Loading...
2147 PBA 19/20-42 Carmen Sense Partners Printing ServicesGY OF A SXNFORD �[4q FINANCE DEPARTMENT PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM TO: City Clerk/Myor RE:EL—A, IRL).-S3 Oru(cnen,_<,:�on Sr2YV-zjCe_s) The item(s) noted below is/are attached and forwarded to your office for the following action(s): F-1 Development Order F-1 Mayor's signature ❑ Final Plat (original Mylar's) ❑ Recording ❑ Letter of Credit Rendering ❑ Maintenance Bond Safe keeping (Vault) Ordinance ❑ Deputy City Manager Performance Bond ❑ Payment Bond ❑ Resolution E] City Manager Signature E] City Clerk Attest/Signature 0 City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department F] Return copies El Special Instructions: UIA.o(y�y r3oja,,41zI[4&_ From SharePoint—Fiiiatice—Purchasing_Forms - 2018.doc Date Carmin Sense Partners Inc. Piggyback Contract (PBA 19120-42) (Printing Services) The City of Sanford ("City") enters this "Piggyback" Contract with Carmin Sense Partners, Inc. a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address is 620 Douglas Avenue, Suite 1308 Altamonte Springs, Florida 32714, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the government of the City of Altamonte Springs, Florida, said contract being identified as "Contract AB16002 for Printing Services For Various City Departments - Annual Requirements", as may have been amended, in order for the Vendor to provide all goods and services relating to the provision of printing services (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by I reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). NIA. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordonez, Purchasing Manager, Finance -Purchasing Division, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5028 and whose e-mail address is Marisol.ordonez@sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. 2 (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. {h}. (1). IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (ll). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 3 (13). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, 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 City all public records in possession of the Vendor 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 City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. SIGNATURE BLOCKS FOLLOW: CI Entered this b day of November, 2019. Attest: r ichael Broniewski Vice Preside nt/Secretary Attest.- &w&U0"1N0'RP'U- Traci Houchin, City Clerk, CMC, FCRM Approved as to form and legal sufficiency William L. Colbert City Attorney Carmin Sens?,.artners Inc., a Florida corporatio By: Dani o rniews — ------------ '--ki President/Treasurer Date: i I / (v /19 City Of Sanford By: ,"-Go Jeff Tri lett, Mayor - Date: opnnbc wm t� �S T. Exhibit "A" [Attach original government contract] Altamonte Springs Contract AB16002 for Printing Services for Various City Departments - Annual Requirements THIS CONTRACT, made this j st day of )e 6,(-ua r,1 2016, by and between the CITY OF ALTAMONTE SPRINGS, a municipal corporation existing under the laws of the State of Florida, hereinafter referred to as the "CITY" and CARMIN SENSE PARTNERS INC. , hereinafter referred to as the "CONTRACTOR", for the term specified herein, with the City having the option of extending this Contract for another period of time, upon a mutual Contract of the parties, agree as follows: WITNESSETH: I. SCOPE The Contractor is to perform the Work as defined in the Invitation to Bid and amendments, if any, the Invitation to Bid and any amendments thereto being attached hereto as Exhibit "A", incorporated by reference herein and made a part thereof as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. II. TERM OF CONTRACT The peri�}d of this Contract shall be from the above contract date G 1 Cit j a t l and ending on o_k/ , i., This Contract may, by mutual written assent of the parties, be extended for four (4) twelve (12) month periods or portions thereof. III. COMPENSATION The Contractor agrees to provide the services, equipment and materials as specified in its bid to the City at the cost specified in said bid and amendments, if any, the bid and any amendments thereto being attached hereto as Exhibit "B", incorporated by reference herein and made a part hereof as fully as if herein set forth. The amount as specified in Exhibit "B", may be increased or decreased by the City under the Extra Work provision of this Contract, through the issuance of an Addendum, if applicable. C-1 � . Altomonte Springs Any prices specified in this Contract or Addendum thereto, will remain firm for the term of this Contract or Addendum. IV. PAYMENT All invoices received by the City are payable within thirty (30) days from receipt, provided they have first been approved by the using department, and such department has accepted the Work. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be directed to the Requesting Department (as indicated on the City's Purchase Order), City of Altamonte Springs, 225 Newburyport Avenue, Altamonte Springs, Florida, 32701-3697. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY PURCHASE ORDER AND CONTRACT NUMBER AS STATED HEREIN. V. GENERAL CONDITIONS A. Patents and Copyrights The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Contract, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Fiscal Year Funding Appropriations 1. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Commission of funds therefore. 2. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be canceled and the contractor shall be entitled to reimbursement for the reasonable C-2 Altamonte Springs value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. C. Termination for Default 1. The performance of Work under this Contract may be terminated by the Procurement Manager, in whole or in part, in writing, whenever the City has determine that the Contractor has failed to meet the performance requirements of this Contract. 2. The Procurement Manager has a right to terminate for default if the Contractor fails to make delivery of the supplies_ or perform_ the Work, or if the Contractor fails to perform the Work within the time specified in the Contract, or if the Contractor fails to perform any other provisions of the Contract. 3. Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Procurement Manager or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Procurement Manager, shall constitute authority for the Procurement Manager to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, nor completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Procurement Manager, for any expense incurred in excess of the Contract prices. 4. Such purchases shall be deducted from Contract quantities. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Procurement Manager. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Procurement Manager that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. D. Termination for Convenience The Procurement Manager may terminate, in whole or part, this Contract at its convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. E. Warranty The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is C-3 notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either re- perform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for re - performance of the work provided by other Contractors. F. Time of Completion The parties understand and agree that time is of the essence in the performance of this Contract. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay, even though existing on the date of the Contract or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City Procurement Manager may at his discretion, cancel this Contract for the convenience of the City. G. Indemnification and Insurance: 1. Indemnitv The Contractor hereby agrees to indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Contract. 2. Insurance The Contractor, at its own expense, shall keep in force and at all times maintain during the term of this Contract the insurance coverage and limits established in the Bid Document. C-4 AItomonte Springs H. Acceptance The City will be deemed to have accepted the Work after the City's Project Manager has issued a written statement the Work is satisfactorily completed and the City has accepted and issued final payment for the completed Work. The Work under this Contract shall remain the property of the Contractor until the City accepts it. In the event the Work furnished under this Contract is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Contract upon written notice to the Contractor. Correction of Work The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Contract whether observed before or after substantial completion of the Work, and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work. Right to Audit Records The City shall be entitled to audit the books and records of the Contractor or any sub- contractor to the extent that such books and records relate to the performance of this Contract or any sub -contract to this Contract. The Contractor shall maintain such books and records for a period of three (3) years from the date of final payment under this Contract and by the sub -contractor for a period of three (3) years from the date of final payment under the sub -contract unless a shorter period is otherwise authorized in writing. K. Time is of the Essence The parties agree that time is of the essence in the completion of the Work called for under this Contract. The Contractor agrees that all Work shall be prosecuted regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. L. Information All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Contract, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. M. Safety Measures The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the C-5 Aitomonte Springs Workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the Work site. N. Extra Work The City, without invalidating this Contract, may order changes in the Work within the general scope of this Contract consisting of additions, deletions, or other revisions, the Contract price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Contract, and shall be executed under the applicable conditions of the Contract. If the Contractor plans to make a claim for an increase in the Contract -price or an extension in the Contract Schedule/Terms he shall first give the City written notice thereof, such notice shall be given within ten (10) calendar days after the occurrence of the event giving rise to such a claim. The Contractor shall give this written notice to the City, and a written approval secured from the Procurement Manager, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. O. Familiarity With The Work The Contractor by executing this Contract acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof. The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Contract by the Contractor serves as his stated commitment to fulfill all the conditions referred to in this Contract. P. Title and Risk of Loss The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work. VI. MISCELLANEOUS PROVISIONS A. The Contractor shall not employ subcontractors without the advance written permission of the City. B. Assignment of this Contract shall not be made without the advance written consent of the Procurement Manager. C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Contract. C-6 Altamonte SprInpa D. No waiver, alterations, consent or modification of any of the provisions of this Contract shall be binding unless in writing and signed by the Procurement Manager or his designee. E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Contract. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials G. All disputes between the parties shall be resolved in accordance with the City Codes, Ordinances, and/or Procedures. H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. I. This Contract is considered a non-exclusive Contract between the parties. J. This Contract is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. K. Any litigation arising out of this Contract shall be had in the Courts of Seminole County, Florida. L. The undersigned hereby certify that this Contract is made without prior understanding, Contract or connection with any corporation, firm or person who submitted bids for the Work covered by this Contract and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that he/she is authorized to enter into this Contract and to execute same on behalf of the Contractor as the act of the said Contractor. M. This Contract, including any Exhibits hereto, contains all the terms and conditions agreed upon by the parties. No other Contracts, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind either party hereto. C-7 IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. OWNER City of Altamonte Springs 225 Newburyport Avenue Altamonte Springs FL 32701 Attest (witness): CONTRACTOR Carmin Sense Partners, Inc. 620 Douglas Avenue Altamonte Springs, FL 32714 A 7-I'lit ess): ASHLEY D. FITTS Notary Public - State of Florida �n My Comm. Expires Dec 29, 2017 Commission # FF 79896 X vL (Signature) Pat Bates (Name, Written or Typed) Mayor (Title, Writt n or Typed) > , _ (date) Ofd r (Stgnatv, - f , I Name, Written or Typed) (Title, Written or Typed) 1,6 (date) C-8 S tail I W441 *4 11 H DOCUMENTS ITB -16 -002 -CE PRINTING SERVICES FOR VARIOUS CITY DEPARTMENTS - ANNUAL REQUIREMENTS Due: 11:00 a.m., Wednesday, 12/09/2015 CITY OF ALTAMONTE SPRINGS City Hall, Suite 1030 Procurement Division 225 Newburyport Avenue Altamonte Springs FL 32701-3697 Bid Issued by: Chad Elliott, Purchasing Specialist Office Phone: 407-571-8077 Fax Phone: 407/571-8082 E -Mail Address: CElliott@Altamonte.org For Proposal Documents and Updates: https://www.myvendorlink.com/cityofaltamontesprings/searchsolicitations.aWx i m •ISMO INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements TABLE OF CONTENTS 1 FORMS AND ATTACHMENTS........................................................................................ 4 2 BIDDING INSTRUCTIONS, TERMS AND CONDITIONS ........................................... 5 2.1 DEFINITIONS................................................................................................................5 2.2 OFFICIAL SOLICITATION DOCUMENTS AND "BID POSTING" SERVICE ........................ 6 2.3 BID UPDATES/STATUS OF BID................................................................................. 7 2.4 SUBMISSION OF BIDS................................................................................................ 7 2.5 "NO BIDS"..................................................................................................................... 8 2.6 PREPARATION OF BIDS............................................................................................. 9 2.7 EXCEPTIONS TAKEN TO SPECIFICATIONS........................................................... 9 2.8 WITHDRAWAL OR CORRECTION OF BIDS.......................................................... 10 2.9 CONTACT PERSON CONCERNING INQUIRIES OF THIS BID ............................ 10 2.10 ADDENDUM............................................................................................................... 10 2.11 BID OPENING............................................................................................................. 11 2.12 BID RESULTS/TABULATION................................................................................... 11 2.13 USE OF TRADE NAMES............................................................................................ 12 2.14 DELIVERY...................................................................................................................12 2.15 RESERVED RIGHTS OF THE CITY.......................................................................... 12 2.16 TAXES..........................................................................................................................12 2.17 DEFAULT.................................................................................................................... 13 2.18 PATENT INDEMNITY................................................................................................ 13 2.19 DISCOUNTS................................................................................................................ 13 2.20 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION ............................ 14 2.21 QUALIFICATIONS OF BIDDERS............................................................................. 14 2.22 DISQUALIFICATION OF BIDDERS......................................................................... 14 2.23 REJECTION OF IRREGULAR BIDS.......................................................................... 15 2.24 AWARD OF BID.......................................................................................................... 15 2.25 SAMPLES.....................................................................................................................16 2.26 PUBLIC ENTITY CRIME STATEMENT................................................................... 16 2.27 DRUG-FREE WORKPLACE PROGRAM PREFERENCE ........................................ 