Loading...
HomeMy WebLinkAboutC-5278 - Service Agreement for Reprographic ServicesSERVICE AGREEMENT WITH OFFICE DEPOT, INC., FOR REPROGRAPHIC SERVICES THIS SERVICE AGREEMENT ( "Agreement') is made and entered into as of this 1st day of January, 2013 ( "Effective Date ") by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City "), and OFFICE DEPOT, INC., a Delaware corporation ( "Contractor"), whose address is 6600 North Military Trail, Boca Raton, Florida 33496 and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to provide reprographic services to all City departments ( "Project "), C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. D. The principal member of Contractor for purposes of Project shall be Donna Carranza, Solutions Development Manager. E. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1.1 On July 12, 2010, The Cooperative Purchasing Network ('TCPN ") awarded Contractor TCPN Contract No. R5023 for Office Supplies, Related Products and Office Services (as amended to date, the "Master Agreement'), which permits government entities to purchase goods and services in accordance with terms and conditions set forth in the Master Agreement. The purpose of this Agreement is to allow the City to purchase supplies from Contractor at the discounted prices set forth in the Master Agreement. The undersigned representative of the City is authorized, on behalf of the City, to contract with Contractor for the purchase of the office supplies and services in accordance with the terms of the Master Agreement and this Agreement. 1.2 To that end, the Master Agreement is hereby incorporated by reference as if set forth herein in its entirety, and attached hereto as Exhibit A, including all subsequent amendments thereto. However, to the extent any terms and conditions set forth in the Master Agreement (excepting any terms and conditions relating to price and cost) conflict with any terms and conditions of this Agreement, this Agreement shall prevail 2. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2015 unless terminated earlier as set forth herein. 3. SERVICES TO BE PERFORMED City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit B and incorporated herein by reference ( "Services" or "Work"). The City may elect to delete certain Services within the Scope of Services at its sole discretion. 4. TIME OF PERFORMANCE 4.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit B. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit B, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 4.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within one (1) business day of the occurrence causing the delay to the other party so that all delays can be addressed. 4.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator (as defined in Section 6 below) not later than one (1) business day after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 4.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 5.1 City shall pay Contractor for the Services on a time and expense not -to- exceed basis in accordance with the provisions of this Section, the Schedule of Billing Rates or Progress Payments Schedule attached hereto as Exhibit C and incorporated herein by reference and the Master Agreement. Exhibit C sets forth the pricing under the Master Agreement as of the Effective Date. Such pricing offered hereunder will be updated in accordance with any updates pursuant to the Master Agreement. Contractor's compensation for all Work performed in accordance with this Agreement, OFFICE.._ DEPOT, . Page including all reimbursable items and subcontractor fees, shall not exceed Six Hundred Thousand Dollars and No /100 ($600,000.00) without prior written authorization from City. In the event there are any billing rate changes resulting from changes to the Master Agreement, Contractor shall notify City no less than thirty (30) days prior to any rate changes taking effect. 5.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name of the person who performed the Work, a brief description of the Services performed and /or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 5.3 City shall reimburse Contractor only for those costs or expenses specifically identifiedherein, or specifically approved in writing in advance by City. 5A Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit C and the Master Agreement. 6. PROJECT MANAGER 6.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Donna Carranza, Solutions Development Manager to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit B or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 6.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 7. ADMINISTRATION This Agreement will be administered by the Finance Department. The Administrative Support Services Coordinator or his /her designee, shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her designee shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. OFFICE DEPOT, INC. Page 3 8. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one (1) copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 9. STANDARD OF CARE 9.1 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with the highest industry standards. For purposes of this Agreement, the phrase "highest industry standards" shall mean those standards of practice recognized by one (1) or more first -class firms performing similar work under similar circumstances. 9.2 All Services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the highest industry standard. 9.3 Contractor represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 9.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. w '• r 10.1 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties') from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, OFFICE DEPOT, INC. Page 4 subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 102 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 12. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 13. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 14. PROGRESS Contractor is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. OFFICE DEPOT, INC. Page 5 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit D, and incorporated herein by reference. 16, PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint - venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. 17. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit B. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. The City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and the City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval Of City. 18, OWNERSHIP OF DOCUMENTS 18.1 Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 18.2 Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Contractor will be at City's sole risk and without liability to Contractor. Further, any and OFFICE DEPOT, INC. Page 6 all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor written consent for such changes. All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 20. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes, and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 21. INTELLECTUAL PROPERTY INDEMNITY The Contractor shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Contractor's Documents provided under this Agreement. 22. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 23. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. OFFICE DEPOT, INC. Page 7 In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Contractor, the additional design, construction and /or restoration expense shall be borne by Contractor. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 26. CONFLICTS OF INTEREST 26.1 The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 26.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. �►Li tTfl 27.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first - class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Administrative Support Services Coordinator Finance Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Phone: 949 -644 -3127 Fax: 949 -644 -3339 27.2 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: OFFICE DEPOT, INC. Page 8 Office Depot, Inc. 14600 Trinity Boulevard Suite 300 Fort Worth, Texas 76155 Attn: Dave Wetzel, Director, Public Sector With a copy to: Office Depot, Inc. 6600 North Military Trail Boca Raton, FL 33496 Attn: Office of the General Counsel 28. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to any claims filing requirements set forth in the Agreement, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code sections 900 et seq.). • _ •1 29.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. if such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 29.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. OFFICE DEPOT, INC. Page 9 30. STANDARD PROVISIONS 30.1 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30.2 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30.3 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 30.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 30.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 30,6 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 30.7 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 30.8 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 30.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 30.10 No Attorney's Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorney's fees. OFFICE DEPOT, INC. Page 10 30.11 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] OFFICE DEPOT, INC. Page 11 i IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: I z g 13 By: Aaro rp K* City Attorney � IN ATTEST: Date: p( By: Leilani I. Brown City Clerk CA L1 V',dF CITY OF NEWPORT BEACH, a Californiau icial corporation Date: 9 By: Keith Curry Mayor CONTRACTOR: OFFICE DEPOT, INC., a Delaware corporation Date: B `iVG C6� y� Chris McEntee Vice President, West Region Vice President, Copy and Print Depot [END OF SIGNATURES] Attachments: Exhibit A — Master Agreement Exhibit B — Scope of Services Exhibit C — Schedule of Billing Rates/ Progress Payment Schedule Exhibit D — Insurance Requirements Al2-00761 OFFICE DEPOT, INC. Page 12 OFFICE DEPOT, INC. Page A -1 s AVW%6 On On uunce DEPOT T4,f�vrg Cure af,8urirrerr MWOMMMM VENDOR CONTRACT Between and THE COOPERATIVE PURCHASING NETWORK (TCPN) Office Supplies, Related Products, and Office Services The following pages will constitute the contract between the successful vendors(s) and TCPN. Bidders shall state, in a separate writing, and include with their proposal response, any required exceptions or deviations from these terms, conditions, and specifications. If agreed to by TCPN, they will be incorporated into the final contract. The Vendor Contract ( "Contract ") made and entered into by and between The Cooperative Purchasing Network, (hereinafter referred to as "TCPN ") a government cooperative purchasing program sponsored by Region 4 Education Service Center, having its principal place of business at 7145 West Tidwell, Houston, TX 77082 -2098, Please refer to Addendum to the Cooperative Purchasing Network Request for Proposal attached by Office Depot, Inc. This contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth shall control. GENERAL TERMS AND CONDITIONS t. Freight (if applicable) All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 2. Warranty conditions All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year parts and /or labor warranty, unless otherwise agreed to in writing. 1 Customer support The Vendor shall provide timely and accurate technical advice and sales support to TCPN staff and TCPN participants. The Vendor shall respond to such requests within one (1) working day after receipt of the request. The Vendor shall provide free training to TCPN staff regarding products and services supplied by the Vendor if required. 4. Contracts All contracts and agreements between a Vendor and a TCPN participant shall strictly adhere to the statutes that are set forth in the Uniform Commercial Code as most recently revised and adopted by the state in which the transaction occurs. Tie k !r y Ca re Contracts for purchase will normally be put into effect by means of a purchase order(s) executed by authorized agents of the participating government agencies. Tax exempt status All Texas government agencies participating in TCPN are exempt from payment of taxes under Chapter 20, Title 122A of the Revised Civil Statutes of Texas, for the purchase of tangible personal property. Laws of other states shall apply within those states. Knowing the tax laws in other states is the responsibility of the vendor. 6. Assignments of contracts No assignment of contract may be made without the prior written approval of TCPN. Payment can only be made to the awarded Vendor unless approved by TCPN and the participating entity making the payment. Vendor is required to notify TCPN when any material change in operations that may adversely affect TCPN's members, whether perceived or actual, i.e. bankruptcy, change of ownership, merger, etc. Vendor agrees to provide updated financial records every year the contract is renewed. Vendor will provide this to TCPN within 30 days prior to contract renewal date. Vendor agrees to provide updated financial information beyond the renewal of the contract upon written request by TCPN. This will be provided within 30 days of the written request. Disclosures Vendor affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract. Vendor shall attach, in writing, a complete description of any and all relationships that might be considered a conflict of interest in doing business with participants in TCPN. The vendor affirms that, to the best of his /her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain Information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. Bidder must comply with the following conflict of interest procedures — local government code Chapter 176 — Disclosure of certain relationships with local government officers, providing public access to certain information. 8. Renewal of Contracts Unless otherwise stated, all contracts are for a period of one (1) year with an option to renew annually for an additional four (4) years if agreed to by TCPN and the awarded Vendor. Vendors shall honor the administrative fee for a period of 30 days on any sales made based on a TCPN contract whether the Vendor is awarded a Tttkiirg are of&urrnerr renewal or not. TCPN reserves the right to monitor the financial stability of any awarded contract holders on an ongoing basis at any time. As part of the renewal process TCPN will evaluate the most recent financial information to assist in the determination of continuing to renew the contract for another 12 months. 9. Funding out clause. Any /all contracts exceeding one (1) year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the Entity's current revenue only, provided the contract contains either or both of the following provisions: Retains to the Entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the Entity to obtain appropriate funds for payment of the contract. 10. Ordering Procedures Purchase orders are issued by participating agencies to the Vendor per TCPN contract. Participating agencies must send purchase orders to TCPN, unless otherwise stipulated by TCPN. TCPN will review and forward orders to the Vendor within one working day, Confirmation of receipt of order may be requested by TCPN. 11. Shipments (if applicable) The Vendor shall ship ordered products and services within two (2) to ten (10) working days. If a product andlor service cannot be shipped within that time, the Vendor shall notify TCPN as to why the product has not shipped and shall provide an estimated shipping date, if applicable. The participant may cancel the order if estimated shipping time is not acceptable. 12. Invoices The Vendor shall submit invoices, in duplicate, to the TCPN participant. Each invoice shall include the TCPN participant's purchase order number as well as the TCPN Contract Number. The shipment tracking number or pertinent information for verification of TCPN participant receipt shall be made available upon request. If TCPN participant does not specify payment terms, the acceptable payment term for participants for carpet product is to be invoiced at time of shipment and billing for installation services is billed upon completion and accepted by TCPN participant. Jobs exceeding sixty days, periodic partial labor invoices may be generated based upon percent completion. 