HomeMy WebLinkAboutStaff Report 353-09TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER
DATE: SEPTEMBER 14, 2009
REPORT TYPE: CONSENT
DEPARTMENT: ADMINISTRATIVE
SERVICES
CMR: 353:09
SUBJECT: Approval of Contract with Prodigy Press in the amount not-to-exceed
$180,000 Annually for a Three-Year Period for Digital Imaging Services and
Printing Projects
RECOMMENDATION
Staff recommends that Council approve and authorize the City Manager or designee to execute
the attached contract with Prodigy Press in an amount not-to-exceed $180,000 annually for a
three year period for digital imaging and printing services.
BACKGROUND
The City of Palo Alto maintains an in-house printing facility. Occasionally, due to resource
and/or equipment limitations, the Print Shop cannot accommodate the workload or the
complexity of ptinting job orders generated by City departments. When the work load is
excessively heavy or of a specialty print nature, selected jobs are outsourced to local printers at
the discretion of Print Shop staff.
DISCUSSION
Scope of Services Description
Tbe City of Palo Alto solicited proposals from experienced qualified printers to provide digital
imaging outsolU'cing services for specialty City reprographic projects. Digital imaging projects
may include monthly utility bill inscrts, various size envelopes, forms, NCR forms, multi-color
brochures, programs and flyers, inserts and department stationcry, These projects require state-
of-the-art technology that can accommodate the processing and production of:
• Four color computer to press printing projects.
• Oversize (larger than 11x17) processed color and black and white projects,
CMR:353:09 Page 1 of 4
• Projects that require special bindery procedures such as cutting, folding, and
collating.
• Projects that require special inks, paper, laminating, numbering, labels, and
imprinting.
Several major digital imaging jobs are generated on an annually scheduled basis by the following
City departments:
• City of Palo Alto Utilities -Utility Marketing Services. Utility Marketing
Services provides the main point of contact between the Utilities Department and
its customers througb various media such as advertisements, newsletters, bill
inserts, brochures, newspaper articles, etc.
• Community Services Department. The Community Services Department requires
higb profile four color repro graphic projects that introduce classes, plays,
recreational activities, announcement cards, etc.
Summary of Solicitation Process
Proposal DescriptionlNumber NamelNumber of Proposals
Proposed Length of Contract One year with the option to renew for two
additional years
Number of Proposals Published 4
Pre-proposal conference held Ycs
Number of Company attendees at Pre-proposal 7
Meeting
Number of Proposals Received: 5
Range of Proposal Amounts Sllbmitted $8K -$243K annually
An evaluation committee consisting of seven representatives from various City departments
reviewed the four proposals. After careful consideration, two firms were invited to participate in
oral interviews. The committee reviewed each firm's qualifications and submittal in response to
the criteria identified in the RFP. Firms were evaluated on the qualifications and experience of
their management and support staff, their methodology and experience in the type of work
required, the completeness of their proposal in response to the City's RFP, their green business
sustainability processes and their fees relative to the services to be provided. After a thorough
evaluation, the committee determined that Prodigy Press was the best candidate to meet the
City's needs and thereby is recommended for award of the contract.
RESOURCE IMPACT
Funding for this agreement is provided for in the Fiscal Year 2010 Operating Budget.
Compensation to be paid to Prodigy Press for services shall not exceed one hundred eigbty
CMR:353:09 Page 2 of4
thousand dollars ($180,000) annually. The primary users, the Utilities and Community Services
Departments, have adequate budgets to cover these services. There are no additional direct
impacts to the General Fund as a result of this contract. In concert with the City's green
initiative, Prodigy Press will provide cost estimates for 30 percent and 100 percent post
consumer recycled paper content for each project. Departments will make a choice based on
recycled paper content cost, and other marketing factors.
POLICY IMPLICATIONS
The contract with Prodigy Press is in support of the Palo Alto City Council initiative on Green
Purchasing and Sustainability Practices.
ENVIRONMENTAL REVIEW
The actions described in this report do not constitute a project under section 21065 of the
California Environmental Quality Act.
ATTACHMENTS
Attachment A: Contract/Scope of Service
CMR:353:09 Page 3 of4
PREPARED BY:
Super is
DEPARTMENT HEAD APPRO L: ~~~~=-~~~--
J>-....f:~nlinistrative Services
CITY MANAGER APPRO VAL: ----:-:-:-::=::-dl:::":c=---'-------'--fl---V--
JAMES
City M
CMR:353:09 Page 4 of4
CITY OF PALO ALTO CONTRACT NO. S09129759-A
AGREEMENT BETWEEN THE CITY OF' PALO ALTO AND
PRODIGY PRESS
)!'ORDIGITAL IMAGING OUTSOURCING SERVICES
This AGREEMENT is entered into October 1, ~009 by and between the CITY OF PALO ALTO, a
charter city and a municipal corporation of the State of California ("CITY"), and PRODIGY
PRESS, a Corpor'!tion located at 150 Grant Avenue, Palo Alto, CA 94306 ("CONSULTANT").
RECITALS
The following recitals are a substantive portion of this Agreement.
A. CITY intends to contract with a Digital Imaging finn to provide digital imaging
outsourcing services for the City. (project") and desires to engage a contractor to handle the
City's digital imaging needs outside ofnonnaI business operating hours, Mondaythru Friday, 8
a.m. to 5 p.m. (after hours, Monday thru Friday, after 5 p.m.), weekends, mshjobs or
emergencies.
B. CONTRACTOR has represented that it has the necessary professional expertise,
. qualifications, and capability, and all required licenses and/or certifications to provide the Services.
