HomeMy WebLinkAbout08/01/1989, C-5 - COPYING SERVICES CONTRACT ������tlll�lplllll��ll III
city
c - MEETING DATE:
c� or
San tuts OBISpo August 1 1989 oe
COUNCIL AGENDA REPORT ITEM NUMBER
FROM: Pam Voges„` City Clerk
I
SUBJECT:
Copying Services Contract
CAO RECOMMENDA11ON:
Approve Request for Proposal and authorize staff to advertise.
BACKGROUND:
In July 1982, the City began contracting for copying services for the
major portion of the city's duplicating needs. Figures are available to
show how cost effective this procedure has been. Due to a lack of
problems experienced and a clear advantage in contracting out for this
service, staff proposes the contract provisions remain the same except to
provide for a two-year contract rather than one year.
ALTERNATIVES:
1. Approve RFP and authorize staff to advertise.
2. Amend RFP as needed.
3. Disapprove RFP and require copying to be done in-house.
PROS AND CONS:
1. Approval of the RFP will provide for the same basic services at
considerably less cost than the City can provide due to the high
volume machines available to the vendor.
Z. Revisions may increase or decrease the number of services requested;
hence the final contract amount.
3. Disapproval of the contract would require doing a larger amount of
copying in-house and would probably necessitate purchasing
higher-volume copying equipment as the current equipment is not
designed for the high number of copies that would be run.
CONCURRENCES:
Management Information Committee, City Attorney, Finance Director.
IIIII�I��IIIVIIIlIIII�iII�III T MEETING DATE:
C� � SanIU�S �B�Sp� August 1, 1989
COUNCIL AGENDA REPORT ITEM NUMBER:
Copying Services Contract
Page 2
FISCAL IMPACT•
The per-copy cost of 5.1(, for copies made at City Hall is considerably
higher than prices charged by outside vendors.
In-House Per Copy Cost Analysis
Paper @ 3.31/ream (white 8 1/2 x 11 bond) * .0066
Maint. Contract @ * .0137/copy .0137
Toner and misc. supplies .0045
Equip. replacement @ +81,500/3 yrs./68 .0264
Total $ .0512
1988-89 (F.Y. ) statistics:
Average # copies/mo. = 93,948
Control acct. expenses = $27,962.49
* Total cost excludes labor or any finishing operations such as stapling
or binding.
Due to economics of scale and volume copying by outside vendors falls
between 2..0q and 5.0q per copy. (Reference Purchasing Manual 402.1) .
Last year, the city spent approximately $35,000 for outside copying
contract services (including basic copying charges and additional charges
for color paper, binding, padding, etc) .
RECOMMENDATION•
Approve Request for Proposal and authorize staff to advertise.
ATTACHMENTS
Notice to Bidders
Copying Services - Specifications No. CC-1
JC:Ltyini tr tive Officer
Fi ance Director
PV:bja -
i
City of San Luis Obispo
NOTICE TO BIDDERS
C'
(Specifications No. CC-1)
NOTICE IS HEREBY GIVEN THAT the City Clerk of the City of San Luis Obispo, State of
California, will receive sealed bids pursuant to Specifications No. CC-1 at the City
Clerk's Office, City Hall, 990 Palm Street, San Luis Obispo, California 93401
on 1989, at which time they will be publicly opened and read
aloud, for the purchase of the following:
Copying Services
Bids received after said time will not .be considered. Each bid shall be submitted in a
sealed envelope plainly marked:
"Proposal for Copying Services, Specifications No. CC-1"
Each bid shall be made out on the bid form provided. Additional copies may be obtained
from the City Clerk. Prices shall include.State and local sales taxes separately
identified.
The City of San Luis Obispo reserves the right to accept such bid or bids as may be
deemed most advantageous to the City, the right to waive any informality_ in a bid, and
the further right to reject any and all bids.
CAdditional information may be obtained by contacting Allen Hopkins at (805) 549-7167.
