HomeMy WebLinkAboutAgenda Report - November 15, 2016 B-07 SMTM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
E3-7
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment to Professional
Services Agreement with Pre -Sort Center, Inc. of Stockton, CA for Print, Insert and
Mail Services
MEETING DATE: November 15, 2016
PREPARED BY: Deputy City Manager
RECOMMENDED ACTION:
Adopt resolution authorizing City Manager to execute Amendment
to Professional Services Agreement with Pre -Sort Center, Inc. of
Stockton, CA for Print, Insert and Mail Services.
BACKGROUND INFORMATION: The City entered into a Professional Service Agreement with Pre -
Sort Center of Stockton, Inc. (Pre -Sort) for print, insert and mail
services on September 13, 2016. Subsequently, staff learned that
Pre -Sort has also been providing daily mail pick-up and special mailing services that are not included in
any contract.
Staff is recommending that the additional services be added to the scope of services of the existing
contract.
FISCAL IMPACT: Annual costs for the daily pick-up service and special printing services are
estimated to be approximately $20,000.
FUNDING AVAILABLE: Costs are currently budgeted in the Non -Departmental (10095000),
Finance (10020203) and various departmental organizational units. Costs
of this contract amendment will be budgeted each year in the appropriate
units.
JAfja
Attachments
APPROVED:
Jordan Ayers
Deputy City Manager
epI Schwabaue , Manager
AMENDMENT NO. 1
PRE-SORT CENTER OF STOCKTON, INC.
PROFESSIONAL SERVICES AGREEMENT
THIS AMENDMENT NO. 1 to PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of November, 2016, by and between the CITY OF LODI, a municipal
corporation (hereinafter "CITY") and PRE-SORT CENTER OF STOCKTON, INC. (hereinafter
"CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement
(Agreement) on September 13, 2016; and
2. WHEREAS, CITY requested to amend said Agreement to include daily mail pick-up and
mailing services; and
3. WHEREAS, the Scope of Services (Exhibit A) and Fee Proposal (Exhibit B) of
Agreement are amended to include the additional services and fees described in this
amendment; and
4. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to amend the Agreement as described in the
attached Scope of Services and Fee Proposal. All other terms and conditions of the Agreement
remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1
on November , 2016.
CITY OF LODI, a municipal corporation PRE-SORT CENTER OF STOCKTON, INC.
STEPHEN SCHWABAUER MICHAEL GUTTERRES
City Manager Executive Vice President
Attest:
JENNIFER M. FERRAIOLO
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
EXHIBIT A
ADDITIONAL SERVICES
CONTRACTOR will process CITY'S First Class United States Mail and special mailing projects during
the term of this agreement.
City will:
• Have mail ready at a location previously agreed upon with Pre -Sort by the time each day
also agreed upon;
• Have with the mail a driver's "pick -up -slip" which is properly completed including item and
tray count;
• Properly seal each item;
• Place each item of mail in an approved tray in an upright position with all letter facing the
same direction;
• Correctly address and zip -code each item;
• Use only pre -approved fonts and advise Pre -Sort prior to making any font changes and
obtain Pre -Sort's consent to such changes, such consent not unreasonably withheld;
• Provide Pre -Sort with prior notice of any special mailings.
Pre -Sort will:
• Pick up city mail at the agreed upon location and during normal business hours;
• Affix the correct pre-sorted First Class postage to each item;
• Postmark each piece of mail with the date of pick-up, or next business day if not possible to
postmark on the date of pick-up;
• Deliver mail to the U. S. Postal facility on the same day as pick-up, or next business day if not
possible to deliver on the same day as pick-up.
EXHIBIT B
ADDITIONAL CHARGES
City will pay any charges assessed by the U.S. Postal Service arising from improper postage, dating, zip
code or other information provided by City. Such charges will be invoiced and payable along with
CONTRACTOR's regular invoice.
POSTAGE RATE — Using New Postage Rates Effective April 10, 2016
Presorted First Class Letter Mail
Pre -Sort will meter one and two ounce mail at the Presorted First Class rate, which as of April 10, 2016
is:
$0.419 — for letters up to 1 oz.
$0.419 — for letters up to 2 oz.
• Should the U. S. Postal Service change the postage rates, this rate will change.
One or two -ounce mail that does not barcode on our machine, Pre -Sort will add the additional postage
to bring that piece up to the full rate. Customer will be charged for this postage with no service fee.
All mail to be presorted must be within dimensions given by the USPS of up to 11-1/2" in length and 6-
1/8" in width and not weighing more than two (2) ounces.
Mail not meeting these specifications will be metered at the single piece First -Class rate.
Presorted First Class Flats
All flat mail qualifying for the automation rate will receive a five (5) cent discount with no fee to affix
postage. All flat mail qualifying for the automation rate may be mailed the next business day. All flat
mail not qualifying for the automation discount will be metered at a cost of $0.25 each.
