CM-05-09-164Request for City Council/City Manager Acton
City Council City Manager
Submit completed form for all City Manager and City Council approvals.
Department Name: Finance
Contact Person: Noelle Jones/Cheryl Delaney
Project
Manager/Resource: Cheryl Delaney
Project Coordinator: Cheryl Delaney
Assigned Attorney: JKay Gayle
Council or
City Manager
Agenda Date: City Manager -September 9, 2005
Blue Sheet Wording
Project Name: Annual Budget Book Graphic & Printing Contract
Contractor/Vendor:
Funding Source:
Amount:
Gogo Creative
5210-100-19000/40000
$7,690.00
Consider a resolution for Go Go Creative to perform graphic design and printing of the City of Round Rock annual
budget book.
Finance Information
Is Funding Required? Yes El No
Finance Approval
DFinance
EJFinance
ElPurchasing
Budget
Initial Construction Contras
Construction Contract Amendmen
Change Order
Change in Quantity
Unforeseen Circumstances
Initial Professional Services Agreemen
Supplemental Professional Svcs. Agr #
Purchasing/Service Agreement
Purchase Order
Item(s) to be purchased
Amount
Other (Please clearly identify action on lines below
Cheryl Delaney
Date
Date
Date
Date
8/23/2005
For Submission to City Manager Only
Project Mgr. Signature:
Dept. Director Signature
City Attorney Signature
City Manager Signature:
Date:
Date:
Date:
Date:
L + provat is required for all items requesting City Manager's approval.
Updated 3-9-05
BLUE SHEET FORMAT
(Explanation of what is required in specific areas)
DATE: September 6, 2005, 2005
SUBJECT: City Manager Approval - September 9, 2005
ITEM: Consider a resolution for GoGo Creative to perform
graphic design and printing of the City of Round Rock
annual budget book.
Department: Finance
Staff Person: Cindy Demers
Justification: Graphic design and printing of annual budget book
Funding:
Cost: $7,690.00 (yr)
Source of funds: General & Utility Funds
Outside Resources: N/A
Background Information:
Public Comment: N/A
Blue Sheet Format
Updated 01/20/04
This contract was formally bid using the City of
Round Rock Purchasing Bid guidelines. An
Evaluation team selected the vendor based on
defined evaluation criteria. The contact is for
one year with an option of four extensions.
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
GRAPHIC DESIGN AND PRINTING OF ANNUAL BUDGET BOOK
FROM
GO GO CREATIVE
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON
KNOW ALL BY THESE PRESENT:
That this Agreement for services to provide Graphic Design and Printing of Annual
Budget Book (referred to herein as the "Agreement"), is made and entered into on this the fj
day ofQ , 2005, by and between the CITY OF ROUND ROCK, TEXAS, a home -
rule muniti ality whose offices are located at 221 East Main Street, Round Rock, Texas 78664
(referred to herein as the "City"), and GO GO CREATIVE, a sole proprietorship, whose offices
are located at 1501 West 5th Street, Suite 111, Austin, Texas 78703 (referred to herein as the
"Vendor"). This Agreement supersedes and replaces any previous agreement between the
named parties, whether oral or written, and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to purchase Graphic Design and Printing of Annual Budget
Book from Vendor; and
WHEREAS, City has issued its "Invitation for Bid" for provision of said services, and
City has selected Vendor's response to the IFB and the bid submitted by Vendor; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE:
WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties
mutually agree as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods or services and Vendor is obligated to sell
and provide specified goods or services. The Agreement includes the following:
(a) City's Invitation for Bid designated as IFB 05-026, Specification Number 05-
965-46; (b) Vendor's Response to IFB; (c) the contract award; and (d) any
exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in
the contract documents shall be resolved by giving preference to the documents in
00090157/jkg
cm -o5 -0q_ icif-
the following order: (1) this Agreement; (2) Vendor's Response to IFB; (c) City's
Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of
the United States or the State of Texas or any civil or military authority,
insurrections, riots, epidemics, landslides, lightning, earthquakes, fires,
hurricanes, storms, floods, restraint of the government and the people, civil
disturbances, explosions, or other causes not reasonably within the control of the
party claiming such inability.
E. Goods mean the specified supplies, materials, or equipment.
F. Services means work performed to meet a demand; the furnishing of labor, time,
or effort by the vendor, involving the delivery of any specific end product.
G. Vendor means GO GO CREATIVE or any of its successors or assigns.
2.01 EFFECTIVE DATE, DURATION, AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by
operation of the term stated herein, or until terminated or extended as provided
herein.
B. The term of this Agreement shall be three (3) consecutive twelve (12) month
periods of time from the effective date. After the initial term, this Agreement may
be renewed for two (2) additional periods of time not to exceed twelve (12)
months for each renewal, provided both parties agree in writing. Prices shall be
firm for the duration of this Agreement, including initial term and renewal terms,
except as specifically provided herein.
C. City reserves the right to review the Vendor's performance at any time during the
initial term or renewal terms, and may elect to terminate this Agreement with or
without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor as the integrator of choice to supply the goods or services as
outlined in IFB 05-026, Specification Number 05-965-46, and Response to IFB
submitted as a bid by Vendor, all as are specified in Exhibit "A" attached hereto and
made a part hereof for all purposes. The intent of these documents is to formulate an
Agreement listing the responsibilities of both parties as outlined in the IFB and as
offered by Vendor in its Response to the IFB.
4.01 ITEMS AWARDED
The goods or services which are the subject matter of this Agreement are
described in Exhibit "A" and, together with this Agreement, comprise the total
Agreement. They are as fully a part of this Agreement as if repeated herein verbatim.
2
5.01 COSTS
The bid costs listed in Exhibit "A" shall be the basis of any charges by Vendor.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
7.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood
and agreed that City shall have the right to terminate this Agreement at the end of any
City fiscal year if the governing body of City does not appropriate funds sufficient to
purchase the goods or services as determined by City's budget for the fiscal year in
question. City may effect such termination by giving Vendor a written notice of
termination at the end of its then -current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty (30)
days of the day on which the performance of services was complete, or within thirty (30)
days of the day on which City receives a correct invoice for the performance and/or
deliverables or services, whichever is later. Vendor may charge a late fee for payments
not made in accordance with this Prompt Payment Policy; however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed which causes the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between any of the parties and subcontractors or
between a subcontractor and its suppliers concerning supplies, materials, or
equipment delivered or the services performed which causes the payment to be
late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to
Vendor if it is determined by City that gratuities or bribes in the form of entertainment,
gifts, or otherwise were offered or given by Vendor or its agents or representatives to any
3
City officer, employee or elected representative with respect to the performance of this
Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas
Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not
be included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
12.01 INSURANCE
Vendor shall meet all requirements as stated in the attached IFB 05-026,
Specification Number 05-965-46, and its bid response.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf
with regard to this Agreement:
Cheryl Delaney
Budget Supervisor
221 East Main Street
Round Rock, Texas 78664
512-218-5445
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the
other party's intent to perform hereunder, then demand may be made to the other party
for written assurance of the intent to perform. In the event that no written assurance is
given within the reasonable time specified when demand is made, then and in that event
the demanding party may treat such failure as an anticipatory repudiation of this
Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods or services elsewhere, Vendor agrees that it may be
charged the difference in cost, if any, and that it will not be considered in the re -
advertisement of the goods or service and that it may not be considered in future bids for
the same type goods or service unless the scope of work is significantly changed.
