HomeMy WebLinkAboutAgenda Report - November 3, 2021 C-13AGENDA ITEM Cwe 13
J",.CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt a Resolution Authorizing the City Manager to Extend Professional Service
Agreement #6668 with Pre -Sort Center of Stockton, Inc., For Print, Fold, Insert,
Postage and Mail Services and Increase Pricing for Paper Stock ($225,000)
MEETING DATE: November 3, 2021
PREPARED BY:
Revenue Manager
RECOMMENDED ACTION: Adopt a Resolution Authorizing the City Manager to Extend a Professional
Service Agreement #6668 with Pre -Sort Center of Stockton, Inc., for print,
fold, insert, postage, and mail services and increase pricing for paper stock
($225,000)
BACKGROUND INFORMATION: On September 13, 2016, after a Request for Proposal process, the
City Council approved Resolution 2016-163 authorizing an
agreement with Pre -Sort Center of Stockton. The contract
consisted of print, fold, insert, postage, and mail services. For a
term of 5 years with the option to extend the agreement for three additional one-year periods. That
contract expired on September 30, 2021.
The City processes approximately 500,000 statements annually for utility bills, delinquent notices,
accounts receivable invoices, and miscellaneous informational flyers. Due to the volume of statements
and equipment required, the City does not have the capacity to provide this service internally. For the
term of the requested one year extension being requested, the price of paper has been increased by $.01
per sheet bringing the total cost for paper stock to $0.02483 per sheet for the one-year contract. As with
many other items the City purchases, global economic factors related to COVID-19, labor markets and
supply chains have increased costs to the vendor requiring this increase in cost to the City. With an
estimated 500,000 statements processed plus miscellaneous items throughout the extension term, it is
estimated the total cost for the year will be $225,000.
Pre -Sort has provided excellent service to the City throughout the term of the contract. They have been
responsive to staff and timely with printing and mailing requests. Maintaining the relationship with Pre -
Sort will avoid the need to rework internal billing processes to align reports with the needs of another third
party printing provider.
t%ii
APPROVED: s;E• _ frr(Oct 20,202113:30PDT)
Stephen Schwabauer, City Manager
FISCAL IMPACT: The estimated annual cost of the new agreement, based on current
printing, paper, envelopes and mail handling is approximately $225,000 per
year. The estimate is based on current volumes of processing. Actual costs
will be based on actual items printed and mailed.
FUNDING AVAILABLE: Costs for this contract are included in the adopted budget for Fiscal Year
2021/22 within the revenue division and non -departmental budget for City wide services.
Andrew Keys
Deputy City Manager/Internal Services Director
T4Y, S"egl_
Tarra Sumner (Oct 20, 202113:22 PDT)
Tarra Sumner Revenue Manager
AMENDMENT NO. 2
PRE-SORT CENTER OF STOCKTON, INC.
Professional Services Agreement
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and
entered this day of , 2021, by and between the CITY OF LODI, a municipal
corporation, hereinafter called "CITY", and PRE-SORT CENTER OF STOCKTON, INC., a
California Corporation, hereinafter called "CONTRACTOR".
f•�rr►��.Y.y�7:il
1. WHEREAS, CONTRACTOR and CITY, entered into a Professional Services
Agreement on September 13, 2016 and Amendment No. 1 on November 17, 2016
(collectively the "Agreement"), as set forth in Exhibit 1; attached hereto and made a part
hereof; and
2. WHEREAS, CITY at its option, CITY has advised CONTRACTOR of its intent to extend
the terms of the Agreement an additional one (1) year and increase the unit prices and
total fees by $225,000, as set forth in Exhibit 2, attached hereto and made part of; and
3. WHEREAS, CONTRACTOR agrees to the amendment set forth above.
4. COUNTERPARTS AND ELECTRONIC SIGNATURES: This Agreement and other
documents to be delivered pursuant to this Agreement may be executed in one or more
counterparts, each of which will be deemed to be an original copy and all of which, when
taken together, will be deemed to constitute one and the same agreement or document,
and will be effective when counterparts have been signed by each of the parties and
delivered to the other parties. Each party agrees that the electronic signatures, whether
digital or encrypted, of the parties included in this Agreement are intended to authenticate
this writing and to have the same force and effect as manual signatures. Delivery of a copy
of this Agreement or any other document contemplated hereby, bearing an original manual
or electronic signature by facsimile transmission (including a facsimile delivered via the
Internet), by electronic mail in "portable document format" (".pdf") or similar format intended
to preserve the original graphic and pictorial appearance of a document, or through the use
of electronic signature software will have the same effect as physical delivery of the paper
document bearing an original signature.
