Loading...
HomeMy WebLinkAboutStaff Report 7046 City of Palo Alto (ID # 7046) City Council Staff Report Report Type: Consent Calendar Meeting Date: 11/14/2016 City of Palo Alto Page 1 Summary Title: Managed Print Services Contract with ARC Title: Approval of Contract with American Reprographics Company, LLC (ARC) for Managed Print Services for a Not-to Exceed Total of $1,683,173 Over Five Years From: City Manager Lead Department: Administrative Services Recommendation Staff recommends that Council authorize the City Manager or his designee to enter into a 5- year contract with American Reprographics Company, L.L.C. (ARC) (Attachment A) to provide city-wide multifunctional printer (MFP) equipment and coinciding managed print services (MPS) in an amount not to exceed $367,068 per year in place of the expired Toshiba copier lease agreement and the current month-to-month Toshiba agreement. Executive Summary The City of Palo Alto has used services provided by ARC for document scanning, storage, retrieval and collaboration as part of the City’s ongoing effort to transform paper-based processes into the electronic workspace. Staff is recommending the next step in this evolution by entering into the ARC contract to implement new multifunctional printers under a managed print services model that links via the cloud to the ARC document storage platform. The new MFPs would replace the City’s current fleet of standard office copiers. Staff evaluated solution options from a number of vendors offered through cooperative pricing arrangements and determined that ARC offered the best combination of price and features. Background In Palo Alto’s continued efforts of becoming a digital and sustainable city, the City has contracted with ARC Document Solutions for a software as a service (Saas) document imaging and records management solution, known as Plan Well Collaborate. The ARC SaaS electronic document management system (DMS) utilizes optical character recognition (OCR) technology to enhance dynamic records management and retention. This includes document imaging and scanning services of the City’s existing paper file records and to further enhance our ever increasing digital records processing practices across the City organization. City of Palo Alto Page 2 The benefits have significantly improved upon the security, integrity, and availability of public record documents as well as: gaining back valuable square footage office space once taken up by large file cabinet systems; savings in office supply costs from reduced copying and filing practices; and sustainability gains from greener practices of using less paper, electricity and fewer copier toner cartridges. These benefits are currently in practice in the Purchasing Division where it has gone largely paperless as a business model. This proposed contract would expand ARC’s paperless services by replacing the City’s current fleet of copiers with multifunctional printers that are linked via the cloud to the ARC Plan Well Collaborate system. The linkage between the MFPs and Plan Well Collaborate will allow City staff to send electronic copies of documents directly into an electronic space from which documents can be stored and shared without printing. This will represent another step in the evolution of the City going paperless for its business operations, thus improving efficiency. This new proposed contract with ARC does not make any changes to the City’s Print Shop, which will continue to print the City Council packet and other large print jobs under the Print Shop’s existing contracts. Discussion Solicitation Process: In an effort to effectively address the City’s expiring Toshiba Lease Agreement for Multifunctional Printer (MFP) equipment, ASD’s Purchasing and Contracts Administration division conducted a procurement analysis of cooperative purchasing agency opportunities (“COOP agreements”), as the most economical approach to renew MFP equipment service, as provided under PAMC 2.30.360(J). During the comparative analysis of cooperative agreements from each of the known MFP equipment lease providers, the Purchasing Division learned from its current provider of document scanning and electronic records management SaaS that they have a more economical service model for the City to consider over the traditional ‘equipment lease’ model. After considerable research, staff determined that a more formal solicitation would be impractical or unavailing and would not be useful or produce any advantage for the City in that few vendors are currently offering the cost-per-copy service model and this model would be more economically advantageous for the City as compared to the more traditional equipment lease model. In addition, the current contract with ARC allows the City to terminate services within a ninety-day period in the event other vendors begin entering the market place and staff determines a formal solicitation would result in more favorable price or terms. Accordingly, based on PAMC 2.30.360(b), the City Manager determined a solicitation would be unavailing at this time and subsequently, ARC Document Solutions was selected over all others to provide MFP equipment and Managed Print Services (MPS), because of the unique advantages of their cost-per-copy service model. Staff compared MPS offerings