Pamela Voges, City Clerk Date
City of San Luis Obispo, California
C
i
City of San Luis Obispo
TABLE OF CONTENTS
Copying Services - Specifications No. CC-1
Page
General Bid Terms and Conditions . . . . . . . . . . . . 1-3
Special Bid Terms and Conditions . . . . . . . . . . . . . . 4-5
Specifications . . . . . . . . . . . . . . . . . . . . 6
Bid Submission Form . . . . . . . . . . . . . . . . 7-8
Purchase Agreement . . . . . . . . . . . . . . . . . . 9-12
Mailing List . . . . . . . . . . . . . . . . . . . . . 13
City of San Luis Obispo
General Bid Terms and Conditions
I. Requirement to Meet All Bid Terms and Conditions - Each bidder shall meet
all of the specifications and bid terms and conditions. By virtue of the bid
submission and acceptance of the bid award, the bidder acknowledges agreement
with and acceptance of all provisions of the specifications, except as expressly
qualified in the bid proposal. Non-substantial deviations may be considered
provided the bidder submits a full description and explanation of, and justifica-
tions for, the proposed deviations. Final determinations of any proposed deviation
will be made by the City of San Luis Obispo.
2. Bid Submission - Each bid must be submitted on theform(s) provided in the.
bid package. Bid documents shall be enclosed in an envelope which shall be
sealed and addressed to the City Clerk, City of San Luis Obispo, 990 Palm Street,
San Luis Obispo, CA 93403-8100. In order to guard against premature opening,
the bid should be clearly labeled with the bid title, name of bidder, and date and
time of bid opening.
3. Bid Retention and Award - The City reserves the right to retain all bids for a
period of 30 days for examination and comparison. The City also reserves the
right to waive non-substantial irregularities in .any bid, to reject any and all
proposals, to reject or delete one part of a proposal and accept the other, except
to the extent that the bids are qualified by specific limitations, and to make
award to the lowest responsible bidder as the interest of the City may require.
4. Bid Quotes and Unit Price Extensions -.The extensions of unit prices for the
quantities indicated and the lump sum prices quoted by the bidder must be
entered in figures in the spaces provided on the Bid Submission Form(s). Any
lump sum bid shall be stated in figures. The Bid Submission Form(s) must be
totally completed. If the unit price and the total amount stated by any bidder
for any item are not in agreement, theunit price alone will be considered as
representing the bidder's intention and the total will be corrected to conform to
the specified unit price.
5. Bid Withdrawal - A bidder may withdraw its proposal, without prejudice prior
to the time specified for the bid opening, by submitting a written request to the
City Clerk, in which event the proposal will be returned to the bidder unopened.
No proposal received after the time specified or at any place other than the place
stated in the "Notice Inviting Bids" will be considered. All bids will be opened
and declared publicly. Bidders or their representatives are invited to be present
at the opening of the bids.
6. Submission of One Bid Only - No individual, or business entity of any kind
shall be allowed to make or file, or to be interested in more than one bid, except
an alternative bid when specifically requested; however, an individual or business
entity which has submitted a sub-proposal to a bidder submitting a proposal, or
who has quoted prices on materials to such bidder, is not thereby disqualified
from submitting a sub-proposal or from quoting prices to other bidders submitting
proposals.
(1}
`r �J
7. Contract Requirements - The bidder to whom award is made shall execute a
written contract with the City within ten (10) calendar days after notice of the
award has been sent by mail to it at the address given in its proposal. The
Contract shall be made in the form adopted by the City and incorporated in these
specifications. The bidder warrants that he/she possesses, or has arranged through
subcontracts, all capital and other equipment, labor and materials to carry out and
complete the work hereunder in compliance with all Federal, State, County, City
and Special District Laws, Ordinances, and Regulations which are applicable.
8. Failure to Accept Contract - If the bidder to whom the award is made fails to
enter into the contract: the award will be annulled; any bid security will be
forfeited in accordance with the Special Bid Terms and be made to the. next low-
est responsible bidder who shall fulfill every stipulation as if it were the party to
whom the first award was made.
