Loading...
HomeMy WebLinkAboutYakima Herald Republic - Bus Books for Transit AGREEMENT CITY OF YAKIMA QUOTE 22011 BUS BOOKS FOR TRANSIT THIS AGREEMENT,entered into on the date of last execution, between the City of Yakima,a Washington municipal corporation("City"), and Yakima Herald Republic , ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s)and furnish all tools, materials, labor packaging and equipment(collectively referred to as"Services")according to the procedure outlined in Quote 22011 Bus Books Specifications which are attached as Exhibit A, and the most recent edition of the ANSI Standards, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Quote submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may,at its option, extend the Contract on a year to year basis for up to four(4)additional years provided, however, that either party may at any time during the life of this Contract, or any extension thereof, terminate this Contract by giving thirty (30) days' notice in writing to the other party of its intention to cancel. Contract extensions shall be automatic, and shall qo into effect without written confirmation, unless the City provides advance notice of the intention to not renew. Prices shall remain firm for the first twelve month period of the Contract. 4. Changes Any proposed change in this Contract shall be submitted to the other party, for its prior written approval. If approved, change will be made by a contract modification that will become effective upon execution by the parties hereto. Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is,or hold itself out as,an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City. 6., Successors and Assigns Neither the City, nor the Contractor,shall assign,transfer,or encumber any rights,duties,or interests accruing from this Contract without the prior written consent of the other. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 22011 Transit Bus Books Page 1 of 6 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential,and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall,at all times, be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to(and the City shall have the right to examine,audit and copy)all of Contractor's books,documents, papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties,if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for • the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof of a valid Washington Department of Revenue state excise tax registration number, as required in Title 85 RCW. c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. 22011 Transit Bus Books Page 2 of 6 e. Foreign (Non-Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. 12. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination(RCW chapter 49.60)or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading,demotion,transfer,recruitment,advertising,layoff orltermination, rates of pay or other forms of compensation,selection for training,and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 13. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contractor agrees to defend, indemnify and hold harmless the City, its elected and appointed officials,officers,employees, attorneys, agents, and volunteers from any and all claims, demands, losses, liens, liabilities, penalties,fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including reasonable costs and attorney fees) which result or arise out of the sole negligent acts or omissions of Contractor, its officials, officers, employees or agents. b. If any suit,judgment,action,claim or demand arises out of,or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers, employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit,judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys'fees. c. Contractor's Waiver of Employer's Immunity under Title 51 RCW. If any design or engineering work is done pursuant to this Contract, Contractor intends that its indemnification,defense, and hold harmless obligations set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title 51 RCW,Washington's Industrial Insurance Act. Accordingly, to the extent necessary to fully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth above in Section A, Contractor specifically waives any immunity granted under Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the CitY and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor,and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement,shall comply with the terms of this paragraph,waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 22011 Transit Bus Books Page 3 of 6 14. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims,damages,losses,and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy will be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Automobile Liability Insurance. Before this Contract is fully executed by the parties,Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned coverage if necessary. b. Employer's Liability(Stop Gap): Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than$1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s)to comply with insurance requirements does not limit Contractor's liability or responsibility. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,then,in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Contractor and the City, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence. 15. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term,condition or application. To this end, the terms and conditions of this Contract are declared severable. 22011 Transit Bus Books Page 4 of 6 16. Contract Documents This Contract, the Invitation to Quote 22011 Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents)constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St.,Yakima,WA, 98901, and are hereby incorporated by reference into this Contract. 17. Termination-Convenience This Contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become effective thirty (30)days from the date such written notice is delivered to the applicable party to the Contract. 18. Termination-Cause The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice,or three days after the notice is mailed first class mail,certified with return receipt requested. 19. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays(acts or God,etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 20. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 21. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 22. Authority The person executing this Contract,on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 23. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or by overnight courier,facsimile or first class mail,certified with return receipt requested. Notices to the parties shall be delivered to: TO CITY: Interim City Manager Alex Meyerhoff TO CONTRACTOR: Roger Stanley City of Yakima Yakima Herald City Hall—First FloorRepublic 129 North Second Street Yakima,WA 98901 114 North 4th Street COPY TO: City of Yakima Purchasing Yakima, WA 98901 Susan Knotts, Buyer II City Hall—First Floor 129 North Second Street Yakima,WA 98901 22011 Transit Bus Books Page 5 of 6 24. Survival The foregoing sections of this Contract, 2-24 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA Yakima Herald Republic s96g A ex Meyerh 144 By:off,2b/ n City Man Sj A 3 7/9/20 U Date:�` ( Date: Carmela Solorzano, Advertising Director Attest: (Print name) aQA 's'm' 'ti vvl City'Clerk U T a -`q CITY CONTRACT NO: RESOLUTION NO: 22011 Transit Bus Books Page 6 of 6 AWARDING QUOTE TABULATION&COMPARISON SHEET Project: Bus Books Quote Opening: Friday, June 26,2020 @ 11:00 AM Project No.: 22011 Department:Transit Maria Mayhue,Acting Purchasing Manager Project Manager: Jessica Bland Contract Term: 1-Yr.with possible four 1-Yr. extension AWARD AND REASON THEREFORE: VehdOr Name I recommend award of Options One to Yakima Herald Republic because they are the lowest responsive quote received from a responsible Bidder. Northwest Offset Yakima Herald Instant Press Print Guys Or. /D Printing Republic Jr,t j lit/ BIOYER/ TE: No. Description - ; . . .Qty: t•. _. Total'Price•. Total Price .Total Price - Total Price OPTION ONE 48 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 15000 Books or 1 Brite or equivalent; cover printed on 68 lb.white gloss Less No Bid Non Responsive $8,462.45 $5,055.00 gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. 52 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 15000 Books or 2 Brite or equivalent; cover printed on 68 lb.white gloss Less No Bid Non Responsive No Bid No Bid gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. 