C. CITY in reliance on these representations desires to engage CONTRACTOR to provide the
Services as more fully described in Exhibit "A", attached to and made a part of this Agreement.
NOW, THEREFORE, in consideration of the recitals, covenants, temls, and
conditions, this Agreement, the parties agree:
AGREEMENT
SECTION 1. SCOPE OF SERVICES. CONTRACTOR shall perfonn the Services described in
Exhibit BA" in accordance with the terms and conditions contained in this Agreement. The
performance of all Services shall be to the reasonable satisfaction of CITY.
SECTION 2. TERM, The tenn of this Agreement is effective on October 1, 2009 through
September 30, 2010 unless tenninated earlier pursuant to Seetion 19 of this Agreement.
SECTION 3. SCHEDULE OF PERFORMANCE, Time is of the essence in the perfonnance of
Services under this Agreement. CONTRACTOR shall complete the Services within the tenn of this
Agreement and in accordanee with the schedule set forth in Exhibit "B", attached to and made a part
of this Agreement. Any Services for which times for perfonnance are not speeified in this Agreement
shall be commenced and completed by CONTRACTOR in a reasonably prompt and timely manner
based upon the circumstances and direetion communicated to the CONSULTANT. CITY's
. agreement to extend the telm or the schedule for perfonnance shall not preclude reeovery of damages
1
09099
Professional Services
Revised 10/18/07
agreement to extend the term or the schedule for performance shall not preclude recovery of damages
for delay if the extension is required due to the fault of CONSULTANT.
SECTION~4.NOTTOEXCEED COMPENSATION. The compensation to~bepaidto
CONTRACTO R for performance of the Services described in Exhibit" A", including both payment
for professional services and reimbursable expenses, shall not exceed One hundred Eighty Thousand
Dollars GliSJ),OOO.OO). The applicable rates and schedule of payment are set out in Exhibit "C",
entitled "COMPENSATION," which is attached to and made a part of this Agreement.
SECTION 5. INVOICES. In order to request payment, CONTRACTOR shall submit monthly
invoices to the CITY describing the services performed and the applicable charges (including an
identification of personnel who performed the services, hours worked, hourly rates, and reimbursable
expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C"). If applicable, the
invoice shall also describe the percentage of completion of each task. The information in
CONSULTANT's payment requests shall be subject to verification by CITY. CONTRACTOR shall
send all invoices to the City's project manager at the address specified in Section 13 below. The City
will generally process and pay invoices within thirty (30) days of receipt.
SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be
performed by CONTRACTOR or under CONSULTANT supervision. CONTRACTOR represents
that it possesses the professional and technical personnel necessary to perform the Services required
by this Agreement and that the personnel have sufficient skill and experience to perfomi the Services
assigned to them. CONTRACTOR represents that it, its employees and subconsultants, if permitted,
have and shall maintain during the term of this Agreement all licenses, penn its, qualifications,
insuranee and approvals of whatever nature that are legally required to perform the Services.
All of the services to be furnished by CONTRACTOR under this agreement shall meet the
professional standard and quality that prevail among professionals in the same discipline and of
similar knowledge and skill engaged in related work throughout California under the same or similar
cireumstances.
SECTION 7. COMPLIANCE WITH LAWS. CONTRACTOR shall keep itself informed of and
in eompliance with all federal, state and loeallaws, ordinances, regulations, and orders that may
affect in any manner the Project or the performance of the Services or those engaged to perfonn
Services under this Agreement. CONTRACTOR shall procure all permits and licenses, pay all
charges and fees, and give all notices required by law in the performance of the Services.
SECTION 8. ERRORS/OMISSIONS. CONTRACTOR shall correct, at no cost to CITY, any and
all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives
notice to CONSULTANT. If CONTRACTOR has prepared plans and specifications or other design
documents to construct the Project, CONTRACTOR shall be obligated to correct any and all errors,
omissions or ambiguities discovered prior to and during the course of construetion of the Project.
This obligation shall survive termination of the Agreement
SECTION 9. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing
2
09099
Professional Serv~ce$
Revised 10/18/07
the Services under this Agreement CONSULTANT, and any person employed by or contracted with
CONTRACTOR to furnish labor and/or materials under this Agreement, shall act as and be an
independent contractor and .not an agent or employee of the CITY.
SECTION 10. ASSIGNMENT. The parties agree that the expertise and experience of
CONTRACTOR are material considerations for this Agreement. CONTRACTOR shall not assign
or transfer any interest in this Agreement nor'the performance of any of CONSULTANT's
obligations hereunder without the prior written consent of the city manager. Consent to one
assignment will not be deemed to be consent to any subsequent assignment. Any assignment made
without the approval of the Project Manager will be void .
• SECTION 11. SUBCONTRACTING.
Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the
Services. The subconsultants authorized by CITY to perform work on this Project are:
(see list of names attached at end of contract).
CONTRACTOR shall be responsible for directing the work of any subconsultants and for any
compensatiiiln due to subconsultants. CITY assumes no responsibility whatsoever concerning
compensation. CONTRACTOR shall be fully responsible to CITY for all acts and omissions of a
subconsultant. CONTRACTOR shall change or add subconsultants only with the prior approval of
the city manager or his designee.
SECTION 12. PROJECT MANAGEMENT. CONTRACTOR will assign .Ray Azadan to
have supervisory responsibility for the performance, progress, and execution of the Services and as
the project coordinator to represent CONTRACTOR during the day,to,day work on the Project. If
circumstances cause the substitution of the project coordinator or any other key personnel for any
reason, the appointment of a substitute project coordinator and the assignment of any key new or
replacement personnel will be subject to the prior written approval of the CITY's project manager.