9. Contract Assignment - The bidder shall not assign, transfer, convey or
otherwise dispose of the contract, or its right, title or interest, of its power to
execute such a contract to any individual or business entity of any kind without
the previous written consent of the City of San Luis Obispo.
10. Non-Discrimination - In the performance of the terms of this contract, the
bidder agrees that it will not engage in, nor permit such subcontractors as it may
employ, to engage in discrimination in employment of persons because of age,
race, color, sex, national origin or ancestry, or religion of such persons.
11. Work Delays - Should the successful bidder be obstructed of delayed in the
work required to be done hereunder by changes in the work of by any default,
act, or omission of the City, or by strikes; fire, earthquake, or any other Act of
God, or by the inability to obtain materials, equipment, of labor due to Federal
Government restrictions arising out of defense or war programs, then the time of
completion may, at the City's sole option, be extended for such periods as may be
agreed upon by the City and the bidder.. In the event that there is insufficient
time to grant such extensions prior to the completion date of the contract, the
City may, at the time of acceptance of the work, waive liquidated damages which
may have accrued for failure to complete on time, due to any of the above, after
hearing evidence as to the reasons for such delay, and making a finding as to the
causes of same.
12. Labor Actions - In the event that the successful bidder is experiencing a labor
action at the time of the award of the bid (or if its suppliers or subcontractors
are experiencing such a labor action), the City reserves the right to declare said
bidder is no longer the lowest bidder that is not experiencing a labor action, and
to declare it to be the lowest responsible bidder.
13. Sales Tax Allocation - For sales occurring within the City of San Luis Obispo,
the City is reimbursed one-sixth of the 6% sales tax paid. Therefore, for bids
from retail firms located in the City of San Luis Obispo at the time of bid
closing for which sales tax is allocated to the City of San Luis Obispo, 1% of the
taxable amount of the bid will be deducted from the bid by the City in the cal-
culation and determination of the lowest responsible bid. (2)
14. Communications Regarding Bid - All timely requests for information submitted
in writing will receive a written response from the City. Telephone communica-
tions with City staff are not encouraged, but will be permitted. However, any
such oral communication shall not be binding on the City.
l �
(2)
i
15. Business Tax - All bidders should be aware of the City's Business Tax
Ordinance which requires that a Business Tax Receipt be obtained before any
business, trade, profession, enterprise, establishment, occupation, or calling is
conducted with the City. The amount of the tax is based on gross receipts result-
ing from business conducted in the City of San Luis Obispo, and is required to be
paid when business is conducted in the City even though the principal location of
the business may be outside of the City. Issuance of a Business Tax Receipt is
only evidence of the fact that the tax has been paid; it does not sanction or
approve any operation not otherwise permitted. Verification that the bidder has a
valid City of San Luis Obispo Business Tax Receipt will be obtained by the City
prior to the execution of the contract. Additional information regarding the City's
Business Tax program may be obtained by calling (805) 549-7134.
16. Payment Terms - The City's payment terms are 30 days from the receipt of an
original invoice referencing the City's Purchase Order number and acceptance of
the materials, supplies, equipment, or services (Net 30). Payment will only be
released upon authorization from the receiving Department.
(3)
L
-ri ity of San Luis Obispo
Special Bid Terms and Conditions
Specification No. CC-1
1. Contract Term. The prices bid for these items must be valid for a period of
one year unless otherwise conditioned by the bidder in the bid exceptions. The.
prices bid by the successful contractor may be renegotiated between the City and
the successful bidder within 90 days of the second year of this Agreement at the
option of the City or the Contractor.
2. Estimated Ouantities. The quantities indicated in the Detailed Bid
Specifications/Bid Submission are estimates based on past purchasin* experience,
and will be used to determine the lowest overall bid. Actual quantities purchased
during the period of this contract may vary from these estimated amounts as
required by the City.
3. Supplemental Purchases. Supplemental purchases may be made from the
successful bidder durin& the contract term in addition to the items listed in the
Detailed Bid Specification/Bid Submission Form. Although it is anticipated that
the value of supplemental purchases will total approximately $40,000 during the
contract term, no individual order will exceed $1,000. For these supplemental
purchases, the bidder shall not offer prices to the City in excess of the amounts
offered to other similar customers for the same item. If the bidder is willing to
offer generally prevailing price structure during the contract term, this offer and
the amount of discount on a percentage basis should be provided with the bid
submission.
4. Non-Exclusive Contract. The City reserves the right to purchase the items
listed in the Detailed Bid/Specification Form, as well as any supplemental items,
from other vendors during the contract term.
5. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand
names, or catalog numbers used in the specifications are for the purpose of
describing and establishing general quality levels. Such references are not
intended to be restrictive. Bids will be considered for any brand which meets or
exceeds the quality of the specifications given for any item.
VENDOR RESPONSIBILITIES.
1. Release of reports and information. Any reports, information, data, or other
material given to, prepared by, or assembled by the Vendor under this Agreement
shall be the property of the City and shall not be made available to any individ-
ual or organization by Vendor without the prior written approval of the City.
2. Qualification of Vendor. The Vendor will certify that it is qualified to
furnish copy services described in this Agreement.
(4) Q
l
3. Deadlines. Reguiarly-scheduled jobs (such as agendas) are to be delivered
within 24 hours of pick-up. All other work will be produced in a timely manner,
meeting the deadline listed on the copy order. If the deadline cannot be met, the
Vendor will notify the person ordering the job before beginning. If the Vendor is
unable to meet the required deadline, City may take the work elsewhere for copy-
ing. Each job will be returned to the City with a completed copy the work order
with the following information provided on the form:
- Vendor's name, address, and work order number.
- Name and customer number of the department ordering the job.
- Title or description of the job.
- Number of copies required.
- Itemized list of special materials and services.
4. Quality Control. The Vendor will take the necessary steps to insure that the
work is produced without errors or omissions, and that a consistent level of high
quality is maintained. Unacceptable work which is the fault of the Vendor will
either be re-run or repaired at no charge to the City.
5. Protection of Materials. The Vendor will take the necessary precautions to
protect the City property from loss, damage, theft or unauthorized use.
6. Control of Service Orders. The Vendor will insure that copy services as stated
in this Agreement are provided to only authorized departments, commissions,
agencies, and individuals.
7. Vendor Invoices. The Vendor shall deliver a monthly invoice to the City,
itemized by up to 20 cost centers, with attached copies of work order forms as
supporting detail.
8. Trade Customs. Except as noted in this Agreement, legally-accepted "trade
customs" applied to the printing trades will be observed.
9. Conflict of Interest. The Vendor certifies that no one who has or will have
any financial interest under this Agreement is an officer or employee of the City.
It is expressly agreed that, in performing these services, the Vendor shall at all
times be deemed an independent contractor and not an agent or employee of the
City.
10. Insurance. The Vendor shall provide proll of comprehensive general liability
insurance (including auto) and business liability insurance in the' amount of
$250,000/person; $500,000/occurance.
CITY RESPONSIBILITIES.
1. Preparation of originals. Material submitted for copying shall be properly
prepared to the standards required by the Vendor.
2. Work Order. The City will provide a copy order for each job listing the
required services.
3. Pick-up/drop off point. The City will provide one location in the City Hall
where material will be picked up and delivered.
�—.. 4. Quality Control. The City will examine all jobs to insure that the job has
been properly produced and returned. Unacceptable work will be returned to the
Vendor.
(5)
City of San Luis Obispo
COPYING SERVICES - SPECIFICATIONS CC-1
The City of San Luis Obispo is requesting bids from interested vendors for providing
copying and related services for the next two years. Specifications for these services
are outlined below.
