HomeMy WebLinkAboutContract 42864 (2)� � •
PRINTING SERVICES AGREEMENT
This PRINTING SERVICGS AGREEMENT ("AgreemenY') is made and entered into by and between
the CITY OF FORT WORTH (the "City"), a home rule municipal corporation of the State of Texas, acting by
and through its duly authorized Assistant City Manager, and J-PEAM, L.L.C., ("Vendor"), a Texas limited
liability company, and acting by and through its duly authorized president.
The Contract Documents shall include:
1) This Agreement plus all attachments listed below, which are attached hereto and incorporated herein for all
purposes incident to this Agreement:
a) Exhibit A— Statement of Work
b) E�chibit B— Fee Schedule
c) Exhibit C— Ordering Printing Services Form
d) Exhibit D— Letter of Intent
e) E�chibit E— Administrative Regulation D4 — Official City of Fort Worth Logo
2) City of Fort Worth Request for Proposals ("RFP") No. 10-0426, which is incorporated herein by reference for
all purposes incident to the Agreement; and
3) Vendor's response to that proposal ("Response") dated June 10, 2010, which is incorporated herein by reference
for all purposes incident to this Agreement.
In the event of a conflict between the con�, act documents, the order of precedence is as follows: (i) this Agreement
plus all attachments (ii) RFP No. 10-0426 (iii) the Response.
1. SCOPE OF SERVICES.
1.1 Vendor's Services
Vendor hereby agrees to provide the City with professional printing services. 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. The Statement of Work is incorporated by this
reference into this Agreement. To the extent the Statement of Wark conflicts with this Agreement, this Agreement
will prevail. The term Vendor shall include employees, directors, officers, employees, agents or representatives.
1.2 Work Product.
All work produced by Vendor under this Agreement (collectively the "Work ProducN') will be
considered to be works for hire and will be the sole and exclusive property of the City. In the event that the Work
Product is not copyrightable subject matter or is for any reason not deemed to be works for hire, Vendor hereby
assigns all right, title and interest in the Work Product to the City in perpetuity and will execute any documents
required to evidence such assignment. Without limiting the foregoing, Vendor understands and agrees that Vendor
will not retain any ownership rights whatsoever in or to the Work Product. Vendor hereby warrants and represents
that the Work Product will be original work and will not infringe on or violate rights of any person or entity,
including, without limitation, any copyrights, trademarks or rights of privacy or publicity. This provision shall
survive the termination or expiration of this Agreement.
Printing Services Agreement
J-Peam, L.L.C.
Page 1 of 19
�� �;�:,�FFICIAL FtECQR�
; �:bTY �EGRE'iARY
; FT. i�!{��TF�, TK
,-nF,_�� �,,.�, �
2. TERM.
This Agreement shall commence upon the last date that both the City and Vendor have executed this
Agreement ("Effective Date") and shall continue in full force and effect for one year following the effective date,
unless terminated earlier in accordance with the provisions of this Agreement. The City shall have four (4) options
to renew this Agreement for additional one-year periods. The City shall provide Vendor with sixty (60) days written
notice of its intent to renew.
3. COMPENSATION.
The City shall pay the Vendor an estimated amount of $400,000.00 annually, in accordance with the
provisions of this Agreement and the Fee Schedule attached as Exhibit "B," Fee Schedule, which is incorporated
for all purposes herein. Vendor shall not perform any additional services for the City not specified by this
Agreement unless the City requests and approves in writing the additional costs for such services. The City shall
not be liable for any additional expenses of Vendor not specified by this Agreement unless the City first approves
such expenses in writing.
4. TERMINATION.
4.1. Written Notice.
The City or Vendor 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-a�propriation of Funds.
In the event no funds or insufficient funds are appropriated by the City in any fiscal period for
any payments due hereunder, City will notify Vendor 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 the City of any kind whatsoever, except as to the portions of the payments herein agreed upon
far which funds shall have been appropriated.
4.3 Duties and Obligations of the Parties.
In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay
Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to
provide the City with services requested by the City in accordance with this Agreement up to the effective
date of termination.
5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION.
Vendor hereby warrants to the City that Vendor has made full disclosure in writing of any existing or
potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of
interest arise after the Effective Date of this Agreement, Vendor hereby agrees to make full disclosure to the City
in writing immediately on learning of such contlict. Vendor, for itself and its officers, agents and employees,
further agrees that it shall treat all information provided to it by the City ("City Information") as confidential and
shall not disclose any such information to a third party without the prior written approval of the City. Vendor 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. Vendor shall notify the City immediately if the security
or integrity of any City Information has been compromised or is believed to have been compromised.
Printing Services Agreement
J-Peam, L.L.C.
Page 2 of 19
6. RIGHT TO AUDIT.
Vendar agrees that the City shall, until the expiration of three (3) year•s after final payment under this
Agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records of the Vendor involving transactions relating to this Agreement at no additional cost to the
City. Vendor agrees that the City shall have access during normal working hours to all necessaiy Vendor facilities
and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give Vendor reasonable advance notice of intended audits.
Vendor further agrees to include in all its subcontractor agreements hereunder a provision to the effect
that the subcontractor agrees that the City shall, until expiration of three (3) years after final payment of the
subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records of such subcontractor involving transactions related to the subcontract, and further that City
shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and
appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. The City
shall give subcontractor reasonable notice of intended audits.
7. INDEPENDENT CONTRACTOR.
It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all
rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in
accordance with the conditions and provisions of this Agreement, Vendor 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, contractors and subcontractors. Vendor acknowledges that the doctrine of respondeat
superior shall not apply as between the City, its officers, agents, servants and employees, and Vendor, its officers,
agents, employees, servants, contractors and subcontractors. Vendor further agrees that nothing herein shall be
construed as the creation of a partnership or joint enterprise between City and Vendor.
8. LIABILITY AND INDEMNIFICATION.
VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS,
PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TD 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
MISCONDI/CT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES.
i�ENDOR COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD
HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES,
FROM AND AGAINST ANYAND ALL CLAIMS OR LAWS(iITS FOR EITHER PROPERTY DAMAGE OR
LOS.S (INCLUDING ALLECED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING
LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANYAND ALL PERSONS, OF
ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN
CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR
OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR
EMPLOYEES.
Printing Services Agreement
J-Peam, I.LC.
Page 3 of 19
9. ASSIGNMENT AND SUBCONTRACTING.
Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without
the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a
written agreement with the City and the Vendor under which the assignee agrees to be bound by the duties and
obligations of Vendor under this Agreement. The Vendor and Assignee shall be jointly liable for all obligations
under this Agreement prior to the assignment. If the City grants consent to a subcontract, the subcontractor shall
execute a written agreement with the Vendor referencing this Agreement under which the subcontractor shall agree
to be bound by the duties and obligations of the Vendor under this Agreement as such duties and obligations may
apply. The Vendor shall provide the City with a fully executed copy of any such subconti•act.
