (225) 389-3519 E: ChelettaPlummer@lamd.uscourts.gov PCI has been under contract to print, fulfill and commingle the mail for USDC Middle District of Louisiana for over 7 years. The USDC/MDLA utilizes a juror summons to summon prospective jurors. PCI has been under contract to print, fulfill and commingle the mail for USDC/MDLA. The USDC/MDLA utilizes a juror summons to summon prospective jurors within the geographical confines of the middle district of Louisiana. Currently, the Court outsources the mail fulfillment functions of the juror summonses to take advantage of the efficiencies available through PCI, where this type of work is a core responsibility. This allows the Court to take advantage of the latest technology in mail management such as Zip+4, IMB (Intelligent Mail Barcoding), CASS certified automation discounts and presorting. POSTALCENTER P ( INTERNATIONAL 3406 SW 261h Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com United States District Court/SDFL Liz Chapas, Jury Administrator 400 North Miami Ave, Room 5S 27 Miami, FL 33128 P: (305) 523-5194 E: liz chapas(p)flsd.uscourts.00v PCI has been under contract to print, fulfill and commingle the mail for USDC for the Southern District of Florida for over 10 years. The USDC/SDF utilizes a juror summons to summon prospective jurors to the five courthouses within the geographical confines of the district which include Miami, Ft. Lauderdale, West Palm Beach, Ft. Pierce, and Key West. Currently, the Court outsources the mail fulfillment functions of the juror summonses to take advantage of the efficiencies available through PCI, where this type of work is a core responsibility. This allows the Court to take advantage of the latest technology in mail management such as Zip+4, IMB (Intelligent Mail Barcoding), CASS certified automation discounts and presorting. W.S. Badcock Corporation David Hagins, Director of Admin Services 200 Phosphate Blvd. Mulberry, FL 33860 P: (863)425-7568 E: David.Hagins@badcock.com PCI has partnered with W.S. Badcock Corporation since 2016. We print, fulfill and presort letter statements and direct mail to recipients. These jobs require PCI to store all inventories of fulfillment paper products such as envelopes and paper. The client sends us XML files on a daily basis for fulfillment. PCI is required to mail 100% of the files within 24 hours of their arrival to the secure ftp site. We import and validate the XML data against their business rules. A confirmation is sent via email when the file is successfully processed and validated. Once the data is merged, we produce the files for the printer. All data is variable. When print is completed, the documents are sent to our fulfillment process for'ln-Line"intelligent folding, inserting and metering services. The mail is then barcoded and presorted for maximum qualified postage discounts. To date, PCI processes approximately 225,000 files per week for W.S. Badcock Corporation. These jobs require an enormous amount of attention to detail from a production standpoint as well as the short time frame from data receipt to mailing. PCiPOSTAL CENTER INTERNATIONAL 3406 SW 2fi'h Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com Liberty Powers Maria Bolivar, Customer Care Administrator Supervisor 1901 W Cypress Creek Rd,#600 Fort Lauderdale, FL 33309 P: (954) 598-7054 E: mbolivar(&libertvpowercorp.com PCI began partnering with Liberty Power in the winter of 2012 with mail pickup and comingling services. Beginning in February 2013, we began printing, fulfillment and mailing Welcome Letters. Liberty Power asked PCI to process Rejection Letters, then Notices on a daily basis. These jobs require PCI to stock an inventory of the various envelopes used by Liberty Power. We also supply envelopes and special paper stock used by Liberty Power. Liberty Power channels these Letters and Notices on a daily basis to PCI's secure ftp site. After this, the Letters and Notice jobs are very similar to the USDC/SOF's Juror Summons job. Our IT department preps the documents for print. A confirmation is sent via email when the file is successfully processed and validated. When print is completed, the Letters and Notices are sent to our fulfillment process for "In-Line" intelligent folding, inserting and metering services. The Letters and Notices are then barcoded and presorted for maximum qualified postage discounts. PCI processes approximately 6,000 Letters and Notices per week for Liberty Power. PCI's careful attention to detail, commitment to improving their process and dedication to doing the job correctly has allowed Liberty Power to gradually transition the print and mailing part of their business to PCI, allowing them to put their focus on their core business and save money in the process. PCIPOSTAL CENTER INTERNATIONAL 3406 SW 26`h Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com APPENDIX A — SUBMITTAL REQUIREMENTS AFFIDAVIT 6. Vendor Campaign Contributions Postal Center International, Inc. ("PCI")does not have any individuals or entities (including PCI sub-consultants)with a controlling financial interest as defined in solicitation. PCIPOSTAL CENTER