16 2.28 PUBLIC RECORDS..................................................................................................... 17 2.29 PUBLIC MEETING AND NOTICES.......................................................................... 17 2.30 TO APPEAL ANY MEETING OR DECISION MADE ............................................... 18 2.31 OBSERVE ABOVE INSTRUCTIONS........................................................................ 18 2.32 PRIORITY OF SPECIFICATIONS.............................................................................. 18 2.33 TIME EXTENSION OF BID........................................................................................ 18 2 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 3 GENERAL SPECIFICATIONS........................................................................................19 3.1 SCOPE..........................................................................................................................19 24 3.2 EFFECTIVENESS AND DURATION........................................................................ 19 3.3 BID PRICE.................................................................................................................... 19 3.4 _ AVAILABILITY OF FUNDS :::................... ................. ......... .....:::..................... 20 3.5 PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES. 20 3.6 INTERPRETATION OF ESTIMATED QUANTITIES ............................................... 20 3.7 COMPLIANCE TO LAWS, GUIDELINES, REGULATIONS, ETC .......................... 21 3.8 ABBREVIATIONS...................................................................................................... 21 3.9 ORDERING OF SUPPLIES/SERVICES..................................................................... 21 3.10 DELIVERY...................................................................................................................21 5.3 3.11 INVOICING AND PAYMENT.................................................................................... 21 3.12 MATERIAL SAFETY DATA SHEETS....................................................................... 22 3.13 REFERENCES............................................................................................................. 22 3.14 ADDITIONAL TERMS AND CONDITIONS............................................................. 22 3.15 PUBLIC AGENCY CONTRACTS FOR SERVICES .................................................. 22 3.16 TENTATIVE CALENDAR OF EVENTS.................................................................... 23 4 INSURANCE REQUIREMENTS SPECIFICATIONS.................................................. 24 4.1 REQUIRED COVERAGE AND LIMITS.................................................................... 24 4.2 EXCEPTIONS.............................................................................................................. 25 4.3 CITY AS ADDITIONAL INSURED........................................................................... 25 4.4 CANCELLATION CLAUSE....................................................................................... 25 4.5 CERTIFICATE OF INSURANCE............................................................................... 25 4.6 REVIEW AND APPROVAL BY CITY'S RISK MANAGER ..................................... 26 4.7 INDEMNIFICATION................................................................................................... 26 5 TECHNICAL SPECIFICATIONS................................................................................... 27 5.1 SCOPE.............................................................................................................................27 5.2 GENERAL SPECIFICATIONS............................................................................................. 27 5.3 PICK UP/DELIVERY/PROCESSING.................................................................................... 28 5.4 EVALUATION OF BIDDER................................................................................................. 28 5.5 ITEMIZED BID FORM (ELECTRONIC VERSION)................................................................. 28 3 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 1 FORMS AND ATTACHMENTS The following forms are attached and numbered as indicated below. ➢ PROPOSAL BID FORM (page PBF-#) ➢ REFERENCES (page R-#) ➢ CONTRACT (page C-#) ➢ NO BID FORM (page NBF-#) ➢ BID RETURN LABEL (attached) ➢ OTHER SOLICITATION PACKAGE DOCUMENTS (posted as separate individual documents) o ITB -16 -002 -CE Bid Document— Itemized Bid Form (Excel) ➢ ADDENDUM (issued as need to all official registered plan holders) 4 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2 BIDDING INSTRUCTIONS, TERMS AND CONDITIONS 2.1 DEFINITIONS Whenever used in this Bid, the Contract, or any other documents pertaining to the item and/or service where these specifications govern, the following terms are used. The intent and meaning will be interpreted as follows: Addendum A modification of the Bid/Contract Documents issued by the Procurement Division and distributed to prospective Bidders prior to the bid due date and time. Bidder An individual, partnership or corporation submitting a bid, on the attached Proposal Bid Form, for the item and/or service contemplated. Bid The written submittal of a Bidder, submitted on the Proposal Bid Form to provide goods and/or perform the work/services in accordance with the requirements of the Bid Documents and stating the consideration that the Bidder will require for so doing. Change Order A written order issued by the Procurement Division to the Successful Bidder/Contractor directing certain changes, additions or reductions in work or services or in the materials or methods to be used. City The City of Altamonte Springs, 225 Newburyport Avenue, Altamonte Springs, Florida 32701. Contract The written agreement between the City and the Successful Bidder/Contractor for the provision of goods and/or performance of the work or services in accordance with the requirements of the Bid Documents and for the payment at the agreed bid price or adjusted as a result of an approved change order. Contract Documents The Bidding Documents, Purchase Order, Contract, and Performance and Payment Bond, together with all Addenda, Supplemental Agreements and Change Orders. INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements Invitation to Bid The announcement requesting the submission of bids. Project Manager An authorized representative of the Procurement Division or Engineer, assigned to make any or Iall-necessary inspections of the' -goods received and/or work performed by the Successful Bidder/Contractor. Proposal Bid Form The attached form on which it is required that bids be submitted. Specifications The general term comprising all the directions, provisions, and requirements contained herein, entitled "Specifications", Supplemental Agreements, and Change Orders that may be issued for this Bid and resulting contract, all describing the manner of providing goods and/or performing the work or service, including detailed technical requirements and prescribing the relations between the City and the Successful Bidder/Contractor. Successful Bidder/Contractor The individual, partnership or corporation to whom the bid is awarded. 2.2 OFFICIAL SOLICITATION DOCUMENTS AND "BID POSTING" SERVICE 2.2.1 The "official" solicitation document, including specifications and Proposal Bid Form, and bid posting is available from the City's Procurement Division or through the City's current contracted bid posting service company (VendorLink eSupplier). 2.2.2 Interested bidders should request the solicitation documents directly from the City's Procurement Division (only—not through any other City dept/div) or from the City's solicitation posting web site: https://www.myvendorlink.com/cityofaltamontesprings/searchsolicitations aspx This is necessary to ensure that bidders have a complete official -solicitation package and to record interested bidders' contact information for issuance of any addenda and receive solicitation status updates. 2.2.3 The City is not liable for any errors, omissions, etc. of solicitation postings or any solicitation documents obtained from any sources other than those listed above. The City INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements is not responsible for the accuracy, completeness, or timeliness of any documentations or postings the Bidder receives from any other source. 2.3 BID UPDATES/STATUS OF BID Due to limited staff, time, workload and budget restraints, City staff will not provide bid updates/bid status information over the phone, by fax, or by e-mail. This information is available electronically. To obtain current information regarding this bid visit our Solicitation Posting web site at: https://www.myvendorlink.com/cityofaitamontesprings/searchsolicitations.aWx 2.4 SUBMISSION OF BIDS 2.4.1 Bids and modifications thereof will be enclosed in a sealed envelope, with the Proposal Bid Form, any other required forms, and each accompanying sheet on which an entry has been made by the Bidder. A sealed envelope will be mailed or delivered to the Procurement Division Only with the name and address of the Bidder, the due date and time, and the invitation number on the face of the envelope. 2.4.2 It is the Bidders responsibility to assure that the bid is properly addressed or delivered to the Procurement Division Only. Mail to: Procurement Division CITY OF ALTAMONTE SPRINGS 225 Newburyport Avenue Altamonte Springs FL 32701-3697 Hand Delivery to: Procurement Division City Hall. Building, Suite 1030 Municipal Complex CITY OF ALTAMONTE SPRINGS 225 Newburyport Avenue 2.4.3 The City will in no way be responsible for delays in delivery to the Procurement Division caused by United States Postal Service, other mail or courier service, delivery to any other City office, traffic, parking, location of facilities or office, or delays caused by any other occurrences. The delivery date and time will be scrupulously observed. 7 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2.4.4 To ease and facilitate handling, the attached Bid Submittal Label has been provided for your use. Usage of this Bid Submittal Label will insure proper identification and handling of your Bid. 2.4.5 Bids will be received and officially recorded as received in the Procurement Division ONLY... The time/date stamp clock located in Procurement Division will serve as the official authority to determine lateness of any bids. 2.4.6 Under no circumstances will bids delivered after the due date and time specified be considered. Bids received after the due date and time will be disqualified as late bids and will not be recorded as a responding Bidder. Late bids will be returned to the Bidder unopened. 2.4.7 Faxed bids will not be considered. 2.4.8 Do not return the entire bid package. Only the Proposal Bid Form, any other required forms, and each accompanying sheet on which an entry has been made by the Bidder should be returned in the sealed envelope. 2.4.9 To facilitate the evaluation process, each bidder is to submit the bid in duplicate (original Proposal Bid Form, marked original, with attachments and one copy of the Proposal Bid form and ALL attachments). 2.4.10 The Bidder represents that the article(s) to be furnished under this Invitation to Bid is/are new and unused, unless specifically so stated, and that the quality has not deteriorated so as to impair its usefulness. 2.5 "NO BIDS" 2.5.1 In the event you elect not to bid, respond by returning the "No Bid" Response Form. 2.5.2 "No Bids" must be received in the Procurement Division by the specified bid due date and time (see above) to be qualified as a responding Bidder. "No Bids" received after the bid due date and time will be returned to the Bidder unopened. 2.5.3 "No Bids" must be submitted, enclosed in a sealed envelope, with the name and address of the Bidder, the due date and time, the invitation number, and "No Bid" marked on the face of the envelope. To ease and facilitate handling, the attached Bid Submittal Label has been provided for your use. Usage of this envelope and indicating "No Bid" on the Bid Submittal Label will ensure proper identification of your "No Bid". 8 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2.5.4 Only the "No Bid" Response Form needs to be returned in the sealed envelope. 2.6 PREPARATION OF BIDS 2.6.1 Only the Bidder is solely responsible for reading and completely understanding the bid documents and attachments (in any). Failure to do so will be at the Bidder's risk. 2.6.2 All bids accepted by the City are subject to the City's terms and conditions and any and all additional terms and conditions submitted by the bidders are rejected and shall have no force and effect. 2.6.3 Bids must be submitted on the attached Proposal Bid Form. The Proposal Bid Form is a mandatory form to ease bid tabulation and analysis; however, additional supportive forms can accompany it. Bids submitted on any other format will be disqualified. 2.6.4 Each Bidder will furnish the information required on the Proposal Bid Form and each accompanying sheet thereof on which he makes an entry. All prices and blank spaces in the Proposal Bid Form and accompanying sheets must be filled in legibly and correctly in ink or typed written. No erasure permitted. Mistakes may be crossed out, corrections typed adjacent, and must be initialed and dated in ink by person signing bid. 2.6.5 An officer or representative who has official authorization to sign bids MUST sign the Proposal Bid Form. All bids must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signatures must be fulfilled. If the bid is made by an individual, he must sign his name therein and state his business address and the name and address of every other person interested in the bid as principal. If the bid is made by a firm or partnership, its name and business address must be stated as well as the name and address of each member of the firm or partnership. If the bid is made by a corporation, the bid must be signed by some authorized officer or agent, subscribing the name of the corporation with his own name and affixing the corporation seal. 2.6.6 An unsigned bid is not a valid offer therefore, failure to sign in the space provided on the Proposal Bid Form will result in the bid being considered non responsive and the bid rejected. It is not a minor technicality, which the City reserves the right to waive. 2.7 EXCEPTIONS TAKEN TO SPECIFICATIONS 2.7.1 In the event you elect to bid, but must take exceptions to the bid specifications, the Bidder will be required to make a notation by the particular specification that does not conform to the minimum requirement. 9 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2.7.2 Notation will be in the form of marking through the particular specification taking exception to and indicating the true specification of the item either on the same page the specification is listed or on the bidders company letterhead. 2.7.3 Only those pages that the Bidder is taking exception to should be returned with the Bid Pronosal Form. 2.8 WITHDRAWAL OR CORRECTION OF BIDS 2.8.1 Bids may be withdrawn or corrected prior to the due date and time by written request dispatched by the Bidder and received by the Purchasing Division before the time for receiving bids has expired. Written request's hand delivered to the Procurement Division may also require identification, such as business card and/or driver's license. 2.8.2 After the bid due date and time, a Bidder cannot withdraw or correct a bid. Negligence on the part of the Bidder in preparing a bid is not grounds for withdrawal or modification of a bid after the bid due date and time and the bid submitted must be in force for 65 calendar days after opening. Bidders may not assign or otherwise transfer their bid. 2.9 CONTACT PERSON CONCERNING INQUIRIES OF THIS BID 2.9.1 Every request for interpretations or corrections, whether technical or general in nature, must be in writing by e-mail (preferred method) or fax to: Chad Elliott, Purchasing Specialist E: CElliott@Altamonte.org F: 407/571-8082 2.9.2 These inquires must be received in the Procurement Division no later than 11/25/2015 by 4:30pm in order to provide adequate response time to queries and issue an addendum, if necessary. 2.9.3 Questions concerning the technical specifications will be forwarded by this office to the appropriate requesting department/division. All Prospective Bidders are not to contact any member of the Altamonte Springs staff or officials other than the above specified contact person unless explicitly authorized by this office. 2.10 ADDENDUM 2.10.1 No interpretation of the meaning of the bid documents, attachments (if any), or any other related documents, nor correction of any apparent ambiguity, inconsistency or error therein, will be made to any Bidder orally. 