BASIC COPYING SERVICES:
1. Copying volume is estimated to average 80,000 copies per month.
2. Minimum number of copies of an original will be one copy..
3. Maximum number of copies of an original will be 1,000 copies.
4. Basic charges are for black image on 8-1/2" X 11", 8-1/2" X 14" or 11" X 17" white
bond paper.
5. Machine collating will be provided at no additional charge.
6. Machine reduction or enlargement (64% to 200%) will be provided at no additional
charge.
7. Minimum turn-around time will be 24 hours unless by special arrangement.
Understandably, larger or complex jobs requiring binding, folding, drilling,
padding, stapling or special handwork will take longer to produce.
PICK-UP AND DELIVERY SERVICE:
Pick-up and delivery to City Hall will be provided by the vendor twice daily except
weekends and official City holidays:
Morning Delivery: 10:00 - 10:30 am Monday through Friday
Afternoon Delivery: 3:00 - 3:30 pm Monday through Friday
SPECIAL COPYING SERVICES:
1. Color bond, offset, textured, bright/fluorescent, card or cover paper will be
available.
2. Copying onto carbonless, pre-collated 8-1/2" X 11" paper will be available in 2-,
3- or 4-set color combinations.
3. Plastic comb, Velo, padding and wire-stitching binding services will be provided.
4. Drilling (2- or 3-hole in standard locations) will be provided.
5. Parallel folding (letter or accordian) will be provided:
6. Where machine collating is not practical, hand collating services will be
provided.
OTHER SERVICES AVAILABLE:
Consideration will be given to those vendors able to provide additional specialized
services such as full-color copying, process camera work (PMT/Velox prints), typesetting
or other graphic arts services at reduced prices as part of this agreement:
i
6
BMsumassiaWEVALUMMM MK
Cqning Services - Specifications No. W-1
The undersigned declares that he or she has carefully examined Specifications
cc-1 ao=Vanying the invitation to bid arra is tho ly familiar with the
contents thereof: is authorized to represent the bidding fim; and proposes to
deliver the services requested at the prices stated below not including sales
tax:
ASIC COPYING :
11" X 17" or
8-1/2" X 11" or 14!'
UNIT
N�FI PRICE ANB7[JNI'
1 to 9 copies of an original 100
10 to 399 copies of an original 1,700
400 to 1,000 copies of an Original 1,500
1,001 or more copies of an original 4,500
SUB-ICTAL
SPECIAL COPZ= SERVICE
UNIT
PRICE ANB3M
1. Color Bond Paper Per Sheet
8 1/211 X 1111 700
8 1/2" X 14" 700
SUB-TUTAL
2. Color Offset Paper Per Sheet
8 1/211 X 111 700
8 1/2" x 14" 700
SUB-TOM
(7)
8 1/2" X 11" _ 700
8 1/2" X 14" 700
SUB-JIMAL
4. Bright/fluorescent Paper Per Sheet
8 1/211 X 11" 700
8 1/2" X 14" 700
SUB-TOTAL
5. Card/Cover Paper Per Sheet (Any Color)
8 1/2" X 11" 700
8 1/2" X 14" 700
SUB-TOTAL
TO AL
COM ClOPYIM SERVICE
1. C=bmless/NCR Foran Per Set
2-part 500
3-part 500
4-part 500
SUB-lOMAL
2. Full Color Copying Per Copy
8 1/2" X 11" 100
8 1/2" X 14" 100
11" X 17" 100
SUB-TOTAL
(8)
Plastic Cmb ding (Cerlax) 300
Velo Binding 300
Saddle Stitch Staple (folded) 200
Side/Corner Stitch Staple(flat) 200
SUB-TOTAL
4. Drilling (2 or 3 hole / 1000) 100
SUB-IOFAL
5. Cutting or TriMing Per Cut 100
SUB-TOIAL
6. padding Per gad 100
SUB-TOTAL
7. Folding 100 Sheets 100
SUB-IUPAL
8. Copy Preparation Per Hour
(unbinding, unstaplirg,
organizing)
SUB-TOTAL
TOM
(g)
AGREEMENT _
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on
this day of 1989, by and between the. CITY OF
SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as CITY, and
the hereinafter referred to
as CONTRACTOR.