10. INSURANCE.
Vendor shall provide the City with certificate(s) of insurance documenting policies of the following
minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement:
10.1 Coverag,e and Limits.
(a) Commercial General Liability
$1,000,000 Each Occurrence
$1,000,000 Aggregate
(b) Automobile Liability
$1,000,000 Each accident on a combined single limit basis
Coverage shall be on any vehicle used by the Vendor, its employees, agents,
representatives in the course of the providing services under this Agreement. "Any
vehicle" shall be any vehicle owned, hired and non-owned
(c) Worker's Compensation
Statutory limits
Employer's liability
$100,000 Each accidendoccurrence
$100,000 Disease - per each employee
$500,000 Disease - policy limit
This coverage may be written as follows:
Workers' Compensation and Employers' Liability coverage with limits consistent with statutory
benefits outlined in the Texas Workers' Compensation Act (Chapter 441 of the Texas Labor Code)
and minimum policy limits for Employers' Liability of $100,000 each accidendoccurrence,
$500,000 bodily injury disease policy limit and $100,000 per disease per employee
(d) Professional (Errors & Omissions) including Technology liability
$1,000,000 Each Claim Limit
$1,000,000 Aggregate Limit
Technology coverage may be provided through an endorsement to the Commercial
General Liability (CGL) policy, or a separate policy specific to Technology E&O. Either
is acceptable if coverage meets all other requirements. Coverage shall be claims-made,
and maintained for the duration of this Agreement and for two (2) years following
completion of services provided. An annual certificate of insurance shall be submitted to
the City to evidence coverage.
Printing Services Agreement
J-Peam, L.L.C.
Page 4 of 19
10.2 Certificates.
Certificates of Insurance evidencing that the Vendor has obtained all required insurance
shall be delivered to the City prior to Vendor proceeding with any work pursuant to this
Agreement. All policies shall be endorsed to name the City as an additional insured thereon, as its
interests may appear. The term "City" shall include its employees, officers, officials, agent, and
volunteers in respect to the contracted services. Any failure on the part of the City to request
required insurance documentation shall not constitute a waiver of the insurance requirement. A
minimum of thirty (30) days' notice of cancellation or reduction in limits of coverage shall be
provided to the City. Ten (10) days' notice shall be acceptable in the event of non-payment of
premium. Such terms shall be endorsed onto Vendor's insurance policies. Notice shall be sent to
the Risk Manager, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with
copies to the City Attorney at the same address.
11. COMPLIANCE WITH LAWS ORDINANCES RULES AND REGULATIONS.
Vendor agees to comply with all applicable federal, state and local laws, ordinances, rules and
regulations. If the City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall
immediately desist from and correct the violation.
12. NON-DISCRIMINATION COVENANT.
Vendor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of
the consideration herein, agrees that in the performance of Vendor'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 Vendor, its personal
representatives, assigns, subcontractors or successors in interest, Vendor agrees to assume such liability and to
indemnify and defend the City and hold the 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 The CITY:
City of Fort Worth
Financial Management Services/Reprographics Office
Attn: Richard Head
1000 Throckmorton Street
Fort Worth TX 76 1 02-63 1 1
Facsimile: (817) 392-8148
14. SOLICITATION OF EMPLOYEES.
To VENDOR:
J-Peam, L.L.C.
3300 S Freeway
Fort Worth, Texas 76110
Telephone: (817) 927-1819
Facsimile: (817) 927-5803
Neither the City nor Vendor 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.
15. GOVERNMENTAL POWERS.
It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any
of its governmental powers.
Printing Services Agreement
J-Peam, L.L.C.
Page5of19
16. NO WAIVER.
The failure of the City or Vendor to insist upon the performance of any term or provision of this
Agreement or to exercise any right granted he1•ein shall not constitute a waiver of the City's or Vendor'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 internal laws of the State of Texas. If any action,
whether real or asserted, at law or in equity, is brought on the basis of 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.
If either party is unable, either in whole or part, to fulfill its obligations under this Agreement due to acts
of God; strikes, lockouts, or other industrial disturbances; acts of public enemies; wars; blockades; insurrections;
riots; epidemics; public health crises; earthquakes; fires; floods; restraints or prohibitions by any court, board,
department, commission, or agency of the United States or of any state; declaration of a state of disaster or of
emergency by the federal, state, county, or City government in accordance with applicable law; issuance of a Level
Orange or Level Red Alert by the United States Department of Homeland Security; any arrests and restraints; civil
disturbances; or explosions; or some other reason beyond the Party's reasonable control (collectively, "Force
Majeure Event"), the obligations so affected by such Force Majeure Event will be suspended only during the
continuance of such event.
20. MINORITY AND WOMAN BUSINESS ENTERPRISE PARTICIPATION.
In accordance with City Ordinance No. 15530, the City has goals for the participation of minority business
enterprises and woman business enterprises ("M/WBE") in City contracts. Vendor acknowledges the M/WBE goal
established for this Agreement and its commitment to meet the goal. Any misrepresentation of the facts (other than
a negligent misrepresentation) and/or the commission of fraud by the Vendor may result in the termination of this
Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years.
Vendor shall submit information concerning the M/WBE (s) that will participate in the contract to meet the set
goal. The information shall be in the form attached as Exhibit "D" Letter of Intent, and shall be attached hereto
and incorporated into this Agreement.
21. HEADINGS NOT CONTROLLING.
Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part
of this Agreement.
22. REVIEW OF COUNSEL.
The parties acknowledge that each party and its counsel have had the opportunity to review and revise 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 or exhibits hereto.
23. AMENDMENTS / MODIFICATIONS / EXTENSIONS.
No amendment, modification, extension, or alteration of the terms of this Agreement shall be binding
unless the same is in writing, dated subsequent to the date hereof, and duly executed by the parties hereto.
Printing Senrices Agreement
J-Peam, L.L.C.
Page 6 of 19
24. SIGNATURE AUTHORITY.
The person signing this Agreement hereby warrants that he or she has the legal authority to execute this
Agreement on behalf of his or her respective party, and that such binding authority has been granted by proper order,
i•esolution, ordinance or other authorization of the entity. The other pariy is fully entitled to rely on this warranty
and representation in entering into this Agreement.
25. ENTIRETY OF AGREEMENT.
This written instrument (together with any attachments, etchibits, and appendices) constitutes the entire
understanding between the parties concerning the work and services to be performed hereunder, and any prior or
contemporaneous, oral or written agreement that purports to vary from the terms hereof shall be void.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples this �.� day of
��,� . c� ,2012.
CITY OF FORT WORTH:
�
By: �
usJa Alanis, Assistant City Manager
Date: �' I � � �
0
By:
OVl �k � J .
�=, a-�.i � c' c,c
APPROVED AS TO FORM AND LEGALIT�
r
By: � �
VENDOR:
� /
i
BG r �G-iu�---
y: �-Y�
Adrian Hernandez, President �
Date: � � l �' �" � �--
Assistant City Attorney
CONTRACT AUTHORIZATION:
.--,
M&c: �" � l► ��--1 i
Date Approved: �'� �,�1 � 4"--
Printing Services Agreement
J-Peam, L.L.C.
Page 7 of 19
+DFPICMAL Fi���R�
���Y s�CR�°i°ARl(
�� '?�Sii!9?��°k'�e ?r� �
EXHIBIT A
STATEMENT OF WORK
This Statement of Work (SOW) describes the Offset Printing and Related Services that Vendor will provide to the
City.
1.0 PRINTING
1.1 Vendor will provide offset printing and related services for a variety of projects, which may
include, but are not limited to: stationery, envelopes, forms, annual reports, brochures, newsletters, mailing
labels and business cards.
1.2 Vendor shall provide full-color digital printing, spot-color copying (various sizes, weights, media,
image types, duplexing and finishes). Vendor will have the ability to print from electronic files via digital
interface.
2.0 BINDING AND FINISHING SERVICES
Vendor will provide specialized finishing, including foam core mounting and laminating.