56 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 15000 Books or Brite or equivalent; cover printed on 68 lb.white gloss Less No Bid Non Responsive $9,300.00 $5,635.00 gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided'by customer. • OPTION TWO 48 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 15000 to 20,000 4 Brite or equivalent; cover printed on 68 lb.white gloss Books No Bid Non Responsive $9,627.95 $5,595.00 gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. 52 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 15000 to 20,000 5 Brite or equivalent; cover printed on 68 lb.white gloss Books No Bid Non Responsive No Bid No Bid gook or equivalent. Saddle stitch binding. Plate-ready PDF files proyided by customer. 56 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 15000 to 20,000 6 Brite or equivalent; cover printed on 68 lb.white gloss Books No Bid Non Responsive $106,000.00 $6,168.00 gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. OPTION THREE . 48 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 20,000 Books or 7 Brite or equivalent; cover printed on 68 lb.white gloss More No Bid Non Responsive 10,793.650 6,270.00 gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. 52 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 20,000 Books or 8 Brite or equivalent; cover printed on 68 lb.white gloss More No Bid Non Responsive No Bid No Bid gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. 56 page Bus Book including a 4-page cover, printed 4- color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E- 20,000 Books or 9 Brite or equivalent; cover printed on 68 lb.white gloss More No Bid Non Responsive 11,901.050 6,860.00 gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. O 10 Price per page over 56 pages. 1 Each No Bid Non-Responsive Not Applicable No Bid •.. •,: •. ., ".. Destination Based Destination Based Destination Based Destination Bas ed .. ., . .•• . . _ .1IVA State Sales Tax' "• • _. . .. 8.3% ''-. 8.3%:,.• `.: �• . 8.3% - '8.3% - •. . .' Shi"" in /IIncluded .}, , :Included'. `:. Included Included.. Inside Delive 'Inside Delivery ' Inside Delivery '."Inside Delivery' Prompt Payment Discount 2%/10 Days Delivery 8-10 DaysAfter 14 Days Approval of Proof Discount Off Any Other Items or Services Not Specifically Listed Not Applicable Not Applicable Not Applicable Not Applicable Including Order Reprints Trimmed page Bus book will be Comments: size is 7.25 inches 48+4 cover by 9.875 pages and 56+4 Recommendation of Award Date: 06/29/2020 To: Susan Knotts, Buyer II From: Alvie Maxey, Transit Manager Subject: Recommendations of Award for Bid No: 22011 Bus Books - Transit Division I recommend award for the following reasons: Item # Vendor Item Description Reason opnoa1 i Yakima Herald Republic 48 page Bus Book including a 4-page Lowest bid cover, printed 4-color process on all pages. Trimmed page size 7-1/4 inches x 9-7/8 inches. Inside pages printed on 41 lb. E-Brite or equivalent; cover printed on 68 lb. white gloss gook or equivalent. Saddle stitch binding. Plate-ready PDF files provided by customer. L �� , -a9-aoao • 0/30 20 Division Manager/Date Department Manager/Directo ate , . r` 1:.Y.:1 T 1 rik ( c,1 ` ' CITY OF YAKIMA INVITATION TO QUOTE 22011 ,.411,111111.11r " SIGNATURE SHEET �°' — ' THIS IS NOT AN ORDER Quote Release Date:June 2, 2020 Quote Receipt: Quote envelope must be sealed and plainly marked with the Quote Number 22011, due date, time, and the words "DO NOT OPEN' and delivered to the address listed below. Late Quotes will be rejected. Due to COVID-19 and restricted access to City Hall,Quotes may also be hand-delivered and deposited in the City of Yakima Utility Billing payment drop off box located on 2nd street just outside the main entrance to City Hall. Deliver to: City of Yakima Purchasing Division Yakima City Hall, 2nd Floor 129 North Second Street Yakima, WA 98901 Quote Openings Are Not Public. Late quotes will not be accepted or evaluated. Purchasing For: Buyer in charge of this procurement(Contact for further information): City of Yakima Transit Division Susan Knotts, CPPO, CPPB 2301 Fruitvale Boulevard Buyer II Yakima, WA 98902 Bids Must be completely uploaded by: Phone E-Mail Address June 19, 2020 at 11 :00:oo AM PST (509) 575-6095 Susan.Knotts@YakimaWA.Gow PROJECT DESCRIPTION SUMMARY Bus Books For Yakima Transit Enter Prompt Payment Discount: % net days We/I will complete delivery within 14 days after receipt of order. Maximum Delivery of 60 Days ARO Delivery Details: FOB Destination, Freight Prepaid, Inside Delivery required. ® I hereby acknowledge receiving addendum(a) 3 , , , , , (use as many spaces as addenda received) In signing this Quote we also certify that we have not,either directly or indirectly,entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition;that no attempt has been made to induce any other person or firm to submit or not to submit a Quote;that this Quote has been independently arrived at without collusion with any other Bidder,competitor or potential competitor; that this Quote has not been knowingly disclosed prior to the opening of Quotes to any other Bidder or competitor;that the above statement is accurate under penalty of perjury. Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. We will comply with all terms,conditions and specifications required by the City of Yakima in this Invitation to Quote and all terms of our Quote. Company Name-Yakima Herald Republic Company Address 114 north 4th street,Yakima Wa.98901 Name of Authorized Company Representative(Type or Print)-Roger Stanley Title-Director Phone ( 509 )577-7757 Fax ( ) Signature of Above Date Email Address Roger Stanley 6.25.2020 rstanley@yakimaherald.com 22011 Bus Books-Transit Page 1 of 51 N—No. The Bidder's product does not currently satisfy the entire requirement, and the Bidder's delivered product will not satisfy the requirement. E—Explanation. The Bidder's product partially satisfies the requirement and an explanation is included in the response. MR— Modification Required. The Bidder's product does not currently satisfy the requirement, but the Bidder commits that the delivered base product will satisfy the requirement at no additional cost and shall be supported in future releases of the Bidder's base products. The following Technical Specifications Analysis shall be answered with a Y of N. Checking "NO" on any item will not necessarily disallow a Quote. The City shall be the sole judge as to whether an exception is acceptable Ir not. Bidders are encouraged to provide further detail where such detail might differentiate their products from those of their competitors or where such detail might assist in analysis of the Quote. Technical Specification Analysis shall be returned with the Quote Submittal. FAILURE TO DO SO WILL BE CAUSE FOR REJECTION OF SAID QUOTE SUBMITTAL. Bus Books Technical Specification Analysis Item Specification Yes No Comments • - n. Bus-Books will range from,41 • • +--48 4-cover pages;•- 48 pages to y 56.pages; .. 56.+4 cover pages: „Oiecter544!04sit=aiiii613,0614 including the front and back. . - cover.- - , : . : . x" a Printing shall be four-color process on all pages with good color balance throughout press runs, whether web or offset. If Web press is used, it shall be equipped with x operational controls to establish and maintain precise register and color balance throughout production . runs. �3 . Paper . , .`F ' " - . . rt • . . . :Inside,pages:3A-iix 41 lb.niewsprint E-Bright. .; x : Cover:.68 lb:White gloss book or.equivalent:. .` ' . • Trimmed Page Size—7.25 inches x' 6 9-7/8 inches. Saddle Stitch binding ; 6 Unless otherwise identified, all jobs will use 30% recycled paper products. m , 7 No'inks containing toxic components shall be used in ` -: any County publication: Bundle in 50's or 100's with plastic binding or twine, place on pallets. 22011 Bus Books-Transit Page 14 of 51 � f VII. QUOTE FORM ADDENDUM NO. 3 INVITATION TO QUOTE NO. 22011 TO BIDDER: The City of Yakima Transit Division is requesting quotes for printed Bus Book. Please quote your lowest price, best delivery date and early payment discount terms for the following. Quote on each item separately and extend net unit prices. Unit prices quoted shall be net exclusive of all taxes; and must include all transportation, delivery and unloading costs fully prepaid F.O.B. destination, inside delivery. The City reserves the right to reject any or all quotes and to accept any or all items at the price quoted. The City intends to award this Contract within 60 calendar days. Quote your lowest price for the following: Item Price . • Total Price. Description • . • . Qty.. .. • : _Per.Unit.: .: • (without tax)_; • City may order varying quantities of books throughout the year and quantities rriay vary by each edition. City • reserves the right to:cancel one edition per year Estimated yearly quantity 56,000 ':Please:Note::Bus Books for summer 2020 have already been;ordered and Bus:Books will.not be.ordered again until fall of 2020. . .. OPTION ON.E .l 1. 