from ARC, Cannon, EIS-Xerox, Toshiba, Ricoh, Sharp and CT- Konica, KBA-Kyocera and Ricoh. No other provider had the benefits listed below, while City of Palo Alto Page 3 maintaining a competitive price point. This comparison is detailed in Attachment B. Note that the costs for the vendors compared to ARC in Attachment B do not include the vendors’ click- charge, which would make each vendor’s cost exceed the ARC cost. (This is noted on Attachment B with the asterisk and highlighted in green.) Unlike the other MFP/MPS service providers, ARC does not require equipment leasing. There is no fix term cost that would otherwise prevent us from decreasing or even ending service without penalty. ARC’s service model allows the City numerous advantages as detailed below. Additionally, awarding to any other service provider may present technology problems of untimely MPS service outages whenever ARC performs a system upgrade to our interfacing electronic records management tool Plan Well Collaborate, which is used by City departments for imaging, scanning and retrieval. Benefits: By utilizing our current provider ARC Document Solutions as our multifunctional printer equipment provider we gain a number of unique advantages over all other MFP providers. The first advantage is that through ARC’s “cost-per-copy” business model, ARC carries their own equipment contracts with all printer manufacturers. Therefore, new MFP equipment is provided ‘free’ to the City for use. The City benefits from this model as we may end service at any time without term penalty; We can change up equipment without penalty or restriction; We are constantly able to down grade or reduce our printer inventory over time as we transition to increased electronic document processing. Our current total cost of ownership as a fixed lease cost with costs tied to the leasing of Toshiba copier equipment totals has average monthly $34,958. ARC’s cost-per-copy proposal offers a declining cost model. In the first year the cost-per-copy cost is reduced by a client standard 20%. In each subsequent year the cost-per-copy cost is reduced another 5% to 11% on average, depending upon how progressive the organization becomes in printing less or going paperless in office practices. The 20% reduction is largely due to two realized efficiencies as follows: 1) One area of cost reducing efficiency is realized by our ability to eliminate a significant amount of printer equipment, such as 50+ augmenting large HP color printers which would also free up valuable square footage of office floor space once occupied by this equipment. Along with 39 fax machines and associated analog lines, and an initial ongoing reduction of local desktop printers no longer needed under the newer technology. The City’s current fleet of some 300 local desktop printers throughout the City would no longer be required for the sole benefit of confidential printing purposes where the new MFP equipment provides “secured print” technology where users retrieve print jobs in their presence from a print retrieval queue at any networked MFP of their choice, rather than having documents sit in waiting on unsecured centralized printers. The secure print technology also assists in reducing waste in print retrieval. Studies City of Palo Alto Page 4 by MFP equipment providers validate that 20 percent of the paper printed by printers are never picked up. In the secure print environment desktops print to a retrieval queue and if not printed from the queue will simply expire without wasting paper, toner and electricity. 2) The other cost reducing efficiency is continuously realized through “rules based printing” as a dynamic feature of the managed print services software. One of its dynamics is in helping manage the routing of print work from desktops to appropriate print devices, such as forcing large print work to the more efficient production print shop equipment. Another dynamic is an ability to regulate print activity, such as restricting certain types of printing in Color to B&W instead, or in some cases not allow printing at all. Another dynamic feature is in providing customizable popups on desktops to inform system users on printing smarter, such as an individual’s printing cost against their budget, their green footprint compared to next best performer, and tips to greener paperless document management - as with Microsoft Office 365 and DocuSign. Additional advantages include:  By not being tied to equipment leases means we have the flexibility to choose any brand and model of MFP equipment we feel to be the best application in given business environments at any time without penalty. This can mean multiple brands and /or models across the City. Of course we would seek to standardize as much as possible to maximize operational efficiency.  ARC includes all toner cartridges, printer paper, network monitoring, maintenance and repair as built in costs. And within the service model of ARC’s MPS program they will come out to the customer sight to physically replace low toner cartridges and stock paper that they remotely monitor for replacement/replenishment.  The mobility of printing that Managed Print Services provides through a feature called follow me print technology. This is a feature where not only can prints be retrieved from any one networked printer through the secure print technology, but also remotely printed from a phone or tablet app to the MPS print queue.  