3.0 LOGO USAGE
Usage of the City logo must meet the requirements of and be in accordance with City of Fort Worth
Administrative Regulation D4, a copy of which is attached to this Agreement as Exhibit "E."
4.0 PROJECT TURNAROUND
Project turn around time shall be fve (5) working days or less, unless additional time is authorized by the
ordering City department. Rush Charges: If the City requires a quicker turn around time which requires
the Vendor to work overtime outside of normal business hours, the project will be charged an additional
thirty-five percent (35%).. Rush jobs will only be accepted by the Vendor if the project can be completed
in the time-frame requested by the City.
5.0 PRINT JOB SUBMISSION
All jobs will be submitted electronically through email, file transfer protocol (FTP) sites or other electronic
media.
6.0 PROOF5
Proofs may be required if deemed necessary by the ordering department. If proofs are not necessary, the
ordering department will sign the camera-ready copy in lieu of proofs. The Vendor will be held
responsible for getting all proofs approved by the requesting department. The proofs are to be signed and
dated by an authorized staff inember of the requesting department prior to printing.
7.0 OVERRUNS
The City of Fort Worth is to be charged only for work requested. Vendor may not charge the City for
overruns unless the ordering department provides written acceptance of the additional cost.
8.0 STATIONERY
8.1 The City logo on stationery shall be printed with the words "Fort Worth" in Pantone� Matching
System ("PMS") 288 in Cheltenham font and with the steer head printed in PMS 725 and with all other
type and any department logo printed in black.
Form Services Agreement
J-Peam, I.L.C.
Page 9 of 19
8.2 Stationery must meet guidelines in City of Fort Worth Administrative Regulation D4, a copy of
which is attached to this Agreement as Exhibit "E."
9.0
10.0
11.0
8.3 City of Fort Worth stationery shall be printed on Wausau Royal Cotton — 20# Bright White.
ENVELOPES
9.1 Envelopes must meet guidelines as set forth in City of Fort Worth Administrative Regulation
D4, a copy of which is attached to this Agreement as Exhibit "E."
9.2 Envelopes to match stationery-white paper with City logo.
9.3 Envelopes with clear window on bottom left corner, City address printed in PMS 288
at top left corner.
BUSINESS CARDS
Business cards must be on 80# white matte stock with one or two logos in color.
NEWSLETTERS
Vendor will provide 6-8 pages in length. Flat size 11"x17", finish size will be 8.5" x 11" in spot color on
matte paper.
12.0 FLYERS
Vendor will provide various sizes on color stock, printed black.
13.0 FORMS
14.0
15.0
16.0
17.0
Vendor will have the ability. to provide 2, 3 and 4 part 8.5" X 11" forms, printed black.
NOTEPADS
Vendor will have the ability to provide 5.5" X 8.5" notepads, printed three colors
MAILING LABELS
Mailing labels 5" X 3", white with City logo and address.
ADDITIONAL PRINTED ITEMS
Over the course of the Agreement period other items may be added. Each submission will provide the
desired output size, quantity, type of binding, paper weight, collation, etc.
OWNERSHIP OF MATERIAL
All data, technical information, materials gathered, oriented, developed, prepared, used or obtained in the
performance of the Agreement, including, but not limited to, all reports, surveys, plans, charts, literature,
brochures, mailings, recordings (video and/or audio), pictures, drawings, analyses, graphic representations,
software computer programs and accompanying documentation and print-outs, notes and memoranda,
written procedures and documents, regardless of the state of completion, which are prepared for or are a
result of the services required under this Agreement shall be and remain the property of the City of Fort
Worth and shall be delivered "to the City of Fort Worth upon 30 days' notice by the City of Fort Worth.
Form Services Agreement
J-Peam, L.L.C.
Page 10 of 19
18.0 TRACKING
Vendor shall allow City departments to electronically track completion of print jobs.
19.0 DELIVERY
Vendor will provide pick up and delivery of product(s) to City departments at no cost to the City.
20.0 BILLING
20.1 Vendor will bill each City department electronically. Each City department will be responsible for
payment for requested services. Requesting departments will be required to provide the following
information when ordering printing from the Vendor for outside printing:
• Name and phone number of person ordering printing
• Department/Section/Unit
• Address of where printed material will be delivered
• Date needed
• PO release number.
20.2 Requesting departments will be required to give detailed description of the following printing
information:
• Item the department needs printed (example: business cards, letterhead, envelopes, etc.)
• Quantity
• Size (flat size, finished size and page size)
• Stock color
• Type of stock (cover stock, 20# bond, 2 part carbonless, etc.)
• Number of ink colar(s)
• Printed on one side or two sides
• Type of bindery work needed, including
o Perforating, folding and type of fold, stapled, holes drilled, GBC binding (comb binding),
spiral binding, saddle stitched, die cut, collated, start number and ending number for jobs
to be numbered
• Other special instructions that may be needed to complete the job
• Delivery instructions, including the place and employee who will receive the job once
completed.
Form Services Agreement
J-Peam, LLC.
Page 11 of 19
I � i: ii�(I :
FEE SCHEDULE
ITEM ITEM DESCRIPTION UNIT PRICE
1 5.5"x8.5" Self-Adhesive Stickers printed 1 color on white 250 $ 71.75
permanent crack and peel. 500 $ 92.25
1000 $ 117.88
Additiona11,000's $ 71.75
Additional Color $ 71.75
2 5.5"x8.5" Self-Adhesive Stickers printed 1 color on 250 $ ?8.93
fluorescent permanent crack and peel. 500 $ 106.60
1000 $ 146.58
Additiona11,000's $ 100.45
Additional Color $ 71.75
3 8.5"xl l" Self-Adhesive Stickers printed 1 color on white 250 $ 76.88
permanent crack and peel. 500 $ 107.63
1000 $ 169.13
Additiona11,000's $ 123.00
Additional Color $ 71.75
4 8.5"xl l" Self-Adhesive Stickers printed 1 color on 250 $ 91.23
fluorescent permanent crack and peel. 500 $ 13633
1000 $ 226.53
Additiona11,000's $ 180.40
Additional Color $ 71.75
5 5.5"x8.5" Post Cards printed I color, 2 sides on 65# 250 $ 64.58
uncoated cover. 500 $ 77.90
1000 $ 99.43
Additiona11,000's $ 5330
Additional Color $ 71.75
( 5.5°x8.5" Post Cards printed 1 color, 2 sides on 67# 250 $ 64.06
Vellum Bristol. 500 $ 76.88
1000 $ 97.38
Additiona11,000's $ 51.25
Additional Color $ 71.75
'7 5.5"x8.5" Post Cards printed 1 color, 2 sides on 110# 250 $ 65.60
white tag. 500 $ 79.95
1000 $ 103.53
Additiona11,000's $ 57.40
Additional Color $ 71.75
Form Services Agreement
J-Peam, L.L.C.
Page 12 of 19
ITEM ITEM DESCRIPTION UNIT PRICE
g 8.5"xl 1" Letterhead is printed on 20# white bond, 25% 250 $ 50.23
cotton, 90 brightness, recycled, printed according to 500 $ 72.79
Administrative Regulation D-4. Letterhead is printed 3 1000 $ 99.43
colors PMS 175, PMS 288 and Black. Additional 1,000's $ 80.98
9 8.5"xl l" Letterhead is printed on 24# white bond, 25% 250 $ 60.48
cotton, 90 brightness, recycled, printed according to 500 $ 80.98
Administrative Regulation D-4. Letterhead is printed 3 1000 $ 103.52
colors PMS 175, PMS 288 and Black. Additional 1,000's $ 103.52
10 #10-24 white plain envelopes are printed 3 colors, PMS 250 $ 49.20
175, PMS 288 and black, with diagonal seam, 84 500 $ 66.63
brightness. Printed accarding to Administrative 1000 $ 91.23
Regulation D-4. Additional 1,000's $ 91.23
11 #9-24 white plain envelopes printed 1 color on 24# white, 250 $ 49.20
with diagonal seam and 84 brightness. 500 $ 57.40
1000 $ 73.80
Additiona11,000's $ 32.80
Additional Color $ 66.00
12 #10-24 white window envelopes are printed 1 color, on 250 $ 50.22
24# white, with diagonal seam and 84 brighmess. 500 $ 59.45
1000 $ 77.90
Additiona11,000's $ 36.90
Additional Color $ 66.00
'i3 Door hangers 3 Up on 8.5"xl l" 67# vellum Bristol white 250 $ 62.53
1 color. 500 $ 83.03
1000 $ 109.68
Additiona11,000's $ 70.73
Additional side $ 70.73
Additional color $ '71.75
14 Door hangers 3 Up on 8.5"x l l" 67# vellum Bristol color 250 $ 65.60
stock, 1 color 500 $ 85.08
1000 $ 113.78
Additiona11,000's $ 67.65
Additional side $ 70.73
Additional color $ 71.75
Form Services Agreement
J-Peam, L.L.C.
Page 13 of 19
ITEM ITEM DESCRIPTION UNIT PRICE
IS Door hangers 2 Up on 8.5"xl l" 67# vellum Bristol white, 250 $ 70.73
1 color. 500 $ 92.25
1000 $ 128.13
Additiona11,000's $ 83.03
Additional side $ 76.88
Additional color $ 71.75
16 Door hangers 2 Up on 8.5"xl l" 67# vellum Bristol color 250 $ 69.70
stock, 1 color. 500 $ 96.35
1000 $ 136.33
Additiona11,000's $ 91.23
Additional side $ 76.88
Additional color $ 71.75
1� 2 part carbonless 8.Sx11, one-side, printed 1 color, 250 $ 5638
standard pre-collated stock. 500 $ 89.18
1000 $ 126.08
Additiona11,000's $ 79.95
Additional side $ 87.13
Additional color $ 71.75
ig 3 part carbonless 8.Sx11, one-side, printed 1 color, 250 $ 64.58
standard pre-collated stock. 500 $ 111.73
1000 $ 171.18
Additiona11,000's $ 125.05
Additional side $ 107.63
Additional color $ 71.75
19 4 part carbonless 8.Sx1 l, one-side, printed 1 color, 250 $ 76.88
standard pre-collated stock. 500 $ 132.23
1000 $ 212.18
Additiona11,000's $ 166.00
Additional side $ 128.13
Additional color $ 71.75
20 8.5"xl 1" flyer printed 1 color, 1 side on 60# white stock. 250 $ 56.38
These flyers can be printed 2 or 3 up and cut into smaller 500 $ 69.70
sizes. These flyers can include forms, inter-office memos, 1000 $ 87.13
note pads or anything that can be printed on an 8.5"xl l" Additional 1,000's $ 41.00
sheet.
Additional side $ 66.63
Additional color $ 71.75
Form Services Agreement
J-Peam, L.LC.
Page 14 of 19
ITEM ITEM DESCRIPTION UNIT PRICE
21 8.5°xl 1° flyer printed 1 color, 1 side on 60# bright color 250 $ 59.45
stock. These flyers can be printed 2 or 3 up and cut into 500 $ 74.83
smaller sizes. These flyers can include forms, inter-office 1000 $ 9'7.38
memos, note pads or anything that can be printed on an Additional 1 000's $ 51.25
8.5"xl I" sheet. '
Additional side $ 66.63
Additional color $ 71.75
8.5"x14" flyer printed 1 color, 1 side on 60# white stock.
22 These flyers can be printed 2 or 3 up and cut into smaller 250 $ 58.43
sizes. These flyers can include forms, inter-office memos, 500 $ 73.80
note pads or anything that can be printed on an 8.5"x14" 1000 $ 95.33
sheet Additiona11,000's $ 49.20
Additional side $ 66.63
Additional color $ 71.75
23 8.5"x14" flyer printed 1 color, 1 side on 60# bright color 250 $ 65.60
stock. These flyers can be printed 2 or 3 up and cut into 500 $ 82.00
smaller sizes. These flyers can include forms, inter-office 1000 $ 111.73
memos, note pads or anything that can be printed on an
8.5"x 14" sheet Additional 1,000's $ 65.60
Additional side $ 66.63
Additional color $ 71.75
24 11"x17" flyer printed 1 color, 1 side on 60# white stock. 250 $ 71.75
These flyers can be printed 2 or 3 up and cut into smaller 500 $ 87.13
sizes. These flyers can include forms, inter-office memos, 1000 $ 118.90
note pads or anything that can be printed on an 11 "x 17" Additional 1,000's $ 66.65
sheet.
Additional side $ 75.85
Additional color $ 76.88
25 11"x17" flyer printed 1 color, 1 side on 60# bright color 250 $ 71.75
stock. These flyers can be printed 2 or 3 up and cut into 500 $ 96.35
smaller sizes. These flyers can include forms, inter-office 1000 $ 135.30
memos, note pads ar anything that can be printed on an
11 "x 17" sheet. Additional 1,000's $ 84.05
Additional side $ 75.88
Additional color $ 76.88
2(> 8.5"xl l" flyer printed 1 color, 1 side on 67# vellum 250 $ 63.55
Bristol white stock. These flyers can be printed 2 or 3 up 500 $ 76.88
and cut into smaller sizes. These flyers can include forms, 1000 $ 101.48
inter-office memos, note pads or anything that can be
printed on an 8.5"xl 1" sheet. Additional 1,000's $ 5535
Additional side $ 66.63
Additional color $ 71.75
Form Services Agreement
J-Peam, L.L.C.
Page 15 of 19
1TEM ITEM DESCRIPTION UNIT PRICE
2'7 8.5"xl l" flyer printed 1 color, 1 side on 67# vellum 250 $ 61.50
Bristol color stock. These flyers can be printed 2 or 3 up 500 $ 80.98
and cut into smaller sizes. These flyers can include foims, 1000 $ 109.68
inter-office memos, note pads or anything that can be
printed on an 8.5"xl l" sheet. Additional 1,000's $ 63.55
Additional side $ 66.63
Additional color $ 71.75
28 8.5"xl 1" flyer printed 1 color, 1 side on 65# cover white 250 $ 66.63
stock. These flyers can be printed 2 or 3 up and cut into 500 $ 83.03
smaller sizes. These flyers can include forms, inter-office 1000 $ 113.78
memos, note pads or anything that can be printed on an
8.5"xl l" sheet. Additional 1,000's $ 67.65
Additional side $ 66.63
Additional color $ 71.75
29 8.5"xl 1" flyer printed 1 color, 1 side on 65# cover color 250 $ 68.68
stock. These flyers can be printed 2 or 3 up and cut into 500 $ 87.13
smaller sizes. These flyers can include forms, inter-office 1000 $ 121.98
memos, note pads or anything that can be printed on an
8.5"xl l" sheet. Additional 1,000's $ 75.85
Additional side $ 66.63
Additional color $ 71.75
30 8.5"xl 1" flyer printed 1 color, 1 side on 80# white stock. 250 $ 63.55
These flyers can be printed 2 or 3 up and cut into smaller 500 $ 83.03
sizes. These flyers can include forms, inter-office memos, 1000 $ 113.78
note pads or anything that can be printed on an 8.5"xl 1"
sheet. Additiona11,000's $ 67.65
Additional side $ 66.63
Additional color $ 71.75
31 8.5"xl 1" flyer printed 1 color, 1 side on 80# color stock. 250 $ 68.67
These flyers can be printed 2 or 3 up and cut into smaller 500 $ 87.13
sizes. These flyers can include forms, inter-office memos, 1000 $ 121.98
note pads or anything that can be printed on an 8.5"xl l"
sheet. Additiona11,000's $ 75.85
Additional side $ 66.63
Additional color $ 73.55
32 Business Cards 3.5"x2"printed 3 colors on 80# bright 250 $ 14.35
white matte stock. Printed according to Administrative 500 $ 17.17
Regulation D-4. 1000 $ 21.53
Additiona11,000's $ 18.45
Additional side $ 15.38
Form Services Agreement
J-Peam, L.L.C.
Page 16 of 19
ITEM ITEM DESCRIPTION UNIT PRICE
33 5.5"x8.5" booklet, 12 pages plus cover, flat size 8.5"xl 1" 250 $ 266.50
folded and stitched to 5.5"x8.5", 2 PMS colors on C 1 S 80# 500 $ 435.63
white cover, inside pages are 1/1 (black ink) on 80# dull
text. 1000 $ '707.25
Additiona11,000's $ 563.75
34 8.5"xl l" booklet, 12 pages plus cover, flat size 8.5"xl 1" 250 $ 358.75
folded and stitched to 11 "X 17", folded and saddle stitched 500 $ 596.55
to 8.5"xl l" printed 1 color over 1 color on 80# dull text.
1000 $ 969.65
Additiona11,000's $ 772.85
7"x8.5" booklet, 28 pages plus cover, flat size 8.5"x14"
folded and stitched to 8.5°x7", 2 color, full bleed cover
with varnish on front only on C 1 S 10 pt. Krome Cote
35 white, inside a es are 1/1 (black ink) on 80# dull text. 250 $ 476.63
500 $ 781.05
1000 $ 1,127.50
Additiona11,000's $ 922.50
36 8.5"xl l" Newsletter, 8 pages, flat size 11"xl7" folded and 250 $ 461.25
saddle stitched to 8.5"xl 1" printed 2 colors over colors on 500 $ 553.50
80# dull text.
1000 $ 686.75
Additiona11,000's $ 266.50
Additional side N/A
3� Additional Charges: Drilling - two holes. er thousand $ 5.00
38 Additional Charges: Drilling - three holes. er thousand $ 5.00
39 Additional Charges: Stapling - one staple. er iece $ 0.01
40 Additional Charges: Stapling - two staples. er iece $ 0.01
41 Additional Charges: Cutting (cost per ream of 500 sheets). er ream $ 0.80
42 Additional Charges: Dyecutting. er thousand $ 45.00
43 Additional Charges: Perforating - each. er iece $ 0.02
44 Additional Charges: Folding - per page. er iece $ 0.01
Form Services Agreement
J-Peam, L.L.C.
Page 17 of 19
ITEM ITEM DESCRIPTION UNIT PRICE
45 Additional Charges: GBGSpiral binding. er book
U to .5 inch $ .85
.5 — 1 inch $ 1.50
1.0 -1.5 inch $ 2.00
1.5 — 2.0 inch $ 2.50
46 Additional Charges: Spiral binding — See Above
47 Additional Charges: Saddle stitch. er book .10
48 Additional Charges: Typesetting, er hour $ 37.50
49 Additional Charges: Graphic Design and Illustration er hour $ 37.50
50 Additional Charges: Photo Manipulation or Retouching er hour $ 37.50
51 Additional Charges: Drum Scanning er hour $ 37.50
g2 Additional Charges: Shrink-wrapping per package/ream er ackage $ 0.37
Additional Charges: Rush Order, when applicable per
53 section 4.0 of the Statement of Work per order 35% Marku
Form Services Agreement
J-Peam, I.L.C.
Page 18 of 19
EXHIBIT C
PRINTING SERVICES ORDER FORM
Today's date:
Give the following information to the printer.
Name:
Deparhr►ent/Section/Unit:
Address:
Date needed:
Description:
❑ Business Cards ❑ Letterhead
Phone number:
PO Release #:
❑ Door Hangers
❑ Envelopes: Size ❑#10 Plain ❑ Fiyer#10 Window ❑#9 Plain
❑ Other
Quantity of what you need printed:
Size of what you need printed:
Flat size:
Finished size:
Page size:
Stock color:
Stock type:
Ink color(s):
Type of bindery work needed:
❑ Perforating ❑ Numbering: Starting #:
❑ Die Cut
❑ Collated
❑ Flyer
❑ one sided ❑ two sided
❑ Holes Drilled: ❑ 2 Holes Top ❑ 3 Holes Side ❑ Other
❑ GBC (comb binding): Color of binding:
❑ Spiral Binding: Color of binding:
❑ Stapled: ❑ Saddle Stitched (Booklet) ❑ One in Left corner ❑ Two on side ❑ Three on side
D Folding: Type of fold: ❑ Half (V) Fold ❑ Z Fold ❑ C Fold (letter) 0 Gate Fold
❑ Accordion Fold ❑ Parallel Fold ❑ Accordion Fold
❑ Other
Other Special Instructions:
Delivery Instructions:
Form Services Agreement
J-Peam, L.�.C.
Page 19 of 19
.
;.�
�:�
Exhibit D
Letter of Intent
GAPiTAG .
NUNt(3EtZ
DDE __ COt+��iZAGT
� GAPtT`AL. PROJEG'1'-- (3rD _
: (Pi.e.a.sri tJn.e�'.k%"ov�e�'
1�'i(�i'i.�/1l1%o'tnn,C;�v. L3wi�t'.v�p.yS. �vii('�t�'j�Yt6�Pi Of�''i.C:pi
L-...��'�`�'�...�T3 ti`�� (1�'T'�N'r:7'D :PER�ORM AS A
�Ur3GONTizAGrorz/SU f3C�JNSCrG.rANr
[NOTE: Pu.s-s+��"ta-1-l�.t� Ci�r.,� of ForF'VJowtk�'M/Wf3E Ordi,cn.�w.r,e., M/WC3E.fct'�.p�%��l�9 i,w-Fttie.
pro-gra.�w ww+:vF t�av� c.��-.��' ces'fi�c�a�co+�� s�h.�y .'nnili"'�{i�.z' Cv�y. of :F6vt' VJo�rf{ti rs,c-c;oti=�'fa� awa-r�cZ o� a�
. . : :. ,
oa+v!-ra.c�t-' .wltir.r� fii�y . aa-e- ea,�tEi�L fawavdv..tti�`-o:+vf�t�a�iF��J i��ix"h,O'"" , l�:�ft-+�. Cvfy o�''FoFrf�-1�Iovth�
d�rv�i.i.wey;fltia�5�tvfi.rw�,vYr,.o-l-ti.�.i�.re,vi�L�,� N1%liJt3E.�e�ft:fieoLFo-�':Gt�ly:af..Fovf'.VJarfi�c.o+vti-ac�'Yt{tia�{'f'+:r�
:. _ •
s-b+�o+:��t.of�`i:vwmeoU:df�t�y yula-vwiif a r,o'v��Le�u�' Ge�rlk.fi:co�h,oi1: a1?;�Ld.cafi�" to- `{y�, lJo�+�ftti- Ge;�rv;I.��:TPi�c.ay;
t2e9i.o+^�c�G C�:r!-i�c-a't�aw A9e:v�c�.J (lJGTRGA),� 62��" Si,w F�9y o� w�� :Su�i� 2oCi, Art;i;cl.g�,*�;, T"Y :��01�-]
1. Na.w�.v o f Gov�fYac�t' �� P ND , t o .o u:�; c� u-{�,�„e�- P2 t vi.�� �:�,
�•i- (2eta:���� ..S;e.2U,c�,s. - ,
2. Vo.Lwe� o f �ri,gi,vua,(. Cowv(ra�i("� ���u��-y` o'ad �°`
3. Pla.vw�vf O�f�roYfPri.w+.te.Cn�FYa,r�f�r•o� i:cts�.u�G(iuvf'• i�..�'�_�,��= D1�� �dij,y�Sa�z'i�2eS:S.
4. Tka. wKd.c.c�stigrn.eof. MWf3E f+;t'vw i4'.:�;?�`e0t':f�; l�'%?Y''�'!'''� �°�'tr�^'c,+ri:9 :ut�vi.��eo(� wm-Ic�
A�or s.e�ryt.y � iMa�lp.s%i.at:'G,yl?.o� i;c�%�co��Fi:aw :wvtW ��v�'.t�'+'"�1 ecf (vJ�.e.v��
« .. . .;, .oy: <i��„:a;}; ��;�'..
�1��i.cah�(z 5���.� s�t",t�Y�LCJ . �
S L....,•n.4� . 12 r::u� r` e� tire '�'' :� li�,:.c�.ri`E� .G�.i li��'t' 2•:�tv 2Yv} i. __.`
�% a�f"-f� 1n'�'.�"� . .`���'C3(3 a. °.3
[� C Pr�� �
(Na�,c� of M/VJfiE
��- �,.q�i�.�
(Dc�ie.)
� ''��-��~~ ._ �ca R r 3'vr��.E 2
Cixelbos.��, Awiitior'vscit.i4yuv!-6f N1/VJt3E fwi++�} Ty�'cr Pri.++�f'Naw+� `(SuJ''�"f"�"GOf
Owv�e�- ai� AufitioriiiecLAgcw[�?f Nl%VJf�� fi.i�i;�'" . . ,
$ t`7 .�} � SS.�
P;hn�e Nu.Mt��n
f� ( 7
Ol%1 �il09
�
Page 1 of 3
.
� ) . :�,1 �
,_(Pko+�+.�Nu�+:ber) Exhibit D — Letter of...:InteriC:(FawNu.w�ba�-) _ `
Continued .
AFF(DAVfT OF OFFEROT�P,j3t]N�E C07JT"RAGT'OR o-r �O'�1S_tJLTAIVT
! l-iER�CiY D�C{_ARE.sAND AFFIRM-�f{-+.ast�.l; �c�2�dv� I�e2nav�d�.`ZZ . a:w� �w o�.u-t.y
a��:o�vii,ieo� i-e�-e yv=wju�i.v� o f
Ci:c%�(.v os�,,�' Ouv►.u- sCwffwr'vir.d. �qe,�
• �. ,
���:P:E A�'►�n. �¢� :Se�1•�S�o �, s::P2 es.s a.�+, �r r►��n�-�-� ��;.��;
� ��, �.a,
Na:ww o� offevor�pri�w
. -
, .
:�1�.'s�f'�rtlti uv f ttiiy' Le�(fzs- o f 1 wf�t- °to=:.�'e,�-Forw�: Toa f� b��t' ��J, ���9��. `�Y�''" �0�' .
:.bel:i:Pf, :�i{�.t� Fa.c�`y u�i }�:iy fos%�v�: a:i-t: tr�;w, a:H`at: aw• v�a�er�.a;(> facfy Gca.�: l�eet�: owwFle:cL. ,
TP�:is-s:u:a�f'fo-tltie:'Gi�Fy �of :�ot-t'Wo-Yth� Nl%W�3E Ord�c%,cu�y Y'�e+'s,oK''j�i�ty7 'w'i�'��R-s'Q'
fa.t�.4: o-r f�-a.r�ol.�n.t.e.�-S�a�e�vw�wF�i,w c�rc�iv�ec>fi:ow,; w�i�{�%��Sa.v�li:c;i,}�a�i;b-v+. o f� d%tit/VJl3� �i,w v..r�.y Gvty
:.... . ... . - .... _:.: . ..
_ . ...
o-f� Fo-v�f-vw�rfw co�,-ac�r ma.y ri� re�t�rea(� fo� o+�-�-:j�-oc,eo�wr�:u�=f� cv�y. o f F�-
1n?QrF"%.�M%W�3E`Ot�oGi.n,a:i�:c:� . � _ .
. :... __. .. . _ ..; ..
. _._
1 0[0-� soCe,v�:(,y-. yv;iea�v: o�c- .�a�f•'wwv tha�` :.tl� ti.jc�.o�lu%ire-s� :cavufuun,eo(: ttie,�-e.i,v�. -a-c�,o� fi�
i;Kfo�-w�a�Fi.vw �rovi:abeal. b-y fl� af'f�v�ov'%�-uM:� cwe. fr�.+.� a�:a(�:c,o°c-rer�f-; a:H.o(. fiia�f� f:.a-wt�ltio-c-'vzecL
; . , .... . .. _ , � . .
Q"% b�:a-( f' o f' ��} f e.t'o-�/�ri,w�.� fa- "vwsa.lc;e� �f�h.�:z�f f i.o[avi�f: ` .
,
•' -/ /YI�.i�.av�l�
�. �i1.YGt.ti�(Sw4i�(VtN�
Pri:+.vt' . �..
i� •
- ' r,�>t; � � `�
;(SigKa`�fu.r� o f'Oi�vi;:er�cr
- 9a:
{Yt�a�¢.1Jww�be+"•)
/ a c.r.s
� ::-. T:.:(P2�vti'�LGC .D:g;R� : '�Jhr�.Sanf'P
t a
�o-r �ri.�:d-tJa.ww:" . � ;{Nc�.ww.cf off��Pri�:Ty�o+'. � .
� ' /.�.:. �q.:_ .�..1 , ::
. � .�a�. ,
:�/�7. � . 9��.:� � .��a3 . .. . .
: c��. r���> �
Page 2 of 3
- 01714/09 •
Exhibit D- Letter of Intent
CITY OF FORT WORTH
Continued
CONTRACT COMPL.IANCE MEMORANDUM
THIS FORM MUST BE ATTACHED TO THE ROUTfNG "M 8 C" BEFORE LEGAL AND
CITY MANAGER APPROVAL.
To:
From:
(underline appropriate one)
ram �ean w��s
M/WBE Office Staff
212-2678
Extension
Date: December 15, 2011
In the Amount of $ 400,000.00 10-0426
DOE/Project/Bid No s .