115 55 48-56 page Bus Book p6ts including a 4-page cover 449 printed 4-color process on all pages.Trimmed 15,000 48 pages$5055 page size: 7 1/4 inches x 9 7/8 inches. Inside pages printed on Books $ 41 lb E-Brite or equivalent; cover printed on 68 lb. white gloss or Less 56 pages$5635_ book or equivalent. Saddle stitch binding. Plate-ready pdf files provided by customer. OPTION TWO \.,,: 2. 15 55 48-56 page Bus Book including a 4-page cover 09 / printed 4-color process on all pages.Trimmed 15,000 48 pages$5595 page size: 71/4 inches x 9 7/8 inches. Inside pages printed on to 41 lb E-Brite or equivalent; cover printed on 68 lb. white gloss 20,000 $ 56 pages$6168 book or equivalent. Saddle stitch binding. Plate-ready pdf files Books provided by customer. : ' . :pp THREE. 3. /15 55 48-56 page Bus Book plus including a 4-page cover WI , printed 4-color process on all pages.Trimmed 20,000 48 pages$6270 page size: 7 1/4 inches x 9 7/8 inches. Inside pages printed on Book $ 56 pages$6860 41 lb E-Brite or equivalent; cover printed on 68 lb. white gloss or book or equivalent. Saddle stitch binding. Plate-ready pdf files more provided by customer. 4. Price per page over 5-5 56 pages. 1 Each $ $ Destination .5:. ° .:. . . .' ::' Based.@.,8.3.%. WA STATE SALES TAX . SHIPPING/INSIDE:DELIVERY FOB DESTINATION . --INCLUDED 22011 Bus Books-Transit Page 21 of 51 X. VENDOR QUESTIONNAIRE Page 1 of 2 INSTRUCTIONS: Provide the requested information as part of your response. You must submit this completed form with your Quote. Failure to submit this form fully completed may result in disqualification of Quote. VENDOR-I�NFORMATION;, ; Yakima Herald Republic Company's Legal Name: Company's dba: (if applicable) CEO/President Name: Bob Crider/ Publisher Business Federal License No. UBI No. EIN No. Phone ( ) Toll Free Phone ( ) FAX ( ) E-Mail Address bcrider@yakimaherald.com Mailing Address 114 North 4th street City Yakima State WA Zip +4 98901 Physical Address City State Zip +4 CONTRACT ADMINISTRATOR- INFORMATION:- - I Name Roger Stanley Title Director Phone ( 509 )577-7757 Toll Free Phone ( ) rstanle akimasherald.com FAX ( ) E-Mail Address Y@Y Mailing Address 114 North 4th street City Yakima State WA Zip + 4 98901 Physical Address City State Zip + 4 22011 Bus Books-Transit Page 50 of 51 • VENDOR: YAKIMA HERALD REPUBLIC VENDOR QUESTIONNAIRE Page 2 of 2 PAYMENT AND BILLING CONTACT INFORMATION Name Roger Stanley Title Director Phone (509)577-7757 Toll Free Phone ( ) FAX ( ) E-Mail Address rstanley@yakimaherald.com Payment Address 114 north 4th street City Yakima State wa Zip +4 98901 ORDERING CONTACT INFORMATION Name Roger Stanley Title Director Phone (509) 577-7757 Fax ( ) E-Mail Address rstanley@yakimaherald.com Order Receiving Address 114 north 4th street City Yakima State wa Zip +4 98901 22011 Bus Books-Transit Page 51 of 51 BID CONTRACT AMENDMENT NO. 1 BID CONTRACT: Quote 22011 Bus Books,Yakima Transit DESCRIPTION: Price Increase CONTRACTOR: Yakima Herald Republic AMENDMENT: Price increase of 10%. DOLLAR AMOUNT OF MODIFICATION: 48 page books from $5,055.00 to $5,560.50 52 page books from $5,345.00 to $5,879.50 56 page books from $5,635.00 to $5,901.50 *Based on a quantity of 15,000 books CONDITIONS: This price increase will take effect July 25, 2023. During the contract period and any renewals thereof,any price declines at manufacturer's level shall be reflected in a reduction of contract price to the City, retroactive to the date they were effective to the bidder. Any invoice that is sent to the City with pricing above that specified by an official written change issued by the Buyer shall be invalid. All other parts of this Contract will remain the same. This price increase does not constitute a present, or future, waiver of the City's right to notice or any process as stated in the Agreement or Invitation to Quote. ADDITIONAL INFORMATION: This Quote was awarded to Yakima Herald Republic on July 13, 2020. This is a five year contract ending on July 12, 2025. AUTHORIZATION: Please see attached revised tabulation for Quote 22011 Bus Books. DATED this 'J day of 0 , 2023. CITY OF Y YAKIMA HEARLD REPUBLIC By: / By: am 2,Q,� //!.l! /1i City Manager e:UGreg Thonlipson Title: Senior Director '�pKIMq Date: 1l✓ l?J� ' ? 3 Neate: 10/13/2023 ATTE-T: i *' * SEAL /A ii: �i l *� i/ City Clerk hl �h�\SHING�r Contract No. 2020-122 A.- Quote 22011 Contract Amendment No.1 Page 1 of 1