CONSULTANT, at CITY's request, shall promptly remove personnel who CITY finds do not
perfonn the Services in an acceptable manner, are uncooperative, or present a threat to the adequate
or timely completion of theProject or a threat to the safety of persons or property.
The City's project manager is Ty Campbe.11 Administrative Services Departm(Ol11, Printing and
Mailing Djy!§ion, 250 Hamilton Ave., Level A, Palo Alto, CA 94301, Telephone: 650,329,3504.
The project manager will be CONSULTANT's point of contact with respect to performance,
progress and execution oftlle Services. The CITY may designate an alternate project manager from
time to time.
SECTION 13. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including
without limitation, all writings, drawings, plans, reports, specifications, calculations, documents,
other materials and copyright interests developed under this Agreement shall be and remain the
exelusive property of CITY without restriction or limitation upon their use. CONTRACTOR
agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall
3
09099
Professional Services
Revised 10/18/07
be vested in CITY, and CONTRACTOR waives and relinquishes all claims to copyright or other
intellectual property rights in favor of the CITY. Neither CONTRAcTOR nor its contractors, if
any, shall make any of such materials available to any individual or organization without the
prior written approv\ll of the City Manager or designee. CONTRACTOR makes no
representation of the suitability of the work product for use in or application to circumstances not
contemplated by the scope of work.
SECTION 15, AUDITS. CONTRACTOR will permit CITY to audit, at any reasonable time
during the term of this Agreement and for three (3) years thereafter, CONSULTANT's records
pertaining to matters covered by this Agreement. CONTRACTOR further agrees to maintain and
retain such records ,tor at least three (3) years after the expiration or earlier termination of this
Agreement. .
SECTION 16. INDEMNITY.
16.1. To the fullest extent permitted by law, CONTRACTOR shall protect,
indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents
(each an "Indemnified Party") from and against any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or any other loss, including all costs
and expens(ls of whatever nature including attorneys fees, experts fees, court costs and disbursements
("Claims") resulting from, arising out of or in any manner related to performance ornonperformance
by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless
of whether or not it is caused in part by an Indemnified Party.
16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to
require CONTRACTOR to indemnifY an Indemnified Party from Claims arising from the active
negligence, sole negligence or willful misconduct of an Indemnified Party.
16.3. The acceptance ofCONS1JLTANT's services and duties by CITY shall not
operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive
the expiration or early termination of this Agreement.,
SECTION 17. WAIVERS. The waiver by either party ofany breach or violation of any covenant,
term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not
be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or Jaw, or of
any subsequent breach or violation of the same or of any other term, covenant, condition,provision,
ordinance or law .
. SECTION 18. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES.
18.1. The city manager may suspend the performance ofthe Services, in whole or in
part, or terminate this Agreement, with or without cause, by giving ten (l0) days prior written notice
thereof to CONSULTANT. Upon receipt of such notice, CONTRACTOR will immediately
discontinue its performance of the Services.
18.2. CONTRACTOR may terminate this Agreement or suspend its performance of
the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a
Professiona~ Services
Revised 10/1B/07
4
09099
substantial failure of perfonnance by CITY.
18.3. Upon such suspension or tennination, CONTRACTOR shall deliver to the
City Manager immediately any and all copies of studies, sketches, drawings, computations, and other
data, whether or not cOinpleted, prepared by CONTRACTOR or its contraetors, if any, or given to
CONTRACTOR or its contractors, if any, in cOImection with this Agreement. Such materials will
become the property of CITY.
18.4. Upon such suspension or tennination by CITY, CONTRACTOR will be paid
for the Services rendered or materials delivered to CITY in accordance with the scope of services on
or before the effective date (i.e., 10 days after giving notice) of suspension or tennination; provided,
however, if this Agreement is suspended or tenninated on account of a default by CONSULTANT,
CITY will be obligated to compensate CONTRACTOR only for that portion of CONSULTANT's
services which are of direct and immediate benefit to CITY as such detennination may be made by
the City Manager acting in the reasonable exercise of histher discretion
18.5. No payment, partial payment, acceptance, or partial acceptance by CITY will
operate as a waiver on the part of CITY of any of its rights under this Agreement.
SECTION 19. NOTICES.
All notices hereunder will be given in writing and mailed, postage prepaid, by
certified mail, addressed as follows:
To CITY: Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
With a copy to the Purchasing Manager, Grcg Pustelnik
To CONSULTANT: Attention of the project director
at the address of CONTRACTOR recited above
SECTION 20. CONFLICT OF INTEREST.
20.1. In accepting this Agreement, CONTRACTOR covenants that it presently has
no interest, and will not aequire any interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the perfonnance of the Services.
20.2. CONTRACTOR further covenants that, in the perfonnanceofthis Agreement,
it will not employ subconsultants, contractors or persons having such an interest. CONTRACTOR
certifies that no person who has or will have any financial interest under this Agreement is an officer
or employee of CITY; this provision will be interpreted in aceordance with the applicable provisions
of the Palo Alto Municipal Code and the Government Code of the State of California.
20.3.. If the Project Manager detennines that CONTRACTOR is a "Consultant" as .
that tenn is defined by the Regulations of the Fair Political Practices Commission, CONTRACTOR
5
09Q831
Professional Services
ReviSed 10/18/07
shall be required and agrees to file the appropriate financial disclosure documents required by the
Palo Alto Munieipal Code and the Political Reform Act.