10 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2.10.2 All corrections, interpretations and supplemental instructions will be in the form of written addenda to the bid documents which, if issued, will be mailed, express mailed and/or faxed to all prospective Bidders (at their respective addresses and fax phone numbers furnished for such purposes) at least two working days prior to the bid due date and time. 2.10.3 The Bidder is responsible for making sure that any and all addenda have been received prior to submission of the bid. To see if any addendums have been posted, twenty-four (24) hours prior to the bid due date the Bidder should visit our "Solicitation Posting' web site at https://www.myyendorlink.com/cityofaltamontesprings/searchsolicitations.aWx. If an addendum has not been received, the Bidder is responsible for downloading addendums they have not received. 2.10.4 In case any Bidder fails to acknowledge receipts of any such addendum in the space provided on the Proposal Bid Form, the bid will nevertheless be construed as though the addenda have been received and acknowledged, and the submission of the bid will constitute acknowledgment of the receipt of addenda. 2.10.5 Only the interpretation or correction given by the Purchasing Specialist or authorized representative, in writing, will be binding, and prospective Bidders are warned that no other source is authorized to give information concerning, or explaining or interpreting the bid documents. 2.11 BID OPENING 2.11.1 Immediately following the bid due date and time, a public bid opening will take place. Whenever possible, the total base bid amounts tabulated by each Bidder, will read aloud at the bid opening. Bid amounts announced at the bid opening are subject to change due to math errors made by Bidders. 2.11.2 Since the published bid -opening place is subject to change, it is recommended that Bidders either call Procurement or stop by the Procurement Division prior to the bid opening. 2.12 BID RESULTS/TABULATION 2.12.1 Bidders can attend the public bid opening to obtain instantaneous bid amounts/tabulation. Bid amounts announced are subject to change due to math errors made by Bidders. 2.12.2 Due to limited staff, time, workload and budget restraints, City staff will not give bid results over the phone. The bid results may be obtained within 48 hours after the due date. To obtain this information, see above paragraph entitled "Bid Updates/Status of Bid". Also, a typed Bid Tabulation will be printed and posted in the City Hall Lobby. INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2.13 USE OF TRADE NAMES 2.13.1 Specifications used are intended to be open and nonrestrictive. Any reference to brand a name will not be construed as restricting to that manufacturer, but used as minimum standard of quality. When the Bidder makes no reference or change on the Proposal Bid Form, itis, understood that _the Bidder will furnish the specific brand named in the bid.__If bidding on other than the make, model, brand or number as shown and offered as an equal, complete technical information, specifications, manufacturers' name and catalog reference must be clearly stated on the Proposal Bid Form or attached letter. Any deviation between brand offered and brand specified must also be clearly indicated. 2.13.2 Certain items will be excluded from the above paragraph. The City has found it effective to standardize on certain items. Approval has been granted by the City Manager or Commission to standardize on specific items. Proper notation will be indicated in the bid for any such items. 2.14 DELIVERY Time of delivery is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the bid document will constitute default. Unless a written extension is obtained from the City prior to the delivery deadline(s), there will be no excuse for untimely performance. The granting and duration of extensions will be subject to the exclusive discretion of the City. 2.15 RESERVED RIGHTS OF THE CITY 2.15.1 The City may award any item or group of items or any bid, unless the Bidder qualifies his bid by specific limitations. 2.15.2 The City reserves the right to accept and award or reject any or all bids, with or without cause, to waive technicalities, or to accept the bid which, in its judgment, best serves the interest of and is the best value to the City 2.16 TAXES The City is exempt from paying state and local sales tax when payment is made directly by the City (Florida Statute Ch. 212.08(6). This exemption does not include sales of tangible personal property made to contractors employed either directly or as agents by the City when such tangible personal property goes into or becomes a part of public works owned by the City. The City of Altamonte Springs, Florida has the following tax exempt certificates assigned: 12 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements Certificate of Registry No. 59-6000263 for tax-free transactions under Chapter 32, Internal Revenue Codes. Florida Sales & Use Tax Exemption Certificate No. 85-8012740082C-1 (06/17/2012 to 06/30/2017). 2.17 DEFAULT As a result of bids received under this Invitation, the award of the bid/contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Bidder not meet the delivery deadline(s) set forth in the specifications or should the Bidder fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Bidder in default and terminate the whole or any part of the contract. Upon declaring the Bidder in default and terminating the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefore, and the Bidder will be liable to the City for any excess costs, including but not limited to any reasonable attorney fees should any element of default be litigated in court or disputed in such a manner that requires the services of an attorney, resulting there from. Where the Bidder fails to comply with any of the specifications, except for delivery deadlines, the City may, in its discretion, provide the Bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specific period. Such notification will not constitute a waiver of any of the City's rights and remedies hereunder. 2.18 PATENT INDEMNITY Except as otherwise provided, the Successful Bidder agrees to indemnify the City and its officers, agents and employees against liability, including costs and expenses for infringement upon letters patent of the United States arising out of the performance of this bid/contract or out of the use or disposal by or for the account of the City of supplies furnished or services or construction work performed hereunder. 2.19 DISCOUNTS 2.19.1 Trade and time payments discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken less than 30 days if payment is made within discount period. 2.19.2 In connection with any discount offered, time will be computed from date of delivery and acceptance at a destination, or from the date correct the invoice is received by the 13 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements Requesting Department, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date City check is issued. 2.20 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION By submission of this bid, the Bidder certifies, and in the case of a joint bid each party thereto certifies as its own organization, that in connection with this procurement: ➢ The prices in this bid have been arrived at independently, without competition, as to any matter relating to such prices with any other Bidder or with any competitor. ➢ Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. ➢ No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not submit a bid for the purpose of restricting competition. Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division. ➢ The Bidder agrees that supplies/services furnished under this quotation, if awarded, will be covered by the most favorable warranties, the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and not limit any rights offered to the City by any other provision of the bid award. 2.21 QUALIFICATIONS OF BIDDERS The City reserves the right, before awarding the Bid, to require a Bidder to submit such evidence of this qualification as it may deem necessary, and may consider any evidence available to it of the financial, technical and other qualifications and abilities of a Bidder. Bidders may be required to show that they have had experience in work of the same or similar nature and that their organization has been in formal existence and engaged in similar type work for not less than five (5) years. 2.22 DISQUALIFICATION OF BIDDERS 2.22.1 Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of his bid: ➢ Failure to sign the Proposal Bid Form. 14 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements ➢ Failure to submit valid Bid Guarantee (if called for in bid) with Proposal Bid Form. ➢ Submission of more than one bid for the same work by an individual, firm, partnership or corporation under the same or different names; ➢ Evidence of collusion among Bidders; ➢ Previous participation in collusive bidding on work for the City of Altamonte Springs, Florida; ➢ Submission of an unbalanced bid in which the prices bid of some items are out of proportion to the prices bid for other items; ➢ Lack of competency of Bidder. The contract will be awarded only to a Bidder rated as capable of performing the work. The City may declare any Bidder ineligible at any time during the process of receiving bids or awarding the bid where developments arise which, in the opinion of the City, adversely affect the Bidder's responsibility; however, the Bidder will be given an opportunity by the City to present additional evidence before final action is taken; ➢ Lack of responsibility as shown by past performance; ➢ Unsatisfactory Performance/Uncompleted work for which the Bidder is committed by contract which, in the judgment of the City, might hinder or prevent the prompt delivery and/or completion of the work under this bid if awarded to such Bidder; ➢ Being in arrears on any of his existing contracts with the City, or in litigation with the City, or having defaulted on a previous bid and/or contract with the City. 0049=4114 111MI) ::_ ._ 1_ Bids will be considered irregular and may be rejected if they show omissions, alterations of form, additions not called for, conditions, limitations, unauthorized alternate bids or other irregularities of any kind. The City reserves the right to waive any informalities or irregularities of bids, or to reject any or all bids. 2.24 AWARD OF BID 2.24.1 The correct summation of the correct products, obtained by multiplying the estimated quantities shown on the Proposal Bid Form and/or Itemized Bid Tabulation by the unit bid prices entered therein, together with the lump sum prices bid, if any, will be considered as 15 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements the total bid price. In the event of a discrepancy between a unit bid price and an extension, the unit bid price will govern. 2.24.2 The bid, if awarded, will be awarded to that responsible Bidder whose bid is in the best interest of, best value to, and most advantageous to the City. Factors the City could include, but may not be limited to, price, compliance with specifications, Bidders ability to perform, prior performance (if any) with the City, warranty offered, delivery or time of completion, Bidder's financial capability, and other factors specified in the bid. 2.24.3 The tentative award recommendation posting date is in the Tentative Calendar of Events paragraph in the General Specifications Section and on the Bid Tabulation. However, this date is subject to change. It will be the responsibility of the Bidder to visit our "Solicitation Posting" web site to check on the status of the award recommendation. To obtain this information, see above paragraph entitled "Bid Updates/Status of Bid". 2.24.4 If you have any questions regarding the City's evaluation and Intent to Award Recommendation, they must be submitted in writing to the Purchasing Specialist and received by 4:30 p.m. of the business day prior to the City Commission meeting. Questions or concerns not submitted to the Purchasing Specialist may not be considered at the Commission meeting. 2.25 SAMPLES 2.25.1 Samples of items, when required, must be furnished free of expense to the City and if not called for within thirty (30) days from date of notification to retrieve, the same will be disposed of to the best interest of the City. 2.26 PUBLIC ENTITY CRIME STATEMENT 2.26.1 In accordance with paragraph (2)(a) of Section 287.133, Florida Statutes, "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 bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to 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 Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 2.27 DRUG-FREE WORKPLACE PROGRAM PREFERENCE 16 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2.27.1 In Accordance with Section 287.087, Florida Statutes, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality, and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. 2.27.2 Established procedures for processing tie bids will be followed if none of the tied vendors has a drug-free workplace program. 2.27.3 In order to have a drug-free workplace program, a business shall comply with the requirements as established in the statute. If your business complies with these requirements and would like to be given preference, in case of a tie bid/proposal, then the vendors will be asked to complete a "Drug -Free Workplace Program Certification Form". The bidder is not required to complete the form at this time. 2.28 PUBLIC RECORDS 2.28.1 Florida law provides that municipal records shall at all times be open for personal inspection by any person. Section 119.01, F.S., the Public Records Law. Information and materials received by City in connection with an. ITB response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 10 days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S. If the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, then the Bidder, must in his or her response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption. The City's determination of whether an exemption applies shall be final, and the Bidder agrees to defend, indemnify, and hold harmless the City and the City's officers, employees, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. 2.29 PUBLIC MEETING AND NOTICES 2.29.1 In accordance with Florida Statute 286.011, all meetings, except as otherwise provided in the Constitution, at which official acts are to be taken are declared to be public meetings open to the public at all times, and no resolution, rule, or formal action shall be considered binding except as taken or made at such meeting. Reasonable notice of meeting a provided under the "Tentative Schedule of Activities" paragraph located in the General Specifications section. 17 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 2.30 TO APPEAL ANY MEETING OR DECISION MADE 2.30.1 Persons are advised if they wish to appeal any meeting or decision made concerning this bid, they will need a record of the proceeding, and for such purposes, they may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be made, per Chapter 80-150, Laws of Florida. The City does not provide this verbatim record. Persons with disabilities needing assistance to participate in any of these proceedings should contact the City Clerk Department ADA Coordinator 48 hours in advance of the meeting at 407/263-3780 (VOICE/TDD). 2.31 OBSERVE ABOVE INSTRUCTIONS Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid. 2.32 PRIORITY OF SPECIFICATIONS In the event of conflicts or inconsistencies in the bid documents, priority will be given to the requirements in the Technical Specifications then to the General Specifications of the bid. Technical Specifications over rides the General Specifications and the General Specifications will override the Bidding Instructions, Terms, and Conditions. 2.33 TIME EXTENSION OF BID In addition, Board of City Commissioners, Altamonte Springs, Florida, reserves the option to extend the time period of the bid, including all terms and conditions of the bid documents. Such time extension will be by mutual agreement in writing. 18 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 3 GENERAL SPECIFICATIONS 3.1 SCOPE _ The City of Altamonte Springs desires to establish a contract to provide printing services of various promotional documents (brochures, post cards, posters, presentation folders, invitations, event programs, handbills, calendars, etc.) to include all labor, materials, and equipment required to provide and deliver completed printing requirements for the City of Altamonte Springs Departments on an as needed basis, from a source(s) of supply that will provide prompt and efficient service. Printing projects shall include digital color printing and full print press services. 3.2 EFFECTIVENESS AND DURATION 3.2.1 The agreement(s) resulting from this solicitation will be a term contract. 3.2.2 The period of agreement will be for 1 year, commencing on the contract date. 3.2.3 The terms and conditions may be renewed for four (4) additional one-year periods 3.2.4 Either party may cancel this agreement, either in whole or in part, by giving at least 45 days' prior notice in writing. However, the contractor will not be authorized to exercise this cancellation option during the first 90 days of the agreement. 