13. Reporting The vendor shall electronically provide TCPN with a detailed Monthly report showing the dollar volume of all sales under the Contract for the previous Month. Reports shall be submitted to Lorraine Vuong at Ivuong(dtcpn.org. Reports are due on the fifteenth (15'") day after the close of the previous month. It is the responsibility of the vendor to collect and compile all sales under the Contract from participating members and submit one (1) quarterly report. The monthly report shall include: purchase order number, member name, city /town, sales total and date. The 10 ZION Ta k Ing Care e f, 6 x +r i" e r r monthly reporting requirement may be amended to allow for quarterly reporting upon mutual agreement in writing amending this provision. A sample report is included in this solicitation. Upon mutual agreement reports may be submitted quarterly. 14. Payments The TCPN participant will make payments directly to the Vendor. 16. Pricing The Vendor agrees to promptly lower the cost of any product purchased through TCPN following a reduction in the manufacturer or publisher's direct cost to the Vendor. Price increases will be allowed upon proper justification. TCPN reserves the right to evaluate such requests and may decline or reduce the price increase if it deems appropriate. Or TCPN may adjust the price accordingly. However, the Vendor shall honor previous prices for sixty (60) days after written notification to TCPN of an increase. All pricing submitted to TCPN shall include the two percent (2 %) participation fee to be remitted to TCPN by the Vendor. It is the vendor's responsibility to keep all pricing up to date and on file at TCPN. All price changes shall be presented to TCPN using the same format as was accepted in the original proposal. 16, Administrative Fees TC: -N will invoice the Vendor on a monthly basis for the administrative participation fee. This may be amended to quarterly basis upon mutual consent. The invoice will be based on total sales made through the TCPN Contract with the Vendor. The Vendor shall remit payment to TCPN at net thirty (30) day terms. 17. Indemnity The Vendor shall protect, indemnify, and hold harmless TCPN and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Vendor, Vendor employees or Vendor subcontractors in the preparation of the RFP and the later execution of the Contract. Any litigation involving Region 4, TCPN, its administrators and employees and agents will be in Harris County, Texas. Any litigation involving TCPN's participants shall be in the jurisdiction of the participating agency. 18. Multiple Contract Awards (if applicable) TCPN reserves the right to award multiple contracts for each commodity category. Commodity categories are established at the discretion of TCPN. 18. State of Texas Franchise Tax and Other Taxes By signature hereon, the prospective vendor hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes owed the State of Texas Emammum Taklny Care of'amfoerr under Chapter 171, Tax Code or state taxes owed in states in which business will be conducted under the terms of this contract. 20. New Products New products that meet the Contract product specifications may be added to the existing Contract. Pricing shall be equivalent to the percentage discount of other products. Vendor may replace or add product lines to an existing Contract if the line is replacing or supplementing products on Contract, is superior to the original products offered, is discounted in a similar or to a greater degree and/or if the products meet the requirements of the original solicitation. Vendor will submit revised Catalogues annually and may submit updated catalogues earlier. In the event a price increase occurs, the previous prices will remain in effect for 30 days after acceptance of the higher prices. Additionally, revised catalogues will be distributed to TCPN and its participating entities. No products may be added to avoid competitive procurement procedures. TCPN may reject any additions, without cause. 21. Promotion of Contract (Marketing Plan) Vendor shall provide to TCPN a marketing plan for promoting the TCPN Contract. This plan shall cover all areas and states applicable. Vendor shall demonstrate how the TCPN Contract will be used as a primary contract offering to participating agencies. Encouraging participating agencies to circumvent the Contract by purchasing directly from Vendor will result in probation or termination of Contract. Vendor must obtain prior approval from TCPN before utilizing promotional material utilizing TCPN name or logo. TCPN will not unduly withhold such approval. 22. Website Support Vendor agrees to allow TCPN to publish their name and logo in our website. 23. Supplemental Agreements The TCPN participant and Vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this Agreement i.e. invoice requirements, ordering requirements, on campus service, specialized delivery, etc. Any supplemental agreement developed as a result of this RFP is exclusively between the TCPN participant and Vendor. TCPN, its agents, members and employees shall not be made party to any claim for breach of such agreement. Any supplemental agreement between Vendor and the TCPN participant is exclusively between the TCPN participant and the Vendor and will be subject to immediate cancellation by the TCPN participant (without penalty to the TCPN participant) if, in the opinion of the TCPN participant, the quality, service, and specification requirements, and/or the terms and conditions are not maintained as stated in the supplemental agreement. Office DEPOT. TakiiryCureal Affinerf 24. Miscellaneous Either party may cancel this contract in whole or in part by providing written notice. Upon cancellation, the contractor will provide assistance in moving TCPN members using the program to other programs under the TCPN program or approved by TCPN. The cancellation will take effect 30 calendar days after the other party receives the notice of cancellation. The Vendor acknowledges and agrees that continued participation in TCPN is subject to TCPN's sole discretion, and that any Vendor may be removed from the participation in the Program at any time with or without cause and must be notified in writing. All work will cease after completion of final accepted order. Nothing in the Contract or in any other communication between TCPN and the Vendor may be construed as a guarantee that TCPN participants will submit any orders at any time. TCPN reserves the right to request additional proposals for items already on Contract at any time. 25. Certificates of Insurance Certificates of Insurance, name and address of Vendor, the limits of liability, the effective dates of each policy and policy number shall be delivered to the TCPN participant prior to commencement of work. The insurance company shall be licensed in the State of, and shall be acceptable to, the TCPN participant. The Vendor shall give the TCPN participant a minimum of ten (10) days notice prior to any modifications or cancellation of policies. The Vendor shall require all subcontractors performing any work to maintain coverage as specified by the State in which the work is being performed. Contractor's Liability Insurance Minimum Coverage Employer's insurance: Worker's Compensation Statutory Employer's liability: Bodily injury by accident Each Occurrence $100,000.00 Bodily injury by disease Each Employee $100,000.00 Policy Limit $1,000,000.00 Commercial General Liability Includes Independent. Contractor's Liability; Contingent Liability; Contractual Liability; Completed Operations and Products Liability, all on the occurrence basis, with Personal Injury Coverage, Owner's Indemnity, and broad form Property Damage without the XCU exclusions. Maintain Completed Operation Liability for at least two years after the date of final completion. Combined limits of bodily and personal injury and property damage: ! (41L- �► ra k in y Care o f, 8a r i n e t t Single limit Unimpaired aggregate $500,000.00 $500,000.00 Comprehensive automobile liability: Include non - ownership and hired car coverage as well as owned vehicles. Bodily damage Each Person $250,000.00 Each Occurrence $500,000.00 Property damage Each Occurrence $250,000.00. 0-) � x .. c The undersigned hereby proposes and agrees to furnish goods and/or services In strict compliance with the terms, specifications and conditions at the Prices quoted unless noted In uniting. The undersigned further certifies that he or she is an officer of the company and has authority to negotiate and contract for the company named below, If addenda to this RFP are released, indicate the receipt of adderrta by entering the number of addenda here: 04,4 W Prices are guaranteed for (minimum of 190 days): Lk 55 2�r QUQt 3rg.g ialtS d_f 1£i� days, S 9C .4tCr1 i. fffteQ ace loa""e' 1 Own -0 vgc tdnt Off. bt- ,ot.Loe'bow of, sfzwon*t' Company name: Q floc Qeppt,J c. Address: lr:�_Ttuii_y G.cfulevard _Butte 3tX CtyistatAtzip: ftxt YV tsi, -TX 7f f 5 Telephone No.: H88 438 H9 Fax No.: 888 438 -RQW Email address: ochn.lander)a ff e , .c m Auttxxized signature: EXCEPTIONS TO TERMSA N - Printed name: )gh_2T,_Wpder Position with company: Vice P3 -e5 dent Sales representative's name: Sales Director Web site URL. httc:,','bsd,ofrcLdeoctsMm Accepted by The Cooperative purchasing Network: ' Term of contract 2 , to to 1 Unless otherwise stated, all contracts are for a period of one (1) year with an option to renew annually for an additional four (4) years If agreed to by TCPN and the awarded Vendor, Vendors sh$ honor tall participation fees for any sales made based on a TCPN Contract winether6i Vendor is awor t1" a renewal or not, TCPN Authortaed Signa ure Date Print Name Approved try Region 4 ESC by ro Date Approved by Mary C. Obren Accommodation School District Date: Sa Takiny Care of�3<rrinerr ADDENDUM TO THE COOPERATIVE PURCHASING NETWORK REQUEST FOR PROPOSAL #09.09 OFFICE SUPPLIES, RELATED PRODUCTS, AND OFFICE SERVICES This Addendum to the Request for Proposal #09 -09 for office supplies, related products, and office services ( "Bid ') is entered into by and between Office Depot, Inc. ( "Vendor" or "Office Depot') and The Cooperative Purchasing Network ( "TCPN "). The parties hereby further agree as follows: As to Instructions to Bidders 1. Page 3 of 53, Section Purchasing Procedures Add the following as a final bullet: It is the responsibility of the TCPN member (Participating Agencies) to reference the TCPN contract number on such orders. Vendor will not be liable or responsible for mandating member business practices. 2. Page 9 of 53, Section I. Debarment and /or Suspension Add the following to the section: During 2008, Office Depot was the subject of suspension and debarment actions by the State of Georgia, but the State rescinded those actions after Office Depot showed them to be unwarranted. Specifically, in February 2008, the State of Georgia suspended Office Depot pending a debarment determination and in June 2008, the State issued its debarment determination. The State rationalized its decision primarily on its belief that a total of ten items, which it selected for testing, were priced incorrectly or were discontinued and were not identified with proper substitutes. Office Depot thoroughly researched those items and conclusively showed the State that the items were correctly priced. Office Depot also offered a solution to ensure users could more easily identify substituted products in accordance with the contract. Thereafter, following extended discussions with the State in July 2008, the State of Georgia rescinded its suspension and debarment determinations. Today, Office Depot continues to offer superior products and services to government agencies in the State of Georgia through stand -alone agreements or through our program with U.S. Communities, which we believe evidences the satisfaction of our sales and services by Georgia customers. 1 Page 10 of 53, Section J. Signed Vendor Contract Delete the section in its entirety. As to Vendor Contract General Terms and Conditions: Section 1 Freight (if applicable) Delete the section in its entirety and replace with the following: MINIMUM ORDER VALUE. Pricing for products set forth in this Agreement is based on an instituted minimum order value of $50.00 per order. Orders that are processed as an exception will be processed subject to a $9.95 special handling fee. L3 ! Ik Taking Caleof,8scrinea, Office Depot stocked merchandise shall be delivered F.O.B. Destination unless the product exceeds 70 lbs. and/or 110" in length/width. In such case there will be an additional special handling charge that is communicated to the customer. 2. Section 2 Warranty conditions Delete the section in its entirety and replace with the following: To the extent TCPN requires Vendor to provide warranties on products sold to TCPN, Vendor's warranties shall be limited to Vendor - branded products. For all other products, Vendor will pass through to TCPN, to the extent permissible under applicable law, all manufacturer- supplied end -user warranties. 3. Section 6 Assignments of contracts In the first paragraph, first sentence, delete 'TCPN" and replace with the following: either party. Delete the second sentence in its entirety. 4. Section 8 Renewal of Contracts Insert: Each contract renewal shall be mutually agreed upon in writing by both parties. 5. Section 9 Funding out clause Add the following to the section: in the event that the resulting contract Is terminated by reason of non - appropriation of funds as contemplated in this section, TCPN shall pay for all materials received and services rendered through the effective date of termination. 6. Section 14 Payments Add the following new paragraph: Payment terms shall be net thirty (30) days from the date of invoice. TCPN Participating Agencies' credit limit shall be established by Vendor's Credit Department. Vendor reserves the right to tower TCPN individual Participating Agencies' credit limit or refuse to ship any orders if at any time: (1) TCPN Participating Agency account is materially past due and TCPN Participating Agency has not responded with a reasonable response within three (3) business days of written notice of said delinquency to work with Vendor to resolve the issues; (2) in Vendor's commercially reasonable opinion, TCPN Participating Agency credit standing becomes impaired as a result of TCPN Participating Agency payment habits having slowed down to an unsatisfactory level with all non - critical suppliers including Vendor; (3) TCPN Participating Agency financial condition becomes unstable based on TCPN Participating Agency financial reports or reputable third party ratings, or (4) if there are severe risk alerts from reputable third party credit bureaus. Section 15 Pricing Delete in its entirety and replace with the following: The Vendor agrees to provide list price increases and decreases at each six (6) month update of the pricing per Tab 9, Paper and Electronic Price Lists of any product purchased through TCPN. Price increases or decreases will be allowed upon 30 day written notice of Vendor System List price change. TCPN reserves the right to evaluate such requests and may decline or reduce the price increase if it deems appropriate. Or TCPN may adjust the price accordingly. However, the Vendor shall honor previous prices for thirty (30) days after written notification to TCPN of an increase or decrease. Notwithstanding any other provision of this Agreement, if during the Initial Term or any Renewal Term of this Agreement any product Category (including without limitation paper, t Myl . w ! Jak/np Care o/`'73arinerr toner, furniture, technology and general office supplies) is bid out or removed from Vendor's product mix, Vendor may modify pricing for the remaining categories. Should changes in Customer's account(s) profitability occur due to factors such as (but not limited to) decrease in revenue, increased cost to service TCPN Participating Agency account(s), and unforeseen changes in market conditions, Vendor may adjust the pricing and program offered hereunder in order to attain profitability anticipated based on information TCPN provided to Vendor during the request for proposal process. Vendor may re- evaluate program pricing and adjust pricing accordingly, or terminate this Agreement, if TCPN Participating Agencies do not meet the Minimum Annual Spend requirements described herein anytime during the Initial Term and/or any Renewal Term of this Agreement. All pricing submitted to TCPN shall include the two percent (2 %) participation fee to be remitted to TCPN by the Vendor. It is the vendor's responsibility to keep all pricing up to date