INTERNATIONAL 3406 SW 26'" Terrace Fort Lauderdale, FL 33312 Phone: 954.321.5644, Fax: 954.797.8697 www.pcioi.com APPENDIX A— SUBMITTAL REQUIREMENTS AFFIDAVIT 7. Code of Business Ethics Postal Center International, Inc. ("PCI") will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. This document is enclosed and signed by Ismael Diaz, President. RESOLUTION NO. 2000-23879 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A CONTRACT WITH THE CITY OF MIAMI BEACH WHEREAS, the Greater Miami Chamber of Commerce (`GMCC') adopted a Model Code of Business Ethics(the"Model Code");and WHEREAS,the City of Miami Beach is a member of the GMCC;and WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of principles to help guide decisions and actions based on respect for the importance of ethical business standards in the community;and WHEREAS, the GMCC encourages its members to adopt the principles and practices outlined in the Model Code;and WHEREAS, the Commission believes that each entity which does business with the City of Miami Beach should be required, as a condition of doing business with the County to adopt a Code of Business Ethics. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA: Section I. Each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the City Manager or his or her designee prior to execution of any contract between the contractor and the City. The Code of Business shall, at a minimum, require the contractor to comply with all applicable governmental rules and regulations including, among others, the conflict of interest,lobbying and ethics provisions of the City Code. Section 2. The Commission urges the Greater Miami Chamber of Commerce to require that all of its members adopt the Model Code of Business Ethics. Section 3. This resolution shall become effective immediately upon its adoption. PASSED and ADOPTED this 12th day of April 2000 ATTEST: YOR CITY CLERK APPROVEDASTO FC RM&UWGUAC7T & , FOR EXECUT1Oi ��/ Ictl+Ia@n,,_r- 7Zv2) GREATER MIAMI CHAMBER OF COMMERCE, MODEL CODE OF BUSINESS ETHICS STATEMENT OF PURPOSE The Greater Miami Chamber of Commerce CGMCC1 seeks to create and sustain an ethical business climate for its members and the community by adapting a Code of Business Ethics. The GMCC encourages its members to incorporate the principles and practices outlined here in their individual codes of ethics which will guide their relationships with customers. clients and suppliers. This Model Code can and should be prominently displayed at all business locations and may be incorporated into marketing materials. The GMCC believes that its members should use this Code as a model for the development of their organizations' business codes of ethics. This Model Code is a statement of principles to helpnide decisions end actions based on respect fore e importance of ethical business stardoms in the community. The GMCC believes the adoption ale meaning el code of ethics is the resparsibify of every business end profession&orgenizeilon. Compliance with Government Rules & Regulations • We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; • In dealing with government agencies and employees. we will conduct business in accordance with all applicable rules and regulations and in the open; • We will report contract irregularities and other improper or unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. Recruitment. Selection & Comoensation of Vendors and Suppliers • We will avoid conflicts of interest and disclose such conflicts when identified; • Gifts which compromise the integrity of a business transact!on are unacceptable; we will not kick back any portion of a contract payment to employees cf the other contracting party or accept such a kickback. Business Accounting • NI cur financia! transactions will be property and fa:riy recorded In appropriate books of account, and there will be no 'off the books' transactions or secet accounts • Promotion and Sales of Products and Services • Our products will comply with all applicable safety and quality standards; • We will promote and advertise our business and its products or se^riccs in u • manner which is not misleading and does not lalsety C sparage our competitors; Doing Business with the Government • We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety. Efforts to curry political favoritism are unacceptable; • • Our bids will be competitive, appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the unsuccessful bidder; • We will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided or services performed under such contracts. and claims will be made only for work actually performed, We will abide by all contracting and subcontracting regulations. • We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates. • We will not seek or expect preferential treatment on bids based on our participation in political campaigns. Public Life and Political Campaigns • We encourage all employees to participate in community life, public service and the political process; • We encourage all employees to recruit, suppor, and elect ethical and qualified pubic officials and engage them in dialogue and cebato about