Loading...
HomeMy WebLinkAboutContract 52148 CITY SECRETARY CONTRACT NO. a I y PRINT SERVICES AGREEMENT This PRINT SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through Susan Alanis, its duly authorized Assistant City Manager, and AC Printing, LLC. ("Contractor"), a Texas limited liability company, acting by and through Durriya Dawoodbhoy, its duly authorized C.E.O., each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Contractor Services Agreement; 2. Exhibit A—Scope of Services; 3. Exhibit B—Price Schedule; and 4. Exhibit C - Official City of Fort Worth Logo Policy and Administrative Regulation D4. Exhibits A, B and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Contractor hereby agrees to provide printing services for City departments. Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit "A," Statement of Work, more specifically describing the services to be provided hereunder. 2. TERM. This Agreement shall begin on April 3, 2019, ("Effective Date") and shall expire on September 30, 2019 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). Upon the expiration of the Initial Term, the City shall have the option to renew the Agreement, in its sole discretion, under the same terms and conditions for up to four (4) one-year renewal periods (October 1 to September 30) and for a fifth renewal period which shall expire on April 2, 2024, if exercised.. City shall notified Contractor in writing sixty (60) days in advance that it is exercising its option to renew. 3. COMPENSATION. City shall pay Contractor in accordance with the fee sehe ule of Gant,-aet, po.s r of .he perform serviees ndef this Agreement ; aeeafda-nee with the provisions of this Agreement and Exhibit "B," — Price Schedule. The prices listed in Exhibit "B" shall include all costs ppFl-8 2019 OFFICIAL RECORD vo�kl FZH Print Services Agreement,AC Printing, LLC. Page 1 of 22 CITY SECRETARY can sEceEs�RY FT. WORTH,TX associated with the specified work, including but not limited to handling, delivery, fuel charges, and any fees.No additional charges will be accepted or paid by the City. Total annual payment made under this Agreement by City shall be up to ;1i the ^MOURt Of Dollars-Six Hundred Thousand Dollars ($600,000.00). For any term that is less than a full year, the not-to-exceed amount shall be pro-rated based on the number of calendar months included in the term. As an example, if a term is for less than a year, the total spending authority for the term is calculated as follows: annual spend ($600,000) divided by number of months in a year (12) shall equal monthly spend; monthly spend is then multiplied by the number of months in the term; this amount is the term's maximum spending authority. Contractor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. City or Contractor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Contractor for services actually rendered up to the effective date of termination and Contractor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Contractor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Contractor has received access to City Information or data as a requirement to perform services hereunder, Contractor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City ("City Information") as Print Services Agreement, AC Printing, LLC. Page 2 of 22 "Revised terms are accepted by AC Printing LLC. -4/5/2019 T, 7Jc�vee li7 confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Access. Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Contractor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Contractor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. RIGHT TO AUDIT. Contractor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Contractor involving transactions relating to this Agreement at no additional cost to City. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. Section 6 shall survive the termination or expiration of this Agreement. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Contractor shall operate as an independent Contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and Subcontractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, Contractors and Subcontractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Contractor or any officers, agents, servants, employees or Subcontractor of Contractor. Neither Contractor, nor any officers, agents, servants, employees or Subcontractor of Contractor shall be entitled to any employment benefits from City. Contractor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or Subcontractor. Print Services Agreement, AC Printing, LLC. Page 3 of 22 8. LIABILITY AND INDEMNIFICATION. For purposes of this contract, the following words and phrases shall be defined as follows: Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of waste pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and C. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the items referenced in paragraph 2 of this part. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials,pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, stormwater, or land, or Print Services Agreement, AC Printing, LLC. Page 4 of 22 relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. 8.1 LIABILITY - CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION- CONTRACTOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION— Contractor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay shall not apply if City modifies or misuses the software and/or documentation. So long as Contractor bears the cost and expense of payment for claims or actions against City pursuant to this section, Contractor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Contractor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Contractor shall fully participate and cooperate with City in defense of such claim or action. City agrees to give Contractor timely written notice of any such Print Services Agreement, AC Printing, LLC. Page 5 of 22 claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Contractor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Contractor shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Contractor terminate this Agreement, and refund all amounts paid to Contractor by City, subsequent to which termination City may seek any and all remedies available to City under law. 8.4 ENVIRONMENTAL INDEMNIFICATION - CONTRACTOR HEREBY COVENANTS AND A GRESS TO RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOL UNTEERS, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, TESTING, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF TIRES OR WASTE COLLECTED PURSUANT TO THIS CONTRACT. Section 8 shall survive the termination or expiration of this Agreement. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Contractor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment,the assignee shall execute a written agreement with City and Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. Contractor and Assignee shall be jointly liable for all obligations of Contractor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, Subcontractor shall execute a written agreement with Contractor referencing this Agreement under which Subcontractor shall agree to be bound by the duties and obligations of Contractor under this Agreement as such duties and obligations may apply. Contractor shall provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Contractor shall provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: Print Services Agreement,AC Printing, LLC. Page 6 of 22 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Contractor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. (e) Environmental Impairment Liability (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s)must be included in policies listed in items a. and d. above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). 10.2 General Requirements Print Services Agreement,AC Printing, LLC. Page 7 of 22 (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City.Ten (10) days' notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement. 11. COMPLIANCE WITH LAWS, ORDINANCES,RULES AND REGULATIONS. Contractor agrees that it has registered, made application for and satisfied all other requirements for scrap tire generators; transporters; storage sites; facilities including processing or recycling operations. Contractor shall strictly comply with Title 30 of the Texas Administrative Code Chapter 328, subchapter F, as it may be amended, in the performance of its obligations hereunder, as well as with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. Contractor shall provide the City with reporting or notice provisions it submits to the Texas Commission on Environmental Quality (TCEQ) within fifteen (15) of its submission. Contractor shall immediately notify the City of any violations or notices of violations it receives from the TCEQ. Contractor express agrees that the City is not a generator of the any tire or tire material and shall defend the City from any allegation of generator status. If City notifies Contractor of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. Print Services Agreement, AC Printing, LLC. Page 8 of 22 12. NON-DISCRIMINATION COVENANT. Contractor, for itself, its personal representatives, assigns, Subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORSS OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To CONTRACTOR: City of Fort Worth AC Printing, LLC., Attn: Susan Alanis, Attn: Durriya Dawoodbhoy Assistant City Manager Address: 3400 S. Raider Drive 200 Texas Street Euless, TX 76040 Fort Worth, TX 76102-6314 Facsimile: (817) 354-0880 Facsimile: (817) 392-8654 Email: print@acprinting.com With copy to Fort Worth City Attorney's Office at same address 14. SOLICITATION OF EMPLOYEES. Neither City nor Contractor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent Contractor , any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. Print Services Agreement, AC Printing,LLC. Page 9 of 22 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement Print Services Agreement,AC Printing,LLC. Page 10 of 22 or Exhibits A, B, and C. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Contractor,their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY. Contractor warrants that its services will be of a professional quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Contractor's option, Contractor shall either(a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Contractor for the nonconforming services. Contractor warrants that it understands the known hazards and suspected hazards that are present to persons, property and the environment by providing packing, transporting, and disposal of hazardous, special and solid waste. Contractor further warrants that it will perform all services under this contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this contract. 26. IMMIGRATION NATIONALITY ACT. City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Contractor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Contractor shall complete the Employment Eligibility Verification Form (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request,provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Print Services Agreement, AC Printing, LLC. Page 11 of 22 Agreement. Contractor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Contractor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Contractor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 27. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports,work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement (collectively, "Work Product'). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work- made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Contractor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Contractor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit "C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. LICENSES AND PERMITS. Contractor certifies that on the day work is to commence under this contract, and during the duration of the contract, it shall have and maintain current valid and appropriate federal and state licenses and permits necessary for the provision of services under this contract. Contractor also certifies that if it uses any subcontractor in the performance of this agreement, that such subcontractor shall have and maintain current valid and appropriate federal and state licenses and permits necessary for the provision of services under this contract. Print Services Agreement, AC Printing, LLC. Page 12 of 22 30. CHANGE IN COMPANY NAME OR OWNERSHIP Contractor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Contractor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 31. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the Agreement. (signature page follows) Print Services Agreement,AC Printing, LLC. Page 13 of 22 IN `v`r'1TNE"S W iEREOF, the parties hereto have executed this Agreement in multiples this day of , 2019. ACCEPTED AND AGREED: CITY OF TORT WORTH: CONTRACT COMPLIANCE NIANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this (� contract,including ensuring all performance and By: reporting requirement e: Susan Alanis Title: A sistant City Manager Date: By: — Name: C"nthia Garcia APPROVAL RECOMMENDED: Title:Assistant Director APPROVED AS TO FORM AND LEGALITY: By: ine: Kevin Gunn Title: Director By: LK , TEST: Name: Title: ssistant City Attorney Ux' CONTRACT AUTHORIZATION: �� M&C: U me: ser P-12317 it City Secretary Apr ii 2, 2^u i y. 1a9.5 �►o1q-46 314 G CONTRACTOR: AC Printing,LLC., ATTEST: r By. Dr ,-- Name: Durri- a Dawoodblioy By: Title: C.E.O. J Name: Date: l r Title: l FFBCIAL RECORD Print Services Agreement, AC Printing, LLC. Page 14 of 22 CITY SECRETARY FT NORTH,TX EXHIBIT A SCOPE OF SERVICES Contractor agrees to perform the following in accordance with the highest professional industry standards. Contractor further agrees that the usage of the City logo must meet the requirement of and be in accordance with the City's Official Logo Use Policy and the City of Fort Worth Administrative Regulation D4, copies of which are attached to this Agreement. 