The feature rich reporting ability of ARC’s MPS platform. ARC conducts Quarterly reviews and analysis of an organizations entire print activity, including ink/toner level usage to provide from summary level to detailed office area level reports so mangers can make informed decisions on printing practices as well as to recognize opportunities for adopting print-less and paperless practices. ARC can also provide the City with MPS dashboard featured access for onsite monitoring as well.  Another advantage is ARC’s Option 2 proposal for onsite equipment servicing. ARC supplies the toner cartridges and paper - of choice - rolled into their proposed monthly cost. Then ARC service representatives monitor and respond to low toner cartridge level readings from the MPS system dashboard to replenish cartridges and paper. The service reps can also see and proactively respond to errors or signs of failures registering City of Palo Alto Page 5 on the MPS system dashboard. In doing so, unlike lease agreements the cost-per-copy program allows ARC to replace equipment as needed without cost to the City. ARC’s service level agreement (SLA) allows departments to stay focused and uninterrupted in their work. The benefits of managed print services extends beyond using managed print services software itself to effectively integrate with e-document management software, such as with the City’s current Office 365 platform and integrated “Plan Well Collaborate” platform to help close the technology loop of achieving a more paperless office environment; Improving the security and availability of information and documents; Provide ‘rules-based-printing” program to help intelligently improve upon our printing practices, even to the point of printing less; Automatically provide departments and city management with dynamic reporting to make more informed decisions on the City’s printing practices to achieve maximum cost savings, sustainably green goals, and business process efficiencies. City departments with high-printing use were involved in review of ARC’s service model and offerings of equipment. Department stakeholders were given the opportunity to view ARC’s Demonstration of their MFP and MPS platform. Resource Impact The City currently receives copier services from Toshiba. The table below shows the proposed cost of a new Toshiba contract using COOP pricing compared to the proposed ARC contract. The direct or hard costs will increase approximately $2,500 per month under the new ARC contract initially. However, with the expected decrease in printing volume, as the City shifts to more pure electronic documents, that difference will be eliminated and an estimated cost savings of $8,623 per month will be achieved by year five of the contract. The ARC contract would include a service that delivers and installs new toner and replenishes paper, thus removing $6,058 in related staff time or “soft costs” immediately. By not having to manage toner and paper restocking, administrative staff will have a portion of time freed up for other higher-value tasks. The cost of the ARC contract will be covered within the existing budget for the citywide Toshiba contract for printers along with the cost for toners and paper and will be allocated to departments and funds based on usage as tracked by the MPS software. No additional budget adjustement is requested as part of this contract amendment. The citywide cost for printing under the ARC contract will be monitored and may be adjusted in the upcoming annual budget cycle as printing demand requires. However, it is expected that with rules based printing and monitoring offered with the MPS software, overall citywide printing costs will decrease in years two through five of the contract. City of Palo Alto Page 6 Multifunctional Printer Equipment/Service Cost Analysis Description Toshiba Lease (with MPS) Toshiba Annual Lease Cost PROPOSED ARC Monthly Cost (with MPS) Proposed Annual No Lease Cost Proposed MFP Equipment $ 23,035 $ 27,921 Toner $ - $ 2,184 Paper $ 3,109 $ 484 HP Printer Maint./Depreciation $ - $ - Fax lines 39 x $50 $ 1,950 $ - Subtotal (Hard Costs): $ 28,095 $ 337,140 $ 30,589 $ 367,068 ordering toner (labor) $ - $ - Replacing toner (labor) $ 1,133 $ - Replacing paper (labor) $ 4,365 $ - invocie processing (labor) $ 360 $ 120 Subtotal (Soft Costs): $ 6,058 $ 120 Grand Total: $ 34,153 $ 30,709 1st Yr.* $ 34,153 $ 409,840 $ 30,709 $ 368,506 2nd Yr. $ 34,153 $ 409,840 $ 29,313 $ 351,753 3rd Yr. $ 34,153 $ 409,840 $ 27,987 $ 335,838 4th Yr.** $ 34,153 $ 409,840 $ 26,727 $ 320,719 5th Yr.** $ 34,153 $ 409,840 $ 25,530 $ 306,356 5 Year Total Cost Comparison*** $ 2,049,200 $ 1,683,173 * Lease cost does not adjust downwards for reduced printing for Toshiba ** Year 4 and 5 are estimates for Toshiba *** Cost per click not included in the cost for Toshiba Environmental Review These services do not constitute a project for the purposes of the California Environmental Quality Act. Attachments:  Attachment A: ARC MPS Contract (PDF)  Attachment B: Comparison (PDF) Attachment A  1 City of Palo Alto General Services Agreement Rev. April 27, 2016   CITY OF PALO ALTO CONTRACT NO.          