Loading...
HomeMy WebLinkAbout10/00/1989, C-8 - COPIER SERVICES MEETING DATE: city o san ui s OBISPO MEM -9NUee WaGis -COUNCIL AGENDA REPORT FROM: Pam Voges, City Cler SUBJECT: Copier Services CAO RECODODMNDATION: Adopt resolution approving contract with Kinko's as recommended BACKGROUND: On August 1, 1989, the Council approved a Request for Proposals to provide for Copier Services. RFP's were solicited from 30 companies although only three bids were received. Provisions of the copier contract are essentially the same as the last four years except that this contract provides for an alternative bid for recycled paper. The vendor being recommended can provide the lowest cost per copy at a substantially lower cost than. the City's current vendor and provide all required services including using recycled paper and additional extras relating to color reproduction, oversizing, drilling and card stock. RECYCLED PAPER EVALUATION At its August 1, 1989, meeting, the City Council requested that recycled paper alternatives be considered in the proposal request and evaluation process. As reflected in the attached bid evaluation summaries, the use of recycled paper will cost 30% to 368 more than regular paper stock ($10,000 - $15,000 annually) . This cost difference may not be significant when considered in the context of the City's commitment to recycling policies and goals. However, there is concern regarding the performance of recycled paper in meeting the City's reproduction needs. Accordingly, it is recommended that recycled paper be used for all standard "black and white" production runs for the first three months of the contract, and a report provided to the Council at that time regarding the City's experience with the costs and benefits of the approach. Regardless of which type of paper stock is used, Kinko's was the lowest bidder, and as such, award of contract to this firm is recommended. "���i ii��11111111Pn�Q1IIUIII city of San LUIS OBISpo T MINIMA COUNCIL AGENDA REPORT ALTERNATIVES: 1. Award contract to Kinko's as recommended. Kinko's is the least costly and has the capability of providing all required services in addition to providing extra services such as color copies from drawings, photographs, books and magazines. 2. Reject all proposals and direct staff to readvertise. 3. Reject all proposals and perform copier services in-house. A high-volume copier would need to be leased or purchased. Minimum equipment costs range from $125,000 to $150,000. CONCURRENCES: Management Information Committee, City Attorney, Finance Director FISCAL IMPACT,: Contracting for copying services continues to provide substantial labor savings. The current vendor runs about 94,000 copies per month. In- house copiers run about 85,000 per month. Cost per copy from vendor averages .04 cents. This includes all services such as binding, padding, cutting and business cards. It also includes pick-up and delivery to City Hall twice a day (around 10:00 a.m. and 4:00 p.m. ) . Cost per copy from the machines at City Hall and the Police Department averages .04 cents. Outside copier costs average 94,000 @ .04 = $3,760/month and in-house copier costs estimated at 85,000 @ .04 = $3,400/month. Last fiscal year total vendor costs were $45,120. RECOMMENDATION: Adopt resolution approving contract with Kinko's as recommended. ATTACHMENTS: Draft resolution Copier Services Agreement RFP Bid Evaluation Sheet PV:klc I i RESOLUTION NO. (1989 SERIES) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO APPROVING AN AGREEMENT BETWEEN THE CITY AND KINKO'S TO PROVIDE COPIER SERVICES TO THE CITY OF SAN LUIS OBISPO WHEREAS, that certain agreement attached hereto marked Exhibit "A" and incorporated herein by reference approving an agreement between the City and Kinko's is hereby approved and the Mayor is authorized to execute the same. NOW, THEREFORE, BE IT RESOLVED that the City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to: Kinko's, City Finance Department. On