3.3 BID PRICE 3.3.1 Unless, otherwise stated, the prices will include price includes: all costs of packaging, transportation, delivery, unloading, inside delivery to a designated point within Altamonte Springs or all labor, equipment, tools, materials and supplies and all other cost not specifically listed herein. Price will be all-inclusive with no additional hidden costs. 3.3.2 The Bidder will specify the price per unit of measure and the extended total, or the lump sum bid price if such is called for, for each item as well as the total price for the entire work under the contract. Unit price for each unit bid will be shown and such price will include packing, unless otherwise specified. A total will be entered in the amount column for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. 3.3.3 The prices offered in this bid will remain firm during the period of the agreement. 19 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 3.4 AVAILABILITY OF FUNDS The contractual obligations of the City under this agreement are contingent upon the availability of appropriate funds. 3.5 PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES 3.5.1 It is hereby made a part of this Invitation to Bid that the submission of any bid response to this request constitutes a bid made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the bidder and the governmental agency. 3.5.2 At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities. 3.5.3 Each governmental agency allowed by the vendor/contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received, and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 3.6 INTERPRETATION OF ESTIMATED QUANTITIES The estimated quantities of work to be done and materials to be furnished under this bid are to be considered as approximate only and are to be used solely for the comparison of bids received. The City reserves the right to purchase any, all, or none of its requirements from Bidder(s) awarded the bid. The City does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith, nor will the Bidder plead misunderstanding or deception because of such estimates of quantities or of the character, location or other conditions pertaining to the work. Payment to the Successful Bidder/Contractor will be made only for the actual quantities of work performed and/or materials furnished in accordance with the bid documents, and it is understood that the quantities may be increased or diminished without in any way invalidating any of the unit or lump sum prices bid. The City does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith, nor will the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location or other conditions pertaining to the bid requirements. Payment to the Successful Bidder/Contractor will be made only for the actual quantities of work perfonned and/or materials furnished in accordance with the bid documents, and it is understood that the 20 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements quantities may be increased or diminished without in any way invalidating any of the unit or lump sum prices bid. 3.7 COMPLIANCE TO LAWS, GUIDELINES, REGULATIONS, ETC The Successful Bidder must comply with all applicable federal, state and local laws guidelines, regulations, etc. This includes, but is not necessarily limited to, DOT, OSHA, EPA, and DEP. 3.8 ABBREVIATIONS Whenever in these bid documents reference is made to any of codes, standards or requirements by abbreviation or name, it will be understood that the codes, standards, and requirements in effect on the date of the advertisement for bid will govern. 3.9 ORDERING OF SUPPLIES/SERVICES 3.9.1 Orders for items/services listed in this bid will be accomplished by an executed signed purchase order from the Procurement Division, only. Departments/divisions are not authorized to commit the city to orders. 3.10 DELIVERY 3.10.1 Location All materials requested in these specifications will be delivered FOB destinations to various locations designated on Purchase Order(s). 3.10.2 Inside Delivery It will be the responsibility of the Successful Bidder(s) from the point of origin until the materials are properly unloaded at the City designated storage area at the delivery address stated above. 3.11 INVOICING AND PAYMENT 3.11.1 No payment will be made for materials ordered or services performed without proper purchase order authorization. 3.11.2 Payment will be accomplished by submission of invoice, in duplicate, with Purchase Order number referenced thereon. Invoices are to be mailed to the attention of the "Requisition BY" department/division indicated on the Purchase Order. 3.11.3 Payment terms are net 30 days upon delivery and acceptance. 21 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 3.11.4 When applicable, the City is subject to Florida's Prompt Payment Act (see Florida Statutes, Section 218.70-218.79). 3.12 MATERIAL SAFETY DATA SHEETS Successful Bidder(s) will be required to submit Material Safety Data Sheets (MSDS), in two sets with this bid, and with each order delivered if the material ordered falls under the Right- To -Know Act. 3.13 REFERENCES 3.13.1 Bidders will complete and return, with the Proposal Bid Form, a list of at least five (5) client/customer references including company name, contact person, and telephone number. 3.13.2 The List of References form provided in these bid documents should be used. 3.13.3 If the Bidder already has a preprinted list of references, then indicate on the City's List of References Form "See Attached List". Attach the preprinted list to the City's form and submit both with the Proposal Bid Form. 3.14 ADDITIONAL TERMS AND CONDITIONS Unless expressly accepted by the City, only terms and conditions in this document shall apply. No additional terms and conditions included with the bid response shall be considered. Any and all such additional terms and conditions shall have no force and effect, and are inapplicable to this bid if submitted either purposely through intent or design, or inadvertently appearing separately in transmittal letters, specifications, literature, price lists or warranties. It is understood and agreed that the general and/or any special conditions in this Bid Documents are the only conditions applicable to this bid and the Bidder's authorized signature on the Proposal Bid Form attests to this. Exceptions to the terms and conditions will not be accepted. 3.15 PUBLIC AGENCY CONTRACTS FOR SERVICES 3.15.1 If applicable, for each public agency contract for services, the Contractor (an individual, partnership, corporation, or business entity that enters into a contract for services with a public agency and is acting on behalf of the public agency) is required to comply with F.S. 119.0701, which includes the following: A. Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. 22 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 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. 3.16 TENTATIVE CALENDAR OF EVENTS 23 No later than 11/25/2015 by 4:30pm Bid Specifications Questions Due: Pre -Bid Conference: N/A Deadline to Issue Addenda: By 4:30PM 11/30/2015. Bids Due and Opening: No later than 11:00 a.m., Wednesday, 12/09/2015. Bid will be opened immediately after the bid due date and time. Bid Tabulation: Within two working days after the bid opening. Intent To Award Recommendation: Issued by 12/16/2015. Award of Bid: At 7:00 P.M. on 01/05/2016. 23 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 4 INSURANCE REQUIREMENTS SPECIFICATIONS 4.1 REQUIRED COVERAGE AND LIMITS 4.1.1 To assure that the bidder has the insurance specified, the bidder should fax this "Insurance Requirement Specifications'' section, in __its entirety, to their, insurance agent(s) prior to__ submitting a bid. The insurance agent should review the insurance specified. The insurance agent should inform the bidder if the bidder does not meet the insurance requirements and provide the bidder with an estimated cost to secure the required insurance. The bidder should include the cost to secure additional insurance in their bid price. By submission of a bid to the City, the bidder has or agrees to obtain the insurance specified, if the bidder is awarded the bid. 4.1.2 Insurance Requirements for this bid are as follows: A. Worker's Compensation: Statutory Please be advised that the Certificate of Exemption To Be Exempt From the Florida Workers' Compensation Law pertains exclusively to those corporate officers identified by the certificates, therefore, the City will not accept Certificates of Exemption as proof of insurance. The certificate of exemption also states that the corporate officer electing exemption, "certify that any employee of the business named above (on the certificate) is covered by workers' compensation insurance". Further, pursuant to Chapter 440.1.0 (1) (a), (b) and (c), contractors who sublet any contract work to subcontractors "shall be liable for, and shall secure, the payment of compensation to all such employees, except to employees of a subcontractor who has secured such payment". Before the City can issue a purchase order and authorize the successful bidder to proceed, the successful bidder must provide proof of insurance for any subcontractor, either by submitting a certificate of insurance indicating the successful bidder as the insured for workers' compensation statutory limits coverage, or individual certificates of insurance from each subcontractor. Certificates of exemption for these subcontractors will not be accepted in lieu of proof of coverage. B. Comprehensive General Liability N/A C. Comprehensive Auto Liability: N/A D. Builder's Risk: N/A E. Owners & Contractors Protective: N/A 24 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements F. Professional Liability: N/A G. Excess Liability: N/A 4.1.3 All limits are per occurrence and must include Bodily Injury and Property Damage. An insurance carrier must issue all policies with a financial stability that is acceptable to the City's Risk Manager. 4.1.4 All policies are to be considered primary to City coverage and shall not contain co- insurance provisions. 4.1.5 Policies other than Worker's Compensation shall be issued only by companies authorized by maintaining certificates of authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida and which maintains a Rating of "A" or better according to the A.M. Best Company. Polices for Worker's Compensation may be issued by companies authorized as a group self -insurer by F.S. 440.57. 4.2 EXCEPTIONS Any exceptions to the insurance requirements and limits must be noted as instructed herein. 4.3 CITY AS ADDITIONAL INSURED The appropriate policies are to be endorsed to include the City of Altamonte Springs as Additional Insured. 4.4 CANCELLATION CLAUSE In the cancellation clause of the Certificate of Insurance the words "ENDEAVOR TO" and "BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE" shall be excluded and the number "30" inserted in the blank space provided before the words "days prior notice...". 4.5 CERTIFICATE OF INSURANCE 4.5.1 The successful bidder will be required to provide within ten (10) days after Notice of Award, to the Procurement Division Manager, a Certificate of Insurance demonstrating that the successful bidder is carrying sufficient insurance at the established limits below. 25 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 4.5.2 The City's Risk Manager shall review certificate of Insurance, for determination of adequate coverage. Services will not be ordered or officially commenced until the Certificate has been received and approved by the Risk Manager. 4.6 REVIEW AND APPROVAL BY CITY'S RISK MANAGER 4.6.1 The City's Risk Manager 11 shall review certificate of 11 Insu ance, for determination of adequate coverage. 4.6.2 Item/Service will not be ordered until Certificate has been received and approve by the Risk Manager. 4.7 INDEMNIFICATION The successful bidder shall indemnify and save the City harmless from and against all liability claims for damages, and suits for injury to any person or persons, or damages to any property of any kind whatsoever arising out of or in any way connected with the services provided for in this agreement. This agreement by the successful bidder to indemnify and hold the City harmless shall include all charges, expenses and costs, including attorney's fees, incurred by the City on account of or by reason of such injuries, damages, liability, claims, suits or losses on damages growing out of same. 26 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 5 TECHNICAL SPECIFICATIONS 5.1 SCOPE 5.1.1 The City of Altamonte Springs desires to establish a contract to provide printing services of various promotional documents (brochures, post cards, posters, presentation folders, invitations, event programs, handbills, calendars, etc.) to include all labor, materials, and equipment required to provide and deliver completed printing requirements for the City of Altamonte Springs Departments on an as needed basis throughout the year, from a source(s) of supply that will provide prompt and efficient service. Printing projects shall include digital color printing and full print press services. 5.2 GENERAL SPECIFICATIONS 5.2.1 Bidder must include in the unit price the following but not limited to: travel time to city facilities for deliveries of final product and proofs, samples, delivery of samples, meetings with city staff to discuss formats. 5.2.2 Bidders may be asked to provide samples of individual print jobs when requested. 5.2.3 Design layout for all products will be done by City staff. Bidder must include a cost if any for minor changes or revisions. 5.2.4 Individual orders for each print hob shall be placed on an as needed basis throughout the year. 5.2.5 Orders may be placed through the issuance of a City Purchase Order. 5.2.6 All documents developed under this contract may be available to the public and the City shall maintain ownership of such documents. The Contractor may not copyright documents developed as a result of this contract. 5.2.7 Price quoted shall include the cost of at least one proof of the order. 5.2.8 Printing jobs are expected to be the highest quality with the lowest cost. There shall be no smudges, dirty fingerprints, crooked pages, missing tabs, careless bindery, or the like. 5.2.9 Jobs not meeting specifications will not be accepted or paid for. If a vendor fails to pass quality control for two jobs, the City may cancel the contract. 27 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements 5.2.10 A 5% over/under run on printing and copying jobs is acceptable. 5.2.11 Any additional items that require printing services will be quoted on a per project basis. 5.3 PICK UP/DELIVERY/PROCESSING 5.3.1 Shipping, delivery, and handling expenses to be included in unit price. 5.3.2 The City will require the successful Contractor to pick up orders and deliver completed orders at various City locations, regardless of where the order originated. 5.3.3 Orders must be delivered in packages weighing less than 50 lbs. each. Inside delivery shall be included. 5.4 EVALUATION OF BIDDER In order for the City to determine if the bidder is responsible and to evaluate the ability of a bidder to provide the services called for in this solicitation, the documents below will be requested from the apparent low bidder and up to the apparent 3 ° lowest bidder after the solicitation submittal deadline. Each bidder must have the documents on hand and ready to produce after the bid opening. The apparent low bidders will have 24 hours to submit the documents. Failing to submit the documents during the required time frame may lead to the bid submittal in question being rejected. 5.4.1 Insurance: Bidder to submit proof of insurance in the form of a Certificate of Insurance or Insurance Declaration page. 5.4.2 Business Tax Receipt (BTR): Bidder to submit a copy of a current valid BTR issued by the governmental agency where the business is located. 5.4.3 List of References: Bidder to submit a List of References (attached form R-1). 5.4.4 Samples: Bidder may be asked to provide samples to verify quality. 5.5 ITEMIZED BID FORM (ELECTRONIC VERSION) 5.5.1 To facilitate bidders and the City, the City will provide and post an Excel version of the Itemized Bid Form as a separate document. 