SECTION 21. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section
2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not
discriminate in the employment of any person because of the race, skin color, gender, age, religion,
disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status,
weight or height of such person. CONTRACTOR acknowledges that it has read and understands the
provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination
Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section
2.30.510 pertaining to nondiscrimination in employment, including completing the form furnished by
CITY and set forth in Exhibit "E."
SECTION 22. MISCELLANEOUS PROVISIONS.
22.1. This Agreement will be governed by the laws of the State of California.
22.2. In the event that an action is brought, the parties agree that trial of such action
will be vested exclusively in the state courts of California in the County of Santa Clara, State of
California.
22.3. The prevailing party in any action brought to enforce the provisions of this
Agreement may recover its reasonable costs and attorneys' fees expended in connection with that
action. The prevailing party shall be entitled to recover an amount equal to the fair market value of
legal services provided by attorneys employed by it as well as any attorneys' fees paid to third
parties.
22.4. This document represents the entire and integrated agreement between the
parties and supersedes all prior negotiations, represenfations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is signed by the parties.
22.5. The covenants, terms, conditions and provisions of this Agreement will apply
to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the
parties.
22.6. If a court of competent jurisdiction finds or rules that any provision of this
Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this
Agreement and any amendments thereto will remain in full force and effect.
22.7. All exhibits referred to in this Agreement and any addenda, appendices,
attachments, and schedules to this Agreement which, from time to tirne, may be referred to in any
duly executed amendment hereto are by such reference incorporated in this Agreement and will be
deemed to be a part of this Agreement.
22.8. This Agreement is subject to the fiscal provisions of the Charter ofthe City of
Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a)
6
09{)83 1
Professional Services
Revis¢o 10/18/07
at the end of any fiscal year in the evertt that funds are not appropriated for the following fiscal year,
or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the
fiscal year and funds for this Agreement are no longer available. This Section 23.8 shall take
precedence in the event of a conflict with any other covenant, term, condition, or provision of this
Agreement.
22.9. The individuals executing this Agreement represent and warrant that they have
the legal capacity and authority to do so on behalf of their respective legal entities.
IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives execqted
this Agreement on the date first above written.
CITY OF PALO ALTO
APPROVED:
City Manager (Required for contracts over
$85,000)
Purchasing Manager (Required for contracts
over $25,000
APPROVED AS TO FORM:
Senior Asst. City Attorney
Attachments:
EXHIBIT "A": SCOPE OF SERVICES
PRODIGY PRESS
BY:~~
Name:~c9~~8""""""'"
Title: ~~:::;;;:;, pg...-e/J
EXHIBIT "B"
EXHIBIT "c"
EXHIBIT "D";
CONTRACT PRICING (Parts 1-4)
INSURANCE REQUIREMENTS
CERTIFICATION OF NONDISCRIMINATION
7
09083l
Professional services
Revised 10/1S/07
EXHIBIT "A"
SCOPE OF SERVICES
I. GENERAL INFORMATION
Contractor will handle the City's digital imaging needs during and outside of nonnal business
operating hours, Monday thru Friday, 8 a.m. to 5 p.m. (after hours, Monday thru Friday, after 5
p.m.), weekends, rush jobs or emergencies.
Contractor will process job orders as assigned by the City's Supervisor of Printing and Mail
Services. Print quality must be sharp and clear with no bleeds or smears. Contractor will provide
all incidental and related work assoeiated with job order processing (Le., produce fihn, provide
plate(s), supply paper, provide soy-based ink and complete all required finishing).
II. PROJECT DESCRIPTION
1. Specific Digital Imaging Tasks
Several major Digital hnaging Jobs are generated on an annually seheduled basis
by various City Departments, including the City of Palo Alto Utilities (CP AU) Utility
Marketing Services (UMS) and Utility Administration groups; Department of
Community Services, including Arts and Sciences, Open Space and Parks, Recreation and
Golf.
CPA U shall utilize the services of the Contractor to provide digital imaging production,
as well as advertising placement and mailing service coordination to assist in
communicating with its residential and business utility customers. Contractor will
coordinate and work with the City's graphic designer(s). CPAU will develop a calendar
of production. Contractor shall keep in mind that thc City uses sustainable products and
seeks to use paper with as much recycled and post consumer content as possible.
These Digital Imaging Projects may be simultaneous and/or require a fairly quick turn
around time.
A. City of Palo Alto Utilities (CPAU) Utility Marketing Services (UMS) and Utility
Administration groups
CPAU is a full-service municipal utility that has been in operation for over 100 years. The
municipal utility system is owned anfl operated by the City (and therefore the City
residents and businesses). The customer segments CP AU serves include residential,
commercial, corporate, institutional and industrial classes. CPAU provides water,
electricity and natural gas to utility customers. The benefits CPAU provides include
competitive rates, fast response, local political control, reliable delivery and a positive
environmental focus.
8
EXHIBIT A
UMS is a main point of contact between thc Utilitics Department and customers. Through
various media such as advertisements, case studies, newsletters, bill inserts, envelope
bangtails and back of envelope graphics, brochures, email ads, newspaper artieles, and
program packets, customers are informed of current programs, educational, and technical
information, safety tips and required notifications, industry trends and updates. On an
annual basis, CPAU staff implements a.multitude of program and service marketing
along with customer education and outreach activities by leveraging outside graphic
designers and ad agencies to supplement staff resources. CP AU has developed a calendar
of production for use with its graphic design contractor.
