Loading...
HomeMy WebLinkAboutStaff Report 7925 City of Palo Alto (ID # 7925) City Council Staff Report Report Type: Consent Calendar Meeting Date: 6/12/2017 City of Palo Alto Page 1 Summary Title: Enjoy Catalog RFP Title: Approval of a Contract With Tandem Creative in the Amount of $90,000 for Graphic Design and Printing for the Quarterly Production of the Enjoy! Catalog Classes and Activities Guide and Annual Summer Camp Guide From: City Manager Lead Department: Community Services RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager to execute the attached contract with Tandem Creative, Inc. in the amount of $90,000 for graphic design and printing of the Community Services Department’s Enjoy! Catalog (Attachment A) subject to appropriation of funds. 2. Authorize the City Manager or his designee to exercise the option to renew the contract for the second and third years, as applicable, provided the proposed cost of each of the renewed contracts does not exceed the original contract price of $90,000, adjusted by the Consumer Price Index for all Urban Consumers (San Francisco - Oakland - San Jose MSA), the contractor is responsive to the City's needs, and the quality of the contractor's work is acceptable during the preceding year. DISCUSSION The Community Services Department (CSD) produces its quarterly Enjoy! Catalog of classes and activities as well as an annual Summer Camps and Aquatics guide. The Enjoy! is CSD’s primary marketing tool that showcases the diverse classes, workshops, programs and events the Department has to offer. CSD strives to offer programs and services that are of high quality, relevant and inclusive to a wide range of cultures, ages and abilities. CSD’s mission is engage individuals and families to build a strong and healthy community for the through Arts, Recreation, Parks, Open Space and Human Services. CSD contracts with a graphic design firm to produce and print the Enjoy! Catalogs. The contract is a one year contract with option to renew for two more years. As a result, a competitive bid solicitation is typically conducted every three years for design, production and printing of the catalogs. The catalogs are made available for viewing on the City’s website on City of Palo Alto Page 2 www.cityofpaloalto.org/enjoy where customers can also register for classes and programs. A CSD staff member functions as the project manager to work closely with the graphic design firm to ensure that the correct program information, descriptions, dates and times are provided in a timely manner. It is critical that production and printing of the catalog is completed on schedule so residents have ample time to register for classes and programs. Scope of Services Description The scope of work to be performed under the contract is for graphic design, formatting, editing and printing of the quarterly Enjoy! Catalog (Attachment B). Solicitation Process A Request for Proposals (RFP) was issued in March 2017 to obtain a graphic design firm experienced in developing creative and easy-to-read publications while maintaining a rigid timeline. Six proposals were received and reviewed by an evaluation committee consisting of Community Services Department staff. As a result of the evaluations, four firms were invited to participate in oral interviews. The committee carefully reviewed each firm's qualifications and submittal in response to the criteria identified in the RFP. The following firms submitted proposals: Company Name Cost to the City Location (City, State) Oral interview? Tandem Creative $90,000 San Francisco, CA Yes McGregor Shott Inc $95,000 Newhall, CA Yes Embarcadero Media $86,075 Palo Alto, CA Yes Jill McCoy Design $136,040 San Jose, CA Yes Based on both the written proposals and oral interviews, the evaluation committee selected Tandem Creative, Inc. (Tandem). Tandem’s written proposal and oral interview demonstrated that they have the experience and creativity desired for the work and also the staff resources needed to meet the tight deadlines for quarterly production of the Enjoy! catalog. Tandem has created the Enjoy! Catalogs for the past six years and has worked on other major projects for other City Departments, including Utilities, Administrative Services, Office of Management and Budget, Regional Water Quality Control Plant, Palo Alto Library and the City Manager’s Office. A summary of the solicitation process is below: Enjoy! Catalog Graphic Design/RFP 166164 Proposed Length of Project: 36 months Proposals posted to Planet Bids: March 28, 2017 Total Days to Respond to Proposal: 14 Pre-proposal (Telephone) Meeting Date: April 4, 2017 RESOURCE IMPACT City of Palo Alto Page 3 The Community Services Department Fiscal Year 2018 proposed budget includes funding to award this contract, subject to City Council adoption of the Fiscal Year 2018 budget. Attachments:  Attachment A - C17166164 GSA TANDEM CREATIVE FINAL  Attachment B - Enjoy Catalog Graphic Design Scope of Services 2017 City of Palo Alto General Services Agreement 1 Rev. February 8, 2017 CITY OF PALO ALTO CONTRACT NO. C17166164 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 1st day of July, 2017, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and TANDEM CREATIVE, INC., a California corporation, located at 4023 24th Street, San Francisco, CA 94146 Telephone Number: 415 654-5571 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described in the Scope of Services, attached at Exhibit A. Optional On-Call Provision (This provision only applies if checked and only applies to on-call agreements.) Services will be authorized by CITY, as needed, with a Task Order assigned and approved by CITY’s Project Manager. Each Task Order shall be in substantially the same form as Exhibit A-1. Each Task Order shall designate a CITY Project Manager and shall contain a specific scope of work, a specific schedule of performance and a specific compensation amount. The total price of all Task Orders issued under this Agreement shall not exceed the amount of Compensation set forth in Section 5 of this Agreement. CONTRACTOR shall only be compensated for work performed under an authorized Task Order and CITY may elect, but is not required, to authorize work up to the maximum compensation amount set forth in Section 5. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “B” - Schedule of Performance “C” – Schedule of Fees “D” - Insurance Requirements CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED. DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 2 Rev. February 8, 2017 3. TERM. The term of this Agreement is from July 1. 2017 to June 30, 2020 inclusive, subject to the provisions of Sections Q and V of the General Terms and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached at Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not-to-exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump sum compensation of The sum of dollars ($ ) per hour, not to exceed a total maximum compensation amount of dollars ($ ); OR A sum calculated in accordance with the fee schedule set forth at Exhibit C, not to exceed a total maximum compensation amount of ninety- thousand dollars ($90,000). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. CITY has set aside the sum of Zero dollars ($0) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 3 Rev. February 8, 2017 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’S compensation rates for each additional term shall be the same as the original term; OR CONTRACTOR’s compensation rates shall be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-Oakland- San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement of the applicable Additional Term, which shall be compared with the CPI published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. 7. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For purposes of this Section 7, a “9204 Public Works Project” means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Public Contract Code Section 9204 mandates certain claims procedures for Public Works Projects, which are set forth in “Appendix __ Claims for Public Contract Code Section 9204 Public Works Projects”. This project is a 9204 Public Works Project and is required to comply with the claims procedures set forth in Appendix __, attached hereto and incorporated herein. OR This project is not a 9204 Public Works Project. 8. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager is: Erin Perez, Dept.: Community Services Department, Telephone: 650- 463-4952. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 4 Rev. February 8, 2017 provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 7 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR’s business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 5 Rev. February 8, 2017 G. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONTRACTOR shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. H. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR’s performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR’s request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. I. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement. J. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. K. CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 6 Rev. February 8, 2017 restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. L. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described at Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A-:VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to the Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section N relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 7 Rev. February 8, 2017 losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fines and judgments, associated investigation and administrative expenses and defense costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Agreement. P. NON-DISCRIMINATION. 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. Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. R. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination is for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 8 Rev. February 8, 2017 immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of CITY. No amendments, changes or variations of any kind are authorized without the written consent of CITY. T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no CITY Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. U. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of California. V. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. W. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event 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 Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 9 Rev. February 8, 2017 X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Division, which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONTRACTOR shall comply with the following zero waste requirements:  All printed materials provided by CONTRACTOR to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double- sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks.  Goods purchased by Contractor on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including, but not limited to, Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office.  