5.5.2 Bidders are to submit a hard copy only of the current version of the Itemized Bid Form (IBF) in their sealed bid. However, bidders should be prepared to provide the Itemized Bid Form (IBF) electronically after the bid submittal due date and time. The City will 28 INVITATION TO BID ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements send an email immediately after the bid opening with instruction on where to submit the completed Excel spreadsheet. The deadline to submit the electronic IBF will by 4:30pm on the same day as the scheduled bid submittal due date. The unit prices on the completed Excel spreadsheet must match the unit prices as submitted in their sealed bid submittal. If there is a discrepancy, the unit price on the hard copy IBF submitted in the sealed bid will prevail. PROPOSAL BID FORM ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements To: Procurement Division City Hall, Suite 1030 __CITY_ OF ALTAMONTE_SPRINGS 225 Newburyport Avenue Altamonte Springs, FL 32701 The undersigned hereby declares that after carefully examining these bid documents am fully aware of all conditions affecting such work/items, for which bids were advertised to be returned by 11:00 a.m., Wednesday, 12/09/2015, does hereby submit the following bid for completion of said work/item Grand Total of Base Bid from I) Itemized Bid Form # of Days to produce goods after Final Approval of Proof FOR THIS BID TO BE CONSIDERED VALID IT IS MANDATORY THAT THE BID BE SIGNED IN THE SPACE PROVIDED BELOW DAYS The Bidder hereby acknowledges receipt of the following Addenda, if any: No. Dated No. Dated No. Dated As requested in the Bidding Instructions, Terms and Conditions section, attached is one duplicate copy of the original Proposal Bid Form and ALL attachments. ❑ yes ❑ no (check one) Company Name: PBF - 1 Attached, as required in the General Specifications section is: List of References ❑ yes ❑ no (check one) The City reserves the right to accept any or all bids, to waive informalities, and to reject all or any part of any bid as they may deem to be in the best interest of the City. This Proposal Bid Form is a mandatory form to ease bid tabulation and analysis; however, additional supportive forms can accompany it. An officer or representative who has official authorization -to sign -bids-MUST sign this -Proposal--Bid Form. -- Failure to sign in the space provided below will result in the bid being rejected. Bids not received by advertised due date and time (see Bidding Instruction Terms and Conditions section) will be returned to the sender unopened. Signing the Proposal Bid Form affirms that the original Invitation for Bid document has not been altered in any way. Company Name F.E.I.N Name of Owner/Partner/Officer (Print) _ Title/Position of Owner/Partner/Officer (Print) _ Signature of Owner/Partner/Officer-,:7 Business Telephone _ Fax Telephone _ Email Address Business Address City/State/Zip Mailing Address City/State/Zip Address To Send PO City/State/Zip Remittance Address City/State/Zip Company Name: PBF - 2 LIST OF REFERENCES ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements As per the General Specifications Section, below is a list of at least five (5) client/customer references including company name, contact person, and telephone number. The reference should be similar in scope/specifications (including size, cost, complexity/uniqueness, etc) as the project/work/service/item described in this solicitation. If the reference contact information is not correct, current or unavailable, the City is not responsible for obtaining correct/current/avai lab] e contact information and may elect to consider the reference as non-responsive. Therefore, _ the bidder should make sure _the_reference.contact- information is.correct,_current, and available_to_the_City. _ _._ 1 RETURN THIS FORM WITH THE PROPOSAL BID FORM Company Name: R - I Company Name: Address: C/S/Z Contact Person Bus Phone: Email Addrs: Project/Svc/Item Description: Contract/Order Amt:: Com leted/Delivered: 2 Company Name: Address: C/S/Z Contact Person Bus Phone: Email Addrs: Project/Svc/Item Description: Contract/Order Amt:: Com leted/Delivered: 3 Company Name: Address: C/S/Z Contact Person Bus Phone: Email Addrs: Project/Svc/Item Description: Contract/Order Amt:: Completed/Delivered: 4 Company Name: Address: C/S/Z Contact Person Bus Phone: Email Addrs: Project/Svc/Item Description: Contract/Order Amt:: Completed/Delivered: 5 Company Name: Address: C/S/Z Contact Person Bus Phone: Email Addrs: Project/Svc/Item Descri tion: Contract/Order Amt:: Completed/Delivered: RETURN THIS FORM WITH THE PROPOSAL BID FORM Company Name: R - I AIto monte, Springs ANNUAL REQUIREMENTS CONTRACT FOR ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements THIS CONTRACT, made this day_ of, 2015, by and between the CITY OF ALTAMONTE SPRINGS, a municipal corporation existing under the laws of the State of Florida, hereinafter referred to as the "CITY" and , hereinafter referred to as the "CONTRACTOR", for the term specified herein, with the City having the option of extending this Contract for another period of time, upon a mutual Contract of rties, agree as follows: WITNESSETH: I. SCOPE Aah The Contractor is to perform amendments, if any, the Invitat hereto as Exhibit "A", incorpor as if herein set forth. Unle t� materials, tools, equipm , II. TERM OF CONTRAon the fined in the Invitation to Bid and y amendments thereto being attached rence herein and made a part thereof as fully i specified herein, the Contractor is to furnish all ler, and consumables to complete the Work. The period o s Contract shall be from the above contract date and ending on This Contract may, by mutual written assent of the parties, be extended for three (3) twelve (12) month periods or portions thereof. III. COMPENSATION The Contractor agrees to provide the services, equipment and materials as specified in its bid to the City at the cost specified in said bid and amendments, if any, the bid and any amendments thereto being attached hereto as Exhibit "B", incorporated by reference herein and made a part hereof as fully as if herein set forth. The amount as specified in Exhibit "B", may be increased or decreased by the City under the Extra Work provision of this Contract, through the issuance of an Addendum, if applicable. C-1 Altamonte;:` Springs Any prices specified in this Contract or Addendum thereto, will remain firm for the term of this Contract or Addendum. IV. PAYMENT All invoices received by the City are payable within thirty (30) days from receipt, provided they have first been approved by the using department, and such department has accepted the Work. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be directed to the Requesting Department (as indicated on the City's Purchase Order), City of Altamonte Springs, 225 Newburyport Avenue, Altamonte Springs, Florida, 32701-3697. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY PURCHASE ORDER AND CONTRACT NUMBER AS STATED HEREIN. V. GENERAL CONDITIONS A. Patents and Copyrights The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Contract, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Fiscal Year Funding Appropriations 1. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Commission of funds therefore. 2. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be canceled and the contractor shall be entitled to reimbursement for the reasonable C-2 Altamonte Springs value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. C. Termination for Default I. The performance of Work under this Contract may be terminated by the Procurement Manager, in whole or in part, in writing, whenever the City has determine that the Contractor has failed to meet the performance requirements of this Contract. 2. The Procurement Manager has a right to terminate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within "the time specified in the Contract, Ior if the Contractor fails to perform any other provisions of the Contract. 3. Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Procurement Manager or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Procurement Manager, shall constitute authority for the Procurement Manager to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, nor completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the Procurement Manager, for any expense incurred in excess of the Contract prices. 4. Such purchases shall be deducted from Contract quantities. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Procurement Manager. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Procurement Manager that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. D. Termination for Convenience The Procurement Manager may terminate, in whole or part, this Contract at its convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. E. Warranty The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is C-3 Altamonte ;Springs notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either re- perform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for re - performance of the work provided by other Contractors. F. Time of Completion The parties understand and agree that time is of the essence in the performance of this Contract. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay, even though existing on the date of the Contract or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City Procurement Manager may at his discretion, cancel this Contract for the convenience of the City. G. Indemnification and Insurance: 1. Indemnitv The Contractor hereby agrees to indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Contract. 2. Insurance The Contractor, at its own expense, shall keep in force and at all times maintain during the term of this Contract the insurance coverage and limits established in the Bid Document. C-4 Altamonte`' Springs H. Acceptance The City will be deemed to have accepted the Work after the City's Project Manager has issued a written statement the Work is satisfactorily completed and the City has accepted and issued final payment for the completed Work. The Work under this Contract shall remain the property of the Contractor until the City accepts it. In the event the Work furnished under this Contract is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Contract upon written notice to the Contractor. _T: Correction of Work The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Contract whether observed before or after substantial completion of the Work, and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work. Right to Audit Records The City shall be entitled to audit the books and records of the Contractor or any sub- contractor to the extent that such books and records relate to the performance of this Contract or any sub -contract to this Contract. The Contractor shall maintain such books and records for a period of three (3) years from the date of final payment under this Contract and by the sub -contractor for a period of three (3) years from the date of final payment under the sub -contract unless a shorter period is otherwise authorized in writing. K. Time is of the Essence The parties agree that time is of the essence in the completion of the Work called for under this Contract. The Contractor agrees that all Work shall be prosecuted regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. L. Information All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Contract, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents. M. Safety Measures The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the C - S AItamontet, ` "Springs Workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the Work site. N. Extra Work The City, without invalidating this Contract, may order changes in the Work within the general scope of this Contract consisting of additions, deletions, or other revisions, the Contract price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Contract, and shall be executed under the applicable conditions of the Contract. If the Contractor plans to make a claim for an increase in the Contract price or an extension in the Contract Schedule/Term, he shall first give the City written notice thereof, such notice shall be given Within ten (10) calendar days after the occurrence of the event giving rise to such a claim. The Contractor shall give this written notice to the City, and a written approval secured from the Procurement Manager, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing. O. Familiarity With The Work The Contractor by executing this Contract acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof. The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Contract by the Contractor serves as his stated commitment to fulfill all the conditions referred to in this Contract. P. Title and Risk of Loss The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work. VI. MISCELLANEOUS PROVISIONS A. The Contractor shall not employ subcontractors without the advance written permission of the City. B. Assignment of this Contract shall not be made without the advance written consent of the Procurement Manager. C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Contract. C-6 Altamonte °Springs D. No waiver, alterations, consent or modification of any of the provisions of this Contract shall be binding unless in writing and signed by the Procurement Manager or his designee. E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Contract. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by his operations, and promptly remove any such materials to an approved disposal location. G. All disputes between the parties shall- be resolved in accordance with the City Codes, Ordinances, and/or Procedures. H. The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor. 1. This Contract is considered a non-exclusive Contract between the parties. J. This Contract is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. K. Any litigation arising out of this Contract shall be had in the Courts of Seminole County, Florida. L. The undersigned hereby certify that this Contract is made without prior understanding, Contract or connection with any corporation, firm or person who submitted bids for the Work covered by this Contract and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that he/she is authorized to enter into this Contract and to execute same on behalf of the Contractor as the act of the said Contractor. M. This Contract, including any Exhibits hereto, contains all the terms and conditions agreed upon by the parties. No other Contracts, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind either party hereto. C-7 Altamonte Springs IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. OWNER City of Altamonte Springs 225 Newburyport Avenue Altamonte Springs FL 32701 Attest (witness): x (Signature) AFFIX CORPORATE SEAL Pat Bates (Name, Written or Typed) Mayor (Title, Written or Typed) (date) CONTRACTOR Awarded Vendor Vendor address Vendor City, State, Zip code Attest (witness): AFFIX CORPORATE SEAL Officer: AM x (Signature)Am (Name, Writte ed) (Tit n or Typed) II (da C-8 Altamonte Springs EXHIBIT "A" Alfamonte S p r i n g s I all, 4 as I I s. SUCCESSFUL CONTRACTOR'S/CONSULTANT'S BID AND ANY AMENDMENTS THERETO c - I A 011 10111 DIM " ' ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements To: Procurement Division City Hall, Suite 1030 City of Altamonte Springs 225 Newburyport Avenue - --Altamonte-Springs FL 32701-- The 2701 The undersign hereby declares that after examining the Bid Documents for which bids were advertised to be returned by 11:00 a.m., Wednesday, 12/09/2015, does hereby submit a "No Bid". Our reasons(s) for not bidding are as follows: ❑ Specifications are too restrictive (please explain below) ❑ Unable to meet specifications ❑ Specifications were unclear (please explain below) ❑ Insufficient time to respond ❑ We do not offer this type of product or equivalent ❑ Our production schedule would not permit us to perform ❑ Unable to meet bond requirements ❑ Other (please explain below) Remarks: We understand that this "No Bid" must be received by the City by the advertised due date and time (see Bidding Instruction Terms & Conditions section) in order to be recorded as a responding bidder and that repeated failures to bid without sufficient justification will be cause for removal from the bid list. "NO BIDS" not received by advertised time and day will be returned to the sender unopened. To ease and facilitate handling, the attached blue return label has been provided. Proper marking of sealed bid envelopes will insure proper identification of your "NO BID". In the absence of this label, please indicate on the lower left hand corner of your bid envelope the bid number, the bid due date and time, and "NO BID". Company Name. Officer's Name & Title (Print) . Signature of Officer 8 Address City/State/Zip Business/Fax Telephone NBF-1 W1 an U •� O � o W � CCS oozz� r. CC3 �•1 �r 'O CC3 � 4-o a O � � z a� O �LOww -o -a . s�. o C,3a> • Iii cz V) cn V vmmu ❑ EXHIBIT "B" SUCCESSFUL CONTRACTOR'S/CONSULTANT'S BID AND ANY AMENDMENTS THERETO ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements To: Procurement Division City Hall, Suite 1030 CITY OF ALTAMONTE SPRINGS 225 Newburyport Avenue Altamonte Springs, FL 32701 The undersigned hereby declares that after carefully examining these bid documents am fully aware of all conditions affecting such work/items, for which bids were advertised to be returned by 11:00 a.m., Wednesday, 12/09/2015, does hereby submit the following bid for completion of said work/item Grand Total of Base Bid from Itemized Bid Form # of Days to produce goods after Final Approval of Proof $ I�g3�,�o FOR THIS BID TO BE CONSIDERED VALID IT IS MANDATORY THAT THE BID BE SIGNED IN THE SPACE PROVIDED BELOW DAYS The Bidder hereby acknowledges receipt of the following Addenda, if any: No. Dated 12-l"? No. Dated No. Dated As requested in the Bidding Instructions, Terms and Conditions section, attached is one duplicate copy of the original Proposal Bid Form and ALL attachments. pVyes ❑ no (check one) Company Name: tM ry . S P1,�-C43 PBF - 1 Attached, as required in the General Specifications section is: List of References Yyes ❑ no (check one) The City reserves the right to accept any or all bids, to waive informalities, and to reject all or any part of any bid as they may deem to be in the best interest of the City. This Proposal Bid Form is a mandatory form to ease bid tabulation and analysis; however, additional supportive forms can accompany it. An officer or representative who has official authorization to sign bids MUST sign this Proposal Bid Form. Failure to sign in the space provided below will result in the bid being rejected. Bids not received by advertised due date and time (see Bidding Instruction Terms and Conditions section) will be returned to the sender unopened. Signing the Proposal Bid Form affirms that the original Invitation for Bid document has not been altered in any way. Company Name F.E.I.N K6.r/517.7v6 Name of Owner/Partner/Officer (Print) OAvt f.v Wr Title/Position of Owner/Partner/Officer (Print) 1 Signature of Owner/Partner/Officer r ---- Business Telephone _ 60:A - If r -s Fax Telephone No 7) 4i6 y-r-Qi3 _ Email Address �� '/! cd -,?I ni Business Address Sv c Tf-Q d -F City/State/Zip j,h,v�/(f 5� ,mss 1, ti »-?