WITNESSETH
WHEREAS, on 1989, CITY invited bids for the procurement
of per Specification No.
WHEREAS, pursuant to said invitation, CONTRACTOR submitted a bid which was
accepted by CITY for said services.
NOW THEREFORE, in consideration of their mutual promises, obligations and
covenants hereinafter contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is
made and entered, as first written above, and shall remain in effect for a period
of one (I) year.
2. INCORPORATION BY REFERENCE. The Notice Inviting Bids, the General
Bid Terms and Conditions, the Special Bid Terms and Conditions, Bid Submission
Form(s), and the Bid Specifications, are hereby incorporated in and made a part
of this Agreement.
3. CITY'S OBLIGATIONS. For furnishing services as specified in this Agreement,
City will pay and Supplier shall receive therefor payment based upon the actual
quantities ordered and received by CITY and the unit prices bid by CONTRAC-
TOR.
Payment to the CONTRACTOR shall be made within 30 days after receipt of an
original invoice from the Supplier and acceptance of the service by City.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments
and agreements hereinafter mentioned to be made and performed by CITY. CON-
TRACTOR agrees with CITY to furnish the services and to do everything
required by this Agreement and the said specifications. Without limiting the
generality of the foregoing, CONTRACTOR warrants on behalf of itself and all
subcontractors engaged for the performance of this Agreement that only persons
authorized to work in the United States pursuant to the Immigration Reform and
Control Act of 1986 and other applicable laws shall be employed in the perfor-
mance of the work hereunder.
5. HOLD HARMLESS AND INDEMNIFICATION. CONTRACTOR agrees to
defend, indemnify, and hold harmless CITY, its officials, officers, employees,
representatives, and agents, from and against all claims, lawsuits, liabilities or
damages of whatsoever nature arising out of or in connection with, or relating in
any manner to any act or omission of CONTRACTOR, its agents, employees, and
subcontractors of any tier and employees thereof in connection with the perfor-
mance or non-performance of this Agreement. The CONTRACTOR shall tho-
roughly investigate any and all claims and indemnify the CITY and do whatever
is necessary to protect the CITY, its officials, officers, employees, agents, and
representatives, as to any such claims, lawsuits, liabilities, expenses, or damages.
s-/A1
6. AMENDMENTS. Any amendment, modification, or variation from the terms
of this Agreement shall be in writing and shall be effective only upon approval
by the Director of Finance.
7. TERMINATION. If during the term of this Agreement, CITY determines that
CONTRACTOR is not faithfully abiding by any term or condition contained
herein, CITY may notify CONTRACTOR in writing of such defect of failure to
perform; which notice must give CONTRACTOR in writing of such defect or fail-
ure to perform; which notice must give CONTRACTOR a 10-day notice of time
thereafter in which to perform said work or cure the deficiency. If CONTRAC-
TOR has not performed the work or cured the deficiency within the ten days spe-
cified in the notice, such shall constitute a breach of this Agreement and CITY
may terminate this Agreement immediately by written notice to supplier /to said
effect. Thereafter, neither party shall have any further duties, obligations,
responsibilities, or rights under this Agreement except, however, any and all
obligations of CONTRACTOR'S surety shall remain in full force and effect, and
shall not be extinguished, reduced, or in any manner waived by the termination
hereof. In said event, CONTRACTOR shall be entitled to the reasonable value of
its services performed from the beginning of the period in which the breach
occurs up to the day it received CITY'S Notice of Termination, minus any offset
from such payment representing the CITY'S damages from such breach. CITY
reserves the right to delay any such payment until completion or confirmed aban-
donment of the project, as may be determined in the CITY'S sole discretion, so as
to permit a full and complete accounting of costs. In no event, however, shall
CONTRACTOR be entitled to receive in excess of the compensation quoted in its
bid.