GENERAL SERVICES AGREEMENT      THIS AGREEMENT made and entered into on the 1st day of January, 2017, by and  between the CITY OF PALO ALTO, a California chartered municipal corporation  (“CITY”), and ARC DOCUMENT SOLUTIONS, a Texas Limited Liability Company, doing  business at 2430 Mariner Square Loop, Ste A, Alemeda, Ca 94501, Telephone Number:  (415) 495‐2542 (“CONSULTANT”)(each a “Party” and collectively, the “Parties”).  In  consideration of their mutual covenants, the parties hereto agree as follows:      1. SERVICES.  CONSULTANT 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.  CONSULTANT 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    “A‐1” – On‐Call Task Order (Optional)      “B” ‐ Schedule of Performance     “C” – Schedule of Fees    “D” ‐ Insurance Requirements    “E” ‐ Performance and/or Payment Bond     “F” ‐ Liquidated Damages (Optional)        CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED.     3.    TERM.  Attachment A  2 City of Palo Alto General Services Agreement Rev. April 27, 2016   The term of this Agreement is from 12/01/2016 to 12/30/2021 inclusive, subject  to the provisions of Sections Q and V of the General Terms and Conditions. The  Term of this Agreement shall be for (60) sixty months (“Term”), beginning on the  date of installation. Thereafter, the term of this Agreement shall be renewed  only upon mutual agreement, unless otherwise terminated by either party.            4. SCHEDULE OF PERFORMANCE.  CONSULTANT 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 CONSULTANT, 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 CONSULTANT 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        dollars ($     );  OR     The sum of thirty‐thousand, five hundred eighty‐nine dollars ($30,589)  per month, not to exceed a total maximum compensation amount of  three hundred sixty‐seven thousand, sixty‐eight dollars ($367,068) per  year; OR     A sum calculated in accordance with the fee schedule set forth at Exhibit  C, not to exceed a total maximum compensation amount of       dollars   ($     ).    CONSULTANT 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 CONSULTANT 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       dollars ($     ) for Additional  Services.  CONSULTANT shall provide Additional Services only by  advanced, written authorization from the CITY Manager or designee.   CONSULTANT, at the CITY’s request, shall submit a detailed written  proposal including a description of the scope of services, schedule, level  of effort, and CONSULTANT’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 CONSULTANT shall not perform any  Attachment A  3 City of Palo Alto General Services Agreement Rev. April 27, 2016 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.            6. COMPENSATION DURING ADDITIONAL TERMS.        CONSULTANT’S compensation rates for each additional term shall be the  same as the original term; OR      CONSULTANT’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 CONSULTANT’s  compensation rates be increased by an amount exceeding five percent of  the rates effective during the immediately preceding term.  Any  adjustment to CONSULTANT’s compensation rates shall be reflected in a  written amendment to this Agreement.      7.  INVOICING.  CONSULTANT will bill CITY once a month based on meter. Any  meter/tracking data difference will be charged or credited to CITY’s overhead  account. If required, third‐party invoices will be provided to CITY at reimbursable  rates. Payment due from CITY will be provided on monthly statement. Special  billing reports and requirements beyond CONSULTANT’s standard billing  statement, project invoices, and data backup are available upon request for an  additional fee.     Send all invoices to CITY, Attention: Project Manager.  The Project Manager is  Mary Figone, Dept.: Administrative Services Department, Accounts Payable  Division, Telephone: (650) 329‐2472.  Invoices shall be submitted in arrears for  Services performed.  Invoices shall not be submitted more frequently than  monthly.  Invoices shall 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    Attachment A  4 City of Palo Alto General Services Agreement Rev. April 27, 2016 A. ACCEPTANCE.  CONSULTANT 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.  CONSULTANT 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  CONSULTANT’s representations regarding its skills, knowledge, and  certifications.  CONSULTANT 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 CONSULTANT.  It is understood and agreed that in the  performance of this Agreement, CONSULTANT and any person employed by  CONSULTANT shall at all times be considered an independent CONSULTANT and  not an agent or employee of CITY.  CONSULTANT shall be responsible for  employing or engaging all persons necessary to complete the work required  under this Agreement.    D. SUBCONSULTANTS.  CONSULTANT may not use subCONSULTANTs to perform  any Services under this Agreement unless CONSULTANT obtains prior written  consent of CITY.  CONSULTANT shall be solely responsible for directing the work  of approved subCONSULTANTs and for any compensation due to  subCONSULTANTs.    E. TAXES AND CHARGES.  CONSULTANT shall be responsible for payment of all  taxes, fees, contributions or charges applicable to the conduct of CONSULTANT’s  business.    