business and community issues; • Our contributions to political parties, committees or individuals vnll only be made is accordance with applicable law and will comply with al! requirements for public disclosure, Al contributions made on behalf of the business must be reported to senior company management; - • 'J.'e will not contribute to the campaigns of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance_ • We will rot knowingly disseminate false carpaign information cr supper, those who do. Company Name Corporate Officer / aJ 2cA� Date • CITY OF MIAMI BEACH P" 3: 19 OFFICE OF THE MAYOR& COMMISSION MEMORANDUM TO: LAWERENCE LEVY CITY MANAGER FROM: JOSE SMITH5 COMMISSIONER DATE: APRIL 4,2000 RE: RESOLUTION REQUIRING THAT CONTRACTORS ADOI'TA CODE OF BUSINESS ETHICS BEFORE ENTERING INTO A CONTRACT WITH THE CITY OF MIAMI BEACH Please place the attached resolution on the agenda at the next meeting of Mayor and City Commission on April 12,2000. JS/jm Agenda Item ___( _p Nft Equipment Inventory Presented By: PCIPOSTAL CENTER 1 NTERNATIONAL Phone: 954.321.5644, Fax: 954-787-8697 APPENDIX C - Minimum Requirements & Specifications C2. Scope of Services Postal Center International, Inc. ("PCI") will supply all labor, materials, tools, and equipment necessary to provide printing, and bulk mailing services to the City of the Miami Beach on an as need basis. Bulk Mailing Services • PCI and its parent company, PCI, is primarily engaged in the processing of mail. • PCI will use City branded envelopes with return address to each specific department. • PCI will use the City of Miami Beach's 1st class permit or an authorized mail permit provided by the City department requesting the service. • PCI personnel are equipped with two-way mobile communication capacity to communicate directly with the City, from anywhere at any time. PCI personnel carry valid personal as well as employee issued identification. PCI personnel are capable of conversing in English/Spanish with City staff. • The services to be provided to the City include but are not limited to: processing mail such as folding, inserting, tabbing or addressing, pick-up, and delivery of mail. • Each mailing service will be completed no later than the second work day after it is received.The City shall be notified when the mail has been delivered. • Regular presort mail will be processed and delivered to the USPS/other delivery site on the day it is picked up from the City. Regular presort mail will not be held over- night by PCI. • PCI will be able to provide a list with the addresses of affected or impacted resi- dents within a specified radius from a property, if requested. • The price of postage shall be provided as pass-through cost only. APPENDIX C - Minimum Requirements & Specifications C2. Scope of Services Bulk Mailing Equipment • PCI has a minimum of two (2) operational Multi Line Optical Character Readers (MLOCR) Barcode systems at our processing facility. • PCI has a minimum of one (1) Remote Video Encoding (RVE) or Manual Encoding system to process poorly addressed mail pieces or hand delivered mail pieces. • PCI has a minimum of one (1) USPS authorized Postage Metering system. • PCI has a courier fleet consisting of: 9 Vans, 10-26' trucks with lift gates, 5-53' tractor trailers • PCI maintains all equipment necessary to perform the services in excellent conditions at all times. • PCI will take necessary measures to secure City mail from theft, forgery, alteration, or exposure to the elements. PCI will assume sole responsibility for City mail. • In the event of a power outage, PCI has emergency power generator systems in order to remain operational and able to process City mail. Please refer to Business Continuity Plan at the end of this section for more information. • PCI acknowledges that the City reserves the right to change pick-up times and locations within 48 hours prior notice. r "C) APPENDIX C - Minimum Requirements & Specifications C2. Scope of Services Green/Sustainable Printing Practices As an organization, Postal Center International (PCI) and its family of brands, including Original Impressions (01) is deeply committed to, and appreciates that the better job we do at being environmentally responsible today, the better our business will be in the future. As one of the first printing companies in South Florida to become a Triple Certified sustainable printer, we continue to take steps that will minimize our environmental impact in the areas of print, mail and marketing. Our teams are continually working through ways to make changes that will be positive on the environment without compromising operational standards. From equipment and paper selection, to inks and cleaning solvents and our company-wide recycling program, our employees are engaged in helping us be an environmentally conscious organization that makes the right decision for our clients and our communities. Beyond this, we serve as consultants to our clients, conducting print and paper audits that help minimize their environmental impact and their print, mail and marketing spend. Our family of brands takes an active role in environmental