NOW, THEREFORE, the parties agree to amend the Agreement as set forth above; all
other terms and conditions or the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment
No. 2 on the date and year first above written.
CITY OF LODI, a municipal corporation PRE-SORT CENTER OF STOCKTON, INC.
STEVE SCHWABAUER
City Manager
Attest:
JENNIFER CUSMIR
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
MICHAEL GUTTERRES
Executive Vice President
EXHIBIT 1
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 _I-1441 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 1, 2016,
CITY OF LODI, a municipal corporation
�C�ir► �ti:�
z
Attest:
Ata
J IFER Yj. FERRAIOLO
City Clerk
Approved as to Form:
GNICE D. MAGDiCH
City Attorney
PRE-SORT CENTER OF STOCKTON, INC.
MICHAEL GUTTERRES
Executive Vice President
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,
resorted 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 S!O.13, 20R. 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 Term 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
N
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
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 4.7
Section 4.8 Notices
Section 4.9
Section 4.10 CONTRACTOR is Not an Employee of CITY
Section 4.11 Termination
Section 4.12
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
4.14
4.15
4.16
Section 4.17 Contract Terms Prevail
Section 4.18 Severability
Section 4.19
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
❑ 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.
CITY OF LODI, a municipal corporation
ATTEST:
u_ 1�FIT
ki NIFER FERRAIOLO STEPHEN SCHWABAUER
ity Clerk City Manager
APPROVED AS TO FORM: PRE-SORT CENTER OF STOCKTON, INC.
JANICE D. MAGDICH, City Attorney
B �/ �C B
JOHN P. FUKASAWA � Name: MICHAEL GUTTERRES
Deputy City Attorney 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
PDF
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:
COMPREHENSIVE GENERAL LIABILITY
$6,000,000 Each Occurrence
$7,000,000 General Aggregate
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.
ERRORS AND OMISSIONS I 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 0413.
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 project that it is insuring.
Page 1 I of 2 pages �� �� _ 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
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(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
All 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 least 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 legal 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 names) 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.
Page 2 1 of 2 pages I Risk: rev.03.2016
EXHIBIT 2
From: Michael Gutteres <michaelg@pre-sort.com>
Sent: Friday, September 17, 20218:36 AM
To: Tarra Sumner <tsumner@lodi.gov>; angieg@pre-sort.com; Edith Chan <echan@pre-sort.com>
Subject: Re: FW: Updated Contract Pricing
Hello Tarra,
Going forward the price to print and mail the City's statements will increase $0.01 since it's only for 1
year.
Thanks!
Michael
RESOLUTION NO. 2021-293
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL
SERVICE AGREEMENT WITH PRE-SORT CENTER OF STOCKTON, INC., FOR
PRINT, FOLD, INSERT, POSTAGE, AND MAIL SERVICES
------------------------------------------------------------------------
------------------------------------------------------------------------
WHEREAS, the City processes approximately 500,000 statements annually for utility bills,
delinquent notices, accounts receivable invoices, and miscellaneous informational flyers; and
WHEREAS, due to the current volume of statements and equipment required, the City
does not have the capacity to provide these services internally; and
WHEREAS, the price of paper has been increased by $0.01 per sheet, bringing the total
cost for paper stock to $0.02483 per sheet for one year; and
WHEREAS, with an estimated 500,000 statements processed plus miscellaneous items
throughout the extension term, it is estimated the total cost for the year will be $225,000; and
WHEREAS, Pre -Sort has provided excellent service to the City throughout the term of the
contract. They have been responsive to staff and timely with printing and mailing requests; and
WHEREAS, staff recommends extending the term of the agreement with Pre -Sort Center
of Stockton, Inc., as the service meets the City's requirements and functionality for bills,
delinquent notices, account receivable invoices, and miscellaneous informational flyers.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute Amendment No. 2 to the Professional Services Agreement with
Pre -Sort Center of Stockton, Inc., for print, fold, insert, postage, and mail services, thereby
extending the term of the agreement for an additional year and increasing the pricing for paper
stock, with a total estimated annual cost of $225,000; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: November 3, 2021
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2021-293 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held November 3, 2021 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
JENNIFE CUSMIR
City Clerk
2021-293