F. COMPLIANCE WITH LAWS.  CONSULTANT shall in the performance of the  Services comply with all applicable federal, state and local laws, ordinances,  regulations, and orders.     G. PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT 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,  CONSULTANT 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  Attachment A  5 City of Palo Alto General Services Agreement Rev. April 27, 2016 geographic boundaries of the CITY of Palo Alto.  In addition, CONSULTANT 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.  CONSULTANT 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  CONSULTANT’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 CONSULTANT’s performance of the  Services.  CITY shall submit written documentation in support of such  withholding upon CONSULTANT’s request. When the grounds described above  are removed, payment shall be made for amounts withheld because of them.    I.  WARRANTIES. CONSULTANT 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.   CONSULTANT expressly warrants that all materials, goods and equipment  provided by CONSULTANT 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.  CONSULTANT 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 CONSULTANT’s work is completed in a  satisfactory manner and complies with the provisions of this Agreement.     K. CITY’S PROPERTY. Excluding any improvements, additions, and/or new  inventions, know‐how, documentation, software, and data that relates  exclusively to CONSULTANT’s intellectual property (collectively, the  “CONSULTANT Pre‐Existing IP”), 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 restriction or limitation upon their use and will not be made available to  any individual or organization by CONSULTANT or its subCONSULTANTs, if any,  without the prior written approval of the CITY Manager.    Attachment A  6 City of Palo Alto General Services Agreement Rev. April 27, 2016 L. AUDITS.  CONSULTANT 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, CONSULTANT’s records pertaining to  matters covered by this Agreement.  CONSULTANT 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. (a)INSURANCE AGAINST DAMAGE TO PROVIDED EQUIPMENT ‐ CITY,  at its own expense, shall obtain and maintain in full force and effect, without  interruption during the Term of the Agreement, insurance for the Equipment for  its full replacement value against all types of loss or casualty, including theft, fire,  flood and earthquake coverage, and CITY shall be responsible for any repair or  replacement of the Equipment during the Term made necessary by CITY’s act or  omission, or by any misuse or abuse of the Equipment. CONSULTANT agrees CITY  may meet this obligation through self‐insurance.    (b) CONSULTANT, 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. CONSULTANT shall obtain a policy  endorsement naming the City of Palo Alto as an additional insured under any  general liability or automobile policy.  CONSULTANT 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.  CONSULTANT 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.  CONSULTANT shall include  all subCONSULTANTs as insured under its policies or shall obtain and provide to  CITY separate certificates and endorsements for each subCONSULTANT that  meet all the requirements of this section. The procuring of such required policies  of insurance shall not operate to limit CONSULTANT’s liability or obligation to  indemnify CITY under this Agreement.    Attachment A  7 City of Palo Alto General Services Agreement Rev. April 27, 2016 O.  HOLD HARMLESS/INDEMNIFICATION.  To the fullest extent permitted by law  and without limitation by the provisions of section N relating to insurance,  CONSULTANT shall indemnify, defend and hold harmless CITY, its Council  members, officers, employees and agents from and against any and all demands,  claims, injuries, 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  negligent performance of this Agreement.  CONSULTANT’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  CONSULTANT shall not be obligated to indemnify for liability arising from the  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, CONSULTANT 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. CONSULTANT 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. CONSULTANT, 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.    CITY may terminate this Agreement prior to the expiration of the Term, without  cause, upon ninety (90) days prior written notice to ARC. Similarly, ARC may  elect, without cause, to terminate this Agreement upon ninety (90) days prior  written notice and take immediate possession of the Equipment and Software.  During the Term of this Agreement the Equipment and Software shall remain the  sole property of CONSULTANT.  Attachment A  8 City of Palo Alto General Services Agreement Rev. April 27, 2016   If CONSULTANT 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, CONSULTANT shall immediately  discontinue performance. CITY shall pay CONSULTANT for services satisfactorily  performed up to the effective date of termination.  If the termination if for  cause, CITY may deduct from such payment the amount of actual damage, if any,  sustained by CITY due to CONSULTANT’s failure to perform its material  obligations under this Agreement.  Upon termination, CONSULTANT shall  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 CONSULTANT or given to CONSULTANT, 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.  Neither Party shall  assign or transfer this Agreement without the prior written consent of the other  Party.  No amendments, changes or variations of any kind are authorized  without the written consent of the other Party.    T. CONFLICT OF INTEREST.  In accepting this Agreement, CONSULTANT 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.  CONSULTANT further covenants that, in  the performance of this Contract, it will not employ any person having such an  interest.  CONSULTANT certifies that no CITY Officer, employee, or authorized  representative has any financial interest in the business of CONSULTANT and  that no person associated with CONSULTANT has any interest, direct or indirect,  which could conflict with the faithful performance of this Contract.   CONSULTANT 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.    Attachment A  9 City of Palo Alto General Services Agreement Rev. April 27, 2016 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.          X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE  REQUIREMENTS.  CONSULTANT 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.   CONSULTANT 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, CONSULTANT shall comply with the  following zero waste requirements:     All printed materials provided by CONSULTANT 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 CONSULTANT 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. CONSULTANT 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. CONSULTANT is not required to  pay prevailing wages in the performance and implementation of the Project in  Attachment A  10 City of Palo Alto General Services Agreement Rev. April 27, 2016 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     CONSULTANT 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.  CONSULTANT shall provide a copy of prevailing wage rates to any staff or  subCONSULTANT hired, and shall pay the adopted prevailing wage rates as a  minimum.  CONSULTANT 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 CONSULTANT without proof that  CONSULTANT and its listed subCONSULTANTs are registered with the California  Department of Industrial Relations (“DIR”) to perform public work, subject to  limited exceptions.  CITY requires CONSULTANT and its listed subCONSULTANTs  to comply with the requirements of SB 854.    CITY provides notice to CONSULTANT of the requirements of California Labor  Code section 1771.1(a), which reads:    “A CONSULTANT or subCONSULTANT 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 CONSULTANT 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 CONSULTANT is registered to perform public work  pursuant to Section 1725.5 at the time the contract is awarded.”    Attachment A  11 City of Palo Alto General Services Agreement Rev. April 27, 2016 CITY gives notice to CONSULTANT and its listed subCONSULTANTs that  CONTRCATOR is required to post all job site notices prescribed by law or  regulation and CONSULTANT is subject to SB 854‐compliance monitoring and  enforcement by DIR.    CITY requires CONSULTANT and its listed subCONSULTANTs to comply with the  requirements of Labor Code section 1776, including:    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, CONSULTANT and its  listed subCONSULTANTs, 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  CONSULTANT and its listed subCONSULTANTs, respectively.    At the request of CITY, acting by its project manager, CONSULTANT and its listed  subCONSULTANTs 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 CONSULTANT  and its listed subCONSULTANTs 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 business day period, then CONSULTANT and its listed subCONSULTANTs  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 CONSULTANT.    Inform the project manager of the location of CONSULTANT’s and its listed  subCONSULTANTs’ 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 CONSULTANT’s proposal (if any), the Agreement shall control.  In the case of  any conflict between the exhibits hereto and CONSULTANT’s proposal, the  exhibits shall control.    Attachment A  12 City of Palo Alto General Services Agreement Rev. April 27, 2016 CC.DISPUTE AND GOVERNING LAW: Any controversy or claim arising out of or  relating to this Agreement, or the breach thereof, shall be settled by binding  arbitration and judgment on the award rendered by the arbitrator. Such  judgment may be entered in any court having jurisdiction thereof. The prevailing  party in any arbitration concerning this Agreement shall be entitled to  reasonable attorneys' fees. Except as otherwise specifically stated, this  Agreement shall be governed by and construed in accordance with the laws of  the State of California without giving effect to any choice or conflict of law  provision or rule.    DD.WAIVER OF BREACH: No waiver of any provision of this Agreement shall be  effective unless such waiver is in writing and signed by the party against whom  such waiver is sought to be enforced.    