Loading...
CM-2015-840 - 7/24/2015 CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF GRAPHIC DESIGN SERVICES FOR MONTHLY NEWSLETTER"NEWSFLASH"FROM DESIGNWRITE STUDIOS,INC. THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That this Agreement for Grapj io Delign Services (referre here' as the "Agreement") is made and entered into on this the_ ' day of the month o (, ,( , 2015, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule mu icipali whose offices are located at 221 East Main Street, Round Rock,Texas 78664(referred to herein as the"City"),and Designwrite Studios, Inc., whose offices are located at 2126 Jefferson Avenue, St. Paul, Minnesota 55105 (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 have Vendor provide services related to Graphic Design for the City's Monthly Newsletter"Newsflash"; and WHEREAS, City has issued its "Request for Qualifications" for provision of said services, and City has selected the Quote 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 services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's solicitation designated Request For Qualifications # 15-016; (b) Vendor's Response to same; (c) 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 in the following order: 00335219/ss2 (1) This Agreement; (2) Vendor's Response to Qualifications; (3) City's Request for Qualifications,exhibits,and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. 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. D. Services mean the service identified in the Request for Quote, and any and all materials,equipment and labor required to perform such service. F. Vendor means Designwrite Studios, Inc., or any successors, assigns, subsidiaries or affiliates. 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 approved by the City Council, 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 for a sixty (60)-month period from the effective date hereof. C. City reserves the right to review the Vendor's performance at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 4.01 ITEMS AWARDED All items on Exhibit"A"are awarded to Vendor. 5.01 COSTS Quote costs listed on Exhibit "A," in the total amount of Thirteen Thousand Seven Hundred Twenty-Five Dollars and No/100 ($13,725.00) shall be the basis of any charges collected by Vendor. 6.01 INVOICES All invoices shall include,at a minimum, the following information: 2 A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of,partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 8.01 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 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. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251,V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor, a contractor, 3 subcontractor, or supplier about the goods delivered or the service performed that causes the payment to be late; or B. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or C. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or D. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without incurring any 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 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. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the Services as specified, City reserves the right and option to obtain the products and services from another supplier or suppliers. 13.01 INSURANCE Vendor shall meet all requirements as stated in the attached Request for Quote (including all attachments and exhibits), and its Response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: 4 Will Hampton, Communication Director 221 East Main Street Round Rock,Texas 78664 512-218-5409 15.01 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 parry 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. 16.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods and 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 service and that it may not be considered in future bids for the same type of work 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 fully, timely and faithfully perform any of its material obligations under this Agreement; B. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or C. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. The City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty(30) days' written notice to the 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, upon one hundred and twenty (120) days' written notice to City or by mutual agreement to terminate evidenced in writing by and between the parties. 5 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 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. 18.01 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 negligent or willful acts or omissions 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. 19.01 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. 20.01 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. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 6 2. 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: Designwrite Studios, Inc. 2126 Jefferson Avenue St. Paul, MN 55105 Notice to City: Laurie Hadley, City Manager Stephan L. Sheets,City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 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. 23.01 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,duly authorized by action of the City Manager or City Council. 24.01 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 any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14)or any applicable state arbitration statute. 7 25.01 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 parries 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 to be void. 26.01 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. [Signatures on the following page.] 8 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. CITY F ROUND Z K,TEXAS By A J//1 ,4 Printed Name: LAU VI-& Title: /1 Date Signed: ATTEST: Sara . White, City Clerk FOR CITY,APPR D AS TO FORM: Stephan Sheets, City Attorney DESIGNWRITE STUDIOS,.INC. Printed Name: A�1-,L i��,7 Title: Date Signed: 0)S' 9 P-�ROND ROCK, TEXAS OSE. PASSION. PROSPERITY. City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR QUOTE FOR GRAPHIC DESIGN FOR NEWSLETTER PUBLICATION RFQ No. 15-016 Class/Item Number: 965/46 P ,i117 EXHIBIT "A" City of Round Rock Graphic Design For Newsletter Publication RFQ No. 15-016 Class 965/Item 46 March 2015 CITY OF ROUND ROCK GRAPHIC DESIGN FOR NEWSLETTER PUBLICATION 1. PURPOSE: The City seeks a multi-year contract for Graphic Design for a monthly print newsletter publication. These specifications shall become part of the resulting contract. 2. DEFINITIONS: The following definitions will 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 County, 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-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 may contact: Yvonne Hopkins,CTPM Purchaser City of Round Rock vhoakins@)roundrocktexas.4ov The individual listed above may be contacted by email 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. Page 217 EXHIBIT "A" City of Round Rock Graphic Design For Newsletter Publication RFQ No. 15-016 Class 965/Item 46 March 2015 PART I GENERAL CLAUSES AND CONDITIONS 1. The Contractor shall provide the facilities, labor and equipment necessary to perform the service. The Contractor Shall employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. 2. BEST BID EVALUATION: All bids received shall be evaluated based on the best value for the City. Best value will be determined by considering all or part of the criteria listed, as well as any relevant criteria specifically listed in the solicitation. 2.1. Bid price 2.2. Reputation of the bidder and of bidder's goods and services. 2.3. The quality of the bidder's goods or services. 2.4. The extent to which the goods or services meet the City's needs 2.5. Bidder's past relationship with the City: all vendors will 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, late delivery. 3. AGREEMENT: The Agreement resulting from this specification shall be for one (1) twelve-month period of time from the date of award. Prices shall be firm for the duration of the Agreement, except as provided for herein.This contract may be renewed for four(4)additional twelve (12) month periods, if agreed by both parties. Schedule of Events Dates Quote Solicitation Date Thursday, Aril 2 2015 Quote Response Due Date and Time Thursday, Aril 9 2015 @ 3:OOPM 4. NON-APPROPRIATION: The resulting contract is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the contract 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 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. 5. VENDOR PERFORMANCE: The City reserves the right to review the Vendor's performance anytime during the contract term. 6. 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 317 EXHIBIT "A" City of Round Rock Graphic Design For Newsletter Publication RFQ No. 15-016 Class 965/Item 46 March 2015 7. 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. S. CODES, PERMITS AND LICENSES: 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 will be waived). 9. 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 cost, if any, and will 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. 10. 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. 11. NOTICES: All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main Street 309 East Main Street Round Rock,TX 78664-5299 Round Rock,TX 78664 12. 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 contract. 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. 13. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a resulting contract shall lie in Williamson County. 14. 