Vendor shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
4
C. Fails to provide adequate assurance of perfonnlance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to tenniinate this Agreement, in whole or in part, for convenience
and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to
terminate evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor,
Vendor shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts
insofar as such orders and contracts are chargeable to this Agreement. Within
thirty (30) days after such notice of termination, Vendor shall submit a statement
showing in detail the goods and/or services satisfactorily performed under this
Agreement to the date of termination. City shall then pay Vendor that portion of
the charges, if undisputed. The parties agree that Vendor is not entitled to
compensation for services it would have performed under the remaining term of
the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against
all suits, actions, legal proceedings, claims, demands, damages, costs, expenses,
attorney's fees, and any and all other costs or fees arising out of, or incident to,
concerning or resulting from the fault of Vendor, or Vendor's agents, employees or
subcontractors, in the performance of Vendor's obligations under this Agreement, no
matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit
the rights of City or Vendor (including, but not limited to the right to seek contribution)
against any third party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by
local, state and national boards, bureaus and agencies.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party
shall assign, sublet or transfer any interest in this Agreement without prior written
authorization of the other party.
5
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be
in writing and shall be considered given as follows:
a) When delivered personally to the recipient's address as stated in this Agreement; or
b) Three (3) days after being deposited in the United States mail, with postage prepaid to
the recipient's address as stated in this Agreement.
Notice to Vendor:
Go Go Creative
Attention: Lisa Mac Gardner
1501 West 5th Street, Suite 111
Austin, Texas 78703
Notice to City:
David Kautz
Assistant City Manager/CFO
221 East Main Street
Round Rock, TX 78664
AND TO:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
c) Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or
conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This
Agreement shall be governed by and construed in accordance with the laws and court
decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement
between Vendor and City. This Agreement may only be amended or supplemented by
mutual agreement of the parties hereto in writing.
23.01 DISPUTE RESOLUTION
If a dispute or claim arises under this Agreement, the parties agree to first try to
resolve the dispute or claim by appropriate internal means, including referral to each
party's senior management. If the parties cannot reach a mutually satisfactory resolution,
then and in that event any such dispute or claim will be sought to be resolved with the
help of a mutually selected mediator. If the parties cannot agree on a mediator, City and
Vendor shall each select a mediator and the two mediators shall agree upon a third
mediator. Any costs and fees, other than attorney fees, associated with the mediation shall
be shared equally by the parties.
City and Vendor hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by
6
any arbitration proceeding, including without limitation, any proceeding under the
Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement
or the occurrence of any event rendering any portion or provision of this Agreement void
shall in no way affect the validity or enforceability of any other portion or provision of
this Agreement. Any void provision shall be deemed severed from this Agreement, and
the balance of this Agreement shall be construed and enforced as if this Agreement did
not contain the particular portion or provision held to be void. The parties further agree to
amend this Agreement to replace any stricken provision with a valid provision that comes
as close as possible to the intent of the stricken provision. The provisions of this section
shall not prevent this entire Agreement from being void should a provision which is of
the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified
herein and that such services, responsibilities and duties shall be performed in a manner
according to generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within
the agreed timeframes will constitute a material breach of this Agreement. Vendor shall
be fully responsible for its delays or for failures to use best efforts in accordance with the
terms of this Agreement. Where damage is caused to City due to Vendor's failure to
perform in these circumstances, City may pursue any remedy available without waiver of
any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it
is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its
effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when
taken together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the
dates indicated.
7
CITY OF ROUND ROCK, TEXAS GO GO CREATIVE
By:
By:
get,)
Title: � ri< ♦ ` Title: 71
Printed Name: C� , N UScIPb • Printed Name:
Date Signed: Ot -12-05
EST:
P1, J2 ,1
Christine R. Marhez, City Secretary
Date Signed: LI / -- 05
APP'O ED ASTOFIRM:
L .' . J
Stephan L. Sheets, City Attorney
Date Signed: iiisio S
8
Date Signed:
6/21/2005
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK PURCHASING OFFICE
221 E. Main Street
Round Rock, Texas 78664-5299
BIDS ARE DUE TO THE PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE BID
OPENING TIME.
INVOICE TO:
City of Round Rock
Accounts Payable
221 East Main Street
Round Rock, Texas 78664-5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
City of Round Rock
221 East Main Street
Round Rock, TX 78664
FACSIMILE RESPONSES
SHALL NOT BE ACCEPTED
SHOW BID OPENING DATE & BID
NUMBER IN LOWER LEFT HAND
CORNER OF SEALED BID
ENVELOPE & SHOW RETURN
ADDRESS OF BIDDING FIRM.
EXHIBIT
nAn
BIDDING INFORMATION: Graphic Design & Printing of Annual Budget Book
BID NUMBER 05-026
OPENING DATE: 7/5/2005 at 3:00 P.M.
BID LOCATION: 221 E. Main Street, 1st Floor
Council Chambers, Round Rock, TX 78664
RETURN SIGNED ORIGINAL AND ONE COPY OF BID
BIDDER SHALL SIGN BELOW
Failure to sign bid will disqualify bid
Authorized Si&S4444
ure to
L &4 ,�&e. 7/3755
Print Name
SEE 1.7 OF BIDDING INSTRUCTIONS ATTACHED
TAX ID NO.:
LEGAL BUSINESS NAME:
ADDRESS:
ADDRESS:
CONTACT:
TELEPHONE NO.:
BUSINESS ENTITY TYPE:
01 -07F2-4-/S(€,
GobeD CL1T
&'S-t,,rx 7/7x3
S12. Y o.o S(
/ 6 4(c• PES14A, ffekt
Best Bid Evaluation: All bids received shall be evaluated based on the Best Value for the City, which will be determined by considering all or
part of the following criteria: Bid Price, Reputation of Bidder, Extent to which the Goods or Services meet the City's needs, and Bidder's Past
Relationship with the City; as well as any relevant criteria listed in the attached Specification Number 04-965-46, dated August 2004 (9 pages).
BIDDER AGREES TO COMPLY WITH ALL CONDITIONS SET FORTH BELOW
...::X? .......:.