1. General Requirements. The following requirements apply to all categories of work: 1.1 Orders will be placed by various City departments on an "as needed" basis. The City will not be obligated to any minimum or maximum quantities. Items may be submitted in person or other means provided by the Contractor and deemed acceptable in advance by City. Contractor shall receive and reproduce text, including word processing and graphics via electronic files(email, internet, external hard drive and jump drives). The City generally uses Microsoft Office and Adobe products and Contractor must be able to produce from all• MS Office and Adobe file formats. 1.2 Contractor must provide pick-up and delivery service for all jobs submitted by City. Contractor must provide services within designated pick-up and delivery areas within a 20-mile radius of the City of Fort Worth, at no charge. 1.3 Contractor shall guarantee turnaround time of three (3)to five (5) business days from the date of the order. 1.4 Contractor shall provide after-hours (after 5:00 pm) emergency and rush services (6-hour turnaround time), week-end services (24- hour turn-around)whem requested by the department. 1.5 Contractor shall provide an on-site Press Check when requested, unless other arrangements are agreed to by the Parties in writing. 1.6 Contractor shall provide one specific sales representative to handle City's accounts. The sales representative shall inform City purchasing and user departments of new materials and processes, handle billing problems, special orders, etc. 1.7 The Contractor shall be responsible for providing all labor, equipment, material and consumables necessary for the production of printed material by copying and/or offset printing and to ensure performance under this Agreement. Print Services Agreement, AC Printing, LLC. Page 15 of 22 1.8 Contractor shall provide an in-house or otherwise readily available graphics person to update information in digital format jobs and other documents. 1.9 Contractor shall ensure through quality control measures that document quality is acceptable to the City department requesting the work. 1.10 Contractor shall provide proofs, if requested by City departments, which shall be subjected to City approval before initiation and completion of the project. Contractor shall be held responsible for getting all proofs approved by the requesting department. The proofs shall be signed and dated by an authorized staff member of the requesting department prior to printing. 1.11 Contractor shall pack completed jobs in boxes or cartons adequate to contain and protect the contents. All packages, boxes, and cartons shall be labeled as to contents,purchase order number,job order number and ordering department and department contact name. All products used for shipping shall be recyclable in the City's Recycling Program and shall contain recycled-content materials. 1.12 Contractor shall use materials containing a minimum of 30%post-consumer content unless otherwise specified. 1.13 All work completed by Contractor is subject to inspection and approval by the ordering department and the City reserves the right to reject and refuse acceptance of work, which is not in accordance with the instructions, specifications, drawings, data or quality standards of the same. Rejected work shall be at the sole expense of the Contractor. 2. Digital Print and Copy Digital print and copy shall include standard black and white copies/prints; standard color copies/prints; some oversize black/white/color copies/prints; blueprints and finishing services. 3 Offset Printing and High Volume Color Printing 3.1 Individual Departments will order City letterhead, envelopes,and business cards with their individualized text requests. There shall be no variation on the specifications for City letterhead, envelopes, or business cards (i.e.type of paper, colors on the logo, etc., only the text). 3. 2 Delivery shall be no more than five (5)working days from signed proof. Contractor must match type style,print position, logos, and ink colors. 3.3 All letterhead, envelopes and business cards should follow Administrative Regulation D4, see Exhibit C.No variation from specifications or samples will be allowed. City letterhead will be printed on 24#white bond with 25%cotton, at Print Services Agreement, AC Printing,LLC. Page 16 of 22 least 90 brightness; envelopes will be on matching stock; and business cards will be 80# bright white cover stock. The City logo is a two (2)color logo. All other envelopes listed will be standard,white, envelope stock paper. 3.4 For letterheads, Pantone colors are: PMS 175 Brown PMS 288 Blue 3.5 For letterheads, Fonts: "City of Fort Worth" Cheltenham 4 Specialty Services 4.1 4.1 Contractor shall provide mail services including mail merge, pre- sorting, ink jetting, and post office delivery. Mail services will use City's indicia for postage. Print Services Agreement, AC Printing, LLC. Page 17 of 22 EXHIBIT B PRICE SCHEDULE Vendor Name: AC Printing LLC. S City of Ft Worth E. H N Address: 3400 S. Raider Drive t l PURCHASING DIVISION Q,: p LOWER LEVEL CITY HALL RCity,State Zip Code: T FORT WORTH TX 76102 Euless, Texas 76040 Item Class-Item Annual Unit Unit Price Per Total Price Quantity Single Sheet Printing and related services, per attached specifications. 1.000 Letterhead; 24# Bright White Black&2 PMS colors (500 50,000 EA 0.220 $11,000 Numbers per Order and Unit Price Per Single Sheet) Letterhead Envelopes; 24#White No. 10 Bright White 2.000 Black&2 PMS colors (500 Numbers per Order and Unit 50,000 EA 0.190 $9,500 Price Per Single Envelope) Regular Envelopes; 24#White No. 10 Bright White; 30% 3.000 Post-Consumer Black or 1 PMS (500 Numbers per 50,000 EA 0.170 $8,500 Order and Unit Price Per Single Envelope) Letterhead; 24# Bright White Black&2 PMS colors 4.000 (1,000 Numbers per Order and Unit Price Per Single 50,000 EA 0.132 $6,600 Sheet) Letterhead Envelopes; 24#White No. 10 Bright White 5.000 Black &2 PMS colors (1,000 Numbers per Order and 50,000 EA 0.150 $7,500 Unit Price Per Single Envelope) Regular Envelopes; 24#White No. 10 Bright White; 30% 6.000 Post-Consumer Black or 1 PMS (1,000 Numbers per 50,000 EA 0.122 $6,100 Order and Unit Price Per Single Envelope) Business cards; 80#Bright White cover; One Sided; 7.000 Black plus two PMS colors; Size 3.5 x 2.5". City will 250,000 EA 0.160 $40,000 provide artwork electronic artwork. (250 Numbers per Order and Unit Price Per Single Card Business cards; 80#Bright White cover; One Sided; 8,000 Black plus two PMS colors; Size 3.5"x 2.5". City will 50,000 EA 0.090 $4,500 provide artwork electronic artwork. (500 Numbers per Order and Unit Price Per Single Card) Print Services Agreement, AC