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. Page 417 EXHIBIT "A" City of Round Rock Graphic Design For Newsletter Publication RFQ No. 15-016 Class 965/Item 46 March 2015 PART II SPECIFICATIONS 1. SCOPE: This specification describes services needed to design a template for the City's Water Utility Bill newsletter and design monthly issues,as directed and approved by the Contract Administrator. 2. STATEMENT OF INTENT: These specifications cover only the general requirements as to the design and reproduction of the City's Water Utility Bill newsletter, as well as certain details to which the successful bidder shall conform. Bidders shall meet or exceed all of the requirements as set forth herein. 3. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder as responsive and responsible. The City reserves the right to determine the lowest responsible bidder from information submitted with the bid.All bidders shall, at a minimum, provide the following information: 3.1. Bidder shall provide a price quote to the City of Round Rock for the above-mentioned services. 3.2. Bidder shall provide References: provide the name, address, telephone number and point of contract of at least two firms that have utilized the similar service for at least one year. References may be checked prior to award. Any negative responses received may result in disqualification of bid. Bidder shall provide three (3) samples of same or similar work produced or three (3) references of same or similar work. Samples and/or references shall be representative of work performed within the past 3 years. 3.3. Bidder shall 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. 4. TEMPLATE: The custom designed template shall include but shall not be limited to the following items: 4.1. Four-color(CMYK), 8-1/2 x 11,two-sided 4.2. Masthead with website URL 4.3. Awarded vendor shall incorporate the City's logo per the City's Graphic Standards 4.4. Awarded vendor shall provide new/updated template at mid-contract term, as determined and agreed upon by the Contract Administrator and awarded vendor. 4.5. Awarded vendor shall have 72 hours to provide approved newsletter to Contract Administrator. 5. GRAPHIC DESIGN: The custom graphic design shall include the following: 5.1. Original four-color (CMYK) design incorporating the City of Round Rock logo and tagline, photographs as provided by the City and clip art as appropriate. Space for postal information is not needed. 5.2. Use of City of Round Rock logo shall conform to Round Rock Identity Style Guide, which the Contract Administrator shall provide. 6. REPRODUCTION: Successful bidder shall: 6.1. Receive and deliver Microsoft Word or simple text digital formatted files electronically by email. 6.2. Receive and deliver completed designs on transmitted files that are supported by Quark, Illustrator, or Adobe Acrobat software. 7. WORK MADE FOR HIRE: Successful bidder shall be required to enter into a Work Made For Hire Agreement with the City of Round Rock. The City intends this to be a contract for services and considers the products and results of the services to be rendered to be a work made for hire. The Work (and all rights therein, including, without limitation, copyright) belongs to and shall be the sole and exclusive property of the City. Page 517 EXHIBIT "A" City of Round Rock Graphic Design For Newsletter Publication RFQ No. 15-016 Class 965/Item 46 March 2015 8. PRICE ADJIUSTMENT: 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.(iov/ppi/. Any price increase shall be requested by the contractor in writing and accompanied with the appropriate documentation to justify the increase. Increase may only be made at the beginning of each contract year with 60 day written notice. The vendor may offer price decreases in excess of the allowable percentage change. 9. CONTRACT ADMINISTRATOR: All work performed under this contract shall be supervised, verified and approved by the Administration Department designee noted below. Will Hampton 221 East Main Street Round Rock,TX 78664 (512) 218-5409 PART III DELIVERY, SERVICE,ACCEPTANCE AND PAYMENT 1. DELIVERY: Delivery of completed product shall be to mailing service and location specified by Contract Administrator. Timing of monthly delivery shall be determined by the City in accordance with monthly utility billing cycles. 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 on a monthly basis to the following address: City of Round Rock Accounts Payable 221 East Main Street Round Rock,TX 78664-5299 4. PROMPT PAYMENT POLICY: Payments will 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 contract, 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 Page 617 EXHIBIT "A" City of Round Rock Graphic Design For Newsletter Publication RFQ No. 15-016 Class 965/Item 46 March 2015 4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or contract or other such contractual agreement. 5. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et seg., and which arise under the antitrust laws of the State of Texas, Bus., and Com. Code, Section 15.01, et seg. Pace 717 EXHIBIT "A" REQUEST FOR QUOTES(RFQ) CITY OF ROUND ROCK PURCHASING OFFICE 221 EAST MAIN STREET,2ND FLOOR ROUND ROCK,TX 78664 RFQ INFORMATION:GRAPHIC DESIGN FOR NEWSLETTER CITY CONTACT INFORMATION PUBLICATION YVONNE HOPKINS QUOTE NUMBER 15-016 POSTING DATE:4J2/2015 EMAIL: vhookins@roundrocktexasmov CLOSE DATE&TIME: Thursday 4/912015 @ 3:0013M FAX: 512-218-7028 EMAIL QUOTES TO: YVONNE HOPKINS ON OR BEFORE CLOSE DATE AND TIME.QUOTES RECEIVED AFTER THE DEADLINE ARE INVOICE TO: DISQUALIFIED. City of Round Rock BIDDER INFORMATION Accounts Payable TAX iD No.: 41-1670205 221 East Main Street BUSINESS ENTITY TYPE: Sole Proprietor Round Rock, Texas 78664-5299 LEGAL BUSINESS NAME: Desi nwrite Studios ADDRESS: 2126 Jefferson Avenue Saint Paul, Minnesota 55105 coNTAcr NAME: Robyn Lin en BID F.O.B.DESTINATION,FREIGHT PREPAID AND TELEPHONE NO.: 651-690-0773 ALLOWED UNLESS OTHERWISE SPECIFIED BELOW EMAIL: rob n desi nwritestudios.com DESTINATION: Via Email to Contract Administrator. Robyn Mathews- ON R brr.w� a,q n. Will Hampton I ingen . a.tabYnod"Vn nludm„o US April l 2015 Email:whampton@roundrocktexas.gov Auttiorized Signature Date BIDDER"LL SIGNRBOYE(fallure nttlyn quote will dlrquapry puotoJ Robyn Mathews-Lingen Print Name By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidderr 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 r indirectly,the bid made to any competitor or any other person engaged in such line of business." Bidder agrees to comply with all conditions set forth in this Solicitation. 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 he 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 Iisto in the attached Specification Number 09-965-45,dated December 2009(7 pages). DOTE SHEET ITEMESTIMATED PRICE PER CLASS&ITEM DESCRIPTION QUANTITY MONTH TOTAL ANNUAL PRICE # 1 965/46-Graphic Design Services for Original Template 1 $ 555 $ 555 4.553 �o Printing Each Each Total ':2,5-'�Z).da YS 965/46-Graphic Design Services for 2 Monthly Service Fee(for 12 mos) 12 $ 210 $ 2,520 oYie .itc,f Printing Months Month Total Cwsl OPTIONAL RENEWAL YEARS 965/46-Graphic Design Services for Monthly Service Fee(for 12 mos), 210 2,520 `D�Jf of 3 Printing Second Year Renewal 12 $ Months Month Total 965/46-Graphic Design Services for Monthly Service Fee(for 12 mos), 12 210 $ 2,520 4 Printing Third Year Renewal6` Months Month Total Mid-Contract Term New/Updated 1 $ 450 $ 450 965/46-Graphic Design Services for 5 Template(Part II Specifications,4. Printing Template,Section 4.4) ` Each Each Total M c{1{P r r/l 6 965/46-Graphic Design Services for Monthly Service Fee(far 12 mos), 12 $ 215 $ 2,580 evS fi Printing Fourth Year Renewal Months Month Total 1 7 965/46-Graphic Design Services for Monthly Service Fee(for 12 mos), 12 215_ 2,580V Printing Fifth and Final Renewal Months Month Total 'By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the 13,725 bidder,or anyone acting for such entity has violated the antitrust laws of this State,codified In Section 15.01 et seq., $ exas Business and Commerce Code,or the Federal antitrust laws,nor communicated directly or indirectly,the bid TOTAL BID made to anj competitor or a2X other 22rson engaged in such line of business." Page 1 of f EXRMBIT "A" 11 :t Designwrite Studios Yvonne Hopkins Purchaser.Finance Department City of Round Ruck Round Rock.TX'8604 15121218.3223 April 7,2015 \EWSPLASH DESIGN AND PRODUCTION Proposed budget for design and production of the City of Round Ruck newsletter,tl cnnflash.proposal to include new layout concepts,finalized design and ongoing layout production servims for the monthly publication.Special attention will be given to fresh design concepts with ample xariation of concepts to successfully move the newsletter in a new direction. InitialDesign.5 hrs..._....---_...................---........._._...._....._..._...._.....................__..._ ....__...___.$450.00 llnwidr 3.5laPoul concepts incrn711trrttirig dtr CITY t f Rotntd Rock logo and lagfine. pholograph and dip ari stitnly1cs and suwpir tea i. Designref utement.I lus................___............................__..._....._................................_.__._......_._................S 105.(10 llmwde a irl)ucd dcsigtuis ncerlcd bastrl nn rcviem iJ'inilia!dtsig»s. .Vain if na sc�ntd drergn is needed..this chat- gc will trot he erutdc Firstissue production,3 hrs....._._.............._....._._.........._......._......................................._....................................$210.00 Based nn 2-page newsletter where layout is catnpleled with the new design. Designand production first issue.. ...........»................................................................................5765.00 Ongoing production per issue_....... .....___._--5 210.00 Lrn•nttt production.f.3.i hts _........._.._.._._.