�k Mailing Address City/State/Zip Address To Send PO r^vlt City/State/Zip Remittance Address City/State/Zip Company Name: C AW &V 22Ir.) �—j-0J tr&S PBF - 2 Tri -Fold Brochure (Lettert 1-500 $ 0.2420 $ 121.0000 501.1,000 Size, 8.5 x 11 $ 0,1830 $ 183.0000 1,001- 2,500 R1: Paper: #100 Gloss Text EA $ 0.1400 $ 350.0000 .. lormaC 2Silled;fofded- _-._ _ _. Color: CMYK, Full Bleed _------------ _ $ 0:0972 $ To Be Negotlated -__- --. X486.0000 To Be Negotiated 2,501-�5,000�- OVER 5,000 ... ....... .. _... .._.._._..,,..:,_,.,.r. Tri -Fold Brochure (Legal! ,............._.. 1-500 ..�...:. �.... e ._.._.._ .._ $ 0.3460 $ 173.0000 R2 Size: 8.5 x 14 Paper: #100 Gloss Text $ 0.2870 EA $ 287.0000 501-1,000 1,001- 2,000 Format: 2 Sided, Folded $ 0.2580 $ 516.0000 OVER 2,000 To Be Negotiated _ Color: CMYK, Full Bleed To Be Negotiated 81 -Fold 1.500 $ -*.- .0.2420 $ 121.0000 R3 Size: 8.5 x 11 Paper #100Gioss Text $ 0.1830 EA $ 183.0000 501-1,000 1,001- 2,000 Format: 2 Sided, Folded $ 0.1530 $ 306.0000 OVER 2,000 To Be Negotiated Color: CMYK, Full Bleed_ To Be Negotiated Bi -Fold Brochure (Tabloid! 1 _- 500 $ _ _0.3580 $ 179.0000 R4 Size: 11 x 17 Paper: #100 Gloss Text $ 0.2970 EA $ 297.0000 501-1,000 1,001- 2,000 Format: 2 Sided $ 0.2450 $ 490.0000 Color: CMYK, Full Bleed OVER 2,000 . To Be Negotiated . ......... To Be Negotiated _ i _ 1 5 $ .1260 $ 63.000D 501-1,000 $ 0.0820 $ 82.0000 Postcard 1,001- 2,500 $ 0.0576 $ 144.000C RS' Size: 4 x 6 Paper. 10 pt. Gloss Cover $ 0.0486 EA $ 243.0000 2,501- 5,000 5,001-10,000 $ 446.0000 Format: 2 Sided $ 0.0446 10,001- 15,000 Color: CMYK, Full Bleed $ 0.0430 $ 645.0000 15,000.20,000 $ 0.0427 $ 854.0000 OVER 20,000 _..r.._.._._ s -' • .. _ , - To Be Negotiated .._.._......._. ....,........e...... To Be Negotiated .,..._----- ..._..- 1.500 $ 0.1600 $ 80.000C 501-1,000 $ 0.1220 $ 122.00OC Postcard 1,001.2,500 $ 0.0984 $ 246.000C R6 Size: 5 x 7 Paper: 10 pt. Gloss Cover $ 0.0900 EA 2,501- 5,000 $ 450.000C 5,001- 10,000 $ 838.000C Format: 2 Sided $ 0.0838 10,001-15,000 Color; CMYK, Full Bleed $ 0.0656 $ 984.0000 15,000 - 20,000 $ 0.05571$ 1114.0000 OVER 20,000 ......,..._..... To Be Negotiated To Be Negotiated ...».._.._............_.._....,.. Invitation ,...._........�.. 1-500 .._,.,............--'-....._.__. $ 0.1380$ 69.0000 R7� Size: 8.5 x 5:5 Paper:. #100 Gloss Cover $ 0.1010 EA $ 101.000C 501-1,000 1,001- 2,000 $ 147.000C format.! Sided $ 0.0735 .�...«....�...�.. Dolor; CMYK, Full Bleed OVER 2,000 To Be Negotiated To Be Negotiated _............�................,...._.' R.S.V.P Card _.._.._.._.. 1-500 ...r...,......... _..........._. $ 0.1520 $ 76.4000 R8 Size: 5.5 x 4.25 Paper; #100 Gloss Cover $ 0.0930 EA $ 93.000C 501-1,000 1.001- 2,000 Format: 2 Sided $ 0.0750 $ 150.0000 .......,........... Color: CMYK, Full Bleed ,..,.,......,..........,.....,_..._. OVER 2,000 To Be Negotiated To Be Negotiated R9 Poster, Size; 18x24 Paper: Semi -Gloss Photo Paper 7 mil _.. 1-500 .._........,........ ......_.._.._..�. $ 1.8840 $ $ 1.4600 EA 942.0600 $ 1460.0000 501-1,040 1,001- 2.000 Format,1 Sided $ 1.2700 $ 2540.0000 OVER 2,000 ._.......a..._..,...........r....,......_......... Color: CMYK, Full Bleed To Be Negotiated To Be Negotiated Flyer (Letter) s............._.. 1-500 .._...........v. _.._......._..,.. $ 0.1940 $ 97.0600 Rio Size: 8.5 x 11 Paper: #100 Gloss Cover $ 0.1400 EA $ 140.000C 501-1,000 1,001- 2,000 Format: 1 Sided $ 0.1140 $ 228.00OC OVER 2,000 .......... ..... Colo,. CMYK, FuII Bleed ....Y ..ee...... To Be Negotiated To Be Negotiated _.._,.. FiverJProgram {Half Letter) _..-_.r .._.. 1-500 ....., ,. _.._. _.._..�_.. .. �. $ 0.1620 $ 81.0000 - SStSiiS 501--1,000 $ 0.1250 $ $ 125.0000 ,111" Paper #1tl0 Gips Coyer Format 2 Shied 1,001- 2,000 EA $ 0.0975 $ 195.0000 Color. Full Color Fufi Bleed OVER 2,000 ......_......�.... _ To Be Negotiated .. . To Be Negotiated .. ._ .. . 1636.001 Flyer tttaif tette rl . _. 1-500 Size: 11 x 17 S 0.1360 $ 68.0000 Finished Size: 8,5 x 11, up to 20. Pages 1.3520 Size: 5.5 x 8.5 501-1,000 1352.0000 $ 0.0980 $ Paper: #100 Gloss Cover 98 0000 EA R12 Paper: #100 Gloss Cover EA Finished Size: 8.5 x 11,' 16 Pages 1,001- 2,000 $ $ 1.3055 Format:l Sided 1,001- 2,000 $ 0.0790 Paper: #100 Gloss Cover - Covers are perforated OVER 2,000 $ 158.0000 EA Color- Full Color, Full Bleed OVER 2,000 To Be Negotiated To Be Negotiated Paper: #60 Matt text Additive Unit Cost for To Be Negotiated -••_1.500 •. $ 0.26201$ Format: 2Sided, Stapled 131.0000 S 0.061 $ S<ze 8 S X 14 501-1,000 $ S 0:2120 Color: CMYK, Full Bleed on cover ONLY Pages $ 212.0000 Ria Paper #100Gf9ss Cover 94.0000 EA 0.2200 EA �' $ 0.1310 Deductive Unit Cost 501-1,000 1,001- 2,000 Eomtat 3 Shed 1,001- 2,000 $ 0.18 is $ 227.00( .�..�.�..... $ 373.00DC Color C[vtYlf; FuR Bleed OVER 2,000 To Be Negotiated $ To Be Negotiated _.._.._.._.. 1-500 ......... .... To Be Negotiated 109.0000 Fiver ITabloldl i - 500 $ 0.2760 $ $ 0.1780 138.0000 1-500 cn Size: ii x 17 501-1,000 $ 0.2230 $ 223.000C R14 Paper: #100 Gloss Cover 1.1060 EA 553.0000 501-1,000 Format:l Sided 1,001- 2.000 $ 0.1970 Soetfal Needs Boolil8t tLetterf" $ 394.DDOC _ Color. CMYK,Full Bleed •• OVER 2,000' _••_1-500 •• _ To Be Negotiated ......••.... Size 11 x17 To Be Negotiated .$ .._..........00( $ .,_.."" Finished Size 8.5 i4Pages 1'001- 2,000 $ 501-1,000 = $ X0:6560 $ 656.0000 ry .• , .; Bi Fold Protram 1Latterl 1.001.- 2.000 _ $ _ - 0.6410 RiT Abrated lnslctepage,pe-�; �.. _`" $ 1282,000( Size8Pages„ OVER 2,000 7o Be Negotiated Paper, 980 GlossText' - To Be Negotiated 'R15 paper. jAdditive Unit Cost for , EA Forma"tt 2 Sided, Stapled Each Page Over 12 Faimat ; $lded, Stapled Each Page over 8 $ $ - 1-500 $ $ $ 1.7240 862.00 501-1,000 1.4400 $ 720.0000 Baseball Program 501-1,000 $ 1636.001 1,001- 2,000 $ Size: 11 x 17 Summer Camp Booklet tletterl Finished Size: 8,5 x 11, up to 20. Pages 1.3520 1.5915 1352.0000 Size: ii x 17 Paper: #100 Gloss Cover OVER 2,000 EA To Be Negotiated To Be Negotiated Paper: #80 Gloss Text Finished Size: 8.5 x 11,' 16 Pages 1,001- 2,000 $ $ 1.3055 2611.0000 Color: CMYK, Full Bleed on Cover ONLY R16 Paper: #100 Gloss Cover - Covers are perforated OVER 2,000 $ EA To Be Negotiated Pages To Be Negotiated 0.221 Paper: #60 Matt text Additive Unit Cost for For Each Page Less Format: 2Sided, Stapled Each Page Over 16 S 0.061 $ _ • than 20 Page%.. - •. _ $ _ Color: CMYK, Full Bleed on cover ONLY Pages 1-S00 _ _ 0.2200 94.0000 < R38 0.2200 EA �' $ 0.1310 Deductive Unit Cost 501-1,000 1,001- 2,000 Cofor. Maick'lnk Red Numbering - $ 0.1135 $ 227.00( .�..�.�..... For Each Page Less $ 0.0800 To Be Negotiated $ 0.0800 _.._.._.._.. 1-500 ......... .... than 16 Pages 109.0000 Size: 8.5 x 11 (Paper: F 501-1,000 $ 0.1780 7- 1-500 cn $ $ 1.1060 553.0000 501-1,000 $ $ Soetfal Needs Boolil8t tLetterf" 1.0210 1021.0000 Size 11 x17 .,_.."" Finished Size 8.5 i4Pages 1'001- 2,000 $ 0.9770 $ 1954.0000 Paper #SO() Gloss Cover RiT Abrated lnslctepage,pe-�; �.. _`" OVER 2,000 EA To Be Negotiated To Be Negotiated Paper, 980 GlossText' - Additive Unit Cost for Forma"tt 2 Sided, Stapled Each Page Over 12 „ $ $ 1-S00 $ $ 1.7240 862.00 501-1,000 $ $ Baseball Program 1.6360 1636.001 1,001- 2,000 Size: 11 x 17 $ $ Finished Size: 8,5 x 11, up to 20. Pages 1.5915 3183.0000 R18 Paper: #100 Gloss Cover OVER 2,000 EA To Be Negotiated To Be Negotiated Paper: #80 Gloss Text Additive Unit Cost for Format: 2 Sided, Stapled Color: CMYK, Full Bleed on Cover ONLY Each Page Over 20 $ $ Pages 0.2200 0.221 Deductive Unit Cost For Each Page Less $ 0.0800 S 0.061 _ _ • than 20 Page%.. - •. _ _ _ -7 7�YYL 1-S00 _ _ _.. _.. _.. . $ - 0.1880 $ 94.0000 < R38 Size BS x11 , Paper 2 Part Excel #20 - , EA �' $ 0.1310 $ 131.00( 501-1,000 1,001- 2,000 Cofor. Maick'lnk Red Numbering - $ 0.1135 $ 227.00( .�..�.�..... �' NaBleed • • "" '_ - To Be Negotiated > OVER 2,000 To Be Negotiated �...................... .... Certificates _.._.._.._.. 1-500 ......... .... .......... .... $ 0.2180 $ 109.0000 Size: 8.5 x 11 (Paper: F 501-1,000 $ 0.1780 a In #60 Astroparche Text Parchment cn $ 178.00( Aged 1,001 2,000 Handouts 1-500 $ 0.1565 $ 313.000( Format: Names Added to Design 730.0000 Color: CMYK, No Bleed .. . �. �..�..�..�._ OVER 2,000 To Be Negotiated " -..-..-.....�. To Be Negotiated VlLtY Rt 411#3�@ �LStA+ lig illl(ReceiDt., 1- 500 $ 1440.0000', S 0.1900 $ 95.0000 Al Sate B $ x 1t21 Papez 2 part Extei #20„ 501-1,000 $$ 0.1330 ` 133.00lX caiar Bieck ink Red Numbering 1,001- 2,000 $ 0.1155 $ 231.000( '-weed fro OVER 2,000 To Be Negotiated To Be Negotiated .� _ �.�... ._.._.._.. ... _.......�_._ Finishing, Collate, Stapled Top Left OVER 2,000 Toteligi?ewpk,,...ii�iiiit Handouts 1-500 $ 1.46001$ 730.0000 Size: 8.5x 11, 2 Sided 501-1,000 $ 1.4400 $ 1440.0000', Al Paper. #60 Husky Offset EA Calor; CMYK, No Bleed 1,001- 2,000 $ 1.4300 $ 2860.0000' Finishing, Collate, Stapled Top Left OVER 2,000 To Be Negotiated To Be Negotiated •........... .......................... ............ ..-.......im tf@ k & a F Qk '4v�Yb".: iSF X e. t"g$>a' s*t ,'` �� 6 i - 500 Is 0.14801$ - 74.0000 $ 74.0000 Ei SxP i'apet #itl4 Gioss Ccvrtr Sol -1,000 $ 0.0870 $ 87.0000', PcutnBt 2Stsied 1,001- 2,000 �' S 0.0660 $ 132.0000' - --- - - - Color CMYK Full Bleed ---- OVER 2,000- To Be Negotiated To Be Negotiated _- ---------. - P stc - --- 1-500 - -------- -- $ -- 0.1600 $ 80.0000 Size: 5 x 7 501.1,000 $ 0.1220 $ 122.0000 E2 Paper. #100 Gloss Cover EA Format: 2 Sided 1,001' 2,000 $ 0.0950 $ 190.0000 Color. CMYK, Full Bleed OVER 2,000 To Be Negotiated To Be Negotiated " '^ gi '. - -1-500 - - $ - - - - - 0.1940 $ 97.0000 E3 $1xe B 5 k 11 Paper #100 Gloss Caner 501-1,000 EA $ 0.1400 $ 140.0000 format -2' Sided s 1,001- 2,000; $ 0.1140 $ 228.0000 ----------- -- -- Color CMYK, Fuli Biced - - - - - - --- -- OVER 2,000- --- - -y- To Be Negotiated To Be Negotiated - 1-500 $ 0.2320 --------------- 511 Bi -Fold Brochure 501-1,000 $ 0.1810 $ 181.0000 Size: 8.5 x 11 1,001- 2,500 $ 0.1560 $ 390.0000 Finished Size: 8.5 x 5.5 E4 Paper:.#84 Gloss Text 2,500 - 5,000 EA $ 0.1320 $ 660.0000 Format:2 Sided 5,001- 7,500 $ 0.1100 $ 825.0000 Color: CMYK, Full Bleed 7,500 -10,000 $ 0.0960 $ 960.0000 - OVER 10,000 To Be Negotiated To Be Negotiated ,. - -Soo - - $ - - - 0.1500 $ - - - - 75.0000 Brochure Insert (Half Letter) ,° 501.1,000 $ 0.1100 $ 110.f)DDO Size. 5 x?' 1,001- 2,500 $ 0.0788 $ 1)7.0000 E5 . Paper #SCi Gloss Cover, 2,500 - 5,000 EA $ 0.0710 $ 355.O000 format,. f id Color CMYK Fuil Bleed 5,001- 7,500 $ OA577 $ 432.7500 7,500 - 10 ,000 -. $ 0.0530 $ 510.0000 - - - OVER 10,000 To Be Negotiated To Be Negotiated - Invitation - - -------------------------- 1- 500 - - - $ - - - - 0.1320 $ 66.0060 E6" Size: 5 x 7 Paper. #100 Gloss Cover 501.1,000 EA $ 0.0950 $ 95.0000 Format: ISided 1,001- 2,000 $ 0.0690 $ 138.0000 - Color: CMYK, Full Bleed - - OVER 2,000 - -- - -- -- --- To Be Negotiated ------------ To Be Negotiated 1-500$ 0.1980 $ 99.0000 E7 S1zF 47 541'].060 $ 0.2300 Y30C#�D $EA Paper #24White Wooven 1,001- 2,000 $ 0.0955 $ 191.0000 Former Print Return Address '- -_•-_....----_ -_.._._.- -. .-.-.__._----- OVER 2,000 ----------- ---_.-...-.- Tolle Negotiates! To Be NegatiaWd 1-500 ------------' $ 0.70201$ 351.0000 501-1,000 $ 0.6710 $ 671.0000 Booklet 1,001- 2,000 $ 0.6550 $ 1310.0000 Size: 8.5 x 11, 8 Pages OVER 2,000 To Be Negotiated To Be Negotiated E8 Paper. #100 Gloss Text Additive Unit Cost for EA Format: 2'Sided, Stapled , Each Page Over 8 $ $ Color: CMYK, Full Bleed Pages 0.2500 0.2500 Deductive Unit Cost For Each Page Less $ 0.0800 $ 0.0800 than 8 Pages �..�.. �. FpIds! f ttert 0.ochure 420 $ 121. 0000 ' $fixe @S x 11 Paper #100 GIoSS Tekt .,' 501.1,000 "` EA .: $ 0.1830 $ 183.0000 ;, Format 2 SCded fo(d 2,G01- 2,000 � $ 0.1530 $ 306.0000 ,' Gp1or CMYK, Full Bleed OVER 2,000 To Be Negotiated To Be Negotiated .. �_- Fiver lDoubie Sided: Che• 4 C v 1'1 :i -------- 1- 500 ---------'- - - $ ----------- 0.1860 $ 93.0000 E10 Paper. #60 Starbright Opaque Offset Smooth Format: 2 Sided 1-500 EA 0.1220 501-1,000 $ 0.1500 $ 150.0000 $ 0.1305 5 261.0000 1'001 2'000 OVER 2,000 - -- - -- -- --- _ Color: CMYK, Full Bleed - 501-1,000 To Be Negotiated To Be Negotiated ----- ------ a _ Side $ 5 x 1 Paper i Starbright Opaque gffset SttiJogth Famiat 151tied CoIQr CM17 pul�g�a�3il -"" 1-500 -; „ , $ 0.1360 $ 68.0000 $ 0.1000 $ 100.0000 $ $ 0.0825 165.0000 To Be Negotiated To Be,Nagotiated 501-1,000 1,001- 2,000 OVER 2,000 i1 Bristol Photo Frame (61 -Fold) - - Size: 8.5 x 11 --------- 1-500 ----------- $ 1.4900 $ 745.0000 E12 Finished Size: 8.5 x 5.5 Paper: #100Gloss Cover, UV Coating Format: i Sided, Folded Color: CMYK, Full Bleed 501-1,000 EA $- 1.4200 $ 1420.0000 $ 1.3500 $ 2700.0000 1'001- 2'000 .-....._..-: Finishing: Comer slits for 7 x 5 photo on back panel, 6 x 4 die cut on front panel .._. 5 112.0000 To Be Negotlated To Be Negotiated OVER 2,000 - -..-.._.._........-.. -........... .....-.._..-. -.. . +. , Tsdsi #wrfSr..u.:iY. IL . s."�; -•.,. r,�.wn�w'nrinn n 1-500 0.1220 1. 0000 74.0000 Di Site -A"X B", Paper*16601, oss Cover 501-1,000 EA $ 0,0870 Paper 1(67 Brite"Ite Colures Vellum $01.1,000 $ 87.0000 $ 0.0790 Format 25iied f `'. $ 79.0000 i1 Bristol 0.0575 $ 115.0000 Gotor..CMYK Full Bleed Format 2Sit3ed 1.001- 2,000 $ 0.0560 5 112.0000 To Be Negotiated Color: CMYK, No Bleed OVER 2,000;' - _ - - - - ----'------- - i - 500 To Be Negotiated -- $ To Be Negotiated Library Cards 1-500 D2 $ 0.7960 501-1,000 $ 398.0000 $ Size: 3.5 x 2 S - 122.0000 Format: 2 Sided 1,001' 2,000 Paper: #80 Cougar Opaque Cover 501-1,000 0.0950 $ 0.5030 $ 503.0000 Format: 2 Sided, Round Corners OVER 2,000 ----I - -- - - - To Be Negotiated Front Color: CMYK, Full Bleed 1,001- 2,000 EA $ 0.3565 $ 713.0000 0.2700 $ Back Color: Black, No Bleed 135.0000 D3` Size &5 x li Paper #106 Gloss Text: ' 501-1,000 " EA; - Finish: Numbered W/Bar Code 2'001- 4'000 $ 0.2832 $ 1132.8000 Format 2 Sided. Laminated 10 mil $ 0.2200 $ 440.0000 OVER 4,000 OVER 2,000 To Be Negotiated To Be Negotiated 69.0000 777 7'7 78o0km:' 1-500 - - - $- - - -' 0.1380 $ t3� 5 ze 2,5 x7,' Paper. #100 Gloss Cover , 501-1,000 - IAA $ O.iigO $ 118.0000 Size: 8.5 x 11 Paper. #100 Gloss Text Format 2$Ided `- 1,001- 2,000 $ $ 0.1020 $ 204.0000 $ 197.0000 Color_CMIYK Fuil Biaed OVER 2,000 1,001- 2,000 To Be Negotiated $ TO Be Negotiated Postcard - - - - 1-500 - - $ - 0.1480 $ 74.0000 L4 Size: 4 x 6 Paper: #100 Gloss Cover 501-1,501-1,0()0$ EA 0.0870 $ 87.0000 $ 115.0000 Format: 2Sided 1.001- 2,000 $ 0.0575 Color: CMYK, Full Bleed OVER 2,000 To Be Negotiated To Be Negotiated TifiBrgehurei[etEer)'--- -1-500 - - - - $- - - -' 0.2420 $ 121.0000 Size 8 5 x 11 L5- Paper. #100;G1oss7ext 501-1,000 EA $0.1830 $ 183.0000 Forma4 2 tded #oldad 1��1' 2 $ 0.1530 $ 306.0000 =-- -------------------------------------------------------------------- Color CMXK full Bleed OVER 2,000 To Be Negotiated To Be Negotiated Flyer (Double-Sidedl 1-500 $ 0.2120 5 106.0000 L6 Size: 8.5 x 11' - Paper: #100 Gloss Text 501-1,000 EA 5 0.1660 S 166.0000 Format: 2 Sided 1,001- 2,000 is 0.1415 M$ 283.0000 Color: CMYK, Fuli Bleed OVER 2,000 To Be Negotiated To Be Negotiated. 1-500 $ 0.14801$ 74.0000 Di Site -A"X B", Paper*16601, oss Cover 501-1,000 EA $ 0,0870 $ 87.0000 Format 25iied f `'. 1,001- 2,000 $ 0.0575 $ 115.0000 Gotor..CMYK Full Bleed OVER 2,000- To Be Negotiated To Be Negotiated _.-_-. Post r - _ - - - - ----'------- - i - 500 -- $ -- 0.1600 $ 80.0000 D2 Size: 5 x 7 Paper: #100 Gloss Cover 501-1,000 EA $ " 0.1220 S - 122.0000 Format: 2 Sided 1,001' 2,000 $ 0.0950 $ 190.0000 Color: CMYK, Full Bleed - -- OVER 2,000 ----I - -- - - - To Be Negotiated To Be Negotiated ui+sSl ► Stdr- - --------- 0.2700 $ 135.0000 D3` Size &5 x li Paper #106 Gloss Text: ' 501-1,000 " EA; - $ 0.2450 $ 245.0000 Format 2 Sided. 1,001- 2,000 $ 0.2200 $ 440.0000 Color,CMYK Fuli Bleed OVER 2,000 To Be Negotiated To Be Negotiated fiver (Sinaie-Sidedl 1-500 $ 0.2230 $ 111.5000 D4 Size: 8.5 x 11 Paper. #100 Gloss Text 501.1,000 EA $ 0.1970 $ 197.0000 Format: l Sided 1,001- 2,000 $ 0.1780 S 356.0000 Color: CMYK, Full Bleed OVER 2,000 To Be Negotiated To Be Negotiated - - - 1-500 --- - - - - -- ---- - - - - -- - .2420 . ._.._.._.._.._ 121.0000 $ 0.1830 $ 183.0000 501-1,000 OS.