Reusable/returnable pallets shall be taken back by CONTRCATOR, at no additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Z. PREVAILING WAGES This Project is not subject to prevailing wages. Contractor is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the contract is not a public works contract, if contract does not include a public works construction project of more than $25,000, or the contract does not include a public works alteration, demolition, repair, or maintenance (collectively, ‘improvement’) project of more than $15,000. OR DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 10 Rev. February 8, 2017 Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. AA. DIR REGISTRATION. In regard to any public work construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONTRACTOR of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRCATOR is required to post all job site notices prescribed by law or regulation and CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONTRACTOR and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 11 Rev. February 8, 2017 Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONTRACTOR and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONTRACTOR and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONTRACTOR and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. [For state- and federally-funded projects] CITY requests CONTRACTOR and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONTRACTOR. Inform the project manager of the location of CONTRACTOR’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the case of any conflict between the terms of this Agreement and the exhibits hereto or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONTRACTOR’s proposal, the exhibits shall control. DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 12 Rev. February 8, 2017 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO TANDEM CREATIVE, INC. ______________________________ By________________________________________ City Manager Name Gregory Holzbaur Title CEO, Execute Director Approved as to form: __________________________ City Attorney DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 13 Rev. February 8, 2017 EXHIBIT A SCOPE OF SERVICES I. CONTRACTOR shall provide design services, layout services, editing services, and manage printing for five (5) City recreation catalogs (as detailed in Exhibit B) with the following specifications: A. Enjoy Catalog  Quarterly publication (Winter, Spring, Summer, Fall)  Booklet size: 8” x 10 ½” (See Attached Sample)  Average of 56- 64 pages  Front and back covers in color w/ graphics.  Interior black ink plus one color  Contractor will cost out paper quality  Contractor will use existing document design from previous designer OR can discuss reformatting catalog.  Page layout and editing consists of approximately 50 hours, on a tight time schedule.  Contractor will be a liaison with City and printer to provide quality control of the product.  City will provide all copy.  Contractor shall provide printer and City with PDF files.  Vendor shall create PDF files for the Enjoy website.  Contractor shall work with City to select a printer.  Contractor shall have 26,000 catalogs printed per edition.  Contractor shall have knowledge of services and programs offered in the Enjoy catalog.  Contractor shall cause 24,000 catalogs to Embarcadero Publishing to be distributed in the Palo Alto Weekly.  Contractor shall cause 2,000 catalogs to be delivered to Cubberley Community Center, Room T2 for distribution. B. Summer Camps and Aquatics Guide  One separate annual publication  Booklet size: 8” x 10 ½” (See Attached Sample)  Average of 56 pages  Interior black ink plus one color  Front and back covers in color w/ graphics.  Contractor will use existing document design from previous designer.  Page layout and editing consists of approximately 50 hours, on a tight time schedule.  Contractor will be a liaison with City and printer to provide quality control of the product.  City will provide all copy.  Contractor shall provide printer and City with PDF files.  Contractor shall create PDF files (or other suitable formats) for the Enjoy website. DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 14 Rev. February 8, 2017  Contractor shall have knowledge of services and programs offered in the Enjoy catalog.  Contractor shall work with City to select a printer.  Contractor shall have 26,000 catalogs printed per edition.  Contractor shall cause 24,000 catalogs to be delivered to Embarcadero Publishing to be distributed in the Palo Alto Weekly.  Contractor shall cause2,000 to be delivered to Cubberley Community Center, Room T2 for distribution Attachment 1:Samples of past Enjoy catalog (Summer and Fall 2016) Attachment 2: Spring, Summer and Fall 2017 Production Schedule II. CONTRACTOR shall create outreach materials and provide graphic design services to include:  Utility bill inserts, print ads, displays, brochures, e-blasts  Promotional items for City employees, schools, special events, and trade shows  Customized illustrations and artwork for a variety of formats (e.g., displays, brochures).  Images, infographics with a call to action III. Any artwork designed for this contract shall become the property of the City of Palo Alto. IV. The City of Palo Alto has a Sustainability Policy, and an Environmentally Preferable Purchasing Policy. The following criteria are set for CONTRACTOR:  CONTRACTOR must have printers use environmental printing practices such as vegetable-based inks, sourcing of (and printing on) at least 30% post-consumer recycled content paper, processed chlorine-free. 100% recycled-content paper is preferred and should be discussed with the project manager prior to printing.  CONTRACTOR must place the recycled-content logo and paper specifications (e.g., Printed on 100% post-consumer recycled content, process chlorine free paper) on all printed materials.  