__........._...._.............._.._.___..__.......!30.00 llloritions,cal•rection-5ltts..__..........._.........._........_......................._.............._.........45.00 1'rr•ptt:ts rtitd c lccltvttricTle delivrit..S hi. ._............................_......._...._._... .....34.lN) Thank you for the opportunity to Platz a bid with you Cor the production of Ncn:flash.Please don't hesitate to caq ifyou have any questions about this proposal or would like to sec additional examples. Robyn Linwen Creative director 2126 Jefferson Ave.St.Paul,ht\55105 .651-690-0773•651-690-4.399 fax EXHIBIT "A" WORK MADE FOR HIRE AGREEMENT WITH DESIGNWRITE STUDIOS, INC. This Agreement is made on the- Vday of the month of CI , 2015, by and between DESIGNWRITE STUDIOS, INC. and any of its authors d/or as ists (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 for Monthly Newsletter `Newsflash' from DesignWrite Studios, Inc." and encompasses the subject matter contracted for thereunder. AUTHOR/ARTIST AND CITY HEREBY AGREE THAT: 1. Title and Copyright Assignment (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. (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, photographs, drawings or other visual reproductions or the Work, in any medium, for City's purposes. (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. 00290528/ss2 G PAP 2. Delivery 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. 3. 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. 4. Author/Artist'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. 5. Consideration 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. 6. Revisions Author/Artist shall, at the request of City, revise the Work at one year intervals during the term of the referenced simultaneous agreement. 2 7. Term and Termination (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 hereof and the referenced simultaneous agreement, the parties may agree to renew those agreements for additional terms, only as allowed by the terms of the referenced simultaneous agreement, upon the same terms and conditions as set forth. 8. Options/Contracts with Third Parties 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. 9. Amendments 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. 10. Construction, Binding Effect, Venue, and Assignment This agreement shall be construed and interpreted according to the laws of the State of Texas and be binding upon the parties, their heirs, successors, assigns, and personal representatives; venue shall lie exclusively in Williamson County, Texas; and references to Author/Artist and City shall include their heirs, successors, assigns, and personal representatives. [Signatures appear on the following page.] 3 IN WITNESS WHEREOF, the parties have duly executed this agreement as of the date indicated below. CITY OF ROUND ROCK, TEXAS FOR CITY,ATTEST: By: By: Sara L. White, City Clerk Date: FOR CITY,APPROVED AST ORM: By: Stephan Leets, City Attorney DESIGNWRITE STUDIOS, INC. By: Printed Name: obyn L. Lingen Title: Creative Director/Owner .,Date: June 16, 2015 Digitally signed by Robyn Mathews-Lingen DN:cn=Robyn Mathews-Lingen, Robyn o=Designwrite Studios,ou=Sole Proprietor, Mathews-Lingen email=robyn@designwritestudios.com, c=US Date:2015.06.1611:47:40-06'00' 4 City of Round Rock J/ ROUND�ROCK XAS Agenda Item Summary Agenda Number: Title: Consider executing an agreement for Purchase of Graphic Design Services for Monthly Newsletter"Newsflash" from Designwrite Studios and an accompanying Work Made for Hire agreement. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 7/24/2015 Dept Director: Will Hampton Cost: Indexes: Attachments: LAF_CM-2015-840.pdf, Designwrite Agreement.pdf Department: Administration Text of Legislative File CM-2015-840 Consider executing an agreement for Purchase of Graphic Design Services for Monthly Newsletter "Newsflash"from Designwrite Studios and an accompanying Work Made for Hire agreement. The agreement is for the graphic design of the monthly newsletter"Newsflash"which is included in all of the utility bills. This is the third renewal for an additional 5-year agreement with Designwrite Studios.The annual costs have remained the same for each renewal. Staff recommends approval. City of Round Rock Page 1 Printed on 7/23/2015 CITY OF ROUND ROCK CONTRACT MANAGEMENT SECTION CONTRACT APPROVAL FORM FOR CITY MANAGER ACTION Required for Submission of Specific City Manager Items Department Name: Administration Project Name: Graphic Design Services Project Mgr/Resource: Will Hampton Contractor/Vendor: Designwrite Studios, Inc. x7city Manager Approval CMA Wording Consider executing an agreement for Purchase of Graphic Design Services for Monthly Newsletter"Newsflash"from Designwrite Studios,and an accompanying Work Made for Hire agreement. Approval XREmployee E.E. (Ric) Bowden � te_lUce 16, 2015 Notes/Comments