B. Community Services Department
Community Services Department, including Arts and Sciences, Open Space and Parks,
Recreation and Golf often requires Digital Imaging Services for
various multicolor Flyers, Inserts Announcements, Catalogues and Brochures.
Other services required may inelude specialty oversized) documents such as
maps, engineering drawings and plans.
C. Specialty Items: Maps, Architectural and Engineering Plan Sets-
Large and Regular Format
Several departments within the City, such as Public Works, Utilities, Planning, Parks and
Golf, Recreation and Open Space and occasionally the Fire Department, require
reproduction of maps, drawings, etc. In addition, black/white and color copies of
specifications sometimes accompany plans. Black/white and color copying may be
required by any department for various projects.
III. CITY'S INTENT (ALTERNATE SOURCES)
Contractor is the preferred vendor for City of Palo Alto digital imaging job orders. Contractor
shall process job orders as assigned by the Supervisor of the Printing and Mailing Division.
Contractor is the City'S primary source for digital imaging work required by City Staff. In those
instances in which the Contractor is unable to meet the City's requirements, the City may use the
services of a secondary vendor as necessary. Contractor shall keep in mind that the City uses
sustainable products and seeks to use paper with as much recyeled and post consumer content as
possible.
Occasionally, City may refer small run overflow or rush offset jobs to Contractor for processing.
IV. GENERAL SPECIFICATIONS AND REQUIREMENTS
A. Vendor must provide pick-up and delivery service for all jobs submitted
B. Vendor guarantees turn around time of3-5 days
9
090831
Professional Services
Revised 10/18/07
EXHIBIT A
C. Vendor shall provide: Same day service: Ifreceived by 8:00 a.m., guaranteed complete
by 5:00 p.m. same day, or within 48 hours.
D. Contractor will submit items in person, electronically in Word or PDP format or by others
means as designated by Project Manager.
E. Vendor will provide dollar mark-up amount or specify hourly rate for rush jobs. Vendor
must define "RUSH" parameters.
F. Vendor will provide after-hours (after 5:00 pm) emergency or rush services (6-hour
turnaround
time) , week-end services (24-hour turnaround) and the fees for such services
G. Vendor will provide on-site Press Check for all jobs, unless other arrangements agreeable
to the City or its representatives are made,
H. Vendor shall only accept job requests from Print Shop Supervisor as Point of Contact,
unless other contact arrangements have been made for specific projects
L Vendor must accept eleetronic files for job order processing,
J. Vendor will include all COSTS, including all necessary materials (paper, ink, etc.) for all
jobs
K. Contractor shall be responsible for all finishing materials (bindery, sorting, etc.)
L. Contractor shall provide one specific sales representative to handle City's accounts. The
sales representative will inform City purchasing and user departments of new materials
and processes, handle billing problems, special orders, etc.
M. Contraetor will provide pick up and delivery service in local proximity
N. Contractor will send invoices for services to the attention of the Print Shop
SupervisorlManager, unless other contaet arrangements have been made for specific
projects
O. Contractor shall work with City of Palo Alto third party vendors or contacts.
P. Contractor shall perform mail merge function for mailed pieces with delivery to post
Office,
Q. Contractor's in-house graphics person shall update information in digital-format for maps
and other on-going documents.
R. Contractor shall discuss the maximum recycled content paper available for each print job
with each project manager and encourage the use of 100% post-consumer recycled-
content process chlorine free paper and/or Green Seal Certified paper
www.greenseal.orgifindaproductJprintedpap!lr.cfin when feasible, affordable, available
and when it will perform the needs of the print job. Specific recycled content requirement
details for designated print jobs are listed in the Contract Pricing section of this document
as well as information on higher recycled content alternatives.
S. Contractor shall use a minimum of 30% post-consumer content paper unless the need for
greater amount is specified.
T. Contractor shall use soy or other vegetable based inks for print jobs.
U. Contractor shall meet the City's reporting requirements for quantifying greenhouse gas
emission and waste reduction effOrts, and in consultation with the City's environmental
purchasing project manager or designee, through submission of an annual andlor upon
request report from Contractor quantifying environmental performance of materials and
products used for City print jobs (e.g., energy, water savings) using tools such as the
10
09083)
Professional Services
Rev{sed 10/18/07
EXHIBIT A
Environmental Defense Fund Paper Calculator http://www.edf.orglpaper9alculator/ or
similar with approval from the City. Contractor must provide the report within ten
business days of request at No Charge.
V. When shipping completed jobs, Contractor shall use products that contain recycled-
content materials that are recyclable in the City of Palo Alto's· Recycling Program and.
W. Contractor shall report how waste from the production and shipping of printed materials
will be minimized.
V. VENDOR REQUIREMENTS:
1. Capabilities:
A. Contractor shall handle originals and electronic artwork in varying states such as:
• Various materials;
• Various sizes;
• Various age and condition. Some originals are very old and must be handled with
great care;
• Where imprinting on back shows through to the front and must be captured when
reproduced.
• Various electronic file formats such as Acrobat, Illustrator, PageMaker, Corel
Draw, etc.
B. City will have the option of using blanket orders, purchase orders or a credit
card. Occasional users will use one-time purchase orders on an as-needed
basis. Contract pricing must be extended to each order.
C. Jobs must be picked up from and delivered to requesting City departments
unless another local address is specified.
D. Contractor shall notiry requestor immediately if the required deadline cannot be
met.
E. Contractor shall submit itemized invoices detailing labor and materials used for
each job produced.
F. Within ten working days of request, Contractor shall provide an electronic
summary of annual paper used and resources used/saved based on the
paper choice for City print jobs as outlined in Section VI.