and on file at TCPN. All price changes shall be presented to TCPN using the same format as was accepted in the original proposal, 8. Section 16 Administrative Fees Delete in its entirety and Insert the following Quarterly Administrative Fees. Office Depot will pay Customer a quarterly administrative fee based on Customer's paid -for purchases, net of returns, discounts and credits ( "Spend "), provided that Customer is not materially delinquent in paying undisputed invoices as required under the Agreement. The Quarterly Administrative Fees shall be disbursed within sixty (60) days of each calendar quarter of the Effective Date. Section 17 Indemnity Delete the section in its entirety and replace with the following: Each party (the "Indemnifying Party ") will defend, indemnify and hold harmless the other party and all of its officers, directors, employees, agents, successors and assigns (the "Indemnified Party") from and against any and all third -party claims, demands, actions, suits, tosses, liabilities, damages (including taxes), and all related costs and expenses, including without limitation reasonable attorneys' fees (collectively "Losses ") due to, arising from or relating to (a) the Indemnifying Party's breach of one of its reoresentations, obligations, warranties or covenants set forth in this Agreement; (b) any actual or alleged 'infringement, violation or misappropriation of the intellectual property rights of any third party; (c) the negligent, willful or reckless act or omission of the Indemnifying Party; or (d) death, personal injury, bodily injury or property damage caused by the Indemnifying Party. The Indemnifying Party's obligation to indemnify hereunder is predicated upon the Indemnified Party (i) giving prompt written notice of any Loss, (ii) giving the Indemnifying Party the opportunity to assume sole control over the defense and settlement, if applicable, of the Loss, and (iii) providing, at the Indemnifying Party's sole expense, all reasonably requested and relevant information, assistance and authority to enable the Indemnifying Party to perform its obligations hereunder. The Indemnifying Party agrees not to settle any Loss without the Indemnified Party's written consent, which shall not be unreasonably withheld. LIMITA'[IQN OF LIABILITY, EXCEPT FOR ANY CLAIM FOR INDEMNIFICATION, IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR CONSEQUENTIAL, SPECIAL, INDIRECT OR INCIDENTAL DAMAGES, INCLUDING BUT NOT LIMITED TO ANY DAMAGES RESULTING FROM LOSS OF USE OR PROFITS ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, WHETHER IN AN ACTION BASED ON CONTRACT, TORT (INCLUDING NEGLIGENCE) OR ANY OTHER LEGAL THEORY, EVEN IF THE PARTY HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. • %irrice DEPOT, Tax-log Care o f r� w r i n e r r nammomn 10. Section 20 New Products Insert the following. Office Depot agrees to provide updated printed 8SD catalogs at a minimum of two (2) times per year. Office Depot will provide 30 days advance notice of the intent to update pricing- Non -core pricing shall be updated per each pricing Option outlined in Tab 9, Paper and Electronic Price Lists. 11, Section 21 Promotion of Contract Delete the following: Vendor shall demonstrate how the TCPN Contract will be used as a primary contract offering to participating agencies. Encouraging participating agencies to circumvent the Contract by purchasing directly from Vendor will result in probation or termination of Contract. Insert the following: Vendor will include a Marketing Plan outlined in Tab 6, Marketing Plan. Vendor shall demonstrate how the TCPN Contract will be used as an OPTION for possible participating agencies. Due to public laws, participating agencies have the right to choose from all contracts available on the open market and/or to choose to bid independently on their own behalf. The TCPN agreement will be offered to all participating agencies who request a review of all available contracts open to their possible use. In the event a TCPN participating agency specifically requests a presentation of the TCPN program only, the TCPN program will be the only program presented. 12. Section 22 Website Support After "website" add the following: in accordance with Vendor's trademark usage policy as attached herein as Exhibit A. 13, Section 24 Miscellaneous In the second sentence, before "assistance" insert the following: reasonable, in the fourth sentence, delete "or without cause ". 14. Section 25 Certificates of Insurance In the first paragraph, third sentence, fourth line before "give" insert the following; endeavor to. 1S. Add a new section as follows: Vendor's RFP Terms and Conditions as attached herein are made a part of and included in the terms and conditions of the Bid. 00 C M - a N roklny eare gf,8Mrinefr Conflict: In the event of a conflict between the terms and conditions of this Addendum and the terms and conditions of the Bid, the terms and conditions of this Addendum shall control. OFFICE DEPOT, INC. THE COOPERATIVE PURCHASING NETWORK By: By: Name: John T. Lander Name: Title: Regional Vice President Date: Title: EXHIBIT A Office Depottb Trademark Usage Policy • As used herein, the term "Office Depot Trademarks" shall mean all domain names, trademarks, logos and other branding elements proprietary to Office Depot. • The Office Depot Trademarks may not be used in any manner that expresses or might imply Office Depot's affiliation, sponsorship, endorsement, certification, or approval, of any third - party product or service. • The Office Depot Trademarks may not be used in association with or combined with any third -party trademark in a manner that might suggest co- branding or otherwise create potential confusion as to source or ownership of the Office Depot Trademarks. • The Office Depot Trademarks may not be included in any non -Office Depot trade name, business name, domain name, product or service name, logo, trade dress, design, slogan, or other trademark. • When using the Office Depot Trademarks, never vary the spelling, add or delete hyphens, make one word two, or use the trademarks in a possessive or plural form. The Office Depot logo may only be used as provided by Office Depot electronically or in hard copy form. When using an Office Depot logo, never modify the design, add or delete any elements or words, change any colors or proportions. The logo may not be animated, morphed, or otherwise distorted in perspective or dimensional appearance. + The Office Depot Trademarks may not be combined with any other symbols, including words, logos, icons, graphics, photos, slogans, numbers, or other design elements. • The Office Depot Trademarks may not be imitated or used as design features in any materials. TA,Finy Lareaf,8uriaerr • The Office Depot Trademarks must include the appropriate 0 or 1'M symbol at least at the first and most prominent mention on each visually distinguishable page of material. The should be used in connection with all registered trademarks and the TM should be used in connection with all non - registered trademarks. • Each name, term or mark that is a trademark of Office Depot, or one of its subsidiaries or affiliates, must include the applicable mark and trademark statement when it is used. Example: "_ is a [trademark or registered trademark] of The Office Club, Inc.' • The Office Depot Trademarks may not be used in any a false, misleading, derogatory, or otherwise defamatory manner, EXHIBIT B SCOPE OF SERVICES OFFICE DEPOT, INC. Page B -1 SCOPE OF SERVICES 1. ACCOUNT IMPLEMENTATION Contractor, at its own expense, shall commit necessary resources to develop a transition program for the City and its employees: Specific deliverables for this program are as follows: • A minimum of two (2) training sessions hosted by Contractor at the City of Newport Beach Civic Center. The purpose of these sessions shall be for City employees to become familiar with the Contractor, its operations and to ask questions about the reprographic services provider transition; • A minimum of one (1) scheduled production facility tour for City employees, if requested; • Any necessary follow -up training with City employees; and • Production and distribution of an operations manual specific to the City that contains contact information and procedures on order placement. 2. ACCOUNT ADMINISTRATION City's Project Administrator shall designate those City departments and department employees that shall be authorized to place reprographic orders with Contractor (hereby defined as "Users. ") Each User shall be assigned a unique login on Contractor's online ordering system. Contractor's nomenclature may vary, but capabilities of Users shall be developed as follows: TYPE 1 TYPE'2 -TYPE �'3 '; pq p Ability to place orders X X X N AMU . Ability to proof, revise and X-, X X , R11 edit orders as needed - "y Ability to place re- orders for X X` X commonly - ordered g� rrM 1 documents„ ,,,r��.,= Ability to receive cost X" X _ , l X" estimates for each order to placement -prior Ability to research order X X X history for their respective orders Ability to research order XXr history for entire department ` Ability to research order X� histo for entire Cit Type 1: Every City employee designated by the Project Administrator to be able to Initiate orders. Type 2: A minimum of one (1) City employee in each department that shall serve as the primary liaison for that respective department. Type 3: The City's Project Administrator or any other agreement administrators as needed. Contractor's online ordering system shall also possess the capability to establish, if requested, a workflow approval process among the three (3) types of Users described in this section. is ZFEMIAM For the provision of Services as described in this Agreement, reprographic services performed for the City shall occur at the Contractor's designated primary production facility, identified as follows: Office Depot, Production Facility #2963 3500 East Willow Street Long Beach, California 80815 Contractor may utilize its other production facilities located at Its local retail stores to perform Services on an as- needed basis. These requests shall be processed on an as- needed basis and upon approval of the Contractor's service representative. 4. PROJECT TYPES Contractor shall provide all necessary labor, equipment, materials and supervision to provide reprographic services to the City. Document types and services that may be produced during the course of this Agreement may include, but are not limited to: A. Printing and High-Speed Copying Services, including: • Color printing, both one and two- sided, various sizes and stocks; • Black and white printing, both one and two- sided, various sizes and stocks; • NCR/Carbonless forms, both one and two- sided; B. Offset Printing Services, including: • Graphic Design/Artwork; • Multiple color runs; i •7 -J t • One and two -sided printing; and • NCR/Carboniess forms, one and two- sided. C. Door Hanging Documents D. Business Cards • Contractor shall print business card masters containing the City's embossed logo and store them, at Contractor's expense, until such masters are required to fulfill City orders. • Contractors online ordering system shall possess the capability for the Project Administrator to upload several business card templates and allow all other Users to modify only pre - designated text areas. • Specifications for City business cards: • Standard stock; • Kromekote cover; • Embossed City seat in 4- color; and • One and two -sided printing. E. Letterhead F. Envelopes • Envelopes required by the City are 10# regular, 10# window and will require the City seal and address printed on. • Specific text and address Information and print location may vary by City department. • Certain departments shall require window envelopes depending on the Intended purpose. G. Miscellaneous Bindery Projects, Including: • Cutting; • 3 -hole punching; • Stapling; • Collating; • 2-sided copies; • Binding; • Padding; • Folding; • Saddle stitching; • Perforating; i + • Numbering; and • Scoring. • A. Users may initiate orders and requests for reprographic services utilizing the following methods: • The Contractor's online ordering system; • Contacting the Contractor's designated representative(s) via telephone; • Submitting project Information and requests directly to the Contractors delivery courier, who shall be present at the Newport Beach Civic Center for pickup and delivery purposes no less than once per City business day; or • Performing a walk -up order request at the Contractor's production facility or designated retail store location. B. Contractor shall develop and produce, at its own expense, hard copies of a routing slip that City personnel may use to submit orders to the Contractor's courier. C. All order requests from Users shall specifically indicate the following: + The urgency, which shall be either • "Standard," defined as an order that the Contractor Is permitted to complete and have delivered within three (3) business days of order submission; • "Next Day", defined as an order that the Contractor is required to complete and have delivered by the next business day after order submission. • "Priority," defined as an order that the Contractor is required to complete and have delivered within six (6) hours of order submission. • The delivery location for completed orders, which shall be one of the following delivery locations: • Newport Beach Civic Center; • Newport Beach Police Department; • City of Newport Beach Corporate Yard at 592 Superior Ave, Newport Beach, CA 92663; • Contractor's production facility; or • Contractor's designated retail location SCOPE OF SERVICES D. Upon receipt of each order, Contractor shall contact the User who submitted the order to confirm the order, verify order details and instructions, provide cost estimates (if requested), and confirm order deadline and delivery requirements. E. Contractor shall provide the User with a digital proof that shall be confirmed by the User prior to order production. Contractor shall not be held liable for errors or inaccuracies in orders that are not proofed by the City. 6. ORDER DELIVERY A. Of the three (3) possible delivery locations for completed orders, the Newport Beach Civic Center shall be considered the City's primary delivery location. B. Contractor shall assign a courier to be present at the Newport Beach Civic Center each business day, Monday through Friday, at a time and specific location to be determined by the Project Administrator, for the purposes of order delivery and to pick up any new orders from Users. C. Contractor's courier shall visit the Newport Beach Civic Center at the designated time and specific location regardless if there are completed orders to be delivered, in the event that City Users wish to submit orders to the courier. While the Newport Beach Police Department and Corporate Yard are also delivery locations, Contractor's courier will only visit these facilities when there are completed orders to be delivered. D. Upon request, and denoted at time of order placement, completed orders may also be picked up from the Contractor's production facility or designated retail store location by City personnel. E. Priority orders requiring same -day completion shall require same -day delivery or pick -up by City personnel from Contractor's production facility or designated retail store location. A. Acceptance of work by City Is contingent upon City inspection and approval. City shall have the right to inspect services provided at all reasonable times and places. "Services" as used in this section includes services performed or tangible material produced or delivered in the performance of services. SCOPE OF SERVICES B. If any of the services do not conform to order requirements, City may require Contractor to perform the services again In conformity with order requirements, at no charge to the City. When defects in the quality or quantity of service cannon be corrected by re- performance, City may (a) require Contractor to take necessary action to ensure that future performance conforms to order requirements, and (b) equitably reduce the payment due Contractor to reflect the reduced value of the services performed. These remedies do not limit the remedies otherwise available at law, or in equity. C. City reserves the right to refuse payment on Contractor invoices for orders that do not meet submitted criteria. 