sustainability, and our commitment to innovative business practices covers a broad range of initiatives and products. Certifications We are Triple certified by the three internationally recognized certification programs: the Forest Stewardship Council (FSC), the Sustainable Forestry Initiative® (SFI) program and the Programme for the Endorsement of Forest Certification (PEFC). Recycling • We have a company-wide recycling policy in order to reduce waste. The program covers inks, toner cartridges, scrap metals, cardboard, pallets, shrink-wrap, printing plates, etc. and is widely adhered to throughout our printing plant and office. We recycle on average of 100,000 pounds of paper and cardboard each month. • We, with client authorization, recycle useable materials such as three-ring binders, plastic cases, etc. by donating them to The Education Fund for use by Miami-Dade County public school teachers and students in the classroom. SUSTAINABLE O O FORESTRY PEFC. FSC INITIATIVE ecopartner APPENDIX C - Minimum Requirements & Specifications C2. Scope of Services Equipment • Our Heidelberg Speedmaster XL 105 printing press allows us to significantly decrease our carbon footprint by reducing CO2 emissions generated by material consumption and printing processes of the press to more than five percent, paper waste by up to 80 percent, energy consumption by more than 15 percent and waste by up to five percent. • We use energy-efficient lighting throughout the entire printing plant and save on average 75 percent more energy than with previous lighting. • We use automatic ink mixers to eliminate the need to mix ink by hand, a conventional process that wastes inks and requires the use of hazardous solvents for clean-up. Additionally, any ink produced in error is remixed to form black ink. • We eliminated the need for film and film processing chemicals in our plant with the introduction of direct-to-plate technologies. • We have also implemented online uploading of print proofs, which adds to our customers' efficiency by cutting down paper use, travel time and other resources. Green Certified Papers, Inks + Processes • We consult our clients when selecting papers to think of eco-friendly options first. We offer a wide selection of FSC, SFI and PEFC options, as well as recycled, acid-free and processed chlorine-free papers. We also promote the use of Green-e and carbon neutral papers. • We use soy and other vegetable-based inks, which are less harmful to the environment and widely recognized as the environmentally-friendly choice. • We use environmentally-friendly, non-toxic chemicals and cleaning solvents and have eliminated isopropyl alcohol from the press dampening systems. We also employ a solvent recycler to reduce the amount of hazardous materials we keep on site. Alb �•. ,r. .4111•44,"111t: - _ • 4 APPENDIX C - Minimum Requirements & Specifications C2. Scope of Services Equipment List Data Processing (1)Sendsuite Xpress PCI mailing equipment includes: All data cleansing(NCOA)services Host system:Windows XP • Eight(8) Pitney Bowes Connect+ are handled by BCC Software's Mail Version. 1.10.2010 series postage metering machines Manager Program.BCC software is the Pitney Bowes Sendsuite Xpress is a • Two(2)Pitney Bowes DM1000 industry leader and holds all certifications multi-carrier shipping system,supporting postage metering machines including PAVE,ELOT,AnkLink,and on-line carrier automation for USPS.This • One(1)Pitney Bowes Ascent Business LacsLink.This software allows PCI to software allows us to upload records Manager Accounting System provide same day turnaround in IT directly to USPS through a high speed • One(1)Pitney Bowes Arrival System services.PCI performs mail merge output internet connection. • One(1)Surface Air Management generation,using the following software: System (SAMS) PlanetPress(ver.7),PrintShopMail(ver.7). (2)Meter Connect Plus 3000 and Crystal Reports 2012.Visuolstudio. Host System:Windows 7 Sorting Equipment net is used for program development with Version: 16.04.0006.0000 All barcoding and sorting is performed emphasis in C#. The Connect+3000 series has the in PCI's facilities prior to mailing. capability to add postage and create PCI's multiple sorters allow flexibility Printing a file for upload to USPS for the creation for various envelope saes.MLOCR PCI continues to invest in the latest digital of return receipt information.It's an all Software upgrades allow us to imaging and technology to ensure better in one service,from adding postage to continuously improve mailpiece service and lower service fees than uploading the information directly into readability so we can pass on better our competitors do.PCI's Heidelberg the cloud. postage qualifications to our customers. 