:......:...:.. ..+.4:::1 w.v:: i:•:vv:?i{? : r
AND ON TH..nE ..R:.•:E.•;VERSE SIDE OF THIS IF
B.+}.::v.... :i4::i.ti{v..:i.•: .. ? ...r::}• :••.. :$ r:4:?...v:;r..v .;...}:.:v}.{%?{ .s: ;?,•:}'+•::}:$:•.xr +:}4i4r:ti:f4• :4} v:
..v: :}:?4}:}:•
r;•....Iiiil`vv{4Y: k.i :r .rF`rt}i .v?r{$:.r. ii:•}}:..:{v:.•x{•g?{ :i::?v..::. wr
ITEM #
CLASS & ITEM
DESCRIPTION
ESTIMATED
QUANTITY
1
Graphic Design
and Printing
of Annual
Budget Book
As per attached Specification Number
05-965-46, dated June 2005 (9 pages).
50
Books
100
CD's
TOTAL PRICE
(Lot - Annual)
"By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such entity has violated
the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or
indirectly, the bid made to any competitor or any other person engaged in such line of business."
SPECIFICATION NO.
05-965-46
DATE: June 2005
CITY OF ROUND ROCK
GRAPHIC DESIGN AND PRINTING OF ANNUAL BUDGET BOOK
1. PURPOSE: The City seeks to contract with a qualified bidder to provide all goods and labor to Design
and Print the City's Annual Budget Book as identified in the Invitation For Bid (IFB).
2. DEFINITIONS: The following definitions shall be used for identified terms throughout the specification
and bid document:
2.1. Bidder identified throughout this specification shall describe persons and entities that consider
themselves qualified to provide the goods, equipment or services.
2.2. City — Identifies the City of Round Rock, Williamson and Travis Counties, Texas.
2.3. Contract —A mutually binding legal document obligating the Contractor to furnish the goods,
equipment or services, and obligating the City to pay for it.
2.4. Contractor —A person or business enterprise providing goods, equipment, labor and/or services
to the City as fulfillment of obligations arising from a contract or purchase order.
2.5. Goods represent materials, supplies, commodities and equipment.
2.6. Purchase Order - is an order placed by the Purchasing Office for the purchase of Goods or
Services written on the City's standard Purchase Order form and which, when accepted by the
Bidder, becomes a contract. The Purchase Order is the Bidder's authority to deliver and invoice
the City for Goods or Services specified, and the City's commitment to accept the Goods or
Services for an agreed upon price.
2.7. Subcontractor - Any person or business enterprise providing goods, equipment, labor, and/or
services to a Contractor if such goods, equipment, labor, and/or services are procured or used in
fulfillment of the Contractor's obligations arising from a contract with the City.
3. CLARIFICATION: For clarification of specifications, bidders shall contact:
Randy Barker
Purchasing Supervisor
City of Round Rock
Telephone: 512-218-3295
The individual listed above may be contacted by telephone or visited for clarification of the specifications
only. No authority is intended or implied that specifications may be amended or alterations accepted prior
to bid opening without written approval of the City of Round Rock through the Purchasing Division.
PART I
GENERAL CLAUSES AND CONDITIONS
1. The Contractor shall provide all labor and goods necessary to perform the project. The Contractor shall
employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor.
2. The Contractor shall be responsible for damage to the City's equipment and/or property, the workplace
and its contents by its work, negligence in work, its personnel and equipment. The Contractor shall be
responsible and liable for the safety; injury and health of its working personnel while its employees are
performing service work.
Page 1 of 9
SPECIFICATION NO.
05-965-46
DATED: June 2005
3. The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or being
under the influence of alcohol or controlled substances by Contractor, Contractor's employees,
subcontractor(s) or subcontractor (s') employees while in the performance of the service is prohibited.
Violation of this requirement shall constitute grounds for termination of the service.
4. BEST BID EVALUATION: All bids received shall be evaluated based on the best value for the City. Best
value shall be determined by considering all or part of the criteria listed, as well as any relevant criteria
specifically listed in the solicitation.
4.1. Bid price
4.2. Reputation of the bidder and of bidder's goods and services.
4.3. The quality of the bidder's goods or services.
4.4. The extent to which the goods or services meet the City's needs
4.5. Bidder's past relationship with the City. All vendors shall be evaluated on their past performance
and prior dealings with the City to include, but not limited to, failure to meet specifications, poor
quality, poor workmanship, and/or late delivery.
5. EX PARTE COMMUNICATION
Please note that to insure the proper and fair evaluation of a bid, the City of Round Rock prohibits ex
parte communication (e.g., unsolicited) initiated by the Bidder to the City Official or Employee evaluating
or considering the bids prior to the time a bid decision has been made. Communication between Bidder
and the City will be initiated by the appropriate City Official or Employee in order to obtain information or
clarification needed to develop a proper and accurate evaluation of the bid. Ex parte communication
may be grounds for disqualifying the offending Bidder from consideration or award of the bid then in
evaluation, or any future bid.
6. AGREEMENT: This Agreement shall be effective on the date it has been signed by both parties hereto,
and shall remain in full force and effect unless and until it expires by operation of the term stated herein,
or until terminated or extended as provided herein.
6.1 The term of this Agreement shall be for three (3) consecutive twelve (12) month periods of time
from the effective date. Prices shall be firm for the duration of the Agreement, except as
provided for herein. This Agreement may be renewed for two (2) additional periods of time not to
exceed twelve (12) months for each renewal provided the parties agree.
6.2 The City reserves the right to review the Vendor's performance at the end of each twelve (12)
month period of time, and to cancel the contract (without penalty) or continue the contract
through the next period.
6.3 The City reserves the right to review Vendor's performance at any time during the initial
agreement or renewal period, and may elect to terminate this Agreement with or without cause
or may elect to continue.
7. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only.
It is understood and agreed the City shall have the right to terminate the Agreement at the end of any
City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the
estimated yearly services or quantities, as determined by the City's budget for the fiscal year in question.
The City may effect such termination by giving Contractor a written notice of termination at the end of its
then current fiscal year.
8. CANCELLATION: The City reserves the right to cancel the Agreement without penalty by providing 30
days prior notice to the other party. Contractor shall provide the City with 120 days written notice prior to
cancellation of the Agreement and shall continue services for a period of time not to exceed 120 days
after written notification. Termination under this paragraph shall not relieve the Contractor of any
obligation or liability that has occurred prior to cancellation. Note: This Agreement is subject to
cancellation, without penalty, at any time the City deems the vendor to be non-compliant with
contractual obligations.
Page 2 of 9
SPECIFICATION NO.
05-965-46
DATED: June 2005
9. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws,
statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative
bodies or tribunals in any matter affecting the performance of the resulting agreement, including without
limitation, workers' compensation laws, minimum and maximum salary and wage statutes and
regulations, and licensing laws and regulations. When requested, the Contractor shall furnish the City
with satisfactory proof of its compliance.
10. CODES, PERMITS AND LICENSES: The successful bidder shall comply with all National, State and
Local standards, codes and ordinances, as well as other authorities that have jurisdiction pertaining to
equipment and materials used and their application. None of the terms or provisions of the specification
shall be construed as waiving any rules, regulations or requirements of these authorities. The
successful bidder shall be responsible for obtaining all necessary permits, certificates and/or licenses to
fulfill contractual obligations (City of Round Rock fees and costs shall be waived).