motion of , seconded by and on the following roll call vote: AYES: NOES; ABSENT: the foregoing Resolution was passed and adopted this day of , 1989. Mayor Ron Dunin ATTEST: City Clerk Pam Voges Resolution No. (1989 Series) APPROVED: QNistr�ative officer City Attorney Finance Director U ;L Citj Clerk 1 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of SAN LUIS between the CITY OF OBISPO, a municipal the Kinko's on' corporatilhereinafterdreferred to as CITY, and as CONTRACTOR. hereinafter referred to WITNESSETH WHEREAS, on September 25, 1989 of Copier Sery ces 1989, CITY invited bids for the procurement C—C 1 - 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 (1) 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. 6. AMENDMENTS. Any amendment, modification, or variation from the term Of this Agreement shall be in writing and shall be effective only by the Director of Finance. s Y upon approval 7• TERMINATION. If during CONTRACTOR is not faithfully duringthe term of this Agreement, CITY determines that herein, CITY may notify abiding by any term or condition contained perform; which notice mut gives CONTRACTOTRACTOR in R r such defect of failure to ure to perform, which notice must OR in writing of such defect or fail. thereafter in which to give CONTRACTOR a 10-day notice of time TOR has not perform said work or cure the deficiency. If CONTRAC_ Per the work or cured the deficiency within the ten days spe. cified in the notice, such shall constitute a breach of this Agreement and may terminate this Agreement immediately by written noticegto supplier effect. Thereafter, neither CITY responsibilities, or rights underthisshallhave except, however, any obligations to said obligations of CONTRACTOR'S surety shall remain in full force and effect, and shall not be extinguished, reduced, or in an y and all nation hereof. Ia said event, CON Y manner waived b its services shall be entitled to the reasonable TRACTOR value of 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 + reserves the right to dela an the CITY'S damages from such breach. donment of the Y Y such payment until completion or confirmedT ban- project, as may be determined in the CITg of cots. Y'S sole discretion, so as to permit a full and complete accountin CONTRACTOR be entitled to receive in sIn no event, ever, shall bid. xcessof the compensation quoted in its $• COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein b ' agreement between the parties hereto reference shall constitute the complete representation not reduced to writing and specifically incorporated herein shall be oral agreement, understanding, or of any force or effect, nor shall ay such oral agreeme nnt, understanding,representation be binding upon the parties hereto. g, or 9• ANTI-DISCRIMINATION. In the SUPPLIER, agrees that it will not engage f Performance Permit the terms b this Agreement, may employ, to engage in discrimination in employment of such subcontractors as it race, color, sex, national origin manonancestry, ra thisPersons because l age, provision may result in the imposition tion of 1penl of such persons. Violation Code Section 1735. penalties referred to in Labor 10. AUDIT. CITY shall have the option of inspecting and/or a and other written materials used by CONTRACTOR in � auditing all records CITY as condition precedent to any payment to CONTRACTOri RS:,its statements to 11. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: CITY: Pam Voges City Clerk 990 Palm Street San Luis Obispo P , CA 93401 ' CONTRACTOR: Kinko,s \ John Concha, Mana$er \ 882 Marsh St. J1 \San Luis Obispo, CA 93401— 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 ED AS TO ORMana eT - Kinko's By Vicki Finu e, Acting City Attorney APPROVED AS TO CONTENT: n Dunn, Adt* r William C. - tatler - Director of Finance COPYING SERVICES BID EVALUATION SHEET <-----------BIDS----------> <--------WEIGHTING--------> WEIGHT ITEM POOR POOR MILLS RICHARD KINKO'S MILLS RICHARD KINKO'S BASIC COPYING CHARGE: (NON- RECYCLED PAPER) 11" OR 14" 7% 1-9 COPIES SO.0400 $0.0600 0.025 7.0 55% 10=399 COPIES $0.0350 SO.D300 0.025 55.0 9% 400-1000 COPIES $0.0300 50.0250 0.025 4.5 4.5 2% 1001+ COPIES 80.0250 50.0225 0.025 2.0 BASIC COPYING CHARGE (RECYCLED PAPER) 11" OR 14" 7% 1-9 COPIES N/A 50.0650 0.034 N/A 7.0 55% 10-399 COPIES N/A 80.0350 0.034 N/A 55.0 9% 400.1000 COPIES N/A 80.0300 0.034 N/A 9.0 2% 1001+ COPIES N/A $0.0275 0.034 N/A 2.0 5% COLOR BOND 50.0100 50.0150 $0.0050 5.0 1% COLOR OFFSET 80.0100 50.0200 $0.0100 0.5 0.5 1% FANCY FINISH $0.0300 $0.0250 50.0300 1.0 1% BRIGHT/FLUORESCENT 80.0200 $0.0200 $0.0100 1.0 1% CARD/COVER (1118) 80.0500 $0.0500 $0.0300 1.0 1% CARD/COVER (1411) 80.0600 $0.0600 80.0350 1.0 2% NCR (2-PART) $0.1200 $0.1300 $0.1200 1.0 1.0 3% NCR (3-PART) $0.1500 80.2000 $0.1800 3.0 3.0 3% NCR (4-PART) 50.1800 80.2500 80.2200 3.0 3.0 1% COLOR COPY (1111) N/A 81.7500 51.7500 0.5 0.5 1% COLOR COPY (1419) N/A $2.2500 82.2500 0.5 0.5 1% COLOR COPY (1711) N/A $3.5000 83.0000 1.0 3% CERLOX BINDING $1.0000 $0.9500 81.0000 3.0 1% VELO BINDING N/A $1.2500 $1.0000 1.0 1% SADDLE STITCH 50.0200 $0.0300 80.0500 1.0 2% SIDE STITCH $0.0200 $0.0300 80.0100 2.0 1% DRILLING $5.0000 82.0000 $2.0000 0.5 0.5 1% CUTTING $0.5000 80.5000 80.5000 0.3 0.3 0.3 1% FOLDING (INCL. SET-UP) 51.0000 $6.0000 $1.0000 0.5 0.5 1% COPY PREP 835.0000 $15.0000 $15.0000 0.5 0.5 NON-RECYCLED TOTAL-> 9.3 12.8 88.8 RECYCLED TOTAL-> 9.3 17.3 84.3 Cj �'� COPYING SERVICES BID EVALUATION SHEET Seven copies, 1-side, color paper 100 copies, 20-pg report,co(or cover <-- ------SAMPLE A-------------> I <--------`----SAMPLE 6-------------> I I i WEIGHT ITEM I POOR I POOR j QUANTITY MILLS _ RICHARD KINKO'S I QUANTITY MILLS RICHARD KINKO'S I d I BASIC COPYING CHARGE (NON- I I I RECYCLED PAPER) 1111 OR 141, I I I 7% 1.9 COPIES I 7 80.28 $0.42 80.18 I' 55% 10-399 COPIES I I 2100 $73.50 $63.00 852.50 9% 400.1000 COPIES I I I 2% 1001+ COPIES I I I I I I BASIC COPYING CHARGE I I (RECYCLED PAPER) 11" OR 149" I I I 7% 1.9 COPIES I 7 N/A 80.46 80.24 I I 55% 10-.399 COPIES I I 2100 N/A $73.50 $71.40 9% 400-1000 COPIES 2% 1001+ COPIES I I I i 5% COLOR BOND I 7 $0.07 80.10 80.04 1% COLOR OFFSET 1% FANCY FINISH I I I 1% BRIGHT/FLUORESCENT I I I 1% CARD/COVER (1111) ( I 200 810.00 $10.00 86.00 1% CARD/COVER (1411) I I I i-_ 2% NCR (2-PART) I I I 3% NCR (3-PART) 3% NCR (4-PART) I I I 1% COLOR COPY (1111) I I I 1% COLOR COPY (1411) I I I 1% COLOR COPY (1711) I I I 3% CERLOX BINDING I I I 1% VELD BINDING I I I 1% SADDLE STITCH 2% SIDE STITCH I I 100 82.00 $3.00 .$1.00 1% DRILLING I I I 1% CUTTING I I I 1% FOLDING (INCL. SET-UP) I I I 1% COPY PREP I I I NON-RECYCLED TOTAL-' 80.35 .$0.53 50.21 885.50 $76.00 859.50 RECYCLED TOTAL-> N/A- 80.56 80.27 N/A $86.50 878.40 COPYING SERVICES BID EVALUATION SHEET 500 copies, 2-page letter, folded 2000 copies, 4-pg survey, stapled <------------•SAMPLE C-------------> I <-------------SAMPLE D-------------> I I II WEIGHT ITEM I POOR I POOR QUANTITY MILLS RICHARD KINKO-S I QUANTITY MILLS RICHARD KINKO'S I I I BASIC COPYING CHARGE (NON- I I RECYCLED PAPER) 11" OR 14° I I I 7% 1-9 COPIES I I I 55% 10-399 COPIES 9% 400-1000 COPIES I 1000 $30.00 $25.00 $25:00 I I 2% 1001+ COPIES I I 8000 $200.00 $180.00 $200.00 I I I BASIC COPYING CHARGE (RECYCLED PAPER) 17" OR 141, 7% 1-9 COPIES 55% 10-399 COPIES 9% 400-1000 COPIES I 1000 N/A $30.00 $34.00 2% 1001+ COPIES I I 8000 N/A $220.00 $272.00 I I I 5% COLOR BOND 1% COLOR OFFSET I I 1% FANCY FINISH 1% BRIGHT/FLUORESCENT I I I 1% CARD/COVER (11") 1% CARD/COVER (14") I I 2% NCR (2-PART) 3% NCR (3-PART) 3% NCR (4-PART) I I 1% COLOR COPY (1110) I I 1% COLOR COPY (1411) 1% COLOR COPY (1711) 3% CERLO% BINDING 1% VELO BINDING I I 1% SADDLE. STITCH 2% SIDE STITCH I I 2000 $40.00 $60.00 $20.00 1% DRILLING 1% CUTTING 1% FOLDING (INCL. SET-UP) I 5 $5.00 $10.00 $5.00 I I 1% COPY PREP NON-RECYCLED TOTAL-> $35.00 $35.00 $30.00 $240.00 $240.00 S220.00 RECYCLED TOTAL-> N/A $40.00 $39.00 N/A $280.00 $292.00 i �-lo