VI. ENVIRONMENTAL PURCHASING PREFERENCES
The City of Palo Alto is certified as a Bay Area Green Business through the association of Bay
Area Governments Green Business Program (www.greenbiz.ca.gov) and, as such, seeks to
11
09Qe3J
Professional Services
Revised 10/18/07
EXHIBIT A
purchase products and services in an environmentally preferred manner.
Preferences:
The City prefers:
090831
A. To conduct business with certified Bay Area Green Businesses (or those actively
enrolled in the program with the intention of completing the certification process)
when the business provides the service needed at a reasonable cost; proposer shall
provide the contact information of the Green Business coordinator if proposer is
seeking certification.
B. The use of Forest Stewardship Council (FSC) certified paper that is "process chlorine
free".
C. The use of renewable energy at the Proposer's place of business and efforts to reduce
energy use and thus, the carbon footprint for the development, production and
delivery of final product(s).
12
Professional Services
Revised 10/18/01
EXHIBIT B
CONTRACT PRICING
Name of Company: Prodigy Press Inc. 650-566·1890
PART l. BASIC PRINTING SERVICES
liTEM
DESCRIPTION OF SERVICE BILLING UNIT RATES FOR RATES FOR RUSH OR
OF MEASURE STD SERVICE EMERGENCY SVCS;
NO. REG HOURS; QUICK TURN or AFTER MON-FRI, HOURS·5 PMIWEEKENDS B TO 5
1. i Client Consultation . Per Hour No Charge No extra Charge , 2. Electronic file transfer Included No extra Charge
3. Press check i Included No extra Charge
4. Travel/mileage rate Per Mile No Charge No extra Charqe
5. Scanningnmaging Included No extra Charge
, 6. Assembling Included No extra Charge
7. Binding Per job No Setup Charge No extra Charge
8. Perforating Per job No Setup Charge No extra Charge
9. Foldinr:J Per job No Setup Charge No extra Charge
10. Die-Cutting Per job No Setup Charge No extra Charge
11. laminate Per job No Setup Charge No extra Charge
12. Graphic Design Service Per hour , $45.00 No extra Charge ---------
13a. Database cleanup/mail merge Per 1,000 pieces $125.00 No extra Charge
address_~sonto print pieces
13b. Database cleanup/mail merge Per 5,000 pieces $425.00 No extra Charge
addresses onto print pieces
13c. Database cleanup/mail merge Per 10,000 $725.00 No extra Cha1Jle
----addresses onto print pieces pieces
PART :2 -ENVELOPES, PAPER STOCK (INCLUDING NCR) TO BE PROVIDED BY THE CITY
13
(Include Minimum run quantities>
090831
EXHIBIT B
14
Professional Services
Revised 10/18/07
EXHIBIT B
005 20,000 I NCR Forms, 3 part
8 J;;" x 11"
Black soy based
006 5,000 I NCR Forms, 4 part
8 J;;" x 11"
Black soy based ink
PART 3 -UTILITY BILL INSERTS and MISC.
15
090831
1$0.088
1'011
I Printing 1/0
I
No Charge
I
No Charge
Professional Services
Revised lo/lS/O,
001
002
090831
EXHIBIT B
60,000 Utility Bill Inserts
60 lb. 30% post consumer
Two-Color
Process-color, 2-sided, cut to
size 5.75" x 7.25", bi-fold
1 bill insert, Sx a year, is
printed @ 30,000 copies each
Delivery for monthly Print run is
required on the 24th of designated
month.
City to provide artwork in
532,000 I Utility Bill Inserts
60 lb. 30% post consumer,
II" .x 17/f
2-color, 2-sided, cut to size 7 "
X 11", letter fold
2 bill inserts are printed each
month @ 30,000 copies each insert
16
$0.049
Printing
4/2
$0.042
Printing
2/2
$0.051
New Leaf
Frontier Offset
100% Post
Consumer Waste
92 Brigb,t
60# White
Ancient Forest
Friendly
FSC Certified
Acid Free CRE
$0.46
New Leaf
Frontier Offset
100% Post
Consumer Waste
92 Bright
60# White
No charge
No charge
Professional Services
Revised 10/1S/07
003 474,000
004 10,000
0'IIJ8Jl
EXHIBIT B
a} City to provide artwork in
electronic format.
Utility Bill Inserts
60 lb. 30% post consumer, 11" x
17" 4-color, 2-sided, cut to
size 7" x 11", letter fold
2 bill inserts are printed each
month @ 30,000 copies each
insert
Delivery for monthly print run
is required on the 24th of each
month.
a) City to provide artwork in
electronic format.
