Loading...
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� �/