Printing, LLC. Page 18 of 22 Item Class-Item Annual Unit Unitrice Per Total Price Quantity Single Sheet Business cards; 80# Bright White cover; One Sided; 9.000 Black plus two PMS colors; Size 3.5"x 2.5". City will 20,000 EA 0.050 $1,000 provide artwork electronic artwork. (1,000 Numbers per Order and Unit Price Per Single Card 10.000 Carbonless Forms, 2 Part; 8.5 X11; Black Ink(1/0) (500 10,000 EA 0.20 $2,000 Numbers per Order and Unit Price Per Single Set) 11.000 Carbonless Forms, 3 Part; 8.5 X 11; Black Ink(1/0) (500 10,000 EA 0.30 $3,000 Numbers per Order and Unit Price Per Single Set) 12.000 Carbonless Forms, 4 Part; 8.5 X11; Black Ink(1/0) (500 10,000 EA 0.35 $3,500 Numbers per Order and Unit Price Per Single Set) Postcard 4"x 6", double side, mail services including mail 13.000 merge, pre-sorting, inkjetting, post office delivery. Use 250,000 EA 0.087 $21,750 City s indicia for postage. (5,000 Numbers per Order and Unit Price Per Single Card Letter mail services-one page 8.5"x 11", double side, in No. 10 envelope including mail merge, pre-sorting, 0.170 $8,500 14.000 inkjetting, post office delivery. Use City's indicia for 50,000 EA postage(5,000 Numbers per Order and Unit Price Per Single Letter) Flyer—8.5 x 11 , 100#Gloss Text(single side)4 color 15.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.132 $1,320 Sheet) Flyer—8.5 x 11 , 100#Gloss Text(double side)4 color 16.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.190 $1,900 Sheet) Flyer—8.5 x 11, 80#Gloss Text(single side)4 color 17.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.131 $1,310 Sheet) Flyer—8.5 x 11, 80#Gloss Text(double side)4 color 18.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.188 $1,880 Sheet) Flyer—8.5 x 11, 70#Gloss Text(single side)4 color 19.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.125 $1,250 Sheet) Flyer—8.5 x 11, 70#Gloss Text(double side)4 color 20.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.176 $1,760 Sheet) Utility Bill Inserts, 3.6 x 8.5, 60#White Offset(double 2,400,00 21.000 side) (240,000 Numbers per Order and Unit Price Per 0 EA 0.0072 $17,280 Single Sheet) 22.000 Stickers—8.5 x 5.5, Florescent(1,000 Numbers per 10,000 EA 0.245 $2,450 Order and Unit Price Per Single Sicker) 23.000 Catalog with 48 pages (1,500 Numbers per Order and 5,000 EA 3.43 $17,150 Unit Price Per Single Catalog) Print Services Agreement, AC Printing, LLC. Page 19 of 22 Item Class-Item Annual Unit Unit Price Per Total Price Quantity Single Sheet Rack Cards: 4x9, 80# 14 pt. c2s, gloss, bleeds, s/w 24.000 100s,4/0 (1,000 Numbers per Order and Unit Price Per 10,000 EA 0.09 $900 Single Card) Rack Cards:4x9, 80# 14 pt. c2s, gloss, bleeds, s/w 25.000 100s,4/0 (2,000 Numbers per Order and Unit Price Per 20,000 EA 0.065 $1,300 Single Card) Rack Cards:49, 80# 14 pt. c2s, gloss, bleeds, s/w 26.000 100s,4/4(1,000 Numbers per Order and Unit Price Per 30,000 EA 0.110 $3,300 Single Card) Rack Cards:49, 80# 14 pt. c2s, gloss, bleeds, s/w 26.000 100s,4/4(2,000 Numbers per Order and Unit Price Per 50,000 EA 0.085 $4,250 Single Card Gator Board Signs 4/0, laminated, 3/16" black gator 27.000 board, single side, bleeds 12.75 x 33 (Unit Price Per 500 EA 28.60 $14,300 Board Sign) Gator Board Signs 4/0, laminated, 3/16"black gator 28.000 board, single side, bleeds 14 x 36 (Unit Price Per Board 500 EA 32.80 $16,400 Sign) Gator Board Signs 4/0, laminated, 3/16"black gator 29.000 board, single side, bleeds 24 x 36(Unit Price Per Board 500 EA 54.60 $27,300 Sign) Gator Board Signs 4/0, laminated, 3/16" black gator 30.000 board, single side, bleeds 30 x 46(Unit Price Per Board 500 EA 87.25 $43,625 Si n Vertical Display Banners, standard vinyl, smooth texture, 225.70 $22,570 31.000 straight trim, no grommets, single side 31.5 x 86 (Unit 100 EA Price Per Board Sign) Vertical Display Banners, standard vinyl, smooth texture, 32.000 straight trim, no grommets, single side 33 x 80 (Unit 200 EA 190.00 $38,000 Price Per Banner) Sandwich Board Poster 30 x 40, 4 over 0, standard 110.00 $11,000 33.000 poster gloss, bleeds(Unit Price Per Poster) 100 EA Trifold Brochures 8.5 x 11, 4/4, 100#text weight, gloss, 34.000 bleeds(250 Numbers per Order and Unit Price Per 5,000 EA 0.52 $2,600 Single Brochure) Trifold Brochures 8.5 x 11,4/4, 100#text weight, gloss, 35.000 bleeds(500 Numbers per Order and Unit Price Per 5,000 EA 0.280 $1,400 Single Brochure) Trifold Brochures 8.5 x 11,4/4, 100#text weight, gloss, 36.000 bleeds (1,000 Numbers per Order and Unit Price Per 10,000 EA 0.22 $2,200 Single Brochure) Postcards 4 x 6, 14 pt. cover c2s, gloss, bleeds,4/0 37.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.10 $1,000 Postcard) Postcards 4 x 6, 14 pt. cover c2s, gloss, bleeds, 4/0 38.000 (2,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.09 $900 Postcard) Print Services Agreement, AC Printing, LLC. Page 20 of 22 Item Class-Item Annual Unit Unit Price Per Total Price Quantity Single Sheet Postcards 4 x 6, 14 pt. cover c2s, gloss, bleeds, 4/4 39.000 (1,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.130 $1,300 Postcard) Postcards 4 x 6, 14 pt. cover c2s, gloss, bleeds,4/4 40.000 (2,000 Numbers per Order and Unit Price Per Single 10,000 EA 0.10 $1,000 Postcard) Bookmarks 2.125"w x 8.5"tall,4/4, 14 pt.cardstock, 41.000 gloss, bleeds(1,000 Numbers per Order and Unit Price 20,000 EA 0.11 $2,200 Per Single Bookmark) Bookmarks 2.75"w x 8.5"tall, 4/4, 14 pt. cardstock, 42.000 gloss, bleeds(6,000 Numbers per Order and Unit Price 60,000 EA 0.040 $2,400 Per Single Bookmark) Bookmarks 4.25"w x 11"tall, 4/1, 14 pt. cardstock, 43.000 gloss, bleeds(1,000 Numbers per Order and Unit Price 10,000 EA 0.195 $1,950 Per Single Bookmark) Locator Maps 4"w x 16"tall folded down to 2.625"w x 4"tall(6 panels which is 5 folds, like an accordion fold), 44.000 80#gloss text weight, 4/4, bleeds, artwork provided, s/w 60,000 EA 0.049 $2,940 100s(30,000 Numbers per Order and Unit Price Per Sin le Ma Locator Maps 4"w x 16"tall folded down to 2.625"w x 4"tall(6 panels which is 5 folds, like an accordion fold), 45.000 80#gloss text weight, 4/4, bleeds, artwork provided, s/w 21,000 EA 0.111 $2,331 100s(7,000 Numbers per Order and Unit Price Per Single Map) 46.000 Juror Summons Cards 5'/x 4%two sided and 30,000 EA 0.176 $5,280 barcoded (Unit Price Per Single Card) 47.000 Compliment/Complaint Cards(Unit Price Per Single 5,000 EA 0.042 $210 Card) 48.000 Juror Summons Cards 5%Z x 4'/.two sided and 30,000 EA 0.176 $5,280 barcoded (Unit Price Per Single Card) 49.000 Watermarked Receipt Paper 8'/x 11 (Unit Price Per 715,000 EA 0.019 $13,585 Single Paper) Window Envelopes#10 (Unit Price Per Single 0.037 $14,800 50.000 Envelope) 400,000 EA 51.000 Non-Window Envelopes(Unit Price Per Single 100,000 EA 0.034 $3,400 Envelope) 52.000 2 sided and stapled 8 '/x 11 Collection Applications 21,000 EA 0.07 $1,470 (Unit Price Per Piece) 53.000 Traffic Citations Booklets 4%x 11 '/2, Glue Barcode, 100,000 EA 0.143 $14,300 Number, Stitch, Black