Brochures/ flyers /
17
$0.078
Printing
4/4
$0.055
Ancient Forest
Friendly
FSC Certified
Acid Free
$0.082
New Leaf
Frontier Offset
100% Post
Consumer Waste
92 Bright
60# White
Ancient Forest
Friendly
FSC Certified
Acid Free
CRE
$0.059
No
charge
No
Professional services
Revised 10/1S/07
005
090831
150,000
Print
Run of
1000 and
up
30% post consumer
Machine folding
8.S x 11
Black (one color)
soy based inks
Brochures/flyers/programs
30 % post consumer
Machine folding
8.S x 11
PMS color
soy based inks
EXHIBIT B
18
Printing
1/1
Standard
ink
$0.06
Printing
1/1
1 PMS
Standard
ink
New Leaf
Frontier Offset
100%" Post
Consumer Waste
92 Bright
60# White
Ancient Forest
Friendly
FSC Certified
Acid Free
CRE
$0.064
New Leaf
Frontier Offset
100% Post
Consumer Waste
92 Bright
60# White
Ancient Forest
No Charge
professional Services
Revised lO/IS/07
006 115,000
Print
Run of
1000 and
up
007 20,000
090831
EXHIBIT B
I White stock
8 1/2 " x 11"
20 lb. bond, 30% post consumer
Black, one-color soy based inks
White stock
8 1/2 " x 11"
20 lb. bond,
30% post consumer
19
1$0.17
Printing
2/2
1 PlVlS
Standard
ink
$0.06
FSC Certified
$0.174
New Leaf
Frontier Offset
100% Post
Consumer Waste
92 Bright
60# White
Ancient Forest
Friendly
FSC Certified
Acid Free CRE
$0.064
.:.L; ~.cc:·':I
No Charge
No Charge
Professional services
Revised 10/lS/07
PART 4 -SPECIFIC SAMPLES PROVIDED
090831
EXHIBIT B
LETTERHEAD, BROCHURES, UTILITY BILL INSERTS and MISC.
20
Professional Services
Revised 10/18/07
001
Sample
# 1
002
Sample
# 2
003
Sample
# 3
090831
20,000
10,000
Based on
past
history
2,500/
Order
20,000
1,000
per
order
LETTERHEAD -
Stationery, white,
8 ~ " xlI"
24 lb. 30% recycled chlorine
free Black and 1 PMS color
soy based inks
SPRING 2009 ART CLASSES -
Brochures/ programs
22.5" x 17.5" multiple
folds
30% post consumer
Machine folding
2 color, Black (+ PMS)
inks
-Brochures/ programs
A COMMUNITY CENTER FOR
SPORTS/MUSIC
7" x 8.24", 1 fold l
30% post consumer
Machine folding
4
EXHIBIT B
$0.055
Evergreen
24#
50% Waste Paper
30% Post
consumer
Acid free
$0.396
Enova Silk
50% Recycle
30% Post
Consumer .. Waste
Chlorine Free
$0.30
Enova
Silk
50% Recycle
30% Post
Consumer
21
$0.060
Environment
PCIOO / 24#
100% Recycle
100% Post
consumer
FSC
$0.426
New Leaf
Reincarnation
100 % Recycled
50% Post Consumer
Chlorine Free
CRE AFR
$0.309
New Leaf
Reincarnation
100 % Recycled
50% Post Consumer
Chlorine Free
No Charge
No Charge
No Charge
Professional Services
Revised 10/lS/07
EXHIBIT B
Soy based inks Waste CRE
AFR
f--------1-----+--------------j1 prlnt4/ ~ 1
POWER CONTENT LABEL -i $0.036 004 1150,000
Sample
# 4
005 160,000
Sample
# 5
090831
Utility Bill Inserts
60 lb. 30% post consumer,
11" x 17" One-Color, Soy
based inks
2-sided, cut to size 5.75" x
7.25", bi-fold 1 bill
insert, 5x a year, is i Print 1 / 1
printed @ 30,000 copies each
City to provide artwork in
electronic format.
QUALIFY FOR STORM DRAIN 1$0.042
REBATES -
Utility Bill Inserts
60 lb. 30% post consumer,
II" x 17"
2-color, Soy based inks, 2-
sided, cut to size 7 • x
11", letter fold
22
$0.040
New Leaf
Frontier Offset
100% Post
Consumer Waste
92 Bright
6D# White
Ancient Forest
Friendly
FSC Certified
Acid Free
$0.046
New Leaf
Frontier Offset
100% Post
Consumer Waste
92
No Charge
No Charge
Professional services
Revised 10/la/07
06
Sample
# 6
60,000
007 130,000
090831
2 bil
each month @
each insert
copies
City to provide artwork in
electronic format.
EXHIBIT B
FIGHT CLIMATE CHANGE -1$0.078
Utility Bill Inserts
60 lb. 30% post consumer,
11" x 17"
4-color, Soy based inks ,
2-sided, cut to size 7 " x
11", letter fol~
2 bill inserts are printed
each month @ 30,000 copies
each·· insert
City to provide artwork in
format.
PALO ALTO SUSTAINABLE I $0.179
23
60#
Ancient Forest
Friendly
FSC Certified
Acid Free
CRE
$0.082
New Leaf
Frontier Offset
100% Post
Consumer Waste
92 Bright
60# White
Ancient Forest
Friendly
FSC Certified
Acid Free
CRE
$0.219
No Charge
No Charge
Professional Services
Revised 10/18/07
# 7
008 30,000
Sample
#8
090831
Based on
past
history
8,000
per
Order
Utility Bill
60 lb. 30% post consumer,
22" x 14"
4-color, Soy based inks,
2-sided, multiple-fold
City to provide artwork in
electronic format.
SAVE MONEY WITH EVERY
FLUSH -
Postcard
2 color, Soy based inks,
set up on 8.5x11 inch, finish size is
cut to 5.5 x 8.5",
90-lb cover. consumer
EXHIBIT B
$0.84
Enova silk
50% Recycle
30% Post
Consumer Waste
100# cover
24
Everest
100% Post
Consumer Waste
24 # NW
Forest
Friendly
FSC Certified
Acid Free
$0.92
New
Reincarnation
100 % Recycled
50% Post Consumer
Chlorine Free
Ancient Forest
Friendly
No Charge
Professional Services
Revised 10/18/07
City to provide artwork in
eleotronic format.