� Paper. #SOO,C,IossTex# • EA 1,001- 2,000 Fermat, 5iiied; folded $ 0.1530 $ 306.0000 OVER 2,000 G6)or, CMYK, fuii.Bleed . ._._..-.-.-._I._.---..----- To Be Negotiated � To Be Negotiated 81-Fold Brochure (Letter) ----------- 1-500 -:.__.>---�--- -`----------.-- $ 0.2390 $ 119.5000 Size: 8-5 x 11 501-1,000 Finished Size: 5.5 x 8.5 $ 0.1790 $ 179.0000 Paper: #100 Gloss Text EA $ $ 1,001- 2,000 Format; 2 Sided, Folded 0.1490 298.0000 OVER 2,000 Color; CMYK, Full Bleed To Be Negotiated To Be Negotiated 9i laid iirochure fi(ab1, Id). '-- - - - -1- - - - - Size 31x87.', 500 . . $- 0 .2760 $ 138.0000 501-1,000 D? . Finished Size: 8,S x 3i $ 0.2230 $ 223.0000 Pal - #1 #Glass Text $ 0.1930 $ 386.0000 1,001- 2.000 ' Format 2Sided ",.. OVER 2,000 Coiort CMYK; Fut! Bleed --- To Be Negotiated - - - - To Be Negotiated Packet Folder 1- 500 $ 1.3000 $ 650.0000 Flat Size: 19,5 x 16 08 Finished Size: 9 x 12 -4 in, glued pockets 501-1,000 EA $ 1.2200 $ 1220.0000 Paper: #100 Gloss Cover $ $ 1,001- 2,000 _ ... ------ _ 1,150 _.- 2300.0000 OVER 2,000 Finishing: Die Cut and Glue To Be Negotiated To Be Negotiated ...,......_.._. _.._............_.._.._..----. _.._.._.._.. ............. ........ Total #nr.....r $ 142�:Ot7QQ Flyer (Double-Sided - -1-500 $0.2700$ 135.0000 . Pi Size:b.5x11 Paper: #100 Gloss Text EA $ 0.2450 $ 245.0000 501-1,000 1,001- 2,000 Format: 2 Sided $ 0.2200 $ 440.0000 OVER 2,000` _ - Color: CMYK; Full Bleed_ To Be Negotiated To Be Negotiated _ _ _ Flyer (Single-Sided) - 1-500 - -"- - $ 0.2230 $ 111.5000 P2 Size: 8.5 x 11 Paper: #1100 Gloss Text EA $ 0.1970 $ 197.0000 501-1,000 1,001- 2,000 Format: 1 Sided 5 0.1780 $ 356.0000 OVER 2,000 Color: CMYK, full Bleed To Be Negotiated To Be Negotiated _ Tri Fold Brochure (letter i - - -1.500 - - - - - 0.2420 $ $ 121.0060 " P3 Size 8.5 x 1 Paper:#100Gio, Text- EA $ 0.1a8o $ 183.0000 501.1,000 1,001- 2,000 Format: 2 Sided, Folded $ 0.1530 $ 306.0000 OVER 2,000 ._ - - --- _ - - - Color; CMYK, full Bleed _._._. __.-__ - - __ --.--'----- To Be Negotiated ----------- To Be Negotiated 8l-Fold Brochure (Letter) 1-500 $ 0.2390 $ Size: 8.5 x 11 119.5000 501-1,000 P4 Finished Size: 5-5 x 8.5 $ 0.1790 $ 179.0000 Paper: #100 Gloss Text EA $ $ 1,001 - 2,000 Format: 2 Sided, Folded 0.1490 298.0000 OVER 2,000 Color: CMYK, Full Bleed To Be Negotiated To Be Negotiated Door Han eg_r (Single Sldedi- - 1-500 - - - $- - - -" 0.2290 $ 114.5000 PS Size: 4.2S x 11 Pope r. #100 Gloss Cover EA $ 0.2120 $ 212.0000 501-1,000 1,001- 2,000 Format, I Sided $ 0.2020 $ 404.0000 - -_----_-_----.._-_----- Door Hanger (Double-Sided) ---------- 1-500 -----------' ---------_-- $ 0.2500 $ 125.0000 P6 x G Paper: Paper: #100 Gloss Cover EA $ 0.1800 $ 180.0000 501-1,000 1,001- 2,000 Format: 2 Sided $ 0.1445 $ 289.0000 OVER 2,000 Calor: CMYK, full Bleed - To Be Negotiated To Be Negotiated i�ljtyeillinsert(tri-Fn('dl ---1-500 -- --- $ 0.3280 $ 164.0000 Size: 8.4 x 11 501-1,000 P7EA finished Site: 8.5 x 3.66 $ 0.2980 $ 298.0000 Paper: #60 Matte Text $ $ 1,001- 2,000 Format: 7 Sided, Folded 0.2790 558.0000 OVER 2,000 - .-•_------ Color:.CMYK, Full Bleed -_ ----_------------- To Be Negotiated To Be Negotiated Utility Bill insert (Singe[ Panel) ---------- 1-500 ------------------------ $ 0.2280 $ 114.0000 P8 Size 8.5 x 3.66 Paper, #60 Matte Text EA $ 0.1990 $ 199.0000 501-1,000 1,001- 2,000 Format: 1 Sided $ 0.1810 $ 362.0000 OVER 2,000 Color: CMYK, No Bleed To Be Negotiated To Be Negotiated postcard-" - - 1-500 - $ - - - 0.1600 $ 80.0000 P9 Size: S x 7 Paper; #100 Gloss Cover EA $ 0.1220 $ 122.0000 501-1,000 1,001- 2,000 Format: 251ded $ 0.0950 $ 190.0000 OVER 2,000 __._..._._. _. r .. `«« ««� « Color CMYK; full Bleed _.........,......_._.,"...,..._.... .._ ..-..._ To Be Negotiated .,.TotaiforGraDpF To Be Negotiated $ 10$4.500(3 titernate Total is informational only (small number located below alternate total, lets the City know if there are my no bids ($0.0400)on any alternate bid items. Tota) for C,raup A $ 11860.000 55634.2800 TotaifarGroup8 $ 730.000 a for Group D _$ 1563.8 00 70"Group E_ $_ ., 429. 0 for Group F w $ 1084.500 LIST OF REFERENCES ITB -16 -002 -CE Printing Services for Various City Departments - Annual Requirements As per the General Specifications Section, below is a list of at least five (5) client/customer references including company name, contact person, and telephone number. The reference should be similar in scope/specifications (including size, cost, complexity/uniqueness, etc) as the project/work/service/item described in this solicitation. If the reference contact information is not correct, current or unavailable, the City is not responsible for obtaining correct/currentlavailable contact_ information and -may -elect -to consider _the -reference-as non-responsive.._Therefore, the bidder should make sure the reference contact information is correct, current, and available to the City. 1 RETURN THIS FORM WITH THE PROPOSAL BID FORM Company Name: Q(atj Sz_ Pni'> R - 1 Company Name: v Address: NG t C/S/Z -f/wPI-g, Contact PersonL tG2� e Bus Phone: V 094.1L.- 1 Email Addrs: I w/al,0 Fwoi Project/Svc/Item Description: MW Oc('�,STUB Contract/Order Amt:: A k U Com leted/Delivered: 2 Company Name: S Ott c t GfYt Qui- `T & 1m Address: C/S/Z Contact Person Bus Phone: .2 ` -9'5—J1a0 U Email Addrs: J26 00 Pro'ect/Svc/Item Description: ' .W" 5 lm_a Contract/Order Amt:: f v Completed/Delivered: i 3. Company Name: Address: --�T I bi L �G C/S/Z7-7 C Contact Person Bus Phone: `Li (�- SU Email Addrs: (J'rs= C pan Pro'ect/Svc/Item Description: qe3 J 5 Contract/Order Amt:: ) tNirc Completed/Delivered: 4 Company Name: WCr Address: J QQ '( <-- 0(1— C/S/Z alt/V d Contact Person Bus Phone: — — Email Addrs: U t Project/Svc/Item Description: ,y P Contract/Order Amt:: ywimCompleted/ elivered: 5 i Company Name: Address: 5 U i LT -f "I C/S/Z Contact Person 6 Bus Phone: G mail Addrs: I AL41-10((�X Pro'ect/Svc/ItemDescription: P l Od6n 0%✓ Contract/Order Amt:: ( 2 • Sb I Completed/Delivered: I 0q1V G 1 f RETURN THIS FORM WITH THE PROPOSAL BID FORM Company Name: Q(atj Sz_ Pni'> R - 1 9 o c p° ozo`�o > > cn CD 0 FD W W CL � b qq � a CL m m �-o w t, �n �o CD w w — -q cc 3 3 0 =, o c p° ozo`�o � � b ��pcn� � CL m m �-o w t, �n �o CD w w — -q cc 3 3 0 =, C) (Lo D o 0 Cc c;n 0 o CL m w t, �o CD w w — -q cc 3 3 0 =, C) (Lo D o 0 Cc c;n 0 cn CL CL O ell. un UP C) a" 0 �7 h U I 1 O e4I ,M0 TM( 1, CONTRACT AMENDMENT NO. 16 FOR CONTRACT NO. AB 16002 Printing Services for Various City Departments — Annual Requirements TheAgreementmade_ and- entered _into -the._ " day- ofFebruary, 20.1.6,._by and between.the_City_of Altamonte__ Springs (CITY) and Carmin Sense Partners, Inc. (Contractor) is amended as follows: The below amendment(s) shall be effective when all parties have signed this agreement. Contract Pricing is hereby updated as per the attached document to this Contract Amendment No. 16 The following contract item is hereby added under Group P: Item # Description UOM QTY Unit Price PH 4 -Part Carbonless Form Graphics: Imposition Plate: QM Plates Press: QM46-2 Digital BW 4 Part — Superior — NCR — REV — W/C/P/G 11 x 8.5 White/Canary/Pink/Goldenrod Front: Black Black Cut: To FinSz (1 Cut/Sheet) Pad: NCR Padding Packaging: Boxing Packaging: Packing/Shipping Instructions Per Qty 250 $135.00 500 $180.00 750 $230.00 1000 $280.00 1250 $287.00 1500 $325.00 2000 $399.00 2500 $472.00 Over 2500 Negotiated The following contract item is hereby added under Group C: Item # Description UOM QTY; Unit Price Nametags #65 Cougar Opaque Cover E13 White 4 x 3 White Qty 225 $117.00 Front: Color CMYK The following contract items are hereby added under Group A: Itern # ; Descri `tion U©M QTY Unit Price Scorebook Covers (8.5 x 11) Graphics: Imposition Digital Color 14pt Carolina C2S Cover White 18 x 12 White Front: Color CMYK 1 - I2 R25 Laminate EA (Over 12 $8.67 Bind: Double Wire -O -Bind Bind: Negotiated) Double -Wire -O -Punch Round Corner: Round Corner Packaging: Boxing A -Frame Posters (24 x 36) Graphics: PreFlight (I Pieces) Buyouts: Signs - Magic GFIOP212 — 1-12 R26 Weatherproof Poster Will last 12 EA (Over 12 $55.25 months Negotiated) With double sided velcro All other terms and conditions as stated on the original Agreement or as amended on previous Amendments remain the same. IN WITNESS WHEREOF, by affixing their name below all parties agree to and acknowledge all aspects of this Amendment as stated: CITY CITY OF ALTAMONTE SPRINGS, FL Signature of person authorized to sign Barbara Kiser. Procurement Manager Name & Title of person authorized to sign Date CONTRACTOR Carmin Sense Partners, Inc. Signature of person authorized to sign Name & Title of person authorized to sign Date Tri -Fold Brochure (Letter) Size: 8.5 x 11 R1 Paper: #100 Gloss Text Format: 2 Sided, folded Color: CMYK, Full Bleed Size: 8.5 x 14 R2 Paper: #100 Gloss Text Format: 2 Sided, Folded Color: CMYK, Full Bleed ........................................ Bi -Fold Brochure (Letter) Size: 8.5 x 11 R3 Paper: #100 Gloss Text Format: 2 Sided, Folded Color: CMYK, Full Bleed Size: 11 x 17 R4 Paper: #100 Gloss Text Format: 2 Sided Color: CMYK, Full Bleed Postcard Size: 4 x 6 R5 Paper: 10 pt. Gloss Cover Format: 2 Sided Color: CMYK, Full Bleed RE Size: 5 x 7 Paper: 10 pt. Gloss Cover Format: 2 Sided Color: CMYK, Full Bleed .............._......._...--•---._..._.._.._ Invitation Size: 8.5 x 5.5 R7 Paper #100 Gloss Cover Format: 1 Sided Color: CMYK, Full Bleed 1-500 EA ___ ___. _ is $ _ 0.2560 501-1,000 501-1,000 $ 0.1930 1,001- 2,500 $ 0.1480 2,501- 5,000 $ 0.1080 OVER 5,000 1-- 500. _ To Be Negotiated $. 0:3650 501-1,000EA $ 0.3090 1,001- 2,000 0.2750 OVER 2,000 1-500 EA EA .........- ...... EA To Be Negotiated $ 0.2550 501-1,000 $ 0.1940 1,001- 2,000 $ 0.1610 OVER 2,000 1-500 To Be Negotiated $ 0.3760 501-1,000 $ 0.3130 1,001- 2,000 $ 0.2580 OVER 2,000 ---•--•...... 1-500 To Be Negotiated -•--......... $ 0.1340 501-1,000 $ 0.0920 1,001- 2,500 $ 0.0910 2,501- 5,000 $ 0.0610 5,001-10,000 $ 0.0490 10,001- 15,000 $ 0.0470 15,000 - 20,000 $ 0.0468 OVER 20,000 1-500 To Be Negotiated $ 0.1698 501-1,000 EA $ 0.1294 1,001- 2,500 $ 0.1044 2,501- 5,000 $ 0.0955 5,001-10,000 $ 0.0890 10,001-15,000 $ 0.0700 15,000 - 20,000 $ 0.0600 OVER 20,000 To Be Negotiated 1-500 $ 0.1460 501-1,000 EA $ 0.1060 1,001- 2,000 $ 0.0780 OVER 2,000To Be Negotiated 1-500 $ 0.1620 Size: 5.5 x 4.25 R8 I Paper: #100 Gloss Cover Format: 2 Sided Color: CMYK, Full Bleed Poster Size: 18 x 24 R9 Paper: Semi -Gloss Photo Paper,7 mil Format: 1 Sided Color: CMYK, Full Bleed Flyer (Letter) Size: 8.5 x 11 R10 I Paper: #100 Gloss Cover Format: 1 Sided Color: CMYK, Full Bleed Flyer/Program (Half Letter) Size: 5.5 x 8.5 R11 _._ Paper: #100 Gloss Cover Format: 2 Sided Color: Full Color, Full Bleed ze: 5.5 x 8.5 R12 I Paper: #100 Gloss Cover Format: 1 Sided Color: Full Color, Full Bleed ............. ..................._.._... Flyer (Legal) Size: 8.5 x 14 R13 Paper #100 Gloss Cover Format: 1Sided Color: CMYK, Full Bleed R14 ISize: 11 x 17 Paper: #100 Gloss Cover Format: 1 Sided Color: CMYK, Full Bleed Bi -Fold Program {Letter) Size: 5.5 x 8.5, 8 Pages R15 Paper #100 Gloss Text Format: 2 Sided, Stapled Color: CMYK, Full Bleed R16 Size: 11 x 17 Finished Size: 8.5 x 11, 16 Pages Paper: #100 Gloss Cover Covers are perforated Paper: #60 Matt text Format: 2 Sided, Stapled Color: CMYK, Full Bleed on cover ONLY 501-1,000 1,001- 2,000 OVER 2,000 ............. 501-1,000 1,001- 2,000 OVER 2,000 ............. ••.. 1- 500 501-1,000 1,001- 2,000 OVER 2,000 ............. • .....•• 0 _50.1,1,000 1,001- 2,000 OVER 2,000 ............. 1-500 501-1,000 1,001- 2,000 OVER 2,000 . 1-500 501-1,000 1,001- 2,000 OVER 2,000 ............. 1-500 501-1,000 1,001- 2,000 OVER 2,000 . 1-500 501-1,000 1,001- 2,000 OVER 2,000 Additive Unit Cost for Each Page Over 8 Pages Deductive Unit Cost For Each Page Less than 8 Pages 1-500 501-1,000 1,001- 2,000 OVER 2,000 Additive Unit Cost for Each Page Over 16 Pages EA EA EA -"EA EA EA EA EA EA $ 0.0991 $ 0.0810 $ --------- To Be Negotiated 2.0180 $ 1.5340 $ 1.3400 $ . To Be Negotiated 0.2040 $ 0.1472 $ 0.1200 $-_-•_•-_-0.1709 To Be Negotiated $_ _._.0.1317 $ 0.1028 $ • To Be Negotiated • • 0.1430 $ 0.1031 $ 0.0870 $-_••_••_•0.2780 To Be Negotiated $ 0.2290 $ 0.1981 $• To Be Negotiated •• •. •0.2910 $ 0.2344 $ 0.2071 $•_••_••_-0.7220 To Be Negotiated $ 0.6930 $ 0.6780 To Be Negotiated 0.2340 $ 0.0820 1.5130 1.4210 1.3720 To Be Negotiated 0.2311 Special Needs Booklet (Letter) Size: 11 x 17 Finished Size: 8.5 x 11,12 Pages R17 Paper: #100 Gloss Cover Last inside page perforated Paper: #80 Gloss Text Format: 2 Sided, Stapled Color: CMYK, Full Bleed on Cover ONLY --------------- Size: 11 x 17 Finished Size: 8.5 x 11, up to 20 Pages R18 Paper: #100 Gloss Cover Paper: #80 Gloss Text Format: 2 Sided, Stapled Color: CMYK, Full Bleed on Cover ONLY Calendar Size: 8.5 x 11 R19 Paper: 2 Part Excel #20 Color: Black Ink, Red Numbering No Bleed Size: 8.5 x 11 R20 Paper: #60 Astroparche Text Parchment Aged Format: Names Added to Design Color: CMYK, No Bleed Waiver and Release from Liability Receipt , Size: 8.5 x 7 R21 Paper: 2 Part Excel #20 Color: Black Ink, Red Numbering No Bleed Graphics: Imposition Digital BW R22 2 Part-Carbonless-White/Canary 8.5x5.5 Front: Black Black ri it Tn rir (z, /R (l itc /Chootl Deductive Unit Cost For Each Page Less than 16 Pages 1-500 501-1,000 1,001- 2,000 OVER 2,000 Additive Unit Cost for Each Page Over 12 Pages Deductive Unit Cost --For Each - Page -Less,. _ . than 12 Pages 1-500 501-1,000 1,001- 2,000 OVER 2,000 Additive Unit Cost for Each Page Over 20 Pages Deductive Unit Cost For Each Page Less _ than 20 Pages _ ••1- 500 - 501-1,000 1,001- 2,000 OVER 2,000 1-25 26-50 51-100 OVER 100 1-500 501-1,000 1,001- 2,000 OVER 2,000 250 500 1000 1500 2000 EA EA EA EA EA Per Qty 0.0840 $ 1.1281 $ 1.0414 $ 0.9965 To Be Negotiated 0.2244 0.0816 $ 1.7585 $ 1.6687 $ 1.6233 To Be Negotiated 0.2244 0.0816 $ •--.----• 0.1918 $ 0.1336 $ 0.1158 To Be Negotiated $ 3.4680 $ 1.7748 $ 0.9180 To Be Negotiated $ 0.1980 $ 0.1384 $ 0.1204 To Be Negotiated $ 83.5300 $ 96.5000 $ 130.6600 $ 167.0800 $ 174.5800 Pad: NCR Padding Packaging: Boxing Carbonless Sheet 5.5 x'8.5 Graphics: Imposition Digital BW R23 2 Part-Carbonless-White/Canary 8.5x5.5 Front: Black Black Cut: To FinSz (8,Cuts/Sheet) Pad: NCR Padding Packaging: Boxing ABA Overview Brochures Total Pages: 12 Graphics: Imposition Plate: SM -74 Plates Digital Color 100# Endurance Gloss Text 22 x 8.5 White R24 (Front: Color CMYK Back: Color CMYK Cut: To FinSz (4 Cuts/Sheet) Cut: To RunSz (3 Cuts/Sheet) Fold: Auto 1 Fold Collate: Hand Bind: Staple Saddle 2 Packaging: Boxing 2500 3000 Over3000 250 500 1000 1500 2000 2500 3000 Over3000--.- 500 1000 1500 2000 Al ----------------------------------- A2 ---------- Handouts Size: 8.5 x 11, 2 Sided Paper: #60 Husky Offset Color: CMYK, No Bleed Finishing, Collate, Stapled Top Left Handouts Size: 85 x 11, 2 Sided Paper: #60 Husky Offset Color: CMYK, No Bleed Finishing: Non -Stapled Pages 1-50 51-100 --° 1011 - 200 201-300 OVER 300 1221000 1-50 51-100 101- 200 201-300 OVER 300 250 500 750 Pages: 12 I 1000 Per Qty EA EA EA $ 204.5600 $ 234.5500 $ To Be Negotiated 82.4700 $ 1221000 $ 157.4400 $ 189.5700 $ 221.7000 $ 253.8300 $ 284.8900 _: To_Be_Negotiated . _ -. 918.7394 1442.8240 1615.7507 1741.9978 4 Sheets (8 Pages) $ 2.6000 $ 2.0970 $ 1.8460 $ 1.8210 . To Be Negotiated •4 Sheets (8 Pages) $ 1.9770 $ 1.4640 $ 1.1230 $ 1.0350 $ To Be Negotiated 358.2500 $ 665.0300 $ 958.1500 $ 1264.9200 A3 Graphics: Imposition Digital Color 1250 Over 2500 $ 1558.0400 1500 $ 1861.6600 60# Offset Smooth - White 11 x 17 White EA Front: Color CMYK Back: Color CMYK $ 454.9100 1750 $ 2155.8300 2000 $ 2459.4500 Bind: Bookmaker Fold+Stich+Trim 750 Packaging: Boxing 2500 2250 $ 2751.5200 2500 1 is 3056.2000 A5 Total Pages: 20 Graphics: Imposition Digital Color 60# Offset Smooth - White 11 x 17 White Front: Color CMYK Back: Color CMYK Bind: Bookmaker Fold+Stich+Trim Packaging: Boxing AS21 Handouts Total Pages: 24 Graphics: Imposition Digital Color A6 60# Offset Smooth - White 11 x 17 White Front: Color CMYK Back: Color CMYK Bind: Bookmaker Fold+Stich+Trim 500 EA EA Over 2500 750 To Be Negotiated 1000 $ 1966.7200 250 $ 2433.1900 $ 454.9100 500 $ 843.6300 $ 3376.6300 2000 $ 3855.7000 750 $ 1227.1000 2500 AS21 Handouts Over 2500 • • • • 250 - - :1000 ----- _ _ -1614:7700 _ _. Tata) Pages: l6 _ _ e _ _..._. _. _ .' . .__._.__ 1000 Graphics: Imposition Digital Color 1250 1250 $ 2002.4400 1500 $ 2386.9600 A4 60# Offset Smooth - White 11 x 17 White EA Front: Color CMYK Back: Color CMYK 1750 $ 2771.4800 2000 $ 3159.1500 Bind: Bookmaker Fold+Stich+Trim Packaging: Boxing 2250 $ 3542.6200 2500 $ 3927.1400 Over 2500 To Be Negotiated 250 $ 537.9100 A5 Total Pages: 20 Graphics: Imposition Digital Color 60# Offset Smooth - White 11 x 17 White Front: Color CMYK Back: Color CMYK Bind: Bookmaker Fold+Stich+Trim Packaging: Boxing AS21 Handouts Total Pages: 24 Graphics: Imposition Digital Color A6 60# Offset Smooth - White 11 x 17 White Front: Color CMYK Back: Color CMYK Bind: Bookmaker Fold+Stich+Trim 500 EA EA $ 1020.1300 750 $ 1484.5000 1000 $ 1966.7200 1250 $ 2433.1900 1500 $ 2911.2100 1750 $ 3376.6300 2000 $ 3855.7000 2250 $ 4321.1200 2500 $ 4799.1400 Over 2500 • • • • 250 - - To Be Negotiated $ 633.5100 500 $ 1195.5800 750 $ 1753.4500 1000 $ 2315.5200 1250 $ 2876.5400 1500 $ 3435.4600 1750 $ 3995.4300 2000 $ 4553.3000 Packaging: Boxing Postcard Size: 4 x 6 E1 Paper: #100 Gloss Cover Format: 2 Sided ------------ Color: CMYK, Full Bleed ------------------ Postcard Size: 5 x 7 E2 Paper: #100 Gloss Cover Format: 2 Sided Color: CMYK, Full Bleed Postcard (Letter) Size: 8.5 x 11 E3 Paper: #100 Gloss Cover Format: 2 Sided Color: CMYK, Full Bleed E4 Size: 8.5 x 11 Finished Size: 8.5 x 5.5 Paper: #80 Gloss Text Format: 2 Sided Color: CMYK, Full Bleed ----------------------- Brochure Insert (Half Letter) Size: 5 x 7 Paper: #80 Gloss Cover Format: 2 Sided Color: CMYK, Full Bleed ----------------------- E6 ISize: 5 x 7 Paper: #100 Gloss Cover Format: 1 Sided Color: CMYK, Full Bleed Envelopes E7 Size: A7 Paper: #24 White Wooven Format: Print Return Address ----------------------------------- 2250 2500 Over2500 1-500 501-1,000 1,001- 2,000 OVER 2,000 ----------- 1-500 501-1,000 1,001- 2,000 OVER 2,000 1-500 501-1,000 1,001- 2,000 OVER 2,000 ----------- 1-500 501-1,000 1,001- 2,500 2,500 - 5,000 5,001- 7,500 7,500 -10,000 OVER 10,000 ----------- 1-500 501-1,000 1,001- 2,500 2,500 - 5,000 5,001- 7,500 7,500 -10,000 OVER 10,000 1-500 501-1,000 1,001- 2,000 OVER 2,000 ----------- 1-500 501-1,000 1,001- 2,000 OVER 2,000 ----------- 1-500 501-1,000 1,001- 2,000 ze: 8.5 x 11, 8 Pages I OVER 2,000 EA EA EA ------------ EA EA EA EA $ 5112.2200 $ 5670.0800 $ To Be Negotiated - - - 0.1560 $ 0.0913 $ 0.0693 - $ To Be Negotiated ------- --- $ 0.1281 $ 0.0100 $ To Be Negotiated 0.2040 $ 0.1471 $ 0.1200 - $ To Be Negotiated ------- 0.2437 $ 0.1901 $ 0.1639 $ 0.1386 $ 0.1156 $ 0.1010 -------------- $ To Be Negotiated 0.1580 $ 0.1156 $ 0.0830 $ 0.0746 $ 0.0610 $ 0.0540 -------------- $ To Be Negotiated 0.1386 $ 0.0100 $ 0.0730 - $ To Be Negotiated ------- 0.2081 $ 0.1366 $ 0.1003 - $ To Be Negotiated ------- 0.7375 $ 0.7049 $ 0.6881 To Be Negotiated E8 Paper: #100 Gloss Text Format: 2 Sided, Stapled Color: CMYK, Full Bleed Tri -Fold Brochure (Letter Size: 8.5 x 11 E9 Paper: #100 Gloss Text Format: 2 Sided, folded Color: CMYK, Full Bleed Size: 8.5 x 11 E10 Paper: #60 Starbright Opaque Offset Smooth Color: CMYK, Full Bleed Flyer?S-in ele Sided) Size: 8.5 x 11 E11 Paper: #60 Starbright Opaque Offset Smooth Format: 1 Sided Color: CMYK, Full Bleed Size: 8.5 x 11 Finished Size: 8.5 x 5.5 E12 Paper: #100 Gloss Cover, UV Coating Format: 1 Sided, Folded Color: CMYK, Full Bleed Finishing: Corner slits for 7 x 5 photo on back panel, 6 x 4 die cut on front panel Additive Unit Cost forI EA Each Page Over 8 Deductive Unit Cost For Each Page Less than _8 Pages _ -----1-500 ------------ 501-1,000 EA 1,001- 2,000 OVER 2,000 1-500 501-1,000 EA 1,001- 2,000 OVER 2,000 ----------------------- 1-500 501-1,000 EA 1,001- 2,000 OVER 2,000 1- 500 501-1,000 EA 1,001- 2,000 OVER 2,000 Patron Registration Form 1-500 Size: 5 x 3 L1 Paper: #67 Britewhite Colures Vellum 501-1,000 Bristol 1,001- 2,000 Format: 2 Sided Color: CMYK, No Bleed OVER 2,000 r-_ 1-500 L2 Size: 3.5 x 2 Paper: #80 Cougar Opaque Cover Format: 2 Sided, Round Corners Front Color: CMYK, Full Bleed Back Color: Black, No Bleed Finish: Numbered w/Bar Code Laminated 10 mil ------------------------------------ ---- ----- ------------- - Bookmarks Size: 2.5 x 7 L3 Paper: #100 Gloss Cover Format: 2 Sided Color: CMYK, Full Bleed (Size: 4 x 6 1 A Donor• 4+1 nn r-1- r --r EA 501-1,000 1,001- 2,000 EA 2,001- 4,000 OVER 4,000 1-500 501-1,000 1,001- 2,000 OVER 2,000 1-500 501-1,000 EA CA 0.2627 0.0840 $---------0.2542 $ 0.1930 $ 0.1610 -------------- To Be Negotiated $ 0.1954 $ 0.1580 $ 0.1371 -------------- To Be Negotiated $ 0.1429 $ 0.1051 $ 0.0870 To Be Negotiated $ 1.5700 $ 1.5000 $ 1.4200 To Be Negotiated -------------- $ 0.1281 $ 0.0830 $ 0.0560 -------------- To Be Negotiated $ 0.8364 $ 0.5568 $ 0.3745 $ 0.2980 To Be Negotiated -------------- $ 0.1450 $ 0.1240 $ 0.1070 -------------- To Be Negotiated $ 0.1555 $ 0.0914 Color: CMYK, Full Bleed OVER 2,000 Bi -Fold Brochure (Tabloid) Format: 2 Sided 1,001- 2,000 $ OVER 2,000 -_-_1-500 - -- $ -- _ - - - - Color: CMYK, Full Bleed - --- - -----_ - Finished Size: 8.5 x 11 Paper: #100 Gloss Text `Tri -Fold Brochure (Letter)- 1,001- 2,000 -------------- $ Format: 2 Sided L5 Size: 8.5 x 11 Paper: #100 Gloss Text EA 501-1,000 1,001- 2,000 To Be Negotiated 0.1681 $ Format: 2 Sided, folded' $ OVER 2,000 -$ To Be Negotiated ----_-- 0.2840 Color: CMYK, Full Bleed 0.2574 $ 0.2314 Flyer (Double -Sided) 1-500 $ 0.2070 L6 Size: 8.5 x 11 Paper: #100 Gloss Text EA 501-1,000 1,001- 2,000 0.1930 $ Format: 2 Sided --------------- $ OVER 2,000 - -- $ _ _ _ _ _ Color: CMYK, Full Bleed -- ---- ---- --------------- $ iai"Oup E - EGonomiC Deveiopl'1'ienit- 0.2343 $ 0.2030 --------------- $ Postcard 1-500 1.3200 $ ,._ D1� Size 4 x 6 Paper: #100 Gloss Cove�� Cor EA 501-1,00011-111. 1,001- 2,000 Format; 2 Sided OVER 2,000 ----1-500 --- ----------- Color: CMYK, Full Bleed `----------------- ----------- Postcard D2 Size: 5 x 7 Paper: #100 Gloss Cover EA 501-1,000 1,001- 2,000 Format: 2 Sided OVER 2,000 --- - -- - - - ------- Color: CMYK, Full Bleed - --- --- - - -------- -- Flyer{Double-Sided} 1-500 D3 Size: 8.5 x 11 Paper: #100 Gloss Text EA 501-1,000 1,001- 2,000 Format: 2 Sided OVER 2,000 -_-_1-500 -_- _-_-_-_-_-_ Color: CMYK, Full Bleed ----------_- -_-_-_-_-_- Flyer (Single -Sided) Size: 8.5 x 11 501-1,000 D4 Paper: #100 Gloss Text EA 1,001- 2,000 Format: 1 Sided OVER 2,000 --- ----1- --_ _--Tri-Fold Calor: CMYK, Full Bleed --------- ----- --- - --- Brochure {Letter} 500 D5 Size: 8.5 x 11 Paper: #100 Gloss Text EA 501-1,000 1,001- 2,000 Format: 2 Sided, Folded OVER 2,000 ----1-500 --- ----_-----_ Color: CMYK, Full Bleed -_--------- Bi -Fold Brochure (Letter) Size: 8.5 x 11 D6 Finished Size: 5.5 x 8.5 Paper: #100 Gloss Text 501-1,000 EA 1,001- 2,000 Format: 2 Sided, Folded Color: CMYK, Full Bleed OVER 2,000 Pnrkat rniriar 1 1-500 Flat Size: 19.5 x 16 D8 Finished Size: 9 x 12 - 4 in. glued pockets 501-1,000 EA Paper: #100 Gloss Cover 1,001- 2,000 Color: CMYK, Full Bleed $ Bi -Fold Brochure (Tabloid) 1-500 To Be Negotiated 0.2544 $ Size: 11 x 17 $ 0.1608 -$ D7 Finished Size: 8.5 x 11 Paper: #100 Gloss Text 501-1,000 EA 1,001- 2,000 -------------- $ Format: 2 Sided $ _ _____ 0.0914 $ Color: CMYK, Full Bleed OVER 2,000 To Be Negotiated 0.1681 Pnrkat rniriar 1 1-500 Flat Size: 19.5 x 16 D8 Finished Size: 9 x 12 - 4 in. glued pockets 501-1,000 EA Paper: #100 Gloss Cover 1,001- 2,000 Color: CMYK, Full Bleed $ 0.0610 -------------- $ To Be Negotiated 0.2544 $ 0.1926 $ 0.1608 -$ To Be Negotiated ------- 0.2270 $ 0.1744 $ 0.1486 -------------- $ To Be Negotiated 0.1555 $ _ _____ 0.0914 $ 0.0610 -------------- $ To Be Negotiated 0.1681 $ 0.1285 $ 0.0100 -$ To Be Negotiated ----_-- 0.2840 $ 0.2574 $ 0.2314 -------------- $ To Be Negotiated 0.2343 $ 0.2070 $ 0.1870 -$ To Be Negotiated --_---- 0.2544 $ 0.1930 $ 0.1610 --------------- $ To Be Negotiated 0.2513 $ 0.1881 $ 0.1570 --------------- $ To Be Negotiated 0.2899 $ 0.2343 $ 0.2030 --------------- $ To Be Negotiated 1.4500 $ 1.3200 $ 1.2820 Finishing: Die Cut and Glue ----------------------------------- Business Card Graphics: Imposition Konica BizPress`8000 100# Classic linen Cover - Solar White 2 x D9 3.5 Front: Color CMYK Back: Color CMYK Cut: To FinSz (50 Cuts/Sheet) Packaging: Boxing Packaging: Packing / Shipping instructions ------------------------------------ D10 City Envelope Graphics: Imposition #10 Regular Envelope 9.5" x 4.125" White Front: Black + 1 Color Black + PMS Gold Back: Black and Black ----------------------------------- Carbonless Door Hangers Graphics: Imposition Plate: QM Plates Press: QM46-2 20# Carbonless - CB - White 4.25 x 11 White Front: Black + 1 Color Black + PMS 1 7.5PT Carbonless - CF -Manila 11 x 4.25 D11 Manila Front: Black + 1 Color Black + PMS 1 Cut: To RunSz"(3 Cuts/Sheet) Cut: To FinSz (7 Cuts/Sheet) Pad: NCR Padding Die Cutting Packaging: Boxing Packaging: Packing/ Shipping ----------------------------------- raphics: Imposition 10 24# Window Envelope D12 19.5" x 4.125" White OVER 2,000 ------------ 250-499 500-999 1000-1499 1500-1999 2000-2499 2500-3999 4000-4999 OVER 5,000 ------------ 1,000 2,000 3,000 4,000 5,000 6,000 7,000 8,000 Over 8,000 250 500 1,000 1,500 2,000 2,500 3,000 Over 3,000 1,000 2,000 3,000 4,000 5,000 EA M (1,000) M (1.000) $•_••_••-•0.5870 To Be Negotiated $ 0.3060 $ 0.1660 $ 0.1160 $ 0.0920 $ 0.0830 $ 0.0515 $ To Be Negotiated • 258.4000 ______-325.6400 $ 390.7700 $ 452.8100 $ 515.8400 $ 580.9300 $ 642.9200 $ 714.3600 To Be Negotiated 1.3200 0.7150 0.4114 0.3190 0.2684 0.2398 0.2200 --------------- $ To Be Negotiated 269.9500 $ 343.5500 $ 417.0400 $ 487.4300 $ 556.8200 Front: Black + 1 Color Black + PMS Gold Back: Black and Black ------------------------------------ Letter Half Postcard Graphics: Imposition Digital Calor 100# U Gloss Cover 4.25 x 11 White D13 ` Front: Color CMYK Back: Color CMYK Cut: to FinSz (10 Cuts/Sheet) Packaging:-Boxing------------- ------------ ackaging: Boxing -- ._ __ Graphics: Imposition Digital Color D14 100# U Gloss Cover 11 x 17 Front: Color CMYK Cut: to FinSz (4 Cuts/Sheet) Packaging: Packing/Shipping Instructions ----------------------- Writable Business Card Graphics: Imposition Digital Color 100# Anthem Plus Cover - Matte 2 x 3.5 White Front: Color CMYK Back: Color CMYK Cut: To FinSz (50 Cuts/Sheet) Cut: To RunSz (3 Cuts/Sheet) Packaging: Boxing Graphics: Imposition Digital Color 100# Anthem Plus Cover - Matte 6 x 4 D16 - Front: Color CMYK Back: Color CMYK Cut: To FinSz (20 Cuts/Sheet) Cut: To RunSz (2 Cuts/Sheet) Packaging: Boxing 6,000 7,000 8,000 Over 8,000 250 500 750 1,000 1,250 1,500 2,000 2,500 3,000 Over 3,000 50 100 150 200 250 300 350 400 450 500 Over500 250 500 1,000 1,500 2,000 2,500 Over 2500 250 500 1,000 1,500 2,000 2,500 Over 2500 -$ ------ FAQ 782. To Be Negotiated To Be Negotiated $ 0.2877 $ 0.3174 $ $ ' 0.1971 $ 0.4623 $ 0.1690 0.4045 To Be Negotiated $ 0.1534 EA S $ 0.1440 To Be Negotiated £A $ 0.1372 $ 0.1313 $ 0.1261 $ 0.1154 To Be Negotiated ------------ EA --------- - EA $ 0.9460 $ 0.3174 $ 0.5780 $ 0.2732 $ 0.4623 $ 0.0630 $ 0.4045 To Be Negotiated $ 0.3782 EA S n Oran ------------ EA --------- - EA 0.3362 $ 0.3234 $ 0.3174 $ 0.3110 To Be Negotiated $ 0.2732 $ ' 0.1472 $ 0.0830 $ 0.0630 $ 0.0520 $ 0.0464 To Be Negotiated $ 0.2774 $ 0.1640 $ 0.1103 $ 0.0910 $ 0.0840 $ 0.0780 To Be Negotiated ---------------------------------- BFSD Carbonless Inspection Form ------------------------------------- 500 $ Graphics: Imposition Plates: QM Plates 140.8000 Press: QM46-2 Digital BW 1,000 $ D17 3 Part — Carbonless-W/C/P 8.5 x 5.5 White/Canary/Pink EA 188.1000 Front: Black Black 1,500 $ Cut: To FinSz (8 Cuts/Sheet) Pad: NCR Padding 223.3000 Packaging: Packing/Shipping Instructions Packaging: Boxing 2,000 $ 264.0000 250 $ 114.4500 BFSD Job Envelope 500 $ Graphics: Imposition 157.5000 Plate: QM Plates D18 Press: QM46-2 28# White Wove Booklet Envelopes 9x12 1,000 Per Qty $ Front: Black Black 205.8000 Packaging: Packing/Shipping Instructions 1,500 $ 254.1000 2,000 $ 303.4500 250 $ 67.9800 BFSD Inspection Record Graphics: Imposition Digital BW 500 $ 67# Springhill Vellum Bristol -Canary 11x17 95.7900 Canary D19 Front: Black Black 1,000 Per Qty $ Back: Black Black 154.5000 Shrink Wrap: Wrap in 250s Packaging: Packing/Shipping Instructions Packaging: Boxing 1,500 $ 210.0000 2,000 $ 216.3000 Note Pad — Letter 3 -Hole Up to 25 $ Graphics: Imposition 4.2400 Digital BW 22pt 90# Chipboard — Brown Kraft 11x17 Up to 50 $ White 2.92001 bU# Uttset smooth — White 11x25.5 White D20 (Front: Black Black Cut: To FinSz (1 Cuts/Sheet) Pad: In 50s Drill: Flat Sets 3 Holes -Left Margin 3 -Hole Punch Packaging: Packing/Shipping Instructions Packaging: Boxing Note Pad — Letter Half Graphics: Imposition 22pt 90# Chipboard — Brown Kraft 12x18 White D21 60# Offset Smooth — White 5.5x8.5 White Front: Black Black Cut: To FinSz (10 Cuts/Sheet) Pad: In 50s Packaging:Packing/Shipping Instructions Packaging: Boxing 4 Part Carbonless Form Graphics: Imposition Plates: QM Plates Press: QM46-2 Digital BW 4 Part — Superior — NCR — REV — W/C/P/G D22 8.5x5.5 White/Canary/Pink Front: Black Black Cut: To FinSz (8 Cuts/Sheet) Pad: NCR Padding Packaging: Boxing Packaging: Packing/Shipping Instructions Bi -Fold Brochure (Tabloid) Up to 75 Up to 100 Over 100 Up to 25 Up to 50_ Up to 75 Up to 100 Over 100 Up to 500 Up to 1000 Up to 1500 Up to 2000 Over 2000 Up to 250 Up to 500 Up to 750 2.5600 2.5100 $ Negotiated 2.9820 2.0000 $ 1.4840 $ 1.3830 Negotiated 0.3036 0.2100 $ 0.1848 $ 0.1612 Negotiated $ 1.1082 0.9723 0.9300 urapnics: imposition Plate: SM -74 Plates SM -74 Digital Color 100# U Gloss Text 11x17 White D23 Front: Color CMYK Back: Color CMYK Cut: To FinSZ (4; Cuts/Sheet) Bind: BookMaker Fold+Stitch+Trim Packaging: Boxing Packaging:Packing/Shipping Instructions Mailing Services D24 (Self -Mailer, Non -Envelope) List Processing/Sort/Inkjet Addresses/Tab Trading Card Graphics: Imposition Digital Color 120# Endurance Gloss Cover 2.5 x 3.5 White Front: Color CMYK D25 Back: Color CMYK Cut: To'FinSz (38 Cuts/Sheet) Cut: To RunSz (3 Cuts/Sheet) Packaging: Boxing Packaging: Packing/Shipping instructions Up to 1000 Up to 1250' Up to 1500 Up to 1750 Up to 2000 Over 2000 Min to 3500 Over 3500 250 500 750 1,000 1,250 1,500 1,750 2,000 $ 0.9047 0.8260 0.7340 0.6662 0.6175 Negotiated 235.0000 Negotiated 87.6000 97.8500 $ 112.2700 $ 129.7800 144.2000 154.5000 $ 168.9200 185.4000 FIver (Double -Sided Pi Paper: #100 Gloss Text Format: 2 Sided Color: CMYK, Full Bleed P2 Paper: #100 Gloss Text I Format: 1 Sided Color: CMYK, Full Bleed 8.5 x 11 1-500 5O1 -1,00O 1,001 2,00 OVER 2,000 l -50O 5U1-1,OOO 1'001-2'000 OVER 2,000 1-500 5Ul-1,O0O EA __--_---.--_---_ =^ Negotiated 250 72.9000 500 81.1200 750 85.2800 1,000 90.4800 Business Card (Generic) 96.7200 Graphics: Imposition Digital Color 1,250 100# Accent Opaque Smooth Cover 113.3600 2 x 3.5 White D26 Front: Color CMYK 1,500 Per Qty Back: Color CMYK 158.0800 Cut: To FinSz (50 Cuts/Sheet) Negotiated -------------- Packaging: Boxing Packaging: Packing/Shipping Instructions 2,000 To Be Negotiated -------------- 2,500 f$ 0.1923 3,000 3,500 FIver (Double -Sided Pi Paper: #100 Gloss Text Format: 2 Sided Color: CMYK, Full Bleed P2 Paper: #100 Gloss Text I Format: 1 Sided Color: CMYK, Full Bleed 8.5 x 11 1-500 5O1 -1,00O 1,001 2,00 OVER 2,000 l -50O 5U1-1,OOO 1'001-2'000 OVER 2,000 1-500 5Ul-1,O0O EA __--_---.--_---_ =^ Negotiated 72.9000 81.1200 85.2800 90.4800 96.7200 101.9200 113.3600 124.8000 134.1600 158.0800 Negotiated -------------- To Be Negotiated -------------- To Be Negotiated -------------- f$ 0.1923 v I ahrci. -VV vwaa iCnL Format: 2 Sided, Folded Color: CMYK, Full Bleed 1,001- 2,000 Size: 8.5 x 3.66 Size: 8.5 x 11 OVER 2,000 ---------------------------- To Be Negotiated Finished Size: 5.5 x 8.5 P4 $ 0.2511 Paper: #100 Gloss Text $ 0.1881 Format: 2 Sided, Folded 1,001- 2,000 Color: CMYK, Full Bleed ------------------------------------ ------ -- ------ - Door Hanger Single -Sided) ------- -- EA ---------- -$------- ---- 0.2728 Size: 4.25 x 11 P5 1,001- 2,000 Paper: #100 Gloss Cover OVER 2,000 ----------------$ - To Be Negotiated ----- -$ -------0.2833 Format: 1 Sided 501-1,000 Color: CMYK, Full Bleed - Paper: #100 Gloss Cover Door Hanger (Double -Sided) Size: 4.25 x 11 P6 1,001- 2,000 Paper: #100 Gloss Cover $ 0.0100 OVER 2,000 Format: 2 Sided Color: CMYK, Full Bleed Color: CMYK, Full Bleed_ --------- ------------ Carbon Survey Sheet Utility Bill Insert (Tri -Fold) $ 148.1000 Size: 8.5 x 11 $ Finished Size: 85 x 3.66 P7 Plate: QM Plates Paper: #60 Matte Text 1,500 $ 209.8100 Format: 2 Sided, Folded Press: QM46-2 Color: CMYK, Full Bleed 1,001- 2,000 Size: 8.5 x 3.66 $ 0.1610 OVER 2,000 ---------------------------- To Be Negotiated 1-500 EA $ 0.2511 501-1,000 $ 0.1881 Format: 1 Sided 1,001- 2,000 $ 0.1566 OVER 2,000 To Be Negotiated ------- --- ------- -- EA ---------- -$------- ---- 0.2728 501-1,000 $ 0.2453 1,001- 2,000 $ 0.2270 OVER 2,000 ----------------$ - To Be Negotiated ----- -$ -------0.2833 ----1-500 501-1,000 1,001- 2,000 k, OVER 2,000 To Be Negotiated ------------------------------------- 1-500 $ 0.3450 501-1,000 EA $ 0.3131 1,001- 2,000 $ 0.2932 OVER 2,000 To Be Negotiated ----1-500 ------------- -$- - - - - - - 0.2400 Size: 8.5 x 3.66 501-1,000 $ 0.2100 --- - ---- P8 Paper: #60 Matte Text EA Format: 1 Sided 1,001- 2,000 $ 0.1902 OVER 2,000 ----1-500 ----------------------------- - To Be Negotiated -$------- --- Color: CMYK, No Bleed ----------------- -------- - ------------ Postcard Postcard 0.1681 Size: 5 x 7 501-1,000 $ 0.1281 P9 Paper: #100 Gloss Cover EA Format: 2 Sided 1,001- 2,000 $ 0.0100 OVER 2,000 To Be Negotiated Color: CMYK, Full Bleed Carbon Survey Sheet 500 $ 148.1000 1,000 $ Graphics: Imposition Plate: QM Plates 175.0300 1,500 $ 209.8100 Press: QM46-2 P10 2 Part - Carbonless - White / Canary 11x8.5 EA Front: Black Black 2,000 $ 245.7200 Cut: to FinSz (1 cut/sheet) Pad: NCR Padding 2,500 $ 281.6200 Over 2,500 To Be Negotiated Packaging: Boxing