ink(Unit Price Per Piece) General Complaint Citation Booklets 4%x 11 '/2, Glue 54.000 Barcode, Number, Stitch, Black ink(Unit Price Per 60,000 EA 0.152 $9,120 Piece) Print Services Agreement,AC Printing, LLC. Page 21 of 22 Item Class-Item Annual Unit Unit Price Per Total Price Quantity Single Sheet 55.000 Yellow Delinquent Door Hangers 4.25 x 11 67#card 210,000 EA 0.034 $7,140 stock(Unit Price Per Piece) 56.000 Red Lock Door Hangers 4.25 x 11 67#card stock(Unit 26,000 EA 0.065 $1,690 Price Per Piece) 57.000 Red Important Notice Door Hangers 3.66 x 8.5 65#card 16,000 EA 0.041 $656 stock(Unit Price Per Piece) 58.000 Blue Dear Customer Door Hangers 3.66 x 8.5 65#card 80,000 EA 0.0285 $2,280 stock(Unit Price Per Piece) 59.000 Orange Customer Door Hanger 3.66 x 8.5 65#card 6,000 EA 0.059 $352 stock(Unit Price Per Piece) 60.000 Blue Field Radio Tickets Blue paper Y4 size 50/pad top 100,000 EA .025 $2,500 glued (Unit Price Per Piece) WE AGREE TO FURNISH ANY OR ALL OF THE ITEMS QUOTED AT THE PRICES SHOWN. QUOTE MUST BE HELD FIRM FOR PERIOD OF 90 DAYS. N30 AC Printing LLC. TERM OF PAYMENT: COMPANY: DELIVERY: 3-5 business days based on project SIGNATURE: � y1L �G'GttBBc �Le� TELEPHONE NUMBER: 81 7-267-8990 NAME AND TITLE: Durriya Dawoodbhoy- CEO *As detailed on pg 17 of 49, Line item 12.1 - No subcontracting allowed unless permitted by the City, we would like to specify that all products will be produced in our plant except for the following: item # 53 Traffic Citation Booklets and Item# 54 General Complaint Citation Booklet that will be outsourced due to the complex bar-coding.Turn around on those projects is 30 days from orders. Additional pricing for 30000 orders of citation booklets - $0.1766 / pc - $5,300 total Line items 27 - Line Item 33 - Printing on synthetic large format and banners. Both of these items have been supplied to the various Cities on previous contracts including City Of Fort Worth and they have met all quality standards and time-lines. Print Services Agreement, AC Printing, LLC. Page 22 of 22 Exhibit C—City's Official Logo Use Policy The City of Fort Worth's official logo or"Molly"provides a visual link among all departments within the city to assist residents in identifying city personnel,property,printed materials and all other forms of communication. Contractor agrees to adhere to the following Policy regarding the City's Official Logo and to the attached Administrative Regulation D4. Logo rules 1.Typesettting,stretching,skewing or altering the city logo in any way is prohibited. 2. Departmental logos must be used in a secondary relationship to the official logo. 3.Incorrect use of the logo on materials designed or printed by Contractor must be altered to conform with the logo policy. 4.The city logo may be used in conjunction with events that city is sponsoring,but may not be used for events merely on city property or on materials produced by outside organization that eventually intend to benefit the city. USE OF THE LOGO IN ANY OTHER PRODUCT NOT FOR THE CITY WILL BE CONSIDERED BREACH OF THIS AGREEMENT. 5.Use of the city logo by any individual or organization without expressed written consent of the City Manager's Office is prohibited 6.Departments may include their name at a smaller point size below the logo in the same font as"Fort Worth". Division may be used in a smaller point size below that,but no additional levels should be added. Where printing of the logo may introduce readability issues due to small text sizes,department and division names must be removed. 7.The city logo must be separable from any program logo.The city logo cannot be used as part of another logo. Specifications To ensure the city logo is presented consistently,the logo should match the following Pantone Matching System(PMS)colors and fonts: Fort Worth and department names Font: Chelthenham PMS: 288 RGB: 0, 51, 127 f HEX:#00337F Molly(longhorn) PMS: 725 f 1 RGB: 117, 56,2 HEX: #753802 Printing in other colors is allowed as long as both "Fort Worth" and "Molly" are the same single color. USE OF THE LOGO N ORANGE IS STRICTLY PROHIBITED. FORTWORTH, FoRT IXORTHO r FoRTWORTH, k e 3 i i 9 i f i a 3 d 3 a i i I CITY OF FORT WORTH TEXAS DH LETTER 1354 DATE: August 8,2003 TO: ALL DEPARTMENT HEADS FROM: Gary W.Jackson,City Manager SUBJECT: Administrative Regulation: D4 Official City of Fort Worth Logo At my direction, a city task force was convened to review the current administrative regulation governing the use of the city logo. The charge was to review the entire regulation,particularly the sections dealing with the use of the city logo on city vehicles. The task force concluded that the regulation, as presently written, is resulting in the city logo being used as intended with one exception—the use of the logo on vehicles. The task force concluded that the city logo is intended to be the universally recognized t symbol of the City of Fort Worth. After taking into consideration the state and federal mandated requirements for marking government vehicles, the task force concluded that the portion of the regulations dealing with the use of the city logo on vehicles (Section 7.5)is too vague and,instead,should specify how the logo should appear. Therefore the logo AR has been revised to: • Require the city logo to be on the front door of all licensed city vehicles, 5 or as near as possible if the front door cannot accommodate the logo. • Require all non-licensed equipment such as tractors and lawnmowers to 1 display the logo as large as possible in as prominent a place as possible. t t • If a department's logo is on a vehicle, it must be subordinate to-the city logo. • If a department wishes to deviate from this regulation, the deviation must be approved by the City Manager's Office, and the City Council must be 1 notified in writing of the approved deviation prior to implementation. : Several minor clarifying changes have been incorporated. One requires that the City Council be notified in writing of any deviation from the logo regulation that is approved I prior to implementation and the other change acknowledges that some departments have uniform designs that are considered exempt from the regulation's uniform rules. The AR allows the Police Department to continue using its new vehicle logo design. If the Police Department decides to change from the current logo,be it a year from now or 10 years from now, the revised regulations apply. That means the Police Department would have to display the city logo on the front doors of police vehicles,or it would have to request the approval of a different design from the City Manager's Office, which if approved, would be brought to the attention of City Council as part of the approval process. Gary .J n City Manager Attachment Revised AR D-4 cc:• Libby Watson,Assistant City Manager Charles Boswell,Assistant City Manager Joe Paniagua,Assistant City Manager Reid Rector,Assistant City Manager Marc Ott,Assistant City Manager 3 Christy Carlson,Web Managing Editor F H E 2 i g3 B CITY OF FORT WORTH SECTION D ADMINISTRATIVE REGULATIONS NUMBER 4 SUBJECT OFFICIAL CITY OF FORT WORTH LOGO PAGE 1 OF 6 REPLACES Current A.R.D-4 EFFECTIVE DATE_August 1,2003 REVIEW DATE July 31,2005 PREPARED BY CITY MANAGER'S OFFICE APPROVED BY CITY MANAGER 1.0 PURPOSE This regulation establishes the policy and practices for use of the City of Fort Worth logo. 2.0 KEY WORDS 2.1 Logo 2.2 City Logo 3.0 DEPARTMENTS AFFECTED All departments. 4.0 DEFINITIONS PMS - Pantone Matching System - A professional color system for matching ink colors in printing. I 5.0 POLICY The City of Fort Worth logo, adopted by the Fort Worth City Council July 18, 2000 as the official city logo, will appear in its approved form only on all employee business cards, all city letterhead and envelopes, all publications, all vehicles, uniforms, and other city properties. 6.0 RESPONSIBILITY/AUTHORITY I 6.1 Departments 6.1.1 All city departments are required to use the logo as prescribed in this Administrative Regulation. Departments shall make all requests for deviation from this regulation to the City Manager's Office, Public Information Office. Prior to- implementation of significant deviations, City Council will be notified in writing of the deviation and will be provided an illustration of the approved use. 6.1.2 Departments are responsible for ensuring logo use rules in Section 7.0 of this regulation are followed strictly when employing their own staff or outside design and printing sources instead of the Reprographics Division. 6.1.3 Department heads shall provide written instructions to the Reprographics Division if a departmental logo will be included on departmental business cards. l 9 , I I CITY OF FORT WORTH SECTION D ADMINISTRATIVE REGULATIONS NUMBER 4 SUBJECT OFFICIAL CITY OF FORT WORTH LOGO PAGE 2 OF 6 REPLACES Current A.R.D-4 EFFECTIVE DATE August 1.2003 REVIEW DATE July 31,2006 PREPARED BY CITY MANAGER'S OFFICE APPROVED BY CITY MANAGER 6.2' Equipment Services Department The Equipment Services Department is responsible for ordering decals for city vehicles. S . 6.3 City Manager's Office, Public Information Office 6.3.1 The Public Information Office reviews and approves any deviation from this regulation on the use of the city logo. 6.3.2 The Public Information Office reviews and approves all requests for commercial or general community use of the city logo. 7.0 PRACTICE ' 7.1 General l i 7.1.1 All city departments and activities are required to use the logo as prescribed in this Administrative Regulation. All existing city and departmental logos will be I secondary to the official logo. 7.1.2 The logo must be printed as approved. No variations are permitted. The words "Fort Worth" must be PMS 288 blue, and the longhorn must be PMS 725. A I one-color printing of the logo is permitted on single-color publications. 7.1.3 The city logo is an original design and is copyrighted. It is not to be used by any individual or organization without the written consent of the City of Fort Worth. No commercial or general community use of the logo is permitted without written, specific permission from the City Manager's Office, Public Information Office. 7.1.4 The logo may be used in conjunction with events that the city is sponsoring or co-sponsoring. 7.1.5 The logo may not be used at events that merely are held on city property or at events produced by outside organizations that intend eventually to benefit the city. 7.1.6 The city logo may not be provided to potential vendors to display on bid documents. l i CITY OF FORT WORTH SECTION D ADMINISTRATIVE REGULATIONS NUMBER 4 SUBJECT OFFICIAL CITY OF FORT WORTH LOGO PAGE 3 OF 6 REPLACES Current A.R.D4+ EFFECTIVE DATE August 1,2003 REVIEW DATE July 31,2006 PREPARED BY CITY MANAGER'S OFFICE APPROVED BY CITY MANAGER 7.2 Business Cards (Appendices 8.1 and 8.2) 7.2.1 All city business cards will be printed with the city logo at the top left corner. The logo will be printed with "Fort Worth" in PMS 288 and the longhorn in PMS 725. 7.2.2 All printing is to be black, Cheltenham font. 7.2.3 All individual information will be printed in the prescribed style at the bottom of the business card. 7.2.4 Individual employees may add the name of their division to the business card. The division name will appear below the department name and above the line separating the name and address information. 7.2.5 A departmental logo printed in black ink only is permitted in the secondary position, top right of the business card. If a department chooses to print its logo in the secondary position, all employees of that department will be required to hdve cards with the department logo. I 7.2.6 No custom design of business cards by individual employees will be permitted. h i 7.2.7 All cards will be printed on white matte 80 lb. cover, 80-85 brightness, recycled. , 5 7.2.8 The Reprographics Division will print city business cards. Departments should a use the Business Card Order Form (Appendix 8.2) to order business cards. If a department uses an"outside printer to provide business cards, that department will be responsible for seeing that the cards adhere to the city standards in this I regulation. 7.3 Official Letterhead and Envelopes (Appendices 8.3 and 8.4) 1 Y 3 7.3.1 All city stationery will be printed with the city logo at the top in PMS colors. 7.3.2 All departmental address information will be printed in the prescribed style in black, Cheltenham font, at the bottom of the page. i 7.3.3 A departmental logo may be printed in departmental logo colors or in black ink at the bottom of the page to the left of the address information. 7.3.4 All .stationery will be printed in logo PMS colors on 20-24 lb. white bond, 25 percent cotton, 90 brightness, recycled. No black and white version of the logo is allowed on stationery. 4 a f• 1 CITY OF FORT WORTH SECTION D ADMINISTRATIVE REGULATIONS NUMBER 4 SUBJECT OFFICIAL CITY OF FORT WORTH LOGO PAGE 4 OF 6 REPLACES Current A.R.D-4 EFFECTIVE DATE August 1,2003 REVIEW DATE July 31,2006 PREPARED BY CITY MANAGER'S OFFICE- APPROVED BY CITY MANAGER 7.3.5 If a division name is printed on the stationery, it will be I�catedbelow the department name and above the line separating the department and address. 7.3.6 "Department" will follow all department names. No listings will be made with "Department of ..." 7.3.7 All city envelopes will be printed with the city logo in the top left comer in black, Friz Quadrata font, and in compliance with postal regulations. 7.3.8 City fund/account/center numbers can be printed in the top right corner of the envelope in 6-point type. 7.3.9 All envelopes will be printed in PMS colors on 24 lb. No. 10 white envelopes, diagonal seam, 84 brightness, recycled. 7.3.10 The return address will list the department and division on the first line when the division name is requested. 7.3.11 Return envelopes or special-use envelopes do not have to adhere to this regulation. 