8. PROJECT QUANTITY OF WORK City makes no expressed or Implied promise as to the quantity of work or orders that will be submitted. The rates provided in Exhibit B shall remain constant and unchanged regardless of the actual quantity of work or orders that are submitted. .1 MI. 01 TINS September 11, 2012 Anthony Nguyen, Purchasing Agent City'of Newport Beach Email: anouyen rewoorlbeachca.gov Dear Anthony: Thank you.for giving Office Depot the opportunity to participate in the City of Newport Beach bid for copy services. We want you to have a clear understanding of our capabilities while making this important business decision. We are fully prepared to dedicate the appropriate resources and experience to fully accommodate the program requirements of the City of Newport Beach should we be selected to serve your requirements. We have developed and described a number of value -added programs that are specifically designed to benefit our customers and meet their varied and constantly changing needs. ® Flexible order: submission for digital printing jobs; online, email, or hardcopy • Regional print production facility able to handle any size project. a Print Consultants available for in person job consultations • Fully integrated billing functions to simplify accounts payable activities Program and implementation training to be provided to ail interested departments • 30% recycled paper stock included in all 20# B &W and Color copies ® In addition to receiving competitive pricing through the TCPN contract, purchases made In the Custom Printing Services category will be considered when calculating volume and e- commerce rebate Incentives. Office Depot, one of the most recognized distributors in the office products industry, will use the many advantages of our national distribution system, our expertise in electronic commerce, and our industry leading approach to managing decentralized program environments, to ensure that you receive the outstanding service you expect, and the program consistency that you require. The City of Newport Beach is already participating in The Cooperative Purchasing Network (TCPN) Master Agreement with Office Depot, rand this Agreement has, as part of it's overall value, a competitive offering in the area of Print and Copy Services. It is Office Depot's intention to provide the City of Newport Beach with a formal proposal to use the TCPN program in response to this RFP. The pricing, terms and conditions of the TCPN program shall govern any other terms and conditions if Office Depot is selected. We.look forward to presenting more information on our programs and capabii'Nes „and welcome a discussion of any additional specific requirements which you may have. Sincerely, � -0- CtL Chrts McEntee Region Vice President Proprietary and Confidential 9 ' ! ATTACHMENT E: PROPOSAL REQUIREMENTS CHECKUST This checklist Is provided as a guide for proposers to assemble Proposals. As closely as passlble, please adhere to the following format and order when assembling proposals Please note that part of the evaluation criteria takes into consideration the responsiveness of a proposal; proposals missing any required attachments shall be evalvated accordingly. Submtttais should follow the some order ondsections indkoted below: PART1: TECHNICAL PROPOSAL SECTION SECTION A: PROPOSER BACKGROUND COVER LETTER A cover letter not to exceed two (2) pages In length shall summarize key elements of the proposal and outline why your firm is qualified for this Project. The cover letter shall be signed by a representative able to submit a formal offer and bid the Proposer to contractual obligations. See attached cover letter. Identify key personnel from your firm, including specific personnel that would be assigned to this Project, if any. Any and all Prime Contractor and Subcontractor relationships and responsibilities must be detailed. Resumes for proposed assigned personnel should be Included, detailing relevant experience and qualifications for this Project. Dedicated Personnel — Dedicated Account Managers, Customer Service Representatives, and Document Sales Consultants are provided to our customers to consult on their document needs to ensure complete satisfaction. in addition to the support that we have at our print facilities, the City of Newport Beach will have two dedicated account managers: Donna Carranza, Solutions Development Manager — Print, will be responsible for account rollout, training, and ongoing support to the Individual end users. She will be the direct contact for customer questions and support. Donna has 20 years experience in the copy & print Industry, including specialty experience in the "quick print" reprographics Industry, as well as offset printing. Her expertise lies In the ability to find solutions quickly for end users. She also has many years experience in working with cities and other public sector type accounts. Cesar Vargas, Service Consultant — Print, will be assigned as a "print rep" to help individual users with specific jobs and or assistance with order submission. Cesar has 9 years experience In reprographic services. His strong background In offset printing aids in finding solutions for customers while meeting budgetary needs. Robert Diliey, Territory Development Manager, will be the dedicated rescource for overall account maintenance, billing questions and customer sevice. Proprietary and Confidential PRODUCTION FACILITY INFORMATION Provide information regarding the primary production facility that would handle this Project for the City. Please Include a summary description of notable equipment being utilized at this facility as well as output volume highlights. if applicable, also describe the other production facilities In the area that may be called upon to handle Projects for the City. Proposers short- listed as a result of this RFP will be called upon to host a tour of the production facility by City personnel. Office Depot operates 70 Regional Production Facilities strategically located across the U.S. producing over 2 billion digital prints annually. These large pass -key secure production facilities use state -of -the -art equipment to maintain consistent quality. Regional production facilities have the equipment capacity and labor to handle high volume projects quickly and efficlentiy. In addition, we operate a print facility within each Office Depot retail store location, which can also be a local source for some same -day turnaround projects. Local Production Facility: RPF 2983 3500 East Willow Street Long Beach, CA 90875 Local Retail Location: Office Depot #907 2200 Harbor Blvd. Suite O Costa Mesa CA 92827 This chart on the following page shows a complete listing of our production equipment. Proprietary and Confidential 4 Proprietary and Confidential OfficemspoT. SECTION B: METHODOLOGY PROPOSAL— METHODOLOGY Provide your proposed work plan, which shall address every point listed In the scope of services. The Ideal work plan should provide an overview of the processes that would be utilized by your firm in facilitating this Project and demonstrate familiarity with reprographic services. if your firm offers additional services not specifically described in the Scope of Services, provide a description of these services and the benefit they serve to the City. All the offerings described below are currently available. Printing and High Speed Copying Services Web -based PrinFon- Demand from Office Depot is an Innovative print order service that helps our public sector customers meet everyday print needs as well as time sensitive or confidential print orders. City personnel can place orders online 2417, from any computer with an Internet connection and upload your files to our E- commerce site at business.officedeoot.com. Simply click Copy & Print and then click Primp Your Documents. Our Print -on- Demand solution requires no initial setup to access the array of digital options that Include: • Black & while, or full color printing • A variety of paper types and colors Including transparencies, linen, cardstock, certificate paper and more • A selection of document sizes —from letter size to large format • Multiple binding and finishing options For quick turnaround, we have fen (10) Regional Print Facilities that offer premium, high -speed digital equipment and flexible, confidential shipping to your office, meeting site or multiple destinations. Office Depot offers the City of Newport Beach the flexibility of Integrated ordering, billing and usage reports. Using your existing account number, a Print -on- Demand order can be combined with your office supply orders In one consolidated and convenient statement. Save on Print and Storage Print -on- Demand enables the City to print only the document quantity needed — helping to save on printing and storage costs. The City can also benefit from: • Closed -door production facilities to assure confidentiality • Convenient same day service at any of our 1,100 retail locations in the United States File Cabinet Online Digital Archiving Conveniently reorder documents by storing information in your own File Cabinet, an online digital storage service provided at no additional cost. Fite Cabinet is a web -based repository that securely holds all of your digital documents, converting them to a universal PDF format. File Cabinet enables City users to: Proprietary and Confidential 6 • Upload, save and share documents online • Choose your access —exclusive use or share with others Update and modify documents quickly and easily ■ Work remotely — collaborate with teams across multiple locations Measurable benefits of our web based ordering system include: • Compressed Implementation • One URL to remember • Single set of log -in credentials per user • Consolidated shopping cart • improved program compliance • Customizable to meet your procurement needs • Multiple methods for restriction by products, categories, dollar amounts, etc • PO's stored or added as needed • Declining balance PO's to ensure dollar amount of PO is not exceeded • Cost Centers stored by user, drop down box, or entered on demand • PCards stored by user or entered on demand • Order histories • On demand account management and reporting Hard Copy Orders Office Depot accepts hard copy orders. These orders can be placed via telephone call or email to assigned support personnel. This process will be outlined during rollout training to assure that all City departments are familiar with the process. Order Turn - Around Time Parameters Based on the size and complexity of the order, web based order delivery turn -around is typically within 1 -3 business days of receiving the order. After receipt of the order, the end user will be contacted by one of our Print Customer Service Teams within 34 minutes to go over the specifics of the order and estimated delivery times. This is truly a differentiating factor between Office Depot and our competitors who do not offer this level of service which greatly increases the accuracy of the job and the satisfaction of the customer. For orders placed at our retail location the same applies as above with the exception that in many cases we can perform a same day turn time depending on job size and specifications. Your Office Depot dedicated support team is here to provide you with solutions and assist with your deadlines when needed. We will work to find the necessary capabilities at our local facilities to complete your projects when needed. Business Cards, Letterhead & Envelopes Custom Stationery Online (CSO) offers the City of Newport Beach an integrated online solution for acquiring organizational identity items like letterhead and envelopes. Office Depot representatives will work with City departments to coordinate a set of agency identity products tailored to their brand and specifications, Once live on the website, identity products can easily be personalized and ordered at the same time as other office supply products. This makes It simple to create professional correspondence at reasonable costs, with online Instant pricing, ordering, proofing and browser -based file uploading. Proprietary and Confidential 7 Office Die • M Products include: • Business cards • Letterhead • No. 10 envelopes • Monarch letterhead • Monarch envelopes • Catalog envelopes • Stamps • Name plates • Note cards • Mailing labels • Badges • Memo pads • Address labels • Presentation folders Other Offset Printing and Promotional Products Capabilities In addition to the capabilities mentioned above, we offer a wide -range of traditional offset printing as well as access to thousands of customized promotional products. What makes Office Depot different from a traditional digital printer or offset printer Is that we Integrate both businesses and consult with you to determine the application that is best fit for your needs, We take into consideration available turnaround time as well as budgetary constraints to arrive at printing solutions tailored for the City of Newport Beach. This engaging consultative process is not offered by most print companies. Where you currently might be outsourcing to multiple vendors to meet your additional print needs, with Office Depot as your partner, we will be able to complete most of your orders seamlessly working with one single vendor. Fewer vendors means less contacts for end -users, as well as single consolidated billing for your accounting department, thus saving the soft costs often Incurred behind the scenes with order processing and payment processing. How We handle Important Documents such as "City Council Agendas" and "Planning Commission Agendas" Office Depot understands the City's need for production of confidential documents, turned around often in a matter of hours due to public posting deadlines or for City council or committee member advance review. Your print team will work with you to determine the best solution for printing these documents that require this high attention to detail in a short timeframe. For some customers, we print locally at an Office Depot retail location while for others, we have the meeting dates planned ahead months in advance on our calendar, and we are standing by awaiting the final digital files when each deadline approaches. Regardless of what we agree upon for your specific situation, we will work with each City department to determine their business - critical documents that fail within this area and will present a solution that meets their needs. Office Depot Account Billing Process As with your current Office Depot supply account, we offer the same services that currently exist for that account Seamless, integrated billing structure in line with your current supply invoices. Additionally, Office Depot offers the opportunity to receive hard copy invoices, or take advantage of our environmentally friendly electronic billing. Proprietary and Confidential 8 Office3mpoir. Training & Support We have found the Ideal work plan starts at the implementation phase and rolls through the training of end users to make them comfortable with the Office Depot Copy and Print solution. During Implementation, Office Depot will deploy ample resources required to fulfill the needs to support the transition for all city personnel. No cost or responsibility Is Incurred by the City for this training. Office Depot offers a multi -level rollout plan based on the specific needs of each department and individual. This training will differ depending on If the Individual print user Is already integrated into the Office Depot office supply web site. In addillon to our standard implementation program, we are able to customize the training resources specifically to your needs. Regarding specific training during rollout, Office Depot has several options to ensure end users become educated and establish a comfort level with the new processes. The following list provides a description of our offerings, and we will work with you to customize training to best meet the needs of city personnel. We provide: • 1-on -1 website training • Classroom training • Webcasts • Online Internet help • Office Depot's Internet user's Guide (detailed instructions on placing orders) At least one training session is recommended for all user groups. This session will explain the account parameters and give a thorough overview of the functions of the website which is designed to direct the end user to the core items. This training can also be designed to be managed by the specific groups, site administrators, approvers, and end users. The style of the sessions will be based on customer preference, i.e. all in one, or group style training. Training is comprised of hands -on training of the Office Depot website to review the customer's account parameters, along with