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 City Manager (Contract over $85k) APPROVED AS TO FORM: City Attorney or designee (Contract over $25k) ARC DOCUMENT SOLUTIONS Officer 1 By: Name: Title: Officer 2 By: Name: Title: Attachment A  1 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT A  SCOPE OF SERVICES   SUMMARY   ARC Document Solutions, LLC (“ARC”) will provide the Equipment, Software, and Services  outlined in Exhibit A‐1.     IMPLEMENTATION: ARC shall plan and coordinate with the CITY of Palo Alto (“CITY”) a phased  in implementation process of agreed to brand(s) and models of multi‐functional printers, any  other equipment (scanners), and the Abacus Managed Print Services (MPS) software. ARC’s  implementation process shall include assessment of each implementing CITY department’s  business work processes. The implementation shall also provide adequate MPS and equipment  use training. The implementation process shall adequately assist the CITY in maximizing its use  of the managed print services technology and the equipment technology, both of which allow  the CITY’s to print less and increase use of the CITY’s electronic document management  practices.  The implementation schedule can be found in Exhibit A‐2     SERVICE LEVEL: During the Term, ARC shall provide onsite service and/or remote service (when  access is allowed by CITY) during normal business hours (“Services”). Diagnosis will be  performed within a 4‐8 hour time‐frame and resolution, when feasible within 48 hours.     ONGOING SUPPORT, INSTALLATION, RELOCATIONS & REINSTALLATIONS: ARC and CITY agree  to meet, as needed, to discuss service, volume, and/or new technologies. CITY agrees the  Equipment shall not be relocated without the prior written approval of ARC. Relocation and  software re‐installation fees will be assessed at the time of the request at $150.00 per hour.  CITY agrees not to allow any sub‐tenants with additional networks to use or access ARC  Equipment without the prior approval of ARC.    CITY may option to have ARC change out the brand and/or model of equipment at any one or  more locations. If the CITY places three (3) service calls on any given Multifunctional Device  (MFD) copier within a month, ARC will escalate to the equipment manufacturer. If the MFD  copier has not been fixed and the issue(s) still persists within ninety (90) days, a like for like  copier equipment (L4L) will be rendered. CITY is advised by ARC to limit equipment variety  wherever possible in order to sustain end user consistency of equipment use within the MPS  environment. CITY may option to have ARC replace any equipment at any location that is found  to be deficient in performance.  CITY may at any time exercise its option to have ARC remove  any of the equipment ARC provides at any location without penalty or cost to the CITY.    PAPER SUPPLY: Included as part of the service, ARC will supply copier/printer paper in the  type/grade required by the city.  ARC will be remotely monitoring paper usage, toner usage,  and all equipment activity, in an effort to maintain 100% uptime performance. Paper will be  automatically delivered to the various departments where equipment is located, based on the  appropriately monitored usage levels of each equipment unit. This means the intervals and  amounts of cases of paper shipped will vary by location based on usage rates in each location.  Attachment A  2 City of Palo Alto General Services Agreement Rev. April 27, 2016 ONSITE SUPPORT: CONSULTANT to Provide One (1) Part‐Time Onsite Employee to replace  paper and toner at all scheduled locations.    ABACUS TRACKING SOFTWARE:    Implement Abacus to enable/encourage continuous improvement of sustainable  printing practices with Rules Based Printing to reduce hardcopy/color printing/costs, to  encourage paperless work flows and redirect large print jobs to the print center.  Print  Retrieval to improve confidentiality and to eliminate wasted prints saving paper.   Print and Copy Tracking to identify, track and allocate costs to appropriate departments   Print & Archive / Scan to Archive workflow to SkySite InfoLink    Data Cost Agent to automatically replenish toner for networked devices and reduce  admin time managing ink/toner/paper inventory, proactively monitor error messages  and create a more proactive approach to printer support to reduce downtime.    Software to include: Abacus Print Management User Licenses (500 Users), Abacus Print  Management Device Licenses (60 Devices), On‐Site Installation & Training, Annual Support,  Hardware Server, Installation of RFID Card Readers to all MFD copiers.      REPORTING: ARC will provide reports to CITY of Palo Alto’s Department / Division level  managers on established intervals (monthly and quarterly). ARC will provide enterprise‐wide  activity reports quarterly to the CITY’s executive and environmental management.  Reports  will range in detail from equipment usage activity to individual desktop user activity. ARC  representatives are available to help review and interpret report data as needed.    Attachment A  1 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT A‐1 Equipment  Attachment A  1 City of Palo Alto General Services Agreement Rev. April 27, 2016 Attachment A  1 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT A‐2 IMPLEMENTATION PLAN  Attachment A  2 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT B SCHEDULE OF PERFORMANCE EXHIBIT C SCHEDULE OF FEES Compensation based upon fee schedule CITY shall pay CONSULTANT according to the following rate schedule.  