CONTRACTOR must be certified as a Bay Area Green Business and which use local, socially responsible, low-impact third-party vendors (proposer to describe qualifications) DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 15 Rev. February 8, 2017 EXHIBIT B SCHEDULE OF PERFORMANCE CONTRACTOR shall perform the Services according to the schedule on the next page of this exhibit: DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 16 Rev. February 8, 2017 Item Deadline Summer 2017 Fall 2017 Winter 2017-18 Summer Camps 2018 Spring 2018 All Guide Content Due to Erin or Coordinators Enter into SharePoint (Ads, Special Events, Misc Write-Ups) March 6th June 5th September 4th November 6th December 4th Pre-Tempate for Review March 7-10th June 6-9th September 5-8th November 7- 10th December 5-8th First Draft Available for Proofing March 21-28th June 19-23rd September 18- 22nd November 20- 28th December 18- 22nd *** No New Copy Accepted After This Date*** Cover Final Due March 20th June 20th September 20th November 20th December 20th Second/ FINAL Available for Proofing April 3-7th July 3-7th October 2-6th December 5-8th January 2-5th Guide Delivered to Printer April 12th July 12th October 12th December 14th January 12th Guide Delivered to PAW & Community Centers May 5th July 28th October 27th January 19th February 2nd Catalog Delivered in PAW May 26th August 11th November 17th February 2nd February 23rd Resident Registration June 1st August 17th November 30th March 22nd March 2nd Non-Resident Registration June 8th August 24th December 7th March 29th March 9th Catalog/Meet the Staff Theme: Open Space Rangers Inside Front Cover Rob - Director's Pumpkin Patch Camp Reg Fair Director's Inside Back Cover Chili Cook-off Moonlight Run JMZ Aquatics Summer Camp Reg Fair March 3rd "The Draw" March 12th DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 17 Rev. February 8, 2017 EXHIBIT C SCHEDULE OF FEES CONTRACTOR shall perform the tasks as described and budgeted below. CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for the Services including reimbursable expenses, does not exceed the amounts set forth in Sections 5 and 6 of the Agreement. Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to CITY. NOT TO EXCEED COMPENSATION PER TASK INCLUDING REIMBURSABLES Task 1: ENJOY Catalog Pricing 2 color interior/4 color cover) Scope Labor Categories FALL WINTER SPRING SUMMER CAMPS TOTAL Design Services Art Direction, Graphic Design, and Production.* Final deliverables include: • Printed 2-color interior/4-color cover. 4-color online web version $8,000 $8,000 $8,000 $8,000 $8,000 $40,000 Printing Quantity: 26,000 per issue Includes coordination with printer and delivery to Palo Alto/Lucie Stern Community Center and San Jose SWOP/Embarcadero Media $10,000 $10,000 $10,000 $10,000 $10,000 $50,000 Total Cost for Design, Production, Printing, and Delivery: $18,000 $18,000 $18,000 $18,000 $18,000 $90,000 *Pricing includes eblast design. **Total not to exceed Task 1. DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 18 Rev. February 8, 2017 Rates for additional services, if requested by CITY: Rate Basis Hourly Rate Blended Rate Per hour $110 Creative Direction Per hour $130 Graphic Design Per hour $100 Project Management Per hour $90 Copywriting Per hour $90 Proofreading Per hour $90 Branding/Identity Development Per hour $100 Web Design/Development Per hour $130 Web Maintenance Per hour $100 Twitter Maintenance Per hour $90 App Design/Development Per hour $130 e-newsletter Design Per hour $100 eblast Design Per hour $100 eblast Campaign Management Per hour $100 Facebook Advertising Design Per hour $100 Online Ad Design Per hour $100 Advertising; Media Planning/Buy Per hour $100 Infographic Design Per hour $100 Powerpoint Design Per hour $100 Custom Photography/Art Direction Per hour $150 Stock Photos (Royalty-free) Per photo $25 each Stock Photos (Rights-managed) Per photo TBD Photo editing Per hour $90 Illustration Per hour $100 Mechanical Production Per hour $90 Press Check/Review Print Proofs Per hour $90 Travel/Mileage Rate Per hour TBD Translation Services Per word (1 hr minimum at $100) $0.50 Web audit/evaluation Per hour $110 Movie development (story/script creation, animation graphics) Per hour $150 Multi-cultural marketing (adapting campaigns to address various community groups) Per hour $93 Bill insert creation Per bill insert $1,500 Other projects as needed TBD DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 19 Rev. February 8, 2017 EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 NO PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 City of Palo Alto General Services Agreement 20 Rev. February 8, 2017 A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 DocuSign Envelope ID: 54DE1CBA-3B04-446E-9828-7B159FCDD124 Enjoy Catalog Graphic Design, Editing, Proofing and Formatting Scope of Services Updated: September 2016 Specifications: Enjoy Catalog  Quarterly publication (Winter, Spring, Summer, Fall)  Booklet size: 8” x 10 ½” (See Attached Sample)  Average of 56- 64 pages  Front and back covers in color w/ graphics.  Interior black ink plus one color  Cost out paper quality  Vendor will use existing document design from previous designer. OR, can discuss reformatting catalog.  Page layout and editing consists of approximately 50 hours, on a tight time schedule.  Vendor will be a liaison with City and printer to provide quality control of the product.  City will provide all copy.  Vendor shall provide printer and City with PDF files.  Vendor shall create PDF files for the Enjoy website.  Vendor shall have knowledge of services and programs offered in the Enjoy catalog.  24,000 catalogs to be delivered to Embarcadero Publishing to be distributed in the Palo Alto Weekly.  2,000 to be delivered to Cubberley Community Center for distribution. Summer Camps and Aquatics Guide  One separate annual publication  Booklet size: 8” x 10 ½” (See Attached Sample)  Average of 56 pages  Interior black ink plus one color  Front and back covers in color w/ graphics.  Vendor will use existing document design from previous designer.  Page layout and editing consists of approximately 50 hours, on a tight time schedule.  Vendor will be a liaison with City and printer to provide quality control of the product.  City will provide all copy.  Vendor shall provide printer and City with PDF files.  Vendor shall create PDF files (or other suitable formats) for the Enjoy website.  Vendor shall have knowledge of services and programs offered in the Enjoy catalog.  24,000 catalogs to be delivered to Embarcadero Publishing to be distributed in the Palo Alto Weekly.  2,000 to be delivered to Lucie Stern Community Center for distribution. Attachment 1: Samples of past Enjoy catalog (Summer and Fall 2016) Attachment 2: Spring, Summer and Fall 2017 Production Schedule