Projecfi/Bid: Offset Printing and Rela#ed Services
1, Compliance with the Clty's MIWBE Ordinance has been achieved by one of the foliowing methods:
a) J-Pearn LLC dba John Sans Press a certified MBE firm is in compliance with the City's
MJWBE Ordinance by committing fo 5% M/WBE participation. The firm's initial commitment of
10% was compromised due to a reduced scope of work by the City. The Ciry's MWB� goal on
this project is 1 Q%.
b) is in compliance with the City's M/WBE Ordinance
by committing to % M/WBE participation and documenting good faith effort. The City's
M/WBE goal on this project is %.
c) is in compliance with the City's M/WBE Ordinance
by document(ng good faith effort. The City's M/WBE goal on this project is %
��
by submission
%.
is in compliance with the City's M/WBE Ordinance
the prime contractor waiver form. The City's M/WBE goaf on this project is
2. The apparent low doNar bidder(s) dtd not comply with the City's M/DB� Ordinance because:
Rev. 05/19/99
Buyer Department Director
Page 3 of 3
CITY OF FORT WORTN Exhibit E I SECTION D
ADMINISTRATIVE REGULATIONS
NUMBER 4
SUBJECT OFFICIAL CITY OF FORT WORTH LOGO
REPLACES CuRent A.R. D-4
PREPARED BY CITY MANAGER'S OFFICE
1A PURPOSE
EFFECTIVE DATE Aus�ust 1. 2003
APPROVED BY CITY MANAGER
PAGE 1 OF 8
REYIEW DATE Julv 31. 2005 �
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
4.0
5.0
6.0
DEPARTMENTS AFFECTED
Ail departments.
DEFINITIONS
PMS - Pantone Matching system - A professional color system for matching ink colors in
printing.
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 onty on all employee business cards, all city
letterhead and envelopes, all publications, all vehicles� uniforms, and other city properties.
r: •► l .•: �,
6.1 Departments
6.1.1 All city departments are required to use the logo as prescribed in this
Administrative Regulation. Departmenta shall make all requests for deviation from thia
regulation to the City Manager's Office. Public Information Office. Prior to
implementation of significant deviations, City Council wi)I 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.Q 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.
CITY OF FORT WORTH
ADMINISTRATIVE REGULATIONS
SECTION D
NUMBER 4
SUBJECT OFFICIAL CITY OF FORT WORTH LOGO
REPLACES Current A.R. 0-4
EFFECTIVE DATE Auqust 1, 2003
PREPARED BY CITY MANAGER'S OFFICE I APPROVED BY CITY MANAGER
6.2 Equipment Services Department
C�3
PAGE 2
OF 6
REVIEW DATE JuIY 31. 2005 �
�i%
The Equipment Services Department is responsible for ordering decals for city vehicles.
City Manager's Office, Public Information O�ce
6.3.1 Th� 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
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
secondary to the o�cial 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
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.
Ho commercial or general community use of the logo is permitted without
written, spec�c permission from the City Manage�'s O�ce, Public Information
Office.
7.1.4 The togo 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 properly or at
events produced by outside orgar�izations 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.
CITY OF FORT WORTH
ADMINISTRATIVE REGULATIONS
SECTION D
NUMBER 4
SUBJECT OFFICIAL CITY OF FORT WORTH LOGO
REPLACES Current A.R. D-4
PAGE 3 OF 6
EFFECTIVE DATE Au4ust 1, 2003 � REVIEW DATE Julv 31. 20Q5 �
PREPARED BY CITY MANAGER'S OFFICE I APPROVED BY CITY MANAGER
7.2 Business Cards (Appendices 8.1 and 8.2)
7.2.1 All city business cards wiil be printed with the city logo at the top left comer. The
togo will be printed with "Fort Worth" in PMS 288 and the longhorn in PMS 725.
7.2.2 Ali 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
have cards with the department Iogo.
7.2.6 No custom design of business cards by individual employees witl be permitted.
7.2.7 All cards will be printed on white matte 80 Ib. cover, 80-85 brightness, recycled.
7.2.8 The Reprographics Division will print city business cards. Departments should
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
regulation.
7.3 Official Letterhead and Envelopes (Appendices 8.3 and 8.4)
7.3.1 All city stationery will be printed with the city logo at the top in PMS coiors.
7.3.2 All departmental address information will be printed in the prescribed style in
black, Cheltenham font, at the bottom of the page.
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 Ib. white bond, 25
percent cotton, 90 brightness, recycled. No black and white version of the logo is
allowed on stationery. �
CITY OF FORT WORTH
ADMINISTRATIVE REGULATIONS
EFFECTIVE DATE AuQust 1, 2003
NUMBER 4
SUBJECT OFFICIAL CITY OF FORT WORTH LOGO
REPLACES Current A.R. D-4
PREPARED BY CITY MANAGER'S OFFICE-
7.4
7.5
APPROVED BY CITY MANAGER
SECTION D
PAGE 4
��
REVIEW DATE Julv 31, 2005 �
7.3.5 if a division name is printed on the stationery, it will be 16cated below 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 corner 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 co(ors on 24 Ib. No. 10 white envelopes,
diagonal seam, 84 brightness, recycled. �
7.3.10 The return address wiil 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.
City Publications/Communications
7.4.1 Brochures, newsletters, handbills, reports, forms, fax cover sheets, and other
publications shall include in a prominent ptace 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 modfication of the logo itsetf is allowed.
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 Ail electronic communications and video productions shall include the logo. The
same regulations for p�inted 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 regulafions. 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 foltowed strictly.
City Vehicles (Appendix 8.5}
CITY OF FORT WORTH
�tDMINISTRATIVE REGULATIONS
SUBJECT OFFICIAL CITY OF FORT WORTH LOGO
REPLACES Current A.R. D-4
EFFECTIVE DATE Auaust 1. 2003
PREPARED BY CITY MANAGER'S OFFICE
APPROVED BY CITY MANAGER
SECTION D
NUMBER 4
PAGE 5
.�
REVIEW DATE Julv 31, 2005 �
7.5.1 All city-owned vehicles will be marked with the city logo that"meets
federal regu{ations, as weli as city specifications.
and
7.5.2 All vehicle decals wil! be printed in colors as ciose to the PMS colors as possible
on reflective materials or materials best suited for the application.
7.5.3 A city Iogo 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 ta 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 togo on a vehicle, it must
be in a subordinate location to the city logo and not as large as the city logo.
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 deparfinent does the detail work on its vehicles� it will submit a request
for deviation to the City Manager's O�ce, Public Information Office. The City
Manager's Offrce, Public InfoRnation O�ce will review and approve any
deviations from this requirement. Prior to implementation, City Council will be
notified in writing of the deviation and will be provided an illustration of the
approved use.
7.6 Uniforms (Appendix 8.6)
7.6.1 Cifiy 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 depa�tments such as Police, Fire, Animal Control and others
have designated uniforms and should be considered exempt from these
regulations.
7.6.2 The department name will be embroidered beneath the lago in 288 btue lettering.
7.6.3 The patch will be above the pocket or some other appropriate location on a shirt.
CITY OF FORT WORTH
ADMINISTRATIVE REGULATIONS
EFFECTIUE DATE Auqust 1, 2003
r:l�l��
SUBJECT OFFtC1AL CITY OF FORT WORTH LOGO
REPLACES Current A.R. D-4
PREPARED BY CITY MANAGER'S OFFICE
7.7
APPROVED BY CITY MANAGER
sEcnoN n
PAGE 6
OF 6
REVIEW DATE
7.6.4 The department name will be "1Nater," "Parks and Community
"Development," etc.
�
7.6.5 If oniy the department logo is used on garments, those gaRnents will not be
official uniforms.
7.6.6 If dark, solid color shirts are part of the uniform, they can be screen prirtted or
embroidered with the new logo in a solid white or some other appropriate solid color.
If a finro-color logo is used, it must be in the logo PMS colors. Depariment 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.