The maximum amount of compensation to be paid to CONSULTANT, including both  payment for services and reimbursable expenses, shall 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.  Attachment A  3 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT D INSURANCE REQUIREMENTS CONSULTANTS 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: CONSULTANT, 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 CONSULTANT 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 CONSULTANT’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 AT THE FOLLOWING URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” Attachment A  4 City of Palo Alto General Services Agreement Rev. April 27, 2016 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 CONSULTANT 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 CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. Vendors are required to file their evidence of insurance and any other related notices with the CITY of Palo Alto at the following URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569 OR http://www.cityofpaloalto.org/gov/depts/asd/planet_bids_how_to.asp MultiFunctional Printer (MFP) Cooperatives for CoPA Vendor:ARC**Toshiba*Cannon*EIS-Xerox*CT-Konica*Sharp*KBA-Kyocera*Ricoh* COOP (PA contract)NIPA NIPA PEPPM NASPO (WSCA)St. Florida KCDA NASPO (WSCA) Lease per mo. Cost $28,692.72**$12,290.47 $12,795.32 $11,498.10 $9,556.58 $8,930.87 $7,339.89 $8,297.50 MPS annual Cost Included 12,000.00$ 15,000.00$ 16,000.00$ 17,000.00$ 18,000.00$ 23,851.00$ 15,000.00$ Total monthly cost $28,692.72 $24,290.47 $27,795.32 $27,498.10 $26,556.58 $26,930.87 $31,190.89 $23,297.50 Contract Term 60/Months (MPS)36/Months 36/Months 36/Months 36/Months 36/Months 36/ months 36/Months Sustainable Pkg Removes Pkg Partial Partial Partial Partial Partial 100%Partial BW/Color Clicks Yes Yes No Yes No Yes No No Per Click B/W cost (0.07 Incl**)incl 0.0068 incl 0.005 Variable 0.007 variable Per Click Color cost (0.19 incl**)incl 0.0068 incl 0.055 Variable 0.01-0.04-0.07 variable Contact Mike Wells Laurie Corral Jeff Carvalho Sean Bandy Andrew Young Peter Bishel Tim Finnegan Cathy Conley Phone (408) 400-0490 (925) 277-2162 (415) 743-7324 (408) 328-5369 (408) 328-5377 (408) 436-5300 (650) 401-6897 (408) 546-2638 ** = Monthly "Non-lease" cost includes MFD's, MPS, toner, paper, and Click charges-est. cost per current volume - declining cost through MPS program * = Monthly Lease cost only, click-charge cost not calculated, but would increase the total monthly cost under each vendor Managed Print Services Program Business Model Criteria ARC RABBIT HP Staples Cannon Xerox Toshiba Ricoh KBA Sharp Konica/Minolta Provide copier equipt.Free Lease No eqp No eqp Lease Lease Lease Lease Lease Lease Lease MFP Mfr. agnostic Yes No No No No No No No limited No No Rules Based Printing (RBP)Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes RBP control to PlanWell Collaborate Yes limited limited limited limited limited limited limited limited limited limited customizable RBP 'popups' programming Yes Yes No No limited limited Yes Yes Yes Yes Yes Dynamic billing of print jobs Yes No No No No No Limited No Yes No No Realtime' MPS monitoring Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes 3-Tier color printing No No No No No No No No Yes No No MPS Srvc Maint Options + hybrids Yes Yes limited limited Yes Yes No Yes Yes Yes Yes Follow me Print (Offsite)Yes No No No No Yes No No Yes No No Follow me Scan (Offsite)Yes No No No No Yes No No Yes No No App for airprint Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes PCL or Postscript print drivers Yes No No No No Yes No No Yes No No Biomass Plastic components Yes No No No No Yes Yes No Yes No Yes Induction Heat Fuser & LED technology Yes Yes No No Yes Yes Yes Yes Yes Yes Yes Single pass duplexing Yes Yes No No Yes Yes Yes Yes Yes Yes Yes Tablet type display Yes No No No Yes Yes Yes No Yes No Yes Includes toner cartridges Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Install toner cartridge replcmts Yes*No No No No No No No Yes No No Paper Included, 20# 30-100% RCP Yes No No No No No No No No No No 100% RC Paper Capable Yes Yes No No Yes Yes Yes Yes Yes Yes Yes Integrate with ARC Doc. Mgt. SaaS Yes limited limited limited limited limited limited limited limited limited limited Secure Print card reader Yes Yes No No Yes Yes Yes Yes Yes Yes Yes Secure Print PIN Yes Yes No No Yes Yes Yes Yes Yes Yes Yes Yes = provides No = does not provide Limited = limited coverage / integration / functionality, or additional cost * = Cartrige Replacement Service additional cost ($5K) NOTES: 3-Tier printing potential savings to City except 75% of current color printing is done by City Print Shop or outsourced companies, ex. Prodigy Press. Emphasis on not to print. No other providers outside of ARC can provide detailed level document controls to City's e-document management platform "PlanWell Collaborate". Adding another provider for MFD's and MPS creates more complex system to manage with respect to "PanWell Collaborate" and possible system outages or errors