9110 and Konica Minolta's C8000 laser As mail moves through our sorters, Foldingthe sorters read the mailing address with printing equipment can particlelet toner60DPI PCI uses equipment that is capable of and compare the accuracy of that photographich ograpted quality,ilmuti for multiple page Selective and Intelligent Inserting.Our address to the USPS address database documents,insert pre-printed sheets into folder/inserters can dynamically fold for a Move Update.The Intelligent Mail a document and staple in-line. variable page lengths while utilizing Barcode(iMb)is then sprayed on each o double camera JETvision system for mailpiece.Software counts the number PCI has nine(9)digital printers available integrity of the pages within documents of pieces so we know we haven't to run special print jobs. They include: and ensure the 100%accuracy and missed any of your mail. • One(1)Heidelberg Digimaster 9110 completion of the entire mail file. • Two(2)Konica Minolta bizhub Press The United States Postal Service(USPS) C8000 PCI has five in-line inserting machines: has certified PCI's Bowe Bell&Howell • One(I)Konica Minolta bizhub Press • One(1)Bowe Bell+Howell VIP2000 Multi Line Optical Character Reader Cl 100 • One(1) Bowe Bell+Howell VIP 1000's barcoding/sorting/commingling • Two(2)Konica Minolta bizhub Pro 1200 • Two(2) Pitney Bowes Flowmaster RS equipment to provide the maximum • Two(2)Konica Minolta bizhub Press • One(1) Pitney Bowes Rival System postage savings available. 1250p • One(1) Master Mailer III Flat Mail • One(1)Konica Minolta bizhub Pro Inserter PCI's Multi-Line Optical Character C6501Readers(MLOCR) barcode sorting In addition we onlyuse original equipment includes: In addition we only use original equipment manufacturers and their • One(1) PT1 Letter Sorter-v5.21.03.000 equipment manufacturers and their onsite maintenance technicians from • Two(2)Criterions Letter Sorters onsite maintenance technicians Bowe Bell and Howell and Pitney • One(1) Flexisort Flot Mail Sorter- from Heidelberg and Konica Minolta. Bowes. PCI does not have any 3rd party V5.21.03.000 PCI does not have any 3rd party maintenance or service contracts. We •Two(2)Pitney Bowes EZ Flat Sorter maintenance or service contracts. We believe that our clients cannot be put in believe that our clients cannot be put in jeopardy because of equipment issues. MERLIN & Postal Onel jeopardy because of equipment issues. Our equipment experiences over 95% Upon sort completion,PCI has an up time. on-site USPS MERLIN system and USPS Our equipment experiences over 95% Detached Mail Unit at our plant for up time. Mailing Equipment verifying all automation mailings prior E-Certified System & Software PCI uses multiple P.tney Bowes metering to entry into the USPS Distribution PCI takes each of our customers'unique machines with the weigh-on-the-way System for accuracy and verification. e-Certified mailing needs into account feature to ensure accuracy when PCI also uses the Postal One!System when processing their e-Certified mail. metering mail.Business Manager to automate scheduling of mail via For most applications,we use Pitney Software ensures accurate bill-backs ground and/or air transportation as Bowes Sendsuite Xpress software or to customers and sub-accounts within mail leaves our facilities. process them directly on a Pitney Bowes the customer's account number for Connect Plus meter that is capable of accounting purposes. Not only does this streamline the mail processing E-Certified mail.E-Certified acceptance process and automate software has been upgraded by PCI to postage payment processing,this system ensures our customers' mail send emeim notificationsamwhen your mail gets to its destination in the most entersonfirthe mail ails. as well as signature efficient manner possible. confirmation emails. PCI INTERNATIONAL ..0.1104".°: - . i ,.... , . . .;.1,f, ,_ , , P . .,7.?, ..,, .,., . .. . , • S Business Continuity Plan Summary MISSION STATEMENT AND MANAGEMENT COMMITMENT Our company is committed to a business continuity process and plan to: • Protect our employees from injury and loss in the event of a disaster • Protect company property and resources • Protect the company's ability to remain in business if faced with a disastrous event To help ensure that our operations have appropriate plans and procedures in place, we will: • Conduct a risk assessment of our facilities, operations, personnel and the environment • We will identify our readiness priorities and develop and implement a set of prevention and mitigation strategies intended to strengthen our capabilities when responding to an event that threatens our normal business activity. • We will test the plan periodically • The plan will be reviewed and updated on a frequency needed to establish and maintain required capabilities Our Business Continuity Plan includes: • Team designations • • Team member emergency contact information Business Continuity Plan PURPOSE AND SCOPE OF THIS PLAN The purpose of this plan is to provide an overarching guide for Postal Center International (PCI) and Original Impressions' (01), together PCIOI, employees to follow in the event of an abrupt . business and OPERATIONS impacting event, of significant to catastrophic magnitude; a disaster that threatens PCIOI's ability to continue with basic business functionality. This plan is a high-level guide to specific actions that must be taken to activate one or more of the department-level disaster recovery plans. A fundamental element of this plan is teamwork and the coordination of the various department-level disaster recovery plans. This plan is not intended to predict any specific scenario, but rather, it is intended to provide guidance to PCIOI first responders with basic actions to be followed, and emergency contact information to minimize any disastrous impact to PCIOls' ability to continue with basic business functionality. 