11. ABANDONMENT OR DEFAULT: A Contractor who abandons or defaults the work on the contract and
causes the City to purchase the services elsewhere may be charged the difference in service if any and
shall not be considered in the re -advertisement of the service and may not be considered in future bids
for the same type of work unless the scope of work is significantly changed.
12. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents,
servants, and employees from and against any and all suits, actions, legal proceedings, claims,
demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the
performance of the resulting agreement and arising out of a willful or negligent act or omission of the
Contractor, its officers, agents, servants and employees.
13. INSURANCE: The Contractor shall procure and maintain at its sole cost and expense for the duration of
the contract or purchase order resulting from a response to this Bid /Specification insurance against claims
for injuries to persons or damages to property which may arise from or in connection with the performance
of the work as a result of this bid by the successful bidder, its agents, representatives, volunteers,
employees or subcontractors.
13.1 Certificates of Insurance and endorsements shall be furnished to the City and approved by the City
before work commences.
13.2. The following standard insurance policies shall be required:
13.2.1. General Liability Policy
13.2.2. Automobile Liability Policy
13.2.3. Worker's Compensation Policy
13.3. The following general requirements are applicable to all policies:
13.3.1. Only insurance companies licensed and admitted to do business in the State of Texas
shall be accepted.
13.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a
per occurrence basis for property damage only.
13.3.3. Claims made policies shall not be accepted, except for Professional Liability
Insurance.
13.3.4. Upon request, certified copies of all insurance policies shall be fumished to the City
13.3.5. Policies shall include, but not limited to, the following minimum limits:
13.3.6. Minimum Bodily Injury Limits of $300,000.00 per occurrence.
13.3.7. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence.
13.3.8. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with
minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 for
Page 3 of 9
SPECIFICATION NO.
05-965-46
DATED: June 2005
each occurrence, and Property Damage Minimum limits of $50,000.00 for each
occurrence.
13.3.9. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers
Liability Insurance.
13.3.10. Coverage shall be maintained for two years minimum after the termination of the
Contract.
13.4. The City shall be entitled, upon request, and without expense to receive copies of insurance
policies and all endorsements thereto and may make reasonable request for deletion, revision,
or modification of particular policy terms, conditions, limitations, or exclusions (except where
policy provisions are established by law or regulation binding either of the parties hereto or the
underwriter of any of such policies). Upon such request by the City, the Contractor shall
exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the
cost thereof. All insurance and bonds shall meet the requirements of the bid specification and
the insurance endorsements stated below.
13.5. Contractor agrees that with respect to the required insurance, all insurance contracts and
certificate(s) of insurance shall contain and state, in writing, on the certificate or its attachment,
the following provisions
13.5.1. Provide for an additional insurance endorsement clause declaring the Contractor's
insurance as primary.
13.5.2. Name the City and its officers, employees, and elected officials as additional
insured's, (as the interest of each insured may appear) as to all applicable
coverage.
13.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material
changes
13.5.4. Remove all language on the certificate of insurance indicating:
13.5.4.1. That the insurance company or agent/broker shall endeavor to notify
the City; and,
13.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon
the company, its agents, or representatives.
13.5.5. Provide for notice to the City at the addresses listed below by registered mail:
13.5.6. Contractor agrees to waive subrogation against the City, its officers, employees, and
elected officials for injuries, including death, property damage, or any other loss to
the extent it may be covered by the proceeds of insurance.
13.5.7. Provide that all provisions of this contract concerning liability, duty, and standard of
care together with the indemnification provision, shall be underwritten by contractual
liability coverage sufficient to include such obligations within applicable policies.
13.5.8. All copies of the Certificate of Insurance shall reference the project name, bid
number or purchase order number for which the insurance is being supplied.
13.5.9. Contractor shall notify the City in the event of any change in coverage and shall give
such notices not less than thirty days prior notice to the change, which notice shall
be accomplished by a replacement Certificate of Insurance.
13.5.10. All notices shall be mailed to the City at the
Assistant City Manager
City of Round Rock
221 East Main Street
Round Rock, TX 78664-5299
Page 4 of 9
following addresses:
City Attorney
City of Round Rock
309 East Main Street
Round Rock, TX 78664
SPECIFICATION NO.
05-965-46
DATED: June 2005
13.6. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and
accidents as set forth in these requirements. Neither shall bankruptcy, insolvency, or denial of
liability by the insurance company relieve the Contractor from liability.
13.7. If the Contractor employs, contracts with or otherwise permits any other individual or entity to
perform any of the obligations of the Contractor, then any and all of these individual or entities
shall be bound by the same insurance requirements as the successful bidder.
14. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098 requires workers'
compensation insurance coverage for all persons providing services on building or construction projects for
a governmental entity.
14.1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the Texas Workers' Compensation Commission, or a coverage agreement
(TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
14.2. Duration of the project - includes the time from the beginning of the work on the project until the
CONTRACTOR'S/person's work on the project has been completed and accepted by the
OWNER.
14.3. Persons providing services on the project ("subcontractor") in Section 406.096 - includes all
persons or entities performing all or part of the services the CONTRACTOR has undertaken to
perform on the project, regardless of whether that person contracted directly with the
CONTRACTOR and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity, which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
14.4. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, that meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing
services on the project, for the duration of the project.
14.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded
the contract.
14.6. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during
the duration of the project, the CONTRACTOR must, prior to the end of the coverage period, file a
new certificate of coverage with the OWNER showing that coverage has been extended.
14.7. The CONTRACTOR shall obtain from each person providing services on a project, and provide to
the OWNER:
14.7.1.
a certificate of coverage, prior to that person beginning work on the project, so the
OWNER shall have on file certificates of coverage showing coverage for all persons
providing services on the project; and
14.7.2. no later than seven calendar days after receipt by the CONTRACTOR, a new
certificate of coverage showing extension of coverage, if the coverage period shown
on the current certificate of coverage ends during the duration of the project.
14.8. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
Page 5 of 9
SPECIFICATION NO.
05-965-46
DATED: June 2005
14.9. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within
10 calendar days after the CONTRACTOR knew or should have known, or any change that
materially affects the provision of coverage of any person providing services on the project.
14.9.1. The CONTRACTOR shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission, informing all
persons providing services on the project that they are required to be covered, and
stating how a person may verify coverage and report lack of coverage.
14.10. By signing the solicitation associated with this specification, or providing, or causing to be provided
a certificate of coverage, the Contractor is representing to the Owner that all employees of the
Contractor who shall provide services on the project shall be covered by workers' compensation
coverage for the duration of the project, that the coverage shall be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements shall be filed with the
appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of
Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
14.11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy
the breach within ten calendar days after receipt of notice of breach from the owner.
15. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all liens
and encumbrances for all labor, goods and services which may be provided under the resulting
agreement. At the City's request the Contractor or subcontractors shall provide a proper release of all
liens or satisfactory evidence of freedom from liens shall be delivered to the City.
16. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a resulting
agreement shall lie in Williamson County.
17. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be
considered an employee of the City. The Contractor shall not be within protection or coverage of the
City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance
that the City from time to time may have in force and effect.
PART II
SPECIFICATIONS
1. SCOPE: This specification describes the Design and Printing of the City's Annual Budget Book.
2. STATEMENT OF INTENT: These specifications cover only the general requirements as to the design
and printing criteria of the Annual Budget Book, as well as certain details to which the successful bidder
shall conform. Bidders shall be responsible for furnishing and designing a book that meets or exceeds
all of the requirements as set forth herein.
3. BIDDER QUALIFICATIONS: The opening of a bid shall not be construed as the City's acceptance of
such bidder as qualified and responsible. The City reserves the right to reject any and all bids. All
bidders shall furnish the following information at a minimum:
3.1. References: Provide the name, address, telephone number and point of contact of at least
three firms that have utilized the same or similar service. References may be checked prior to
award. Any negative responses received may result in disqualification of bid.
3.2. Identify any subcontractors to be used for this project. Experience, qualifications and references
of the subcontractors shall be submitted. The City reserves the right to approve or disapprove all
subcontractors prior to any work being performed.
Page 6 of 9
SPECIFICATION NO.
05-965-46
DATED: June 2005
4. BID SUBMITTAL: Bids shall be constructed to include all costs relative to design and production of
specified Budget Book within the required time frame.
4.1. Bidders may be required to make oral presentations/interviews regarding their submittals.
These presentations/interviews provide an opportunity for the Bidder to clarify their submittal to
ensure mutual understanding of the services to be provided and the Bidder's approach to
providing these services.
5. QUANTITIES: The following quantities are estimates of the City's need during a twelve (12) month
period.
5.1. Books: 50 each
5.2. CD's: 100 each
6. GENERAL:
6.1. A sample of the 2004-2005 Annual Operating Budget Book is available for review at the
Purchasing Office, 221 East Main Street, Round Rock, Texas 78664. This book is for review
and informational purposes only and shall not be removed from the Purchasing Office. Contents
of the 2004-2005 Annual Operating Budget Book can be downloaded from the City's website
located under the Finance Department home page @ www.ci.round-rock.tx.us.
6.2. The front and back cover shall be custom designed and printed in 4 -color on the outside front
and outside back, laminated as per sample.
6.3. Book shall have a minimum of fifteen (15) custom designed divider sections with 4 -color photo
on front and back and divider name down side for tab divider pages with divider page on color
cover stock, non -laminate.
6.4. Successful bidder shall custom design a style, theme and template for the creation and design
of the content and text pages for Round Rock. Successful bidder shall create the presentation
and texture and shall reproduce all of the charts and pages in a graphic program (illustrator) so
that they are graphic and printable.
6.5. Size of finished book: 8.5" x 11" and shall be bound with plastic coil binding.
6.6. Book shall contain approximate 440 pages of text on color stock, double sided.
6.7. Color stock shall be a minimum of 80- pound weight and be of a buff, natural, ivory or similar
color.
6.8. Book shall have a color cover laminated with 10 -mil laminate.
6.9. Book shall contain a minimum of 15 color Tab divider sheets with bleeds on colored cover stock
1/0.
6.10. Book shall contain a minimum of 22 pages of color inside of book in addition to tabs.
6.11. Successful bidder shall produce a custom CD duplication with 4 -color laser printed sticker label.
6.12. Successful bidder shall custom design a CD face art for CD with 4 -color laser printed sticker
label.
6.13. CD Master:
6.13.1. Cross Platform
6.13.2. Mac & PCDisk
6.13.3. Read me file
6.13.4. Acrobat viewer on CD
6.13.5. Compile Master PDF file for CD Duplication and Web download
Page 7 of 9
SPECIFICATION NO.
05-965-46
DATED: June 2005
6.14. Twenty (20) books shall be customized with names.
6.15. Book text shall be in black and white print.
6.16. Successful bidder shall attend meetings to discuss the following stages of the design and
printing of the City's Annual Budget Book:
6.16.1. Planning;
6.16.2. Progress;
6.16.3. Production;
6.16.4. Theme;
6.16.5. Photos.
6.17. In addition, the successful bidder shall provide 3 sets of hard copy proofs following a 3 -proof
process consisting of
6.17.1. Initial;
6.17.2. Revision; and
6.17.3. Final Proof by PDF file (or specify method to be used).
6.17.4. The City may request additional proofs.
6.18. Successful bidder shall custom design approximately 90 graphs to be included in the book and
produced in Illustrator format. Some graphs shall require color reproduction.
6.19. Round Rock seal shall be included on each cover page as per sample submitted
6.20. Successful bidder shall take a minimum of 20 custom photos that depict the specified theme
and produce the copies for the cover and tab pages.
6.21. Layout shall be produced using Quark, InDesign or other City -approved publishing program.
6.22. All data furnished by the City of Round Rock will be in MS Office Suite format.
6. PRICE ADJUSTMENT: The City may permit "unit price" adjustments upward, only as a result of a cost
increase in services in accordance with the Producers Price Index at http://stats.bls.gov/ppi/. Price
increases may be permitted in accordance with the Producers Price Index for paper, price per page or
additional black and white or color pages. Any price increase to this contract shall be requested by
Vendor in writing and shall be accompanied by the appropriate documentation to justify the increase,
and shall be received by City at least ninety (90) days prior to the agreement review date. Vendor may
offer price decreases, even in excess of the allowable percentage change, at any time during the
contract term. The City reserves the sole option to reject any price increase and terminate this contract
should the City and the Vendor not agree on any price increase.
PART III
DELIVERY, SERVICE, ACCEPTANCE AND PAYMENT
1. DELIVERY: Delivery of the Annual Budget Books shall be completed no later than December 1, 2005 or
alternate date upon agreement with the Budget representative for the City, Cheryl Delaney (512) 218-
5445 or her duly authorized representative.
Page 8 of 9
SPECIFICATION NO.
05-965-46
DATED: June 2005
2. ACCEPTANCE: Acceptance inspection should not take more than five working days. The vendor shall
be notified within this time frame if the unit delivered is not in full compliance with the specifications. If
any purchase order is canceled for a unit for non-acceptance, the needed service may be purchased
elsewhere and the vendor may be charged full increase, if any, in cost and handling.
3. INVOICING: Contractor shall submit one original and one copy of each invoice to the following address:
City of Round Rock
Attn: Accounts Payable
221 East Main Street
Round Rock, TX 78664-5299
4. PROMPT PAYMENT POLICY: Payments shall be made within thirty days after the city receives the
supplies, materials, equipment, or the day on which the performance of services was completed or the
day on which the City receives a correct invoice for the supplies, materials, equipment or services,
whichever is later. The Contractor may charge a late fee (fee shall not be greater than that which is
permitted by Texas law) for payments not made in accordance with this prompt payment policy; however,
this policy does not apply to payments made by the City in the event:
4.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be late;
or
4.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
4.3. There is a bona fide dispute between the Contractor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or the
services performed which caused the payment to be late; or
4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase
order or agreement or other such contractual agreement.
5. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges
associated with this agreement which arise under the antitrust laws of the United States, 15 USGA
Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Bus. and Com. Code,
Section 15.01, et. seq.
Page 9 of 9
GOGO Creative
1501 W. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
Request for Proposal:
Graphic Design and Printing
of Annual Budget Book
As per attached Specification Number 05-965-46,
July 3, 2005
GOGO Creative
1501 W. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
VENDOR INFORMATION
Firm Name: GoGo Creative
Address: 1501 West 5th, Suite 11 I ,Austin,Texas 78703
Telephone Number: 512.480.0881
Fax: 512.480.0259
Status: Sole Proprietorship
State How long under present name: 7.20.2001
Formerly: Lisa Mac Design: 7.16.1996
Tax Identification Number: 01-0782456
Signer's, I me:
Signature:
4.;‘b A/146_, gieivoEx---
Date: July 3, 2005
e-mail address: Iisamac@gogocreative.com
website: wwwgogocreative.com
GOGO Creative
1501 W. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
EXECUTIVE SUMMARY
The City of Round Rock
C/O Randy Barker, Purchasing Supervisor
City Hall - Purchasing Department
221 East Main Street, Round Rock,TExas 78664
Laredo,Texas 78040
July 3, 2005
Introduction to GoGo Creative:
GoGo Creative is a full service design studio who delivers award winning designs, on time and on budget. With 18
years of experience in graphic design, advertising and marketing, owner Lisa Mac Gardner brings a wide range of
capabilities to her clients ranging from web design, exhibition, and print materials to advertising, packaging and brand
identity programs.
Most recently GoGo Creative has just completed and ready to launch a rebrand for the City of Bryan,Texas. The
-
scope of work included focus groups, online community / city survey, bi-lingual ads, tag line and new city logo. We
also just finished the marketing and promotional campaign to launch the citys' new image in September.
Also, we just finished development is the new 640 page website for the City of San Marcos. GoGo Creative was
awarded the bid after a design competition for the best city website. We have been working closely with the city on
this and other recent completed projects such as the 2004 annual report.
Last but not least, we were awarded a 2004 Savvy Awards for the category of Publications — Annual Reports,
Population Group 65,000 to 126,000 for the City of Killeen and just recently picked up aTAMIOAward for the City
of Killeen and the City of San Marcos for Annual report 2005.
We enjoy working closely with our clients and our specialized team approach brings a broad range of skills and serv-
ices to any client project. Our proven success and fast-track production strategy creates a competitive pricing struc-
ture ultimately suited for today's business environment and budget conscious market.
Once you get to know us you'll see that we're a tight -knit team of bright and dedicated individuals. We are
focused and committed to the needs of our clients. No job is too small or too large to tackle. At GoGo Creative
we have a proven track record and are confident that we can achieve the same great success and meet or exceed
your expectations.
Best Regards,
Lisa Mac Gardner
Head Honcho
GOGO Creative
1501 W.5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
WHY CHOOSE GOGO CREATIVE?!
GoGo Creative Qualifications:
• SBE / WEB Certified
• HUB Certified - #1010782456600 / 39543
• 18 years experience and proven track record
• smart design: fast, efficient, and budget conscious
• Can provide turn -key solution for any or all aspects of your annual from design, print, and photography
• Commitment and dedication to deadlines, timelines and schedules
• Quality, award winning results, year after year
• We are passionate about our work and our clients!
• We are easy to work with and always give 110%++ percent for our clients!
• We are bi-lingual
• We are a full service agency, with affordable prices.
visit our website at www.gogocreative.com
for more info or more samples of our work.
GOGO Creative
1501 W. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
RESUME
Lisa Mac Gardner - Owner of Gogo Creative
Strengths
18 plus years of working design experience in graphic design, marketing and web design. My combined agency,
printing, and corporate experience brings a broad range of skills and services to any client project, I am capable of
handling all aspects of projects from beginning to end to meet today's competitive structure, uniquely suited to today's
business environment.
Education
BFA in Graphic Design,The University of Texas at Austin, May 1987, Graduated on Dean's List of honors
GoGo Capabilities
• corporate Identity
• tradeshows
• radio / tv / media
• photography
Clients
• brochures & pubs
• annual reports
• newsletters
• packaging & print
• web design
• e-commerce/web
• web hosting
• database integration
• direct mail
• email blasts
• print ads
• promotional items
My clients have been CEOs, CFO's,VC's, Engineers, Investment Advisors, Software Developers, Interior Designers,
Video Producers, Chefs,Artists, Educators, City Officials, you get the idea.We've been lucky to work with bright and
driven people from companies like these:
Angel Healthcare
Austin Angler
Battle Advisory Group
Blue Byte Media
Buffalo Tech
Cain Watters & Associates
Castle View Productions
City of Bryan
City of Killeen
City of Round Rock
City of San Marcos
CCI Triad
CCMS
CGE&Y
Clear Commerce
Crossroad Systems Inc
Website
Display Search
General Bandwidth
Hispanic Chamber ofAustin
iMaccessories
Inferdata
Infra Works
Jardine Foods
JanCom Technologies
Janice Hanks
JPTI
Kase, KVET, KFMK
Lago Builders
Lumatec
Metrowerks
Millennium Pools
Motorola
Pacifica Solutions
Pinnacle Boats
Platypus Planet
Remax Homes
Salient Systems
Sheftall Jewelers
Shirley's Cakes
Tanisys Technology
TechWorks
Terra Sol Foods
Tuerff-Davis EnviroMedia Inc.
University of Texas
UniVista
Ventix
Vieo
Waco Human Society
Please visit the website at wwwgogocreative for more information or samples of work.With a Bachelor's Degree in
Fine Arts, she has been active in the fine arts and design community, having exhibited at numerous shows and
produced a large body of work.
GOGO Creative
1501 W. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
PROJECT TEAM:
Senior Project Manager / Art Director/ Senior Design:
Lisa Mac Gardner
BA Visual Communications/Design
Lisa Mac Gardner will be the senior art director, and design manager who will handle all the design, production
and project management as in the past, last two annual budget books
Design / Production:
Karen Young
BS Advertising, University of Texas
Contractor
Karen has worked as a production assistant on the past two budget books and will assist again on production,
charts, and graphs and proofing.