009 65,000 I TALES FROM AN IMAGINARY
Sample I
#9
I MENAGERIE-
Postcard
Based on 4 color soy inks, set up on 8.5x11
past inch, finish size is cut to 5.5 x 8.5",
history
8,000
per 90-lb cover
Order
30 % post consumer
City to provide artwork in
electronic
rmat.
010 32,000 I RESIDENTIAL EFFICIENCY
090831
EXHIBIT B
$0.11
! Enova silk
I 50% Recycle
30% Post
Consumer
Waste
100# cover
I Printing 4/4
1$0.207
25
cover
$0.118
New Leaf
Reincarnation
100 % Recycled
50% Post Consumer
Chlorine Free
Ancient Forest
Friendly
CRE
95# cover
$0.24
No Charge
No charge
Professional Services
Revised 10/15/07
Sample
#10
16 Page
Booklet
Self
cover
Brochure -4 color
4 color soy inks, for B.5x11 inch, 1
fold. saddle-stitched piece. finish
size is 4x7.5 inch
30% post consumer content
EXHIBIT B
Enova
Silk
50% Recycle
30% Post
Consumer
Waste
80 # gloss text
City to provide artwork inlprinting 4/4
electronic
011 20,000 I ALL ABOUT YOUR UTILITIES -1$
Samp e 44 page . . 1 I I Booklet, 2-color. except 4-color
#11 booklet I cover. saddle-stitched
plus machine fold cover
Base on Cut size Tx11"
past 100 % oost consumer
26
09()83 I
New Leaf
Primavera
80 % Recycle
60 % Post
Consumer
Chlorine Free
FSC CRE
Ancient Forest
Friendly
88#gloos text
$2.64
New Leaf
Reincarnation
100 % Recycled
50% Post Consumer
Chlorine Free
Ancient Forest
Friendly
No charge
Professional services
Revised 10/18/07
2500 per I Soy based ink
order
70-lb book
80-lb
012 '5,000 WALK-THRU ENERGY AUDI
Sample Booklet, 4-color, machine fold
# 12 16 page Cut size 8.5"x11" Booklet
.+
I cover I 100 % post consumer
perf on
text Soy based ink, pages saddle-stitched,
Base on
past 80-lb book
history 80-lb cover
1000
090831
EXHIBIT B
27
Matte Text
Matte Cover
$1. 74
1000
per Order
New Leaf
Reincarnation
100 % Recycled
50% Post Consumer
Chlorine Free
Ancient Forest
Friendly eRE
80# Silk text and
cover
No Charge
Profe$s~onal services
Revised 10/18/07
013
Sample
#B
090831
20,000
Based on
past
history
2000 per
order
FROM FIRE TO THE
FOREFRONT -Tri-fold, 4-color,
with 2 machine folds,
Cut size 25.5"x11"
30% post consumer
Soy based ink
80-lb cover
EXHIBIT B
$0.82
Mohawk 80#
Matte Cover
NW
15% post
consumer
Acid free
28
$0.84
New Leaf
Everest
100 % Recycled
100% Post
Consumer
Chlorine Free
Ancient Forest
Friendly
FSC
CRE
No charge
80# lk text and
cover
Professional Services
Revised 10/18/07
EXHIBIT B
29
090831
Professional Services
Revised 10/18/07
Name of Firm: ~W~&-;;?5 ./ct/C
Signature(s):
f~
~2-r8Dc'7~
> (Print name)
090831
I
30
24
Professional Services
Rev~sed 10/18/0?
090831
EXHIBIT D
Exhibit B: Certification 01 Nondiscrimination
I>.ttaahl1'lent C
CertlficatiQn of NQndlscrimination
All; suppl"'~ of Sloods Qf eervice. to the City of Palo Alto, the I1rm Md individuals listed
below certify \hat they do r'IOt dis(;rlmina!~ In employ"",n! 01 ;11'1'1 per."n because of
race, akin colOr, gander, age, religion, disabil"y, national migln, ance.hy, .exuel
arienls!l.:.n. housing s13tus, marit,,1 $I;>tu~, 1amilial .tatus, weight or height Dr such
person: lila! they .. re in compliance lIIIith .. II Federal, SMa and Iccal lJireotives and
eXElcutlve Qf<ier~ IlOgarding nondi.criminl!ll:ion in emr>loymant
4. If Propos"r ;s INOIVIDUAL, sign here:
Da.te:o¥/""'~kr ~~~ ____ _ ~s Signature ...
Proposer's typed name and title
5. If Proposer ia PARTNERSHIP or JOINT VENTURE, allea$1 (2:) ~aJ1ners Or
each of the Joint Ventuf&1¥ shall sign here:
Pl'rtnelship or Joint Venture Name (type or print)
Date: ______ --.. -;----,.;;-.. -:--:O:-c:--:-:-~:7T._:_:7:=_:
Member of the Partnership tit Joint Venlllr!t ~i9r;aiuM
0"".: _____ _
Memoor of the Par\n&l'ihlp QI Join! Venture signature
6. If Proposer is a CORPORATION, the duly ",lfI:I'lorlzed officer(s) shel! sign as
follows:
The Und .. r8lgned certify that they are respoollVe!y:
Of Ihe oOlT>oration ~amed below: that they are desi911ated to sign the Proposal Coot
Form by resolution (attach a ""rtlMed CClPY, with corporate seal, if applicable.
not!UiZ;ld as tl;! Its authentiCl1.y or Secretary's certiflcQ1& of llullloriZalio~) for and on
oolieilf Qf the below named CORPORATIOI>I, antl that IIH~Y rn authorized to llxeC\ftc
seme for and on behalf of said CORPORATION.
31
Professional Services
Revised 10/18/07