a 0 & A session to answer any questions that the end users may have relating to the ordering process and/or account structure. These sessions can be presented through the following options: • Webcast: Office Depot associate facilitates online training in a shared environment and conference tail. • Classroom: Office Depot associate provides training in classroom environment as a presentation. Our end user training Includes specific information for all new users with policies, procedures and specific instructions like: • How to place orders? • Who to tali with problems or questions? • And much more Office Depot's support does not end when the implementation is completel We are always there when your users have questions or concerns. Our well- trained and experienced print support teams are ready to assist. We are always available to train new hires or new -to- Proprietary and Confidential 9 103M614 113 • M position users on a one- to-one basis. This training typically takes 30 minutes to one hour. In addition, If you find the need to conduct additional classroom or web -cast trainings throughout they year on a quarterly, semi- annual or annual basis, we would be happy to make those options available. Otlii.INE OF ORDERdNG PROCESS Provide a step -by -step outline describing all the major steps of the ordering process starting from the moment an order Is placed by City personnel. Involvement and responsibilities of the City and Contractor should be identified and described. included should be a discussion regarding rush or priority projects and how those are processed and delivered. Proposers short- listed as a result of this RFP will be called upon to demonstrate their order system in a live setting. Office Depot's goal is to make the print order process as simple as possible. Therefore, we provide our customers multiple ways to place orders. Orders can be placed via our online tools like 'online print center' or `custom stationary online" as well as email, hard copy pick up or drop off at a local Office Depot store. No matter how we receive your order, our primary focus Is producing quality documents correctly within a reasonable time frame. In most cases print orders can be accessed online to view delivery notes. City departments will have access to our print support team from 8:00 AM — 9:00 PM Monday through Friday. Our dedicated support team can answer any questions about turn time production or help facilitate rush jobs when necessary. The following is an example of the simple online order process using our 'file cabinet°. File Cabinet Order Process • Click on the Office Depot link www .officedepot.comtbsdl000vandodnt • Enter your login credentials and click • Within this landing page focus on the File Cabinet file and click • Enter Usermame 1 Password and click • Click Order Catalog Items • Locate your documents from the listed folders or click for additional options • Enter quantity and click to order the document(s) desired • Click Continue • Click to review itemized pricing • Confirm quantity and click Next to proceed • Click to review your order and edit required information • Click to submit your order • Capture the 12 digit confirmation order number listed on the top portion of the screen. If you have any questions, please contact our Copy & Print Depot Customer Service Team at 1- 800 -983 -3378 Proprietary and Confidential 10 Officemmpom DESCRIPTION OF ONLINE ORDER SYSTEM Provide a detailed description of the online ordering system that your firm will utilize in facilitating this Project. This discussion should detail exactly how the proposed order system meets or exceeds all requirements listed in Section 7 of the Scope of Services. Specific areas to address Include: how City personnel will place orders, order tracking and order proofing. Screenshots or a PowerPoint presentation may be attached to provide more information on your firm's order system. Office Depot has the ability to accept and process orders electronically. Online ordering begins by logging in on our secure and password protected Business Solutions Division website (Copy htto .l1business.officedepot.com). • Demonstration Login: DPSTEST • Demonstration Password: DPSTEST From there, users visit the *Copy & Print' Tab, whose services are completely Integrated within the website. City personnel wishing to order additional services (i.e. office supplies, technology and custom promotional products) can do it from this same website and receive accurate and consolidated billing at the end of every month. Once within the Copy and Print Tab, users are able to upload their documents directly from their computer or by extracting them from their personal online electronic filing cabinet ... a free service that Office Depot provides to Its customers. After we receive the job, online users can expect a call -back from one of our two customer service teams within 30 minutes to go over the specifics of the copy job. Order history can be tracked at any time using our powerful online order system. This is truly a differentiating factor between Office Depot and it's competitors; many of whom do not offer this level of service. When you partner with Office Depot for Copy and Print Services, you have the advantage of using our on -line File Cabinet digital storage service at no additional cost. This flexible, web - based, repository securely holds all your digital documents in a universal PDF format for quick, ciickeble ordering. Your approved users can add, remove, or modify documents any time, day or night, and there are no limits to the number of File Cabinets you can set up. File Cabinet enables each entity to efficiently update printed materials from multiple locations, streamline document management and control costs. File Cabinet Is a convenient way for your organization to promote consistent use of your City's branding guidelines. Once posted to the File Cabinet, designated basic users can order preconfigured documents in the quantity they need. When dealing with multiple department locations, File Cabinet helps you control, modify, and distribute documents more efficiently. The City of Newport Beach benefits with File Cabinet from: • Document storage for City departments • Centralized file storage to maintain the integrity of your files and brand identity • Reduced print waste... Only order what you need when you need It • Flexibility in updating and editing documents • Easily manage File Cabinets and access levels • Central location for document printing needs Please see attached document titled "OPC user Order Guide*. Proprietary and Confidential f f EXHIBIT C SCHEDULE OF BILLING RATES OFFICE DEPOT, INC. Page C -1 Rrad"ck.Nam. ��... , � �i�� 8.5 x 11 2011 White One Sided Black Print $0.020 8.5 x 11 204 'Assorted Colors One Sided Black Print $0.030 8.5 x 11 609 Assorted Colors One Sided Black Print $0.042 8.5 x 11 67# CardStock White One Sided Black Print $0.056 8.5 x 11 67 #CardStock Assorted Colors One Sided Black Print $0,056 8.5 x 11 704 assorted Colors One Sided Black Print $0.042 8.5 X 11804 Cover Wausau Brt Wht One Sided Black Print $0,056 8:S x ilCatbonless 2 Part Canary/White One Sided Black Print $0.100 8.5 x 11Carboniess 3 Part One Sided Black Print $0.150 8.5x 11Carboniess 4 Part Rev One Sided Black Print $0.250 11 x 17 50#or60# White One Sided Black Print $0.061 11 x 17 20# color paper One Sided Black Print $0.060 8.5 x 11 240 White(Laser) One Sided Black Print $0.041 11 x 17 24# White(laser) One Sided Black Print $0.061 8.S X 1132# White (Laser) One Sided Black Print $0.041 Door Hanger 2up Cardstock One Sided Black Print $0.256 3 hole 8.5 x 11 20# White One Sided Black Print $0.021 ll" SterlingUltraDigCover- gloss100# One Sided Black Print $0.170 11 "SterlingUitraDigTEXT -100# One Sided Black Print $0.140 8.5 x11 200 White Two Sided Black Print $0,040 8.S x 14 20# White Two Sided Black Print $0.040 8.5 x 11 20# Assorted colors Two Sided Black Print $0.050 8.5 x 11 609 Assorted Brights Two Sided Black Print $0.082 8.5 x,11 67 #CardStock White Two Sided Black Print $0,076 8.5 x 11 67 #CardStock Assorted Colors Two Sided Black Print MOM 8.S x 11 60#Smooth White Two Sided Black Print $0.061 8.5 x 11 709 Assorted Colors Two Sided Black Print $0.082 &S X 1180# Cover Wausau Brt Wht Two Sided Black Print $0.076 8.5 x 11Carbonless2 Part Canary/White Two Sided Black Print $0.140 8.5 x 11 24# White(Laser) Two Sided Black Print $0.061 11 x 17 320 White(Laser) Two Sided Black Print $0.100 Door Hanger 2up Cardstock Two Sided Black Print $0.276 3 hole 8.S x 11 20# White Two Sided Black Print $0.041 ii"SterlingUltraDigCover- gloss100# Two Sided Black Print $0,190 17" SteriingUltraDigCover- gioss1009 Two Sided Black Print $0.350 ll "SterlingUltraDigText -809 Two Sided Black Print $0.070 17 "SterlingUltraDigText -80# Two Sided Black Print $0.140 8.5x11 20# White OneSided FuilColor $0,190 8.5 x 11(2011 White (25% Cotton)FoxRiver OneSided Single Color ink $0.190 8,5 x 11 604 Orbit orange (recy) OneSided FullColor $0.232 8.5 x 11 60 #Smooth White OneSided Single Color ink $0.190 8.5 x 1124/60 AstoParment -Aged OneSided FullColor $0.250 8.5 X1180# Cover Wausau Brt Wht OneSided FullColor $0.226 8.5 x 11 244 White(Laser) OneSided FullColor $0.190 8,5 x 14 24# White(Laser) OneSlded FuliColor $0,190 11 x 17 24# White(Laser) OneSided FullColor $0.380 8.5 X 1132# White (Laser) OneSided FullColor $0211 Kanzaki Gummed Label 8.5 x 11 OneSided Single Color Ink $0,630 11" SterlingUltraOigCover- gloss1004 OneSided FullColor $0.340 17" SterlingUltra0igCover- gloss100# OneSided FullColor $0.650 11 "Ster6ngUltraDlgTEXT1004 OneSided FullColor $0.310 11 "SterlingUltraDigText -80# OneSided FullColor $0120 11"KromeGloss- 10pt {SS -Cover OneSided FullColor $0,310 17 "SterlingUltra0igText -80# OneSided FullColor $0.440 12X18Pro0fgGloss- 100 1fCover OneSided FullColor $0.650 85 x 11 204 White TwoSided FuilColor $0.380 8.5 x 11 609 Lunar Blue TwoSided FullColor $0.422 8.5 x 11 60# Re -Entry Red TwoSided FullColor $0.422 8.5 X 1180# Cover Wausau Brt Wht TwoSided FullColor $0.416 8.5 x 11 244 White(Laser) TwoSided FullColor $0.380 8.5 x 14 24# White(Laser) TwoSided FuliCotor $0380 11 x 17 24# White(Laser) TwoSided FullColor $0,760 11 x 17 32# White(Laser) TwoSided FullColor $0381 85 X 1132# White (Laser) TwoSided FullColor $0.401 Door Hanger 2up Cardstock TwoSided FullColor $0.616 ll" SterlingUltrapigCover- gioss100# TwoSided FullColor $0.530 17 SterlingUltraDigCover- glossl00# TwoSided FullColor $1,030 ii"SterlingUltraDigTEXT -10011 TwoSided FullColor $0,310 17 "SterlingUltraDigTEXT -100# TwoSided FullColor $1.000 11 "StarlingUltraDigText -80# TwoSided FullColor $0.410 11 "KromeGtoss- 10pt -CSS -Cover TwoSided FullColor $0.820 17 "SterlingUltraDigText -80# TwoSided FullColor $0,440 12X18ProDigGioss- 100 #Cover TwoSided FullColor $1.030 1. INSURANCE REQUIREMENTS 11 Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 1.2 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. 1.3.2 General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. OFFICE DEPOT, INC. Page D -1 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. 1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage, insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 1.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor sixty (60) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 1.5.3 Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. OFFICE DEPOT, INC. Page D -2 1.5.4 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 1.5.5 Self - insured Retentions. Any self- insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. 1.5.6 City Remedies for Non Compliance If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. 1.5.7 Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. 1.5.8 Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. OFFICE DEPOT, INC. Page D -3 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FRONT: Finance Department Dan Matusiewicz, Finance Director/Treasurer 949 -644 -3123, danm@newportbeachca.gov PREPARED BY: Tammie Frederickson, Administrative Support Services Coordinator APPROVED: z TITLE: Contracting out Reprographic Services; Approval of Office Depot Agreement ABSTRACT: Print and reprographic services for all City Departments are currently provided in the print shop located at City Hall. With the move to the new Civic Center, the in -house operation will be discontinued and these services will be contracted out. RECOMMENDATION: 1. Authorize the Mayor and City Clerk to execute a 3 -year contract with Office Depot to provide reprographic services for all work performed not to exceed $600,000 without prior authorization from the City. 2. Direct the City Manager to amend position control by a reduction of 2.0 FTEs. 1 Authorize the City Manager to redistribute budget from a centralized cost center (Finance Department) to individual department budgets. FUNDING REQUIREMENTS: The current annual cost of maintaining print and reprographic services is approximately $270,000; this includes salaries and benefits, maintenance, paper, and depreciation on reprographic equipment. The current adopted budget includes sufficient funding for the remainder of the fiscal year. Contracting out Reprographic Services; Approval of Office Depot Agreement November 27, 2012 Page 2 The City Council and the City Manager asked departments to identify outsourcing opportunities in an effort to reduce ongoing expenditures. The outsourcing of print shop operations was identified as a good opportunity to reduce staffing costs, assign space in the new Civic Center to purposes other than print production, and reduce future capital reinvestment in print shop technology. For over twenty years, the City has used in -house print services for high - volume black and white and color copies printed on paper sizes ranging from 8.5 by 11 inches to 11 by 17 inches. Over the past several years, technology and streamlined business practices have resulted in a significant decrease in the use of paper documents required by City departments and programs. The City's ongoing efforts to consume less environmental resources has further decreased the overall demand for paper reproduction. As a result of these changes, the volume of copies produced by the print shop has dropped from 5.1 million in fiscal year 2001 -02 to less than 1.8 million in fiscal year 2011 -12. With the reduced demand for paper reproduction and the opportunity to reduce costs, staff believes it is operationally feasible to outsource print and reprographic services at this time, consistent with modern business practices. Selection Process A Request for Qualifications (RFQ) was issued in June 2012 by the Purchasing Division. The RFQ was sent to 18 firms, and was also posted on the City website for public consumption. The RFQ addressed the City's desire to work with an experienced print services provider who had a proven record of providing print and reprographic services in comparable government agencies. The RFQ sought firms with a minimum of 5 years of documented reprographic experience, a production facility within 15 miles of the Newport Beach Civic Center, the ability to provide a 6 -hour turnaround for rush print jobs, and the capability of providing online work order processing. The RFQ required that firms provide a list of similar services performed with government entities and references. Nine companies responded by the June 15, 2012 deadline. An evaluation panel of City staff rated the proposals on a matrix based on the above evaluation criteria and determined that seven firms were qualified to continue to the Request for Proposal (RFP) process. Responses to the RFP were received from six firms by the September 18, 2012 deadline. An evaluation panel comprised of representative staff from IT, Recreation and Finance reviewed and rated the proposals on the basis of each firm's qualifications and experience; project approach and methodology; online ordering capabilities; production facility; and the potential to rehire displaced City print shop staff. Additionally, as the City Contracting out Reprographic Services; Approval of office Depot Agreement November 27, 2012 Page 3 currently purchases business cards and envelopes from two separate vendors, the RFP sought economies of scale by consolidating these services under one reproduction firm. Based on the criteria listed above, three companies were unanimously advanced to the next stage in the selection process including: C2, County of Orange, and Office Depot. All three print services vendors offered experience with other governmental