7.4 City Publications/Communications 7.4.1 Brochures, newsletters, handbills, reports, forms, fax cover sheets, and other publications shall include in a prominent place the city logo. The preferred use of the logo is in the PMS colors, but if the design of the material is single color, the logo may be reproduced in that color. No modification of the logo itself is allowed. I 7.4.2 In-house pieces not intended for distribution to other organizations or to the general public, such as memo pads, forms for in-house use, or other such pieces, may have only the department or division logo, or the city logo in black. 7.4.3 All electronic communications and video productions shall include the logo. The same regulations for printed matter apply to electronic use of the logo. 7.4.4 If any publication or any other material fails to meet specifications, the department will be required to reprint the material at its expense. Incorrect usage of the logo on materials taken to the Reprographics Division for design and/or printing will be altered to conform to logo regulations. If a department employs its own staff or outside design and printing sources, it is the department's responsibility to ensure logo use rules are followed strictly. i 7.5 City Vehicles (Appendix 8.5) l i B CITY OF FORT WORTH SECTION D ADMINISTRATIVE REGULATIONS NUMBER 4 SUBJECT OFFICIAL CITY OF FORT WORTH LOGO PAGE 5 OF 6 REPLACES Current A.R.D4 EFFECTIVE DATE August 1.2003 REVIEW DATE July 31,2005 PREPARED BY CITY MANAGER'S OFFICE APPROVED BY CITY MANAGER 7.5.1 All city-owned vehicles will be marked with the city logo that meets st a and federal regulations, as well as city specifications. 7.5.2 All vehicle decals will be printed in colors as close to the PMS colors as possible on reflective materials or materials best suited for the application. 7.5.3 A city logo decal will be placed on the front door on all licensed vehicles, or near as possible if the design or legal requirements preclude the logo on the door. Licensed vehicle means any motorized equipment that operates on city streets and is required to be licensed, under rules of the State of Texas. 7.5.4 All non-licensed equipment, such a tractors, backhoes, lawnmowers and similar -equipment, will have the city logo in as large as size as possible affixed in a prominent area so as to be easily identifiable as City of Fort Worth equipment. The Equipment Services Department shall determine the appropriate location for the city logo decal on this equipment. 7.5.5 If a city department chooses to display its department logo on a vehicle, it must be in a subordinate location to the city logo and not as large as the city logo. x l 7.5.6 The Equipment Services Department will review any requests for deviations and make recommendations to the City Manager's Office, Public Information Office. If a city department does the detail work on its vehicles, it will submit a request for deviation to the City Manager's Office, Public Information Office. The City Manager's Office, Public Information Office will review and approve any x deviations from this requirement. Prior to implementation, City Council will be g notified in writing of the deviation and will be provided an illustration of the approved use. E 7.6 Uniforms (Appendix 8.6) 7.6.1 City uniforms will have a patch depicting the logo. The patch will be a 2 X 4 inch white rectangle with the logo embroidered in colors as close to the PMS colors as possible. Some departments such as Police, Fire, Animal Control and others have designated uniforms and should be considered exempt from these regulations. r 7.6.2 The department name will be embroidered beneath the logo in 288 blue lettering. 7.6.3 The patch will be above the pocket or some other appropriate location on a shirt. i CITY OF FORT WORTH SECTION D ADMINISTRATIVE REGULATIONS NUMBER 4 SUBJECT OFFICIAL CITY OF FORT WORTH LOGO PAGE 6 OF 6 REPLACES Current A.R. D4 EFFECTIVE DATE August 1,2003 REVIEW DATE Jul 31 2005 1 PREPARED BY CITY MANAGER'S OFFICE APPROVED BY CITY MANAGER 7.6.4 The department name will be "Water," "Parks and Community Services," "Development,"etc. 7.6.5 If only the department logo is used on garments, those garments will not be official uniforms. 7.6.6 If dark, solid color shirts are part of the uniform, they can be screen printed or embroidered with the new logo in a solid white or some other appropriate solid color. If a two-color logo is used, it must be in the logo PMS colors. Department and division logos can be used in a secondary position,such as on a uniform sleeve. 7.6.7 All caps will be printed in department names without the word "Department." Either the PMS colors will be used or an appropriate single color. ' d 7.7 Other Applications a I All city bond construction signs, water towers, buildings, and other facilities will be marked with a city logo in logo PMS colors when a logo is used. i 8.0 APPENDIX/APPENDICES 8.1 Business Card Examples 8.2 Business Card Order Form t 8.3 Letterhead Example i 8.4 Envelope Example 8.5 Logo on City Vehicles 8.6 Logo Patch for Uniforms I g E 3 a d Appendix 8.1 FORT WORT DALE FISSELER DIRECTOR WATER DEPARTMENT CITY OF FORT WORTH 1000 THROCKMORTON STREET*FORT WORTH,TEXAS 76102 (817)871-8207 *MOBILE(817)994-0000*FAX(817)871-8220 hppt://www.fortworthgov.org C I FORT WORT„1� :_. .t RICHARD ZAVALA DIRECTOR a i PARKS AND COMMUNITY SERVICES DEPARTMENT CITY OF FORT WORTH 4200 SOUTH FREEWAY,SUITE 2200*FORT WORTH,TEXAS 76115 e (817)871S704*FAX(817)8715724 i I a FORT WORTH BRIAN WERNER DIRECTOR ENVIRONMENTAL MANAGEMENT DEPARTMENT CITY OF FORT WORTH I000 THROCKMORTON STREET*FORT WORTH.TEXAS 76102 .(817)871-8079.*FAX(817)871-6359 I t3. g I Appendix 8.2 FORT WORTH FORT WORTH 4 (TWO color Iogol a '^ i} 4 mvo color logo) IBIi[K ink onM YOUR NAME YOUR NAME YOUR TITLE "u - f YOUR TITLE tad YOUR DEPARTMENT f YOUR DEPARTMENT YOUR DIVISION YOUR DIVISION CITY OF FORT WORTH CITY OF FORT WORTH STREET'ADDRESS*FORT WORTH,TEXAS ZIP STREET ADDRESS*FORT WORTH,TEXAS ZIP WORK TELEPHONE* MOBILE OR PAGER*FAX NUMBER WORK TELEPHONE*MOBILE OR PAGER*FAX NUMBER INTERNET ADDRESS a INTERNET ADDRESS 0 BUSINESS CARD ORDER FORM (Allow 10 working days for processing) INSTRUCTIONS: Please use exact spelling, with no abbreviations.Type or Print Clearly. Mistakes due to illegibility will not be reprinted free.) Today's Date Name: i Title: Department: 3 Division: City of Fort Worth 1 Street Address: I Fort Worth,Texas Zip: — Work Telephone: ( � Fax Number: I � T Mobile: ( ) Pager: ( ) s 3 Internet Address(Please be specific): I YOUR DEPARTMENT LOGO WILL BE ADDED IF IT HAS BEEN APPROVED BY THE DEPARTMENT HEAD. ( Number of Cards:(Circle One) 250 500 1000 1 Fund:❑�� Account: 5 2 2 0 3 0 center. Requested by: I 1 Department Head Approval: 1 _ ------------------------------------------ FOR OFFICE USE ONLY 1 Date Received: Date Processed: � FORT WORTH Appendix 8.3 1 x FIRE DEPARTMENT EMERGENCY MANAGEMENT OFFICE THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 (817) 871-6170 * FAX (817)871-6180 Printed on recycled paper I Appendix 8.4 0 a 0 N b 8 Q N o_ N N O V V i I I z 0 `> o o � H 0 k d V)N W d O p O 12 �00 Cam. w� u7C O lw ° 2 �2 ow 0 F ° 03 Q > 6! a Tsr ou0R 4 Appendix 8.5 I r FORTWORTH POLICE n . a a 5 ffi Appendix 8.6 No border line on patch White PMS 288(BLUE) White StitchingOFRTWORTH PMS 725(BROWN) 7 i 3 WATER Department Name in i PMS 288 (blue) lettering i t ( t ( ( i a g ( ( a DATE(MMIDDIV YYp ACC)PRv CERTIFICATE OF LIABILITY INSURANCE 4/4/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: It the cerlHlcats holder is an ADDITIONAL INSURED,the policypes)must be endorsed. It SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement an this esrdf cats does not confer rights to the certificate holder In lieu of such endoreement s. ONTA PRODUCER NAME TYLER WEBER SIG/THE HARVEY GROUP PHONE (817) 684-9991 ABC :(817)684-9610 2129 Martin Dr Ste 200 AODRess:t ler.web+srt�eig4 ou.com Bedford, TX 76021 INSURERIS) AFFORDING MERAOE nax. INSURER A,LIBERTY MUTUAL 23035 INSURED AC PRINTING, LLC INSURER s:TRAVELERS 3400 RAIDER DR INSURER C:EMPLOYERS INSURANCE COMPANY EULESS, TX 76040 INSURER D: INSURER F. INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS tS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR R TYPE OF tNSURANCE POLICY NUMBER MMIOD/YYYY MMrDD/YYYY LIMITS LT GENERAL LIABILITY EACH OCCURRENCE S 1 000 000 X COMMERCIAL GENERAL LIABILITY PREMISS ES(Ea t r nce) S 3 O O 000 CLAIMS MAOf t --,OCCUR MED EXP(My ono Person) S 5,000 A X Y BZS1757248849 4/7/19 4/7/20 PERSONALaADVIN,IURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GEML AGGREGATE LIMIT APPLIES PER: PRo0UCTs-COMPrOP AGG S 2,000,000 PRO- i X!LOC S POLICY n AUTOMOBILE LIABILITY Ea accident S 1,000, 000 ANYAUTo BA8M28256A18 10/17/18 10/17/19 BOOILYINJURY(Perperson) S !REo)wAurcs ONt] SCHEDULEDOSAUT09 X Y BOrNLYSWURY(Peracddent) S X' X AAUUTlOSwNED AMAGE Par ident 5 UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED I I RETENTIONS r $ WORKERS COMPENSATION WCY IMI P AND EMPLOYERS LIABILITY ANY PROPRIETOWPARTNEWEXECUTIVE YIN MIA E.L.FACHACCtOENT $ 1, 000,000 C OFFILERAIEAIBEA £xCLUDED4 O6/05/18 (usndidary la taq EIG2649211-00 6/5/19 E.L DISEASE-EA EMPLOYE $ 1,000,000 It yyes dow0e under DESCRIPTION OF OPERATONS beltrw E.L.OSEABE-POLICY LIMIT $ 1,000,000 A PRINTERS ERRORS EACH OMMISSIONS BZS1757248849 4/7/19 4/7/20 OCCURRENCE $1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS r VEHICLES (Attach ACORD 101,Additional Remarks Schedule,it more spats is required) CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED. CERTIFICATE HOLDER CANCELLATION CITY OF FORT WORTH SHOULD ANY OF THE ABOVE DESCRIBED POL'CIES BE CANCELLED BEFORE 200 TEXAS STREET THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN FORT WORTH, TX 76102 ACCORDANCE WITH THE POLICY PROVISIONS, AUTHOR 2ED SENTATNE I 1988-2010 ACORD CORPORATION. All rights reserved. ACORD25(2010/05) The ACORD name and logo are registered marts of ACORD City of Fort Worth, Texas Mayor and Council Communication OUaNCIL ACTION: Approved on 41212019 _m.. DATE: Tuesday, April 2, 2019 REFERENCE NO.: **P-12317 LOG NAME: 13P19-0077 PRINTING SERVICES CW JPB SUBJECT: Authorize Execution of Agreements with J-Peam, LLC d/b/a JohnSons Press, AC Printing, LLC, and Stone Shield Investments, LLC, for Printing and Related Services for a Combined Annual Amount of Up to $1,800,000.00 and Authorize Five Renewal Options for All City Departments (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of agreements with J-Peam, LLC d/b/a JohnSons Press, AC Printing, LLC, and Stone Shield Investments, LLC, for printing and related services for a combined annual amount of up to $1,800,000.00 and authorize five renewal options for all City Departments. DISCUSSION: City departments approached the Purchasing Division to procure agreements for printing related services. Goods and services to be ordered under these contracts include stationery, envelopes, forms, annual reports, brochures, newsletters, maps, booklets and business cards. The City also will use these contracts for color printing involving various sizes, weights, media and image types, as well as binding and finishing services, including foam core mounting and laminating. Staff issued an Invitation to Bid (ITB) to 52 related vendors. The ITB consist of detailed specifications. The ITB was advertised in the Fort Worth Star-Telegram on February 20, 2019, February 27, 2019, and March 6, 2019. The City received eight bids. The bids were reviewed by an evaluation committee consisting of staff from different departments. The proposals from J-Peam, LLC d/b/a JohnSons Press, AC Printing, LLC, and Stone Shield Investments, LLC, were determined to present the best value to the City. Staff recommends awarding non-exclusive Agreements to J-Peam, LLC d/b/a JohnSons Press, AC Printing, LLC, and Stone Shield Investments, LLC, for printing and related services each in an amount up to $600,000.00 per year for a combined total amount of up to $1,800,000.00 per year. No guarantee was made that a specific amount of these services will be purchased. The proposed agreements would allow the unit prices to be increased as long as the City approves the increase. In addition, an administrative change order or increase may be made by the City Manager in an amount up to $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. M/WBE OFFICE -A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division. The waiver was approved by the M/WBE office in accordance with the BDE ordinance because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. Further, J-Peam, LLC d/b/a JohnSons Press is a certified M/WBE company. Upon City Council approval, the Agreement shall begin upon execution of the Agreement and shall end on September 30, 2019. The City shall have five options to renew the Agreement; four one-year renewal Logname: 13P19-0077 PRINTING SERVICES CW JPB Page I of 2 periods (October 1 to September 30) and the fifth renewal period which shall run from October 1 to the anniversary of the date of execution. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budgets, as appropriated, of the participating departments and that prior to an expenditure being made, the participating Department has the responsibility to validate the availability of funds. BQN\19-0077\JPB FUND IDENTIFIERS (FIDs): TO Fund Department wcounj Project JProgram ctivity Budget Reference # moun ID ID Year (Chartfield 2) FROM Fund Department ccoun Project Program ctivity Budget Reference # �mounl ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Kevin Gunn (8517) Cynthia Garcia (8525) Additional Information Contact: John Padinjaravila Baby (2279) ATTACHMENTS 1. 19-0077 MWBE Waiver approval.pdf (CFW Internal) 2. 19-0077 Rating Scores Summary.pdf (CFW Internal) 3. Form 1295 redacted.pdf (Public) 4. Sams Report 3-14-2019.pdf (CFW Internal) Logname: 13P19-0077 PRINTING SERVICES CW JPB Page 2 of 2