8. COMPLETE AGREEMENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete
agreement between the parties hereto. No oral agreement, understanding, or
representation not reduced to writing and specifically incorporated herein shall be
of any force or effect, nor shall any such oral agreement, understanding, or
representation be binding upon the parties hereto.
9. ANTI-DISCRIMINATION. In the performance of the terms of this Agreement;
SUPPLIER, agrees that it will not engage in, nor permit such subcontractors as it
may employ, to engage in discrimination in employment of persons because of age,
race, color, sex, national origin or ancestry, or religion of such persons. Violation
of this provision may result in the imposition of penalties referred to in Labor
Code Section 1735.
10. AUDIT. CITY shall have the option of inspecting and/or auditing all records
and other written materials used by CONTRACTOR in preparing its statements to
CITY as condition precedent to any payment to CONTRACTOR.
11. NOTICE. All written notices to the parties hereto shall be sent by United
States mail, postage prepaid by registered or certified mail addressed as follows:
CITY: Pam Voges
City Clerk
990 Palm Street
San Luis Obispo, CA 93401
CONTRACTOR:
12. AUTHORITY TO EXECUTE AGREEMENT. Both CITY and CONTRACTOR
do covenant that each individual executing this agreement on behalf of each party
is a person duly authorized and empowered to execute Agreements for such party.
IN WITNESS WEREOF, the parties hereto have caused this instrument to be
executed the day and year first above written.
ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation
By:
CONTRACTOR:
By:
APPROVED AS TO FORM
By:
Roger Picquet, City Attorney
APPROVED AS TO CONTENT:
John Dunn, City Administrator
William C. Statler
Director of Finance
i
Photocopy Bid
Addresses
1 Printers of Morro Bay ABC Printers Blake Printery
a25 Harbor 66212 Upham 2222 Beebee St .
Morro Bay, CA. 93442 SLO, CA 93401 SLO, CA 93401.
Burdine Printing Canterbury Graphics Central. Coast Printing
1020 Grand Ave. 2.741 B. McMillan 846 Grand Avenue
Arroyo Grande, CA 93420 SLO, CA 93401 Grover City, CA 93433
Coastal Reprographics, Inc. The Copy Spot Five Cities Printing
265 South Street 2231 Bayview Heights 1148 Grand Avenue
SLO, CA 93401 Los Osos, CA 93402 Arroyo Grande, CA 93420
Grand. Impressions Hay Printing , Earl Hill's Offset Print-ing
850 Grand-Avenue 665 Main 863 Monterey
Grover. City, CA 93433 Morro Bay, CA 93442 SLO, CA 93401
Kinko's Copies Mike's Copy & Graphics Mill's Stationery & Copy
"73 Foothill Blvd. 775 Foothill Center
� 0, CA 93401 SLO, CA 93401 845 Napa Avenue.
Morro Bay, CA 93442
PIP Printing Pismo Press Poor Richard's Press
2304 Broad St. 470 Price St. 2224 Beebee St .
SLO, CA 93401 Pismo Beach, CA 93449 SLO, CA 93401
Poor Richard's Press Pressed For Time Quick Printing The Printing Connection
1040 Grand Ave. 280 Higuera St. 1105 Santa Rosa St,
Arroyo Grande, CA 93420 SLO, CA 93401 SLO, CA 93401
The Printing Outlet The Prynters Seritech
756 Santa Rosa St. 220 High St. 825 Caputolio Way
SLO, CA 93401 SLO, CA 93401 SLO, CA 93401
Sir Speedy Printing Center Kinko's Postal Plus
X121 S. Higuera 882 Marsh St. 205 Higuera St .
J, CA 93401 SLO, CA 93401 SLO, CA 83401
Postal Plus Postal Plus
219 Madonna Road 763 Foothill Blvd.
SLO, CA 93401 SLO, CA 93401 G� �/