agencies, online ordering and print job management, high - quality customer service, and the ability to handle the City's print volume with sufficient staff and equipment. Representatives from each City department were invited to participate in each vendor's demonstration of its online ordering system, tour the production facilities, and to ask questions. While all three companies received good references from various municipalities and agencies as listed in their respective proposals, Office Depot distinguished itself amongst members of the internal review panel in the areas of customer service outreach and online ordering efficiency. Recommendation Staff selected Office Depot for its excellent references, online ordering, printing and high speed copying service capabilities, and its approach to customer service with dedicated personnel offering training and ongoing support to the individual end users. The City currently has an account for online ordering of office supplies with Office Depot that offers e- commence rebate incentives. In addition to receiving competitive pricing through The Cooperative Purchasing Network (TCPN) Master Agreement, Office Depot will consider purchases made in the Custom Printing Services category when calculating volume and rebate incentives. Office Depot Agreement The key provisions of the agreement (Attachment A) with Office Depot are proposed as follows: Term: Three (3) years Compensation: Not to exceed $600,000.00 over the term of the contract The proposed agreement compensation is based on the analysis of the current work quantity of the Print Shop, applied to the proposed pricing from Office Depot. The proposed per unit pricing is fixed for the entire proposed contract term. Services: Office Depot shall provide reprographic and print services to the City, replicating services currently provided by the Print Shop, and produce business cards and envelopes. Office Depot shall also provide daily pick -up and drop -off of print services orders at no extra charge to the Contracting out Reprographic Services; Approval of Office Depot Agreement November 27, 2012 Page 4 City. For urgent or priority projects, Office Depot retail store locations may also be utilized for order processing and fulfillment. The nearest retail store location is located at 2747 Campus Drive in Irvine and is 4.7 miles from the Newport Beach Civic Center. Approval of this contract will result in a reduction to Position Control of 2.0 FTE personnel resulting from the layoff of 1.0 FTE personnel and the impending retirement of the Printing Services Supervisor in December of this year. Office Depot has indicated a willingness to consider hiring personnel displaced by the elimination of the Print Shop. The actual annual fiscal impact will vary and is dependent upon the number of reproduction copy jobs that are printed. Based on an analysis of the City's current reproduction volume, staff estimates that the pricing for Office Depot's services will result in a net annual expenditure decrease of at least $70,000 from the City's current internal printing solution. By utilizing Office Depot's services, staff anticipates cost savings in office equipment maintenance and repair costs, capital asset amortization for reproduction equipment, overhead allocation, facility usage, and paper. In addition to the cost advantages, staff has been satisified with the services provided by Office Depot in the past. Based on these findings, staff recommends the Council approve an agreement with Office Depot for reproduction services. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ( "CEQA ") pursuant to Section 15302 (Replacement or Reconstruction) of the CEQA Guidelines, Cali €omia Code of Regulations, Title 14, Chapter 3, because the replacement of existing parking meters with new parking meters has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: n Matusiewicz Finance Director/Treasure Attachments: A. Proposed Agreement with Office Depot t •• 4" • . , THIS SERVICE AGREEMENT ( "Agreement ") is made and entered into as of this 1st day of January, 2013 ( "Effective Date ") by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and OFFICE. DEPOT, INC., a Delaware corporation ( "Contractor "), whose address is 3366 East Willow Street, Signal Hill, CA 90755 and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to provide reprographic services to all City departments ( "Project "). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. D. The principal member of Contractor for purposes of Project shall be Donna Carranza, Solutions Development Manager. E. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the ("Effective Date "), and shall terminate on December 31, 2015 unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ( "Services' or "Work "). The City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 31 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within one (1) business day of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator (as defined in Section 6 below) not later than one (1) business day after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates or Progress Payments Schedule attached hereto as Exhibit B and incorporated herein by reference. Contractors compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Six Hundred Thousand Dollars and No /100 ($600,000.00) without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name of the person who performed the Work, a brief description of the Services performed and /or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement, or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. OFFICE DEPOT, INC. Page 2 Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Donna Carranza, Solutions Development Manager to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously fumish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Finance Department. The Administrative Support Services Coordinator or his /her designee, shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her designee shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITYS RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one (1) copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. STANDARD OF CARE 8.1 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with the highest industry standards. For purposes of this Agreement, the phrase "highest industry standards" shall mean those standards of practice recognized by one (1) or more first -class firms performing similar work under similar circumstances. 8.2 All Services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the highest industry standard. OFFICE DEPOT, INC. Page 3 8.3 Contractor represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9, HOLD HARMLESS 9.1 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties') from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of OFFICE DEPOT, Page 4 performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review- all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. i; 1[,T&1WUU U40 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment; The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. OFFICE _ D # Page 5 The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. The City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and the City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor written consent for such changes. 18. COMPUTER DELIVERABLES All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY The Contractor shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or OFFICE DEPOT, INC. Page 6 copyright, including costs, contained in Contractor's Documents provided under this Agreement. •mss Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 1 s City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Contractor, the additional design, construction and/or restoration expense shall be borne by Contractor. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. City reserves the right to employ other Contractors in connection with the Project. 25.1 The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. OFFICE DEPOT, INC. Page 7 25.2 If subject to the Act, Contractor shall conform to all requirements of the Act: Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 26. NOTICES 26.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first - class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Administrative Support Services Coordinator Finance Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Phone: 949 -644 -3127 Fax: 949 - 644-3339 26.2 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Donna Carranza, Solutions Development Manager OFFICE DEPOT, INC. 3366 East Willow Street Signal Hill, CA 90755 Phone: 951 - 200 -0913 Fax: 951 -200 -0914 27. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to any claims filing requirements set forth in the Agreement, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code sections 900 et seq.), OFFICE DEPOT, Page 28. TERMINATION 28.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 28.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29.1 Compliance with all laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 29.2 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 29.3 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind- or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 29.4 Conflicts or Inconsistencies. In the event there are any, conflicts or inconsistencies between this Agreement and the Scope of Services. or any other attachments attached hereto, the terms of this Agreement shall govern. 29.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. OFFICE DEPOT, .•g. 29.6 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 29.7 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 29.8 Controlling Law and Venue. The laws of the State of California shall govem this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 29.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 29.10 No Attorney's Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorney's fees. 29.11 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. • OFFICE DEPOT, Page 10 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:— By:_ 'U6, Aaron arp City Attomey ATTEST. Date, By: Leilani 1. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Nancy Gardner Mayor CONTRACTOR: OFFICE DEPOT, INC., a Delaware corporation By: Chris McEntee Vice President, West Region Kristen Micalizio Vice President, Copy and Print Depot Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates/ Progress Payment Schedule Exhibit C — Insurance Requirements Al2 -0076? OFFICE DEPOT, INC. Page 11 EXHIBIT A SCOPE OF 1 OFFICE DEPOT, P,�- Contractor, at its own expense, shall commit necessary resources to develop a transition program for the City and its employees. Specific deliverables for this program are as follows: • A minimum of two (2) training sessions hosted by Contractor at the City of Newport Beach Civic Center. The purpose of these sessions shall be for City employees to become familiar with the Contractor, its operations and to ask questions about the reprographic services provider transition; • A minimum of one (1) scheduled production facility tour for City employees, if requested; • Any necessary follow -up training with City employees; and • Production and distribution of an operations manual specific to the City that contains contact information and procedures on order placement. a =R •, City's Project Administrator shall designate those City departments and department employees that shall be authorized to place reprographic orders with Contractor (hereby defined as "Users. ") Each User shall be assigned a unique login on Contractor's online ordering system. Contractor's nomenclature may vary, but capabilities of Users shall be developed as follows: TYPE 1 TYf' 2 f TYPE 3 37, 27 Ability to place orders X X Ability to proof, revise and XC X edit orders as £ r needed4 Ability to place re- orders for 'XX " X commonly- ordered documents Ability to receive cost 'X X estimates for each order to prior placement Ability to research order X X x X history for their respective orders Ability to research order X X' histoDLfor entire de artment Ability to research order X history for entire Cif Type 1: Every City employee designated by the Project Administrator to be able to initiate orders. Type 2: A minimum of one (1) City employee in each department that shall serve as the primary liaison for that respective department. Type 3: The City's Project Administrator or any other agreement administrators as needed. Contractor's online ordering system shall also possess the capability to establish, if requested, a workflow approval process among the three (3) types of Users described in this section. For the provision of Services as described in this Agreement, reprographic services performed for the City shall occur at the Contractor's designated primary production facility, identified as follows: Office Depot, Production Facility #2963 3500 East Willow Street Long Beach, California 90815 Contractor may utilize its other production facilities located at its local retail stores to perform Services on an as-needed basis. These requests shall be processed on an as- needed basis and upon approval of the Contractor's service representative. EIXNNWIII,#� Contractor shall provide all necessary labor, equipment, materials and supervision to provide reprographic services to the City. Document types and services that may be produced during the course of this Agreement may include, but are not limited to: A. Printing and High-Speed Copying Services, including: • Color printing, both one and two-sided, various sizes and stocks; • Black and white printing, both one and two-sided, various sizes and stocks; • NCRICarbonless forms, both one and two-sided; B. Offset Printing Services, including: • Graphic Design/Artwork; • Multiple color runs; • One and two -sided printing; and • NCR/Carbonless forms, one and two- sided. C. Door Hanging Documents D. Business Cards • Contractor shall print business card masters containing the City's embossed logo and store them, at Contractor's expense, until such masters are required to fulfill City orders. • Contractor's online ordering system shall possess the capability for the Project Administrator to upload several business card templates and allow all other Users to modify only pre - designated text areas. • Specifications for City business cards: • Standard stock; • Kromekote cover; • Embossed City seal in 4- color; and • One and two -sided printing. E. Letterhead F. Envelopes • Envelopes required by the City are 10# regular, 10# window and will require the City seal and address printed on. • Specific text and address information and print location may vary by City department. • Certain departments shall require window envelopes depending on the intended purpose. G. Miscellaneous Bindery Projects, including: • Cutting; • 3 -hole punching; • Stapling; • Collating; • 2 -sided copies; • Binding; • Padding; • Folding; • Saddle stitching; • Perforating; # _ _ `] • Numbering; and • Scoring. • -19 ; A. Users may initiate orders and requests for reprographic services utilizing the following methods • The Contractor's online ordering system; • Contacting the Contractor's designated representative(s) via telephone; • Submitting project information and requests directly to the Contractor's delivery courier, who shall be present at the Newport Beach Civic Center for pickup and delivery purposes no less than once per City business day; or • Performing a walk -up order request at the Contractor's production facility or designated retail store location. B. Contractor shall develop and produce, at its own expense, hard copies of a routing slip that City personnel may use to submit orders to the Contractor's courier. C. All order requests from Users shall specifically indicate the following: • The urgency, which shall be either • "Standard," defined as an order that the Contractor is permitted to complete and have delivered within three (3) business days of order submission; • "Next Day ", defined as an order that the Contractor is required to complete and have delivered by the next business day after order submission. • "Priority," defined as an order that the Contractor is required to complete and have delivered within six (6) hours of order submission. • The delivery location for completed orders, which shall be one of the following delivery locations: • Newport Beach Civic Center; • Newport Beach Police Department; • City of Newport Beach Corporate Yard at 592 Superior Ave, Newport