GOGO Creative
1
1501 W. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
EXPERIENCE AND REFERENCES
City of San Marcos
http://www.ci.san-marcos.tx.us
Melissa Millecam, Editor, Communications Manager
Millecam_Melissa@ci.san-marcos.tx.us
Larry Gilley - Past City Manager
Dan O'Leary - Present City Manager
630 East Hopkins
San Marcos, Texas 78666
ph: 512/393-8105
fax: 512/396-4656
Project Scope:
2001 Annual Report, Budget Book, and Community Response Mailer (Turnkey - Design, Photography, Print)
2002 Annual Report, Budget Book, and Community Response Mailer (Turnkey - Design, Photography, Print)
2003 Annual Report, and Budget Book (Turnkey - Design, Photography, Print)
2004 Annual Report, Budget Book and City Webite (Turnkey - Design & Base Code, set to launch Sept. 2003)
This is the beginning of our Fourth year relationship with the City of San Marcos. Initially we were asked to create
an image for their Annual Report, which led to overwhelming response with 1st Prize National Savvy Award and 1st
Prize Texas Municipal. League Award in 2000, while our 2001 Annual Report garnered a nomination for the National
Savvy Award and won a TAMI Award from the Texas Association of Municipal Information Officers.
A particularly buzz -generating project was the City's 150th anniversary, "Sesquicentennial, Celebrating 150 Years of
Community." They asked for a simple community mailer to honor the occasion. Previous mailers were not being read
much, so we took the opportunity to design this mailer as a tool to build community awareness. We sent packets of
wildflower seeds with the Sesquicentennial logo and asked the community to join in beautification efforts by plant-
ing the seeds. Our mailer became a piece they could read and keep.
Other projects include community mailers, annual budget books, bond and budget presentations, annexation com-
munications and special projects both internal such as a redesign of their quarterly newsletter.
Currently we have just finished out 2004 Annual Report in just 30 days and a brand new website for the city which
is due to Launch in September. We are very excited to see the launch of the new site which we created, designed
and wrote the base code to support a site that will be maintained easily by the city.
We have been successful working closely with our city team, and working on-time and on -budget. And as our clients
say, "and stilt doing award winning work."
GOGO Creative
1501 VV. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogo c reati ve.com
EXPERIENCE AND REFERENCES
City of Killeen
http://www.ci.killeen.tx.us
Hilary J. Shine, Director of Public Information
hshine@ci.killeen.tx.us
101 North College Street
P.O. Box 1329
Killeen, Texas 76540
ph: 254/501-7751
fax: 254/634-2484
Project Scope:
2003 & 2004 Annual Report(s)
GoGo Creative was awarded the opportunity to work with the City of Killeen to produce the 2003 & 2004 Annual
Report. It was an exciting challenge to show all the change, progress and growth. We provided a turn -key solution
with design, photography and print to give the best possible piece to the city. It just so happened that our photogra-
pher captured a fire in action while he was there and showed the responsiveness of the city at work.The piece was
printed digitally to save costs and was produced in about 6 weeks.
The City of Kileen 2003 report was a winner of the category of Publications — Annual Reports, Population Group
65,000 to 126,000. Savvy Award and most Recently the 2004 was a winner of the 2004 TAMIO Award as well..
The response from city officials and residents is "It makes me want to live in Killeen". We have included a copy of it so
you can take a look at it and read all about Killeen.
Please feel free to give Hilary a call and be sure to ask how her boss liked it!
GOGO Creative
1501 W. 5th, Suite III
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
EXPERIENCE AND REFERENCES
City of Bryan
http://www.bryantx.gov
Jay G. Socol, Public Information Officer
jsocol@bryantx.gov
300 South Texas Avenue
Bryan, Texas 77803
ph: 979/209-5120
fax: 979/209-5107
Project Scope:
2004 - Create Brand Identity for the City of Bryan to include
• Community Survey
• New City Logo
• New Tag line "City Slogan"
Most recently GoGo Creative has just completed and recently launched a rebrand for the City of Bryan,Texas. The
scope of work included focus groups, online community / city survey, bi-lingual ads, tag line and new city logo. It was just
announced a finalist for the SAAVY Award this year.
GoGo Creative had the challenge of branding a city who is often in the shadow of their neighboring city College Station.
The new brand both visually and verbally captures the essence of the City as well as highlighting its strengths and appeal
both inside and outside the community.
The scope of work also incorporates a corporate identity manual that offers the graphic standards for proper
presentation of the City of Bryan's visual identity. It should account for everything from the use of the logo on
stationery and its use on apparel. In other words graphic standards will be established for the purpose of print, web,
signage and for use on product premiums.
We are currently working on a marketing and promotional campaign to launch the citys' new image in September. The
City officials are very pleased and looking forward to the new launch to the community and businesses. Please give Jay
Socol a call as they are very happy with the success of the project and process.
GOGO Creative
1501 W.5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
EXPERIENCE AND REFERENCES
City of Round Rock
http://www.ci.round-rock.tx.us
Cheryl Delaney, Budget Supervisor
cdelaney@round-rock.tx.us
Robbie Sorrell, Budget Analyst
rsorrell@round-rock.tx.us
221 East Main Street
Round Rock, Texas
ph: 512/218.5400
fax: 512/218.5442
Project Scope:
2002-2003 - City of Round Rock, Budget Book
GoGo Creative has worked with the City of Round Rock for the first two years. Again we have provided a turnkey
solution of design, photography (cover), charts & graphs, and printing.We also create an online version and CD which
is sent out to key officials.
We really enjoy working with the City of Round Rock and have worked with them closely on planning meetings to
make the push for a quick turn go as smoothly as possible.
GOGO Creative
1501 W. 5th, Suite 111
Austin, Texas 78703
Tel 512.480.0881
Fax 512.480.0259
gogocreative.com
QUOTE / PROPOSAL/ DELIVERABLES
Project Scope
GoGo Creative shall meet all of the requirements responsible for furnishing and designing a budget book that meets
or exceeds the requirements of the rfp. The bid will include all costs relative to design and production and meet the
required time frame.
Design
• GoGo will design annual budget book in the same style as the last year and year before
• GoGo will custom design a 4- cover and 15 tab pages (front side) and seal on dividers
• GoGo will use the existing style sheet for graphs, text and images from former years so it has same look and feel
• GoGo will produce 90 charts and graphs custom designed in illustrator format
• GoGo will work in a finished book size of 8.5 x 11 and designed for spiral plastic coil binding
• GoGo will provide final layout in quark and meet all design specifications and deadlines outlined by the rfp
• GoGo will provide 3 sets of hard copy proofs consisting of initial, revisions and final pdf file for web download
• GoGo will provide a minimum of 20 custom photos provided for cover and tab pages
Client will be responsible for all necessary decision makers attending meetings, prompt feedback to GoGo, and pro-
vide all copy / and text content in electronic format.
est - $4,225
Printing
• Finished book size is 8.5 x I I
• Finished book shall be bound with plastic coil binding
• Finished book shall contain 22 pages of color
• Finished book shall contain approx 440 pages of text on color stock, double sided
• Finished book shall have a color cover laminated with 10 -mil laminated and 15 tab pages with laminated tabs
• Finished book shall contain color tab pages on single side like previous year
• Finished book shall contain20 customized books with directors and council members
• Finished book shall have black ink on all pages - other than specified color pages
• Finished book shall be 50 quantity
• Finished book shall have same custom stock as last years book which is a premium order
Client will be responsible for approval of final proof prior to print.