14 Vi to ?IAA 'v3 Postal Center International I SURFPCI.COM 3 Business Continuity Plan I 2017 The plan has defined a cross-functional Disaster Recovery Team (DR Team) designed to represent each of the functional areas of the organization and provide a cohesive plan for returning to normal business operations in the event of a catastrophic event. The members of our DR Team will be determined in advance with emergency contact information identified for each team member to facilitate the quick and efficient response to a disaster. PLAN ACTIVATION The decision to activate this Business Continuity Plan (BCP) will be made by the BCP Team Leader or BCP Team Leader (alternate). A BCP Team Leader (alternate) has been defined in the event the BCP Team Leader is unavailable or unable to respond. When making the determination to activate this plan, the BCP Team Leader will assess the magnitude of the event and this plan will be activated to the appropriate response level. Based upon the BCP Team Leader's assessment, one or multiple members of the DR Team may be brought in to handle certain aspects of the Disaster Recovery. Following the activation of this plan by the BCP Team Leader and the BCP Tea,we will begin with the notification procedures for each of the DR Team members. Each DR Team will follow the procedures contained in that specific department's protocol for Disaster Recovery.The BCP Team Leader, with assistance from the BCP Team members, will coordinate efforts of the various department-level DR Team members and communicate status. UPDATING THIS PLAN This plan will be reviewed and updated annually, or as significant changes within the organization occur. Each department-level DR Team member is responsible for their section of this document, initially in design and later to ensure that accuracy and completeness of this document is maintained as well as the respective department-level Disaster Recovery procedures. It is the responsibility of the Business Continuity Plan Team to ensure that procedures are in place to keep this plan up to date. PLAN DISTRIBUTION The Business Continuity Plan Team is responsible for distributing this plan. Each Business Continuity Plan Team member and each department-level Disaster Recovery Plan Team Member identified in the plan document will have access to this plan, as well as department-level DR Plans as they are made available to the committee. Because of the sensitive nature of the plans, access to the plan document is e restricted. It is the responsibility of each committee member and team member to protect the plan documents, whether in electronic form or in printed form, from being openly distributed to unauthorized individuals. Postal Center International SURFPCI.COM 4 Business Continuity Plan PLAN OBJECTIVES PCIOI's definition of disaster is an incident which results in the loss of normal business operations and may include physical damage to a portion or all the Corporate Office facility or Distribution Center facility and may include loss of warehouse space, product, communication, transportation, personnel, computer processing ability and data. If the extent of loss is significant, the event may dictate relocation of some or all operations to a Standby Facility. A hurricane is of course, what we think of as the most expected cause. However, the causes of such an event are limitless. It is not the objective of the plan to address every possible event that could occur. It is the objective to provide some mechanism that could respond to any possible event. The primary objective of this Disaster Recovery Plan is to ensure timely resumption of and continued operation of PCIOI in the event of a disaster. Specific goals of the plan are: • To be operational at a Standby Facility within 24 hours of a plans invocation • To be prepared to operate at the standby facility for an indefinite length of time • To reinstate operations at the Distribution Center asap within the maximum working standby period • To minimize the negative impact to PCIOIs' profitability and customer relations The primary objective of this Disaster Recovery Plan is to ensure timely resumption of and continued operation of PC101 in the event ' of a disaster. %lab Postal Center International I SURFPCI.COM 5 rirr►►ii_i� Business Continuity Plan TEAMS AND RESPONSIBILITIES This section defines the functional responsibilities of the Business Continuity Plan Team and each department-level Disaster Recovery Team member. BUSINESS CONTINUITY PLAN TEAM To provide oversight and guidance to the mission, PCIOI has established a Business Continuity Plan Team. This committee is responsible for establishing and supporting an on-going process to evaluate the impact of events that may adversely affect our company, clients, assets or employees. The focus of the Business Continuity Plan Team is to develop and maintain a plan designed to ensure that our organization can restore its mission critical functions, and meet our responsibilities to our clients and other stakeholders in a manner consistent with our recovery goals. The Business Continuity Plan Team is responsible for identifying potential risks to the organization's business and to the safety and well-being of our employees. As risks are identified, the Business Continuity Plan Team will develop strategies with the goal of minimizing the impact the event may have on business operations. E9 �10 �aaaa� 11411. Establish a work schedule Review individual The Business Continuity and program deadlines department or functional Plan Team is comprised with timelines that can area budget requests for of a multidisciplinary, be modified as priorities research, documents, cross functional team become defined seminars, consulting services and other expenses that may be necessary during each department's department- level Disaster Recovery procedure development process Postal Center International I SURFPCI.COM 6 Business Continuity Plan The BCP Team is responsible for providing overall direction in recovery operations. It ascertains the extent of the loss or damage, activates the recovery organization and notifies the team members. Its prime role is to monitor and direct the recovery effort. It has a dual structure in that its members are also designated as Team members of a department-level Disaster Recovery procedures. The BCP Team Leader and BCP Team Members are responsible for collectively deciding whether the situation warrants activation (or not) of the Business Continuity Plan. If it is determined that activation of the plan is required, the authority defined in this plan comes into force and, for the duration of the disaster may supersede current management structures and personnel roles. Plan activation is to be taken very seriously. The BCP Team may operate from a temporary Standby Facility to be predefined or chosen from a list of primary and alternate locations. The BCP Team has the following role: • Making decisions about restoring the facility to provide the identified level of operation • Managing all the recovery teams and liaising with local authorities, company personnel, vendors and contractors, as appropriate • Maintaining audit and security controls during the recovery from disaster Responsibilities • Evaluating the extent of the problem and potential consequences • Notifying authorities and business partners of the disaster, recovery progress, problems and operational changes • Initiating disaster recovery procedures • Coordinating recovery operations • Monitoring recovery operations and ensuring that the schedule is met • Documenting recovery operations • Liaising with authorities and business partners • Expediting authorization of expenditures by department-level Disaster Recovery Teams • Recording emergency extraordinary costs and expenditure • Making a detailed accounting of the damage to aid in insurance claims handling • Ensuring that the conversion to the standby facilities and the final resumption of operations at the Distribution Center are under sufficient audit control to provide reliability and consistency to the accounting records Postal Center International 1 SURFPCI.COM— 7 Business Continuity Plan • Ensuring that appropriate arrangements are made to restore the site and return to the status quo within the time limits allowed for emergency mode processing • Approving the results of audit tests on the applications which are processed at the standby facility shortly after they have been produced • Performing a detailed audit review of the critical computer data after the first back up cycle has been completed • Declaring that the Business Continuity Plan is no longer in effect (All Clear Notification) when operations are restored at the Distribution Center The Information Technology Team's focus is the �) restoration of data and 1, computer processing 4 111) 14-* capability. • I AN or INFORMATION TECHNOLOGY TEAM The Information Technology Team's focus is the restoration of data and computer processing capability. This team will turn over computer operations to the Disaster Recovery facility (DRF), restore backups, enable servers and enable redirection of network connectivity from any individual locations to the DRF. They will also facilitate work at home and alternate locations. Team Responsibilities • Returning Business Critical Computer Operations to a level of functionality that minimizes the impact of the disaster and facilitates resumption of operations • Providing ongoing technical support • Restoring local and wide area data communications services to meet the minimum processing requirements postal Center International SURFPCI.COM 8 Business Continuity Plan I 2017 • Restoring Computer Processing capability • Initiating operations at the standby facility • Restoration of Data to meet RP Objectives • Coordinating with other teams to react to changes in operational procedures • Providing sufficient personnel to support