Service Fees
Fee to seal, affix postage, and/or barcode sort:
• $0.059 for letter size mail (6-1/8 x 11-1/2)
• $0.25 for flat size mail not qualifying for a discount
Courier fee: $1.00 per day to pick up Customer's mail at location in Lodi.
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on Sept. 13, 2011, , by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PRE-SORT CENTER
OF STOCKTON, INC. (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for print, fold, insert
and mail services (hereinafter "Project") as set forth in the Scope of Services attached
here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such
services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
-Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR'S
capabilities and on the qualifications of CONTRACTOR'S principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR'S project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on September 26, 2016 and terminates
upon the completion of the Scope of Services or on September 25, 2021, whichever
occurs first.
Section 2.7 Option to Extend Terrn of Agreement
At its option, City may extend the terms of this Agreement for an additional three
(3) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days
2
written notice of its intent prior to expiration of the existing term. In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed eight (8) years.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR'S compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR'S compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
3
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
4
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Deputy City Manager
To CONTRACTOR: Pre -Sort Center of Stockton, Inc.
3806 Coronado Avenue
Stockton, CA 95204-2314
Attn: Michael Gutterres
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
5
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
6
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
n If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
fkilx
ij
NIFER . FERRAIOLO
ity Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
J
FUKASAWA
Deputy City Attorney
r
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
PRE-SORT CENTER OF STOCKTON, INC.
By:
Name: MICHAEL GUTTERRES
Title: Executive Vice President
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source: 10095000 and 10020203
(Business Unit & Account No.)
Doc ID:
CA:Rev.01.2015
8
EXHIBIT A
SCOPE OF SERVICES
The City is seeking a provider with the ability to print, fold, insert and mail all utility bills and
notices for the City. The selected vendor will also be required to occasionally provide
design and print services for billing inserts. While the daily volume will fluctuate based upon
the number of accounts in each billing cycle and number of accounts in the collection
process on any given day, the average volumes are expected to be about 2,500 pages per
day for regular and final bills, 160 10 -day notices per day and 100 48-hour notices per day.
Bills are to be printed in black and white (no color) on 8 'h by 11 inch white paper with a
bottom 1/3 page perforation remittance advice tear stub. Notices are to be printed on
yellow paper (10 -day notice) or pink paper (48-hour notice). Notices are printed on paper
with a bottom 1/3 page perforation remittance advice tear stub. Bills are to be mailed in a
#10 single window (left side) envelope along with a #9 single window (left side) return
envelope. Notices are to be mailed in a #10 single window (left side) envelope or #10
double window ' (left side) envelope along with a #9 window (left side) return envelope.
Vendor will be required to obtain and warehouse all paper products.
City will provide 4 files each business day no later than NOON: a regular bill file, a final bill
file, a 10 -day notice file and a 48-hour notice file. Vendor will need to provide a secure
method/site for City to upload these files. Each file will consist of PDF images of all bills or
notices that are to be printed. Vendor will need to parse the images to print individual
bills/notices. The City logo appears on the first page of each bill/notice and could be used
as the key to determine when each new bill/notice starts in the file. Multiple page bills will
only have the City logo on the first page. File size is not expected to exceed 200MB.
Most utility bills will be 2 to 3 pages and are expected to be mailed in a #10 window
envelope. Some bills may be up to 25 pages and are expected to be mailed in an
appropriately sized envelope and metered first-class separately. These bills only require a
single return envelope.
Notices are a single page and are to be mailed in a #10 window envelope.
Vendor will be required to print, fold, insert and mail all bills/notices on day of receipt.
Delivery of mail to the post office is the responsibility of the vendor. Vendor must provide
daily confirmation of delivery and City should be able to verify proof of delivery to USPS on
an as -needed basis.
Postage costs will be passed directly to the City without any "mark-up" based upon current
postal rates. Vendor is expected to sort and package mail such that the City receives the
lowest possible postage rate.
Vendor will be required to meet USPS postal coding and sorting requirements, including
return address, MOVEcomply, and mail forwarding/address verification.
Vendor must be able to provide invoices to the City that separately detail bill printing costs,
notice printing costs, paper supply costs, postage costs, and insert design and printing
services.
Vendor's primary site for operations is Stockton, CA. Vendor must be able to perform
services from an alternate site in the event of a disaster at the primary site to prevent any
disruption of services to the City. Vendor will notify City immediately in the event that an
alternate site must be used. Vendor's alternate site is in Fresno, CA.
Vendor is responsible for the security of the City's customer data and agrees not to
compromise, sell or share this data. Customer information will be treated as confidential
and will not be released to any outside party without City approval. City retains all rights to
the data.
$500.00
One -Time Fee
$125.00
Per hour
EXHIBIT B— FEE PROPOSAL
Complete the table below.