Other Applications
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.
8.0 APPENDIX/APPENDICES
8.1
82
8.3
8.4
8.5
8.6
Business Card Examples
Business Card Order Form
Letterhead Example
Envelope Example
Logo on City Vehicles
Logo Patch for UnifoRns
Appendix 8.1
FORT WORTH
DALE FISSELER
DIRECTOR
�' � ' u _il
CITY OF FORT WORTH
1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102
(81� 871-8207 ► MOBILE (81'1� 9440000 i FAX (81� 871-8220
hppt://www.tortworthgov.org �
FORT WORTH
RICHARD ZAVALA
DIRECTOR
��
c>',,``. ,... `
PARKS AND COMMUMTY $ERVICFS DEPARTMfiNT
CITY .OF FORT WORTH
9200 SOUTN FREEWAY, SUITE 2200 + FORT WORTH, TEXAS 76f 15
(81� 8715704 # FAX (81� Sri-5�24
a
FORT WORTH�
�: �
� ' -4 •:
�
r��.
�
ENVIRONMENTAL MANAGEMENT DEPARTMEN7
C17Y OF FORT WORTR
1000 THROCKMORTON STREET : FORT WORTH, TFJCAS 76102
. (81 � 871-8079. * FA?C (81 � 871-6359
a.
Appendix 8.2 '
FORT WORTH
��ro�a��o�
;�
FORT WORT
� ��o�����
:►��"�il.
YOUR NAME
YOUR TITLE
YOUR DEPARTMENT °�;ay, -"����
YOUR DIV(SION
CITY OF FORT WORTN
STREET ADDRF3S * FORT WORTH, TEXAS ZIP
WORK TELEPHONE + MOBiLE OR PAGER + FAX NUMBER
INTERNET ADDRESS O
YOUR NAME
YOUR T1TLE
YOYOUR DiVlSIO�
CITY OF FORT WOR'fH
STREET ADDRFSS * FOR7' WORTH, TEXA3 Z1P
WORK TF.I.EPHONE ► MOBILE OR PAGER * FAX NUMBER
tNTERNET ADDRF_S.4 q
BUSINESS CARD ORDER FORM
tAitow 10 working days for processing)
INSTRUCTIONS: Please use exact speiling, with no abbreviations. Type or Print Cleariy.
Mistakes due to iilegtbil(ty wiii not be reprinted free.)
Today's Date
Name:
Title:
Department:
Divis(on:
City of Fort Worth
Street Address:
Fort Worth, Texas Zip: —
Work Telephone: � �
Mobi18: � �
Fax Number: � j
Pager: � �
Internet Address tPiease be speCfftc):
YOUR DEPARTMENT LOCO WILL BE ADDED IF IT HAS BEEN APPROVED BY THE DEPARTMENT HEAD.
Number of Cards: cCircte One) 250 500
Fand: ' ACcoutt� �j 2 2 Q 3 �
�1� �
�
Requested by:
Department Head Approval:
-------------------------------------------^-
FOR OFFICE USE ONLY
Date Received: Date Processed:
ZZT
FIRE DEPARTMENT
EMERGENCY MANAGEMENT OFF(CE
THE CITY OF FORT WOR7H * 1000 THROCKMORTON STREET 'M FORT WORTN, TEXAS 76102
�sir� s7i-si7o * Fnx �s�� s7i-siso
Appendix 8.3
!Y Printed on reeycled W➢�+
Appendix 8.4
1
li
-- . �
__�.
� . .�< ,.�„a���� ��
� , -�� � � � ,� _W � ��: �: � , , �
_ . ..
. �-���� , � �� �
�
� � , .:� _ 4... .' .
�: .
� .{.....,: ....`..,� _. ., .,..... . . . � _. , .. �
Appendix 8.6
PMS 288
I
oRT oRT
No border line on patch
White
White Stitching
PMS 725 (BROWN)
WATER
Department Name in
PMS 288 (blue) lettering
City of Fort Worth, Texas
Mayor and Council Communication
DATE:
Tuesday, January 24, 2012
REFERENCE NO.: **P-11347
LOG NAME
13P10-0426 PRINTINGSVCSLSJ
SUBJECT:
Authorize Purchase Agreement with J-Peam L.L.C. d/b/a John Sons Press for Printing and Related
Services in an Amount of $400,000.00 for the First Year (ALL COUNCIL DISTRICTS)
RECOMMENDATION:
It is recommended that the City Council authorize Purchase Agreement with J-Peam L.L.C. d/b/a John
Sons Press for printing and related services for an amount of $400,000.00, with payments due 30 days
after receipt of invoices.
DISCUSSION:
The City of Fort Worth will use this Agreement to purchase printing services as a backup to the
Reprographics print shop. Printing is used by various departments to communicate a variety of projects.
Goods and services to be ordered under this Agreement include stationary, envelopes, forms, annual
reports, brochures, newsletters, mailing labels and business cards. The City also will use this Agreement
for color printing various sizes, weights, media, image types, as well as binding and finishing services,
including foam core mounting and laminating.
BID ADVERTISEMENT - This Request for Proposals (RFP) was advertised in the Fort Worth Star-
Teleqram on April 28, 2010 through June 2, 2010. The RFP included detailed specifications describing
duties, perFormance expectations and required experience. Thirty-nine vendors were solicited from the
purchasing vendor database system; six responses were received.
Responses were received from AC Printing, Custom Graphics, DOT Therography, J-Peam L.L.C. d/b/a
John Sons Press, Logan Graphics and Marfield Corporate Stationery. Responses were evaluated on
factors including price, qualifications, capabilities, and perFormance. J-Peam L.L.C. d/b/a John Sons
Press received the highest overall score and was determined to present the best value to the City.
PRICE ANALYSIS - There is no previous purchasing history for printing services. This is the first
Agreement for Printing Services. Final analysis shows the recommended vendor's pricing is fair and
reasonable. No guarantee was made that a specific amount of goods would be purchased. Staff
estimates approximately $400,000.00 will be expended during the first term of this Agreement.
M/WBE - J-Peam L.L.C. d/b/a John Sons Press, a certified M/WBE firm is in compliance with the City's
M/WBE Ordinance by committing to five percent M/WBE participation. The firm's initial commitment of 10
percent was impacted due to a reduced scope of work by the City. The City's M/WBE goal on this project
is 10 percent. -
AGREEMENT TERM - Upon City Council approval,
expire on January 24, 2013.
Logname: 13P10-0426 PRINTINGSVCSLSJ
this Agreement shall begin on January 25, 2012 and
Page 1 of 2
RENEWAL OPTIONS - This Agreement may be renewed for up to four additional one-year terms at the
City's option. This action does not require specific City Council approval provided that the City Council has
appropriated sufficient funds to satisfy the City's obligations during the renewal term.
FISCAL INFORMATION / CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current operating
budget, as appropriated, of the Office Services Fund.
BQN\10-0426\LSJ
FUND CENTERS:
TO Fund/Account/Centers
FROM Fund/Account/Centers
CERTIFICATIONS:
Submitted for Citv Manager's Office bv:
Originatinq Department Head:
Additional Information Contact:
Tom Higgins (6192)
Lena Ellis (8517)
Jack Dale (8357)
LaKita Slack-Johnson (8314)
ATTACHMENTS
1. J-Peam LLC dba John Sons Press MWBE.pdf (CFW Internal)
Logname: 13P10-0426 PRINTINGSVCSLSJ
Page 2 of 2