Beach, CA 92663; • Contractor's production facility; or • Contractor's designated retail location f ' • D. Upon receipt of each order, Contractor shall contact the User who submitted the order to confirm the order, verify order details and instructions, provide cost estimates (if requested), and confirm order deadline and delivery requirements. E. Contractor shall provide the User with a digital proof that shall be confirmed by the User prior to order production. Contractor shall not be held liable for errors or inaccuracies in orders that are not proofed by the City. •-s - ;`1 A. Of the three (3) possible delivery locations for completed orders, the Newport Beach Civic Center shall be considered the City's primary delivery location. B. Contractor shall assign a courier to be present at the Newport Beach Civic Center each business day, Monday through Friday, at a time and specific location to be determined by the Project Administrator, for the purposes of order delivery and to pick up any new orders from Users. C. Contractor's courier shall visit the Newport Beach Civic Center at the designated time and specific location regardless if there are completed orders to be delivered, in the event that City Users wish to submit orders to the courier. While the Newport Beach Police Department and Corporate Yard are also delivery locations, Contractor's courier will only visit these facilities when there are completed orders to be delivered. D. Upon request, and denoted at time of order placement, completed orders may also be picked up from the Contractor's production facility or designated retail store location by City personnel. E. Priority orders requiring same -day completion shall require same -day delivery or pick -up by City personnel from Contractor's production facility or designated retail store location. A. Acceptance of work by City is contingent upon City inspection and approval. City shalt have the right to inspect services provided at all reasonable times and places. "Services" as used in this section includes services performed or tangible material produced or delivered in the performance of services. SCOPE OF SERVICES B. If any of the services do not conform to order requirements, City may require Contractor to perform the services again in conformity with order requirements, at no charge to the City. When defects in the quality or quantity of service cannot be corrected by re- performance, City may (a) require Contractor to take necessary action to ensure that future performance conforms to order requirements, and (b) equitably reduce the payment due Contractor to reflect the reduced value of the services performed. These remedies do not limit the remedies otherwise available at law, or in equity. C. City reserves the right to refuse payment on Contractor invoices for orders that do not meet submitted criteria. City makes no expressed or implied promise as to the quantity of work or orders that will be submitted. The rates provided in Exhibit B shall remain constant and unchanged regardless of the actual quantity of work or orders that are submitted. fir- i September 11, 2012 Anthony Nguyen, Purchasing Agent City of Newport Beach Email: anquyento?newportbeachca.gov Dear Anthony: Thank you for giving Office Depot the opportunity to participate in the City of Newport Beach bid for copy services. We want you to have a clear understanding of our capabilities while making this important business decision, We are fully prepared to dedicate the appropriate resources and experience to fully accommodate the program requirements of the City of Newport Beach should we be selected to serve your requirements, We have developed and described a number of value -added programs that are specifically designed to benefit our customers and meet their varied and constantly changing needs. ® Flexible order submission for digital printing jobs; online, email, or hardcopy ® Regional print production facility able to handle any size project. Print Consultants available for in person job consultations Fully integrated billing functions to simplify accounts payable activities ® Program and implementation training to be provided to all interested departments » 30% recycled paper stock included in all 20# B&W and Color copies • to addition to receiving competitive pricing through the TCPN contract, purchases made in the Custom. Printing Services category will be considered when calculating volume and e- commerce rebate incentives. Office repot, one of the most recognized distributors in the office products industry, will use the many advantages of our national distribution system, our expertise in electronic commerce, and our industry leading approach to managing decentralized program environments, to ensure that you receive the outstanding service you expect, and the program consistency that you require. The City of Newport Beach is already participating in The Cooperative Purchasing Network (TCPN) Master Agreement with Office Depot, and this Agreement has, as part of it's overall value, a competitive offering in the area of Print and Copy Services. It is Office Depots intention to provide the City of Newport Beach with a formal proposal to use the TCPN program in response to this kFP. The pricing, terms and conditions of the TCPN program shall govern any other terms and conditions if Office Depot is selected. We look forward to presenting more information on our programs and capabilities, and welcome a discussion of any additional specific requirements w1hieh you may have. Sincereily, , J f, �G Chris McEntee Region Vice President Proprietary and Confidential 2 ATTACHMENT E: PROPOSAL REQUIREMENTS CHECKLIST This checklist is provided as a guide for Proposers to assemble Proposals. As closely as possible, please adhere to the following format and order when assembling proposals. Please note that part of the evaluation criteria takes into consideration the responsiveness of a proposal, proposals missing any required attachments shall be evaluated accordingly. Submittals should follow the some order and sections indicated below. PART I: TECHNICAL PROPOSAL SECTION COVER LETTER A cover letter not to exceed two (2) pages in length shall summarize key elements of the proposal and outline why your firm is qualified for this Project. The cover letter shall be signed by a representative able to submit a formal offer and bid the Proposer to contractual obligations. See attached cover letter. ORGANIZATIONAL INFORMATION Identify key personnel from your firm, including specific personnel that would be assigned to this Project, if any. Any and all Prime Contractor and Subcontractor relationships and responsibilities must be detailed. Resumes for proposed assigned personnel should be included, detailing relevant experience and qualifications for this Project. Dedicated Personnel — Dedicated Account Managers, Customer Service Representatives, and Document Sales Consultants are provided to our customers to consult on their document needs to ensure complete satisfaction. in addition to the support that we have at our print facilities, the City of Newport Beach will have two dedicated account managers: Donna Carranza, Solutions Development Manager — Print, will be responsible for account rollout, training, and ongoing support to the individual end users. She will be the direct contact for customer questions and support. Donna has 20 years experience in the copy & print industry, including specialty experience in the "quick print" reprographics industry, as well as offset printing. Her expertise lies in the ability to find solutions quickly for end users. She also has many years experience in working with cities and other public sector type accounts. Cesar Vargas, Service Consultant — Print, will be assigned as a "print rep" to help individual users with specific jobs and or assistance with order submission. Cesar has 9 years experience in reprographic services. His strong background in offset printing aids in finding solutions for customers while meeting budgetary needs. Robert Dilley, Territory Development Manager, will be the dedicated rescource for overall account maintenance, billing questions and customer sevice. Proprietary and Confidential r v. PRODUCTION FACILITY INFORMATION Provide information regarding the primary production facility that would handle this Project for the City. Please include a summary description of notable equipment being utilized at this facility as well as output volume highlights. if applicable, also describe the other production facilities in the area that may be called upon to handle Projects for the City. Proposers short- listed as a result of this RFP will be called upon to host a tour of the production facility by City personnel. Office Depot operates 10 Regional Production Facilities strategically located across the U.S. producing over 2 billion digital prints annually. These large pass -key secure production facilities use state -of -the -art equipment to maintain consistent quality. Regional production facilities have the equipment capacity and labor to handle high volume projects quickly and efficiently. In addition, we operate a print facility within each Office Depot retail store location, which can also be a local source for some same -day turnaround projects. Local Production Facility: RPF 2963 3500 East Willow Street Long Beach, CA 90815 Local Retail Location: Office Depot #901 2200 Harbor Blvd. Suite O Costa Mesa CA 92627 This chart on the following page shows a complete listing of our production equipment. Proprietary and Confidential 4 Proprietary and Confidential PROPOSAL — METHODOLOGY Provide your proposed work plan, which shall address every point listed in the scope of services. The ideal work plan should provide an overview of the processes that would be utilized by your firm in facilitating this Project and demonstrate familiarity with reprographic services. if your firm offers additional services not specifically described in the Scope of Services, provide a description of these services and the benefit they serve to the City. All the offerings described below are currently available. Printing and High Speed Copying Services Web -based Print -on- Demand from Office Depot is an innovative print order service that helps our public sector customers meet everyday print needs as well as time sensitive or confidential print orders. City personnel can place orders online 24(7, from any computer with an Internet connection and upload your files to our E- commerce site at business.officedepot.com. Simply click Copy & Print and then click Print Yqur Documents. Our Print -on- Demand solution requires no initial setup to access the array of digital options that include: • Black & white, or full color printing • A variety of paper types and colors including transparencies, linen, cardstock, certificate paper and more • A selection of document sizes — from letter size to large format • Multiple binding and finishing options For quick turnaround, we have ten (10) Regional Print Facilities that offer premium, high -speed digital equipment and flexible, confidential shipping to your office, meeting site or multiple destinations. Office Depot offers the City of Newport Beach the flexibility of integrated ordering, billing and usage reports. Using your existing account number, a Print -on- Demand order can be combined with your office supply orders in one consolidated and convenient statement. Save on Print and Storage Print -on- Demand enables the City to print only the document quantity needed — helping to save on printing and storage costs. The City can also benefit from: • Closed -door production facilities to assure confidentiality • Convenient same day service at any of our 1,100 retail locations in the United States File Cabinet Online Digital Archiving Conveniently reorder documents by storing information in your own File Cabinet, an online digital storage service provided at no additional cost. File Cabinet is a web -based repository that securely holds all of your digital documents, converting them to a universal PDF format. File Cabinet enables City users to: Proprietary and Confidential 6 • Upload, save and share documents online • Choose your access — exclusive use or share with others • Update and modify documents quickly and easily • Work remotely— collaborate with teams across multiple locations Measurable benefits of our web based ordering system include: • Compressed implementation • One URL to remember • Single set of log -in credentials per user • Consolidated shopping cart • improved program compliance • Customizable to meet your procurement needs • Multiple methods for restriction by products, categories, dollar amounts, etc • PO's stored or added as needed • Declining balance PO's to ensure dollar amount of PO is not exceeded • Cost Centers stored by user, drop down box, or entered on demand • PCards stored by user or entered on demand • Order histories • On demand account management and reporting Hard Copy Orders Office Depot accepts hard copy orders. These orders can be placed via telephone call or email to assigned support personnel. This process will be outlined during rollout training to assure that all City departments are familiar with the process. Order Turn - Around Time Parameters Based on the size and complexity of the order, web based order delivery turn - around is typically within 1 -3 business days of receiving the order. After receipt of the order, the end user will be contacted by one of our Print Customer Service Teams within 30 minutes to go over the specifics of the order and estimated delivery times. This is truly a differentiating factor between Office Depot and our competitors who do not offer this level of service which greatly increases the accuracy of the job and the satisfaction of the customer. For orders placed at our retail location the same applies as above with the exception that in many cases we can perform a same day turn time depending on job size and specifications. Your Office Depot dedicated support team is here to provide you with solutions and assist with your deadlines when needed. We will work to find the necessary capabilities at our local facilities to complete your projects when needed. Business Cards, Letterhead & Envelopes Custom Stationery Online (CSO) offers the City of Newport Beach an integrated online solution for acquiring organizational identity items like letterhead and envelopes. Office Depot representatives will work with City departments to coordinate a set of agency identity products tailored to their brand and specifications. Once live on the website, identity products can easily be personalized and ordered at the same time as other office supply products. This makes it simple to create professional correspondence at reasonable costs, with online instant pricing, ordering, proofing and browser -based file uploading. Proprietary and Confidential 7 Office DEipoT. Products include: • Business cards • Letterhead • No. 10 envelopes • Monarch letterhead ® Monarch envelopes ® Catalog envelopes Stamps • Name plates Note cards Mailing labels Badges • Memo pads • Address labels • Presentation folders Other Offset Printing and Promotional Products Capabilities In addition to the capabilities mentioned above, we offer a wide -range of traditional offset printing as well as access to thousands of customized promotional products. What makes Office Depot different from a traditional digital printer or offset printer is that we integrate both businesses and consult with you to determine the application that is best fit for your needs. We take into consideration available turnaround time as well as budgetary constraints to arrive at printing solutions tailored for the City of Newport Beach. This engaging consultative process is not offered by most print companies. Where you currently might be outsourcing to multiple vendors to meet your additional print needs, with Office Depot as your partner, we will be able to complete most of your orders seamlessly working with one single vendor. Fewer vendors means less contacts for end - users, as well as single consolidated billing for your accounting department, thus saving the soft costs often incurred behind the scenes with order processing and payment processing. How We Handle Important Documents such as "City Council Agendas" and "Planning Commission Agendas" Office Depot understands the City's need for production of confidential documents, turned around often in a matter of hours due to public posting deadlines or for City council or committee member