Vendor Name: Pre -Sort Center of Stockton. Inc.
Initial and On • oin - Professional Services Fees
One -Time Lrmplementation Fee
Includes all phases of the project prior to the production
Phase: initial programming, testing, and implementation
Professional Services Charges
For design of inserts
Cost of Materials
Statement Paper Stock Cost
8.5x1 1", 20 pound paper stock with a micro -perforation.
$0.01483
Per Sheet
10 -Day Notice Paper Stock Cost
8.5x11, 20 pound yellow paper stock with micro -perforation.
Tinted colored paper is white paper that is tinted instead of
dyed at the paper mill. Samples are attached.
$0.03885 — mill
colored paper
$0.02881 — tinted
colored paper
Per Sheet
Per Sheet
48-hour Notice Paper Stock Cost
8.5x11, 20 pound pink paper stock with micro -perforation.
Tinted colored paper is white paper that is tinted instead of
dyed at the paper mill. Samples are attached.
$0.03885 — mill
colored paper
$0.02881 — tinted
colored paper
Per Sheet
Per Sheet
Outgoing Envelope Cost
Single or double window (left side) #10 envelope.
$0.01925
Per Envelope
Return Envelope Cost
Single Window (left side)
$0.01732
Per Envelope
Flat Envelope Cost
Applies only to multi -page bills that do not fit in the standard
single window #10 envelope.
$0.35
Per Envelope
Service Fees
1 Page Bill/Notice Service Fee
Includes file transmission, data processing, single sided bill
printing, mail preparation (folding, inserting a 1 -page
bill/notice and the return envelope into an outgoing
envelope), and delivery to the USPS.
$0.037
Per 1 Page Bill
Additional Bill Pages Service Fee
Pre -page cost to print and insert additional pages if the bill
contains more than 1 page.
$0.012
Per Additional
Page
Insert Fee
Charge for inserting client -provided insert, 1/3 sheet single
or double sided
For example: informational flyer
Move Update Service Fees
? GO—A.Link ►v-A-G-S-sePvi. MOVEcomply
$0.005
$0.08
$0.005
Per Additional
Insert if
machineable
Per Additional
Insert if non-
machineable
Per Reported
Chan e
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$6,000,000 Each Occurrence
$7,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
3, ERRORS AND OMISSIONS / PRINTERS / TECHNOLOGY
$1,000,000 Per Claim
Covering all acts, errors, omissions, negligence, network security and privacy risks, including but not limited to
unauthorized access, failure of security, breach of privacy perils, wrongful disclosure, collection, or other
negligence in the handling of confidential information, privacy perils, and including coverage for related
regulatory defense and penalties; data breach expenses, and payable whether incurred by City of Lodi or
Contractor, including but not limited to consumer notification, whether or not required by law, computer
forensic investigations, public relations and crisis management firm fees, credit file or identity monitoring or
remediation services in the performance of services for, or on behalf of, City of Lodi. Such insurance shall be
maintained in force at all times during the term of the agreement and provide an Extended Reporting Period
(ERP) for a period of one year thereafter, for services completed during the term of the agreement.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named insured(s) or the City of Lodi.
it is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards. commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be 'primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the proiect that it is insuring.
Page 1 I of 2 pages j Risk: rev.03.2016
Insurance Requirements for Contractor (continued)
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
on a
ary and
benefit of the coveragethat such fo a the City's owninshall
ance or self -insure ce shall be non-contributory
be called upon toprotect he C ty as a nam d insu edd.ty
(e) Severability of interest Clause
The term "Insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(f) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(g) Continuity of Coverage
Ali policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at [east an annual basis during the Term. If Contractor's
Insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(h) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable tegal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1") day of the month following the City's notice. Notwithstanding any other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement. or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(i) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
'1=7;707-2737;;--1
Risk: rev.03.2016
RESOLUTION NO. 2016-201
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE
PROFESSIONAL SERVICES AGREEMENT WITH PRE-SORT
CENTER OF STOCKTON, INC.
WHEREAS, the City entered into a Professional Service Agreement with Pre -Sort
Center of Stockton, Inc., on September 13, 2016; and
WHEREAS, staff has learned that Pre -Sort also provides daily mail pick-up and special
mailing services that are not currently under contract; and
WHEREAS, staff recommends that such services be included in the existing
Professional Services Agreement.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Lodi does
hereby authorize the City Manager to execute an amendment to the Professional Services
Agreement with Pre -Sort Center of Stockton, Inc., to include daily mail pick-up and special
mailing services in an amount not to exceed $20,000.
Dated: November 15, 2016
I hereby certify that Resolution No. 2016-201 was passed and adopted by the City
Council of the City of Lodi in a special meeting held November 15, 2016, by the following votes:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Nakanishi, and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
C]?NNIFEFERRAIOLO
ity Clerk
2016-201