operations at the standby facility • Reestablishing the Help Desk, Data Control and Media Control at the Standby facilities • Managing the standby facilities to meet users' needs and new requirements • Establishing new processing schedules and corresponding with user contacts • Acquiring additional necessary computer hardware and supplies, additional circuits • Ensuring that all documentation for standards, operations, vital records maintenance, application programs are stored in a secure/safe environment and reassembled at the standby facilities, as appropriate The Operations Team's focus is to manage the job-specific specifications provided to the Disaster Recovery facility (DRF) and ensure services are provided commensurate with each client SLA. They will also facilitate work at home and alternate locations for the Operations Team. Team Responsibilities • Identification of full scope of jobs and services to be performed at DRF • Ensure raw materials and specifications for services are accurate • Ensure internal personnel support operations at the standby facility • Ensure standards for QC are implemented and verified BUSINESS CONTINUITY PLAN ACTIVATION, DE-ACTIVATION All PCIOI employees are provided training on procedures they are to follow to communicate the current existence of, or the impending occurrence of any issue or event that could potentially disrupt business operations to the extent it might be considered a disaster. These notification procedures provide instructions to any employee for notifying one of the BCP Team Members, or a Team Leader or Team Leader Alternate for their department's Disaster Recovery Team. postal Center International I SURFPCI.COM 9 Business Continuity Plan Immediate Actions If the event is life threatening: • The highest (first and foremost) priority in a disaster situation is to ensure safety of all personnel in the event of a major physical disruption, standard emergency procedures must be followed Activating Ensure that the standard emergency Medical, Police and Emergency procedures for Authorities are Fire,Tornado, and correctly alerted. Terrorist Attack. If necessary,evacuating the premises v v following evacuation procedures and assemble at the designated location, when it is safe to do so. If the event is not life threatening: • The BCP Team will convene to assess the nature and extent of the issue or incident. When making the determination to activate this plan, the BCP Team Leader and BCP Team Members will assess the magnitude of the event. Based upon that assessment the Business Continuity Plan will be activated or an alternate action plan may be determined and tasks assigned as needed by the BCP Team leader. • If the BCP is activated, based upon the BCP Team's assessment, one or multiple department-level Disaster Recovery procedure(s) may be activated • If the BCP is activated, each BCP Team Member will begin by activating the notification procedures for each of the department-level DR Team members • Each DR Team will follow the defined recovery activities and act within the responsibilities of each team, as defined, respectively, in each department's Disaster Recovery procedures Postal Center International 1 SURFPCI.COM 10 Connecting Clients with Our Diversified Services Marketing (I Mail • Advertising • Certified & E-Certified • Copywriting Mail Processing • Corporate • Commingling of Mail for Communications Postage Discounts • Digital Promotions • Courier Mail Services • Public Relations • Direct Mail • Social Media • International Mail • Metering Services Creative • NCOA • Brand Development • Parcel Shipping • Creative Design • Logo Design ( 1 Fulfillment • Web Design • Database Management 6 E-Business • Distribution • e-Learning • Facility Management • Online Cataloguing • Inventory Management • Online Ordering • Manual Assembly • Online Proof • Warehousing Collaboration • Web Development + 0 Signs Programming • Banners a • Billboards o Print • Environmental • Continuous-feed Branding Inkjet Printing • Point of Purchase • Conventional Offset Displays Printing • Tradeshow Booths • Digital Printing • Window Clings • Duplicating + Copying • On-demand Printing • Transactional Printing • Variable Data Printing Postal Center International 3406 SW 26 Terrace, Fort Lauderdale, FL 33312 D05".22'.5644 I F 954.797.8697 I T 800.430.?2"'. surfpci.com Follow The Leader:#PowerhouseOfSolutons I f y in ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F M I AM I BEACH Insurance Requirements ITB 2018-038-ND Citywide Printing and Bulk Mailing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-038-ND 50 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability S 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products. Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence -owned/non-owned/hired automobiles included. 4. Excess Liability- $ .00 per occurrence to follow the primary coverages. XXX 5. 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 $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .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 proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2018-038-ND 51