advance review. Your print team will work with you to determine the best solution for printing these documents that require this high attention to detail in a short timeframe. For some customers, we print locally at an Office Depot retail location while for others, we have the meeting dates planned ahead months in advance on our calendar, and we are standing by awaiting the final digital files when each deadline approaches. Regardless of what we agree upon for your specific situation, we well work with each City department to determine their business - critical documents that fall within this area and will present a solution that meets their needs_ Office Depot Account Billing Process As with your current Office Depot supply account, we offer the same services that currently exist for that account. Seamless, integrated billing structure in line with your current supply invoices, Additionally, Office Depot offers the opportunity to receive hard copy invoices, or take advantage of our environmentally friendly electronic billing. Proprietary and Confidential Training & Support We have found the ideal work plan starts at the implementation phase and rolls through the training of end users to make them comfortable with the Office Depot Copy and Print solution. During implementation, Office Depot will deploy ample resources required to fulfill the needs to support the transition for all city personnel. No cost or responsibility is incurred by the City for this training. Office Depot offers a multi -level rollout plan based on the specific needs of each department and individual. This training will differ depending on if the individual print user is already integrated into the Office Depot office supply web site. In addition to our standard implementation program, we are able to customize the training resources specifically to your needs. Regarding specific training during rollout, Office Depot has several options to ensure end users become educated and establish a comfort level with the new processes. The following list provides a description of our offerings, and we will work with you to customize training to best meet the needs of city personnel. We provide: • 1—on -1 website training • Classroom training • Webcasts • Online Internet help • Office Depot's Internet User's Guide (detailed instructions on placing orders) At least one training session is recommended for all user groups. This session will explain the account parameters and give a thorough overview of the functions of the website which is designed to direct the end user to the core items. This training can also be designed to be managed by the specific groups, site administrators, approvers, and end users. The style of the sessions will be based on customer preference, i.e. all in one, or group style training. Training is comprised of hands -on training of the Office Depot website to review the customer's account parameters, along with a O & A session to answer any questions that the end users may have relating to the ordering process and /or account structure. These sessions can be presented through the following options: Webcast: Office Depot associate facilitates online training in a shared environment and conference call. Classroom: Office Depot associate provides training in classroom environment as a presentation. Our end user training includes specific information for all new users with policies, procedures and specific instructions like: • Now to place orders? • Who to call with problems or questions? • And much more Office Depot's support does not end when the implementation is complete! We are always there when your users have questions or concerns. Our well- trained and experienced print support teams are ready to assist. We are always available to train new hires or new -to- Proprietary and Confidential 9 position users on a one -to -one basis. This training typically takes 30 minutes to one hour. In addition, if you find the need to conduct additional classroom or web -cast trainings throughout they year on a quarterly, semi - annual or annual basis, we would be happy to make those options available. OUTLINE OF ORDERING PROCESS Provide a step -by -step outline describing all the major steps of the ordering process starting from the moment an order is placed by City personnel. Involvement and responsibilities of the City and Contractor should be identified and described. Included should be a discussion regarding rush or priority projects and how those are processed and delivered. Proposers short- listed as a result of this RFP will be called upon to demonstrate their order system in a live setting. Office Depot's goal is to make the print order process as simple as possible. Therefore, we provide our customers multiple ways to place orders. Orders can be placed via our online tools like "online print center" or "custom stationary online" as well as email, hard copy pick up or drop off at a local Office Depot store. No matter how we receive your order, our primary focus is producing quality documents correctly within a reasonable time frame. In most cases print orders can be accessed online to view delivery notes. City departments will have access to our print support team from 8:00 AM — 9:00 PM Monday through Friday. Our dedicated support team can answer any questions about turn time production or help facilitate rush jobs when necessary. The following is an example of the simple online order process using our "file cabinet ". File Cabinet Order Process • Click on the Office Depot link www.ofriicedepot.com /bsd /cop any _dprint • Enter your login credentials and click • within this landing page focus on the File Cabinet the and click • Enter Usemame 1 Password and click • Click Order Catalog Items • Locate your documents from the listed folders or click for additional options • Enter quantity and click to order the document {s} desired • Click Continue • Click to review itemized pricing • Confirm quantity and click Next to proceed • Click to review your order and edit required information • Click to submit your order • Capture the 12 digit confirmation order number listed on the top portion of the screen. If you have any questions, please contact our Copy & Print Depot Customer Service Team at 1- 800- 983 -3376 Proprietary and Confidential 10 .w.a?ri.u. INv, '�r.h ♦ �'. `. -�—vi R'...ea..':eW kPrm'. .V'i:+ .. v.v. ian.,:" -+v, _ DESCRIPTION OF ONLINE ORDER SYSTEM Provide a detailed description of the online ordering system that your firm will utilize in facilitating this Project. This discussion should detail exactly how the proposed order system meets or exceeds all requirements listed in Section 7 of the Scope of Services. Specific areas to address include: how City personnel will place orders, order tracking and order proofing. Screenshots or a PowerPoint presentation may be attached to provide more information on your firm's order system. Office Depot has the ability to accept and process orders electronically. Online ordering begins by logging in on our secure and password protected Business Solutions Division website (Copy http: / /bus i ness.officedepot.co m ). • Demonstration Login: DPSTEST • Demonstration Password: DPSTEST From there, users visit the "Copy & Print" Tab, whose services are completely integrated within the website. City personnel wishing to order additional services (i.e. office supplies, technology and custom promotional products) can do it from this same website and receive accurate and consolidated billing at the end of every month. Once within the Copy and Print T ab, users are able to upload their documents directly from their computer or by extracting them from their personal online electronic filing cabinet ... a free service that Office Depot provides to it's customers. After we receive the job, online users can expect a call -back from one of our two customer service teams within 30 minutes to go over the specifics of the copy job. Order history can be tracked at any time using our powerful online order system. This is truly a differentiating factor between Office Depot and it's competitors; many of whom do not offer this level of service. When you partner with Office Depot for Copy and Print Services, you have the advantage of using our on -line File Cabinet digital storage service at no additional cost. This flexible, web - based, repository securely holds all your digital documents in a universal PDF format for quick, clickable ordering. Your approved users can add, remove, or modify documents any time, day or night, and there are no limits to the number of File Cabinets you can set up. File Cabinet enables each entity to efficiently update printed materials from multiple locations, streamline document management and control costs. File Cabinet is a convenient way for your organization to promote consistent use of your City's branding guidelines. Once posted to the File Cabinet, designated basic users can order preconfigured documents in the quantity they need. When dealing with multiple department locations, File Cabinet helps you control, modify, and distribute documents more efficiently. The City of Newport Beach benefits with File Cabinet from: ® Document storage for City departments Centralized file storage to maintain the integrity of your files and brand identity • Reduced print waste... Only order what you need when you need it. ® Flexibility in updating and editing documents Easily manage File Cabinets and access levels Central location for document printing needs Please see attached document titled "OPC User Order Guide" Proprietary and Confidential 11 EXHIBIT B SCHEDULE OF BILLING RATES OFFICE DEPOT, INC. Page B-1 8.5 x 11 20# White One Sided Black Print $0.020 8.5 x 11 20# Assorted Colors One Sided Black Print $0.030 8.5 x 11 60# Assorted Colors One Sided Black Print $0.042 8.5 x 11 67# CardStock White One Sided Black Print $0.056 8.5 x 11 67 #CardStock Assorted Colors One Sided Black Print $0.056 8.5 x 11 70# assorted Colors One Sided Black Print $0.042 8.5 X 1180# Cover Wausau Brt Wht 8.5 x 11Carbonless 2 Part Canary/White One Sided One Sided Black Print Black Print $0.056 $0.100 8.5 x 11Carbonless 3 Part One Sided Black Print $0.150 8.5 x 11Carbonless 4 Part Rev One Sided Black Print $0.250 11 x 17 50#or60# White One Sided Black Print $0.061 11 x 17 20# color paper One Sided Black Print $0.060 8.5 x 11 24# White(Laser) One Sided Black Print $0.041 11 x 17 24# White(Laser) One Sided Black Print $0.061 8.5 X 1132# White (Laser) One Sided Black Print $0.041 Door Hanger 2up Cardstock One Sided Black Print $0.256 3 hole 8.5 x 11 20# White One Sided Black Print $0.021 11" SterlingUltraDigCover- gloss100# One Sided Black Print $0.170 ii"SterlingUltraDigTEXT -100# One Sided Black Print $0.140 8.5 x 11 20# White Two Sided Black Print $0.040 8.5 x 14 20# White 8.5 x 11 20# Assorted colors Two Sided Two Sided Black Print Black Print $0.040 $0.050 8.5 x 11 60# Assorted Brights Two Sided Black Print $0.082 8.5 x 11 67 #CardStock White Two Sided Black Print $0.076 8.5 x 11 67 #CardStock Assorted Colors 8.5 x 11 60 #Smooth White Two Sided Two Sided Black Print Black Print $0.076 $0.061 8.5 x 11 70# Assorted Colors Two Sided Black Print $0.082 8.5 X 1180# Cover Wausau Brt Wht Two Sided Black Print $0.076 8.5 x 11Carbonless 2 Part Canary/White Two Sided Black Print $0.140 8.5 x 11 24# White(Laser) 11 x 17 324 White(Laser) Two Sided Two Sided Black Print Black Print $0.061 $0.100 Door Hanger 2up Cardstock Two Sided Black Print $0.276 3 hole 8.5 x 11 20# White Two Sided Black Print $0.041 11' SteriingUltraDigCover- gloss100# 17 SterlingUltraDigCover- gloss100# Two Sided Two Sided Black Print Black Print $0.190 $0.350 ii "5terlingUltraDigText -80# 17 "SterlingUltraDigText -80# Two Sided Two Sided Black Print Black Print $0.070 $0.140 8.5 x 11 20# White 8.5 x 11/204 White (25% Cotton)FoxRiver OneSided OneSided FullColor Single Color Ink $0.190 $0.190 8.5 x 11 60# Orbit Orange (recy) OneSided FullColor $0.232 8.5x11 60 #Smooth White OneSided Single Color Ink $0.190 8.5 x 1124/60 AstoParment -Aged OneSided FullColor $0.250 8.5 X 1180# Cover Wausau Brt Wht OneSided FullColor $0.226 8.5 x 11 24# White(Laser) OneSided FullColor $0.190 8.5 x 14 24# White(Laser) OneSided FullColor $0.190 11 x 17 24# White(Laser) OneSided FullColor $0.380 8.5 X 1132# White (Laser) OneSided FullColor $0.211 Kanzaki Gummed Label 8.5 x 11 OneSided Single Color Ink $0.630 11" SterlingUltraDigCover- gloss100# OneSided FullColor $0.340 17" SterlingUltraDigCover- gloss100# OneSided FullColor $0.650 11 "SterlingUltraOigTEXT -100# 11 "SterlingUltraDigText -80# OneSided OneSided FullColor FullColor $0.310 $0.220 11 "KromeGloss -10pt -CIS -Cover OneSided FullColor $0.310 17 °SterlingUltraDigText -80# OneSided FullColor $0.440 12X18ProDigGloss- 100 #Cover OneSided FullColor $0.650 8.5 x 11 20# White 8.5x11 60# Lunar Blue TwoSided TwoSided FullColor FullColor $0.380 $0.422 8.5 x 11 60# Re -Entry Red TwoSided FullColor $0.422 8.5 X 1180# Cover Wausau Brt Wht TwoSided FullColor $0.416 8.5 x 11 24# White(Laser) 8.5 x 14 24# White(Laser) TwoSided TwoSided FullColor FullColor $0.380 $0380 11 x 17 24# White(Laser) TwoSided FullColor $0.760 11 x 17 32# White(Laser) TwoSided FullColor $0.781 8.5 X 1132# White (Laser) TwoSided FullColor $0.401 Door Hanger 2up Cardstock 11" SterlingUltraDigCover- gloss100# TwoSided TwoSided FullColor FullColor $0.616 $0.530 17" SterlingUltraDigCover- gloss100# TwoSided FullColor $1.030 11 "SterlingUltraDigTEXT -100# TwoSided FullColor $0.310 17 "SterlingUltraDigTEXT -100# TwoSided FullColor $1.000 11" SterlingUltraDigText -80# TwoSided FullColor $0.410 11 "KromeGloss- 10pt -C1S -Cover 17 "SterlingUltraDigText -80# TwoSided TwoSided FullColor FullColor $0.820 $0.440 12X18ProDiRGloss- 100 #Cover TwoSided I FullColor 1 $1.030 e 1.1 Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 1.2 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. 1.3.2 General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. OFFICE ... DEPOT, T '.• 1.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its awn right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. 1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. ,1.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor sixty (60) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 1.5.3 Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. OFFICE DEPOT, INC. Page C -2 1.5.4 Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any, type. 1.5.5 Self- insured Retentions. Any self- insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. 1.5.6 City Remedies for Non Compliance If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. 1.5.7 Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. 1.5.8 Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. OFFICE DEPOT, INC. Page C -3 Contracting out Reprographic Services; Approval of Office Depot Agreement November 27, 2012 uµt Page 4 s0-�7°b3- City. For urgent or priority projects, Office Depot retail store locations may also be utilized for order processing and fulfillment. The nearest retail store location is located at 2747 Campus Drive in Irvine and is 4.7 miles from the Newport Beach Civic Center. Approval of this contract will result in a reduction to Position Control of 2.0 FTE personnel resulting from the layoff of 1.0 FTE personnel and the impending retirement of the Printing Services Supervisor in December of this year. Office Depot has indicated a willingness to consider hiring personnel displaced by the elimination of the Print Shop. The actual annual fiscal impact will vary and is dependent upon the number of reproduction copy jobs that are printed. Based on an analysis of the City's current reproduction volume, staff estimates that the pricing for Office Depot's services will result in a net annual expenditure decrease of at least $70,000 from the City's current internal printing solution. By utilizing Office Depot's services, staff anticipates cost savings in office equipment maintenance and repair costs, capital asset amortization for reproduction equipment, overhead allocation, facility usage, and paper. In addition to the cost advantages, staff has been satisified with the services provided by Office Depot in the past. Based on these findings, staff recommends the Council approve an agreement with Office Depot for reproduction services. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act ( "CEQX) pursuant to Section 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: Dan Matusiewicz Finance Director/Treasurer Attachments: A. Proposed Agreement with Office Depot