Option 1 - Printing on Ivory Stock - Cougar Opaque Natural White - est - $2,975
Option 2 - Printing on GOGO Stock -Woodstock, Environment - est - $3,395
Annual Budge Book CD
• Design custom CD face art - est - $100
• 100 quantity CD duplication & Face Art - est - $220
• 100 quantity CD jewel cases - $50
• Create cross platform master CD for duplication with Acrobat viewer and compiler - est - $120
CD - subtotal - $490
Project Sub Total - $7,690- (based on best paper cost)
WO MADE FOR HIRE AGREEMENT WITH GO GO CRE. 'i E
This Agreement is made on the day of the month of 4
2005, by and between GO GO CREATIVE, and any of its authors and/or artists
(hereinafter referred to as "Author/Artist," and if there is more than one author/artist
affiliated with the entity, then the entity and all of them collectively) and the CITY OF
ROUND ROCK, TEXAS (hereinafter referred to as the "City").
This Agreement is made simultaneous to an agreement entitled "City of Round
Rock Agreement for Purchase of Graphic Design and Printing of Annual Budget Book
from Go Go Creative," and encompasses the subject matter contracted for thereunder.
AUTHOR/ARTIST AND CITY HEREBY AGREE THAT:
Title Copyright Ass
(a) Author/Artist and City intend this to be a contract for services and each considers
the products and results of the services to be rendered by Author/Artist hereunder (the
"Work") to be a work made for hire. Author/Artist acknowledges and agrees that the
Work (and all rights therein, including, without limitation, copyright) belongs to and shall
be the sole and exclusive property of City. Expressly excepted from the definition of
"Work" in this agreement are any and all photographs supplied or used by Author/Artist,
and such photographs (and all rights therein, including, without limitation, ownership ard
copyright) shall remain with Author/Artist.
(b) If for any reason the Work would not be considered a work made for hire under
applicable law, Author/Artist does hereby sell, assign, and transfer to City, its successors
and assigns, the entire right, title and interest in and to the copyright in the Work and any
registrations and copyright applications relating thereto and any renewals and extensions
thereof, and in and to all works based upon, derived from, or incorporating the Work, and
in and to all income, royalties, damages, claims and payments now or hereafter due or
payable with respect thereto, and in and to all causes of action, either in law or in equity
for past, present, or future infringement based on the copyrights, and in and to all rights
corresponding to the foregoing throughout the world.
(c) If the Work is one to which the provisions of 17 U.S.C.106A apply, Author/Artist
hereby waives and appoints City to assert on Author/Artist's behalf the Author/Artist's
moral rights or any equivalent rights regarding the form or extent of any alteration to the
Work (including, without limitation, removal or destruction) or the making of any
derivative works based on the Work, including, without limitation, drawings or other
visual reproductions or the Work, in any medium, excepting photographs, for City's
purposes.
00090198/jkg
cm - 05-09 - l C44
(d) Author/Artist agrees to execute all papers and to perform such other proper acts as
City may deem necessary to secure for City or its designee the rights herein assigned.
2. etiver - of the Work
(a) Author/Artist will deliver to City on or before any contractually -obligated date the
completed Work (with all illustrations, charts, graphs, graphics, and other material,
including supplements, handouts, reference lists, indexes, etc., in the medium mutually
agreed upon for the Work) in form and content satisfactory to City.
(b) If Author/Artist fails to deliver the Work on time, City will have the right to
terminate this agreement and the referenced simultaneous agreement and to recover from
Author/Artist any sums advanced in connection with the Work. Upon such termination,
Author/Artist may not have the Work published or used in any form elsewhere until such
advances have been repaid.
Quoted Material
With the exception of short excerpts from others' works, which constitute fair use,
the Work will contain no material from other copyrighted works without a written
consent of the copyright holder. Author/Artist will obtain such consents at his/her/its own
expense after consultation with City and will file them with City at the time the Work is
delivered. Any obligations associated with permissions will be the responsibility of
Author/Artist.
kutnoriArtist's Warranty-
Author/Artist warrants that he/she/it is the sole owner of the Work and has full
power and authority to make this agreement; that the Work does not infringe any
copyright, violate any property rights, or contain any scandalous, libelous, or unlawful
matter. Author/Artist will defend, indemnify, and hold harmless City and/or its licensees
against all claims, suits, costs, damages, and expenses that City and/or its licensees may
sustain by reason of any scandalous, libelous, or unlawful matter contained or alleged to
be contained in the Work or any infringement or violation by the Work of any copyright
or property right; and until such claim or suit has been settled or withdrawn, City may
withhold any sums due Author/Artist under the referenced simultaneous agreement.
iderati
In consideration for delivery of the Work in accordance with the provisions of the
referenced simultaneous agreement, City shall pay Author/Artist as indicated therein.
Bisons
Author/Artist shall, at the request of City, revise the Work at one year intervals
during the term of the referenced simultaneous agreement.
'i: e m and Ternfination
(a) This agreement shall remain in effect for the same length of time as the referenced
simultaneous agreement unless terminated earlier in accordance with this Section 7.
(b) In the event that either party shall be in default of its material obligations under
this agreement or the referenced simultaneous agreement and shall fail to remedy such
default within sixty (60) days after receipt of written notice thereof, the agreements shall
terminate upon expiration of the sixty (60) day period.
(c) Upon the expiration of the term of this agreement and the referenced simultaneous
agreement, the parties may agree to renew those agreements for additional teaks, only as
allowed by the terms of the referenced simultaneous agreement, upon the same terms and
conditions as set forth.
Options/Contracts with Third Pa
Nothing contained in Section 7 shall affect any license or other grant of rights,
options, or agreements made with third parties prior to the termination date or the rights
of City in the income resulting from such agreements.
Arriend
The written provisions contained in this agreement, taken together inextricably
with the referenced simultaneous agreement, constitute the sole and entire agreement
made between Author/Artist and City concerning this Work, and any amendments to
same shall not be valid unless made in writing and signed by both parties.
a
Construction, Binding Effect, `'e 1e, a d Assign,. el t
This agreement shall be construed and interpreted according to the laws of the
State of Texas and shall be binding upon the parties hereto, their heirs, successors,
assigns, and personal representatives; and venue shall lie exclusively in Williamson
County, Texas; and references to Author/Artist and to City shall include their heirs,
successors, assigns, and personal representatives.
IN WITNESS WHEREOF, the parties have duly executed this agreement as of
the date indicated below.
CITY OF ROUND ROCK, TEXAS ATTES
ifinPrintUSei Pe: Christine R. Martinez, City Secretary
Title:
Date:
APPROVED AS TO FORM:
By:
Stephan . Sheets, City Attorney
GO GO CREATIVE
By:
Printed Name:
Title:
Date: