Description: 'Central Ohio River Pride' bill inserts



Description: "Central Ohio River Pride" bill inserts. 8.5" by 11" exact size, standard letter folded to ~ 8.5" by 3.67" size.

Paper: White, 50 lb. text, uncoated, with at least 30% post consumer recycled content. The apparent low bidder must provide paper manufacturer's sample book and several sheets (at least a dozen) of the paper quoted prior to job being awarded.

Printing: on both sides using commercial offset printing process (not digital). All printing to be exact quantity pricing, no overruns or underruns.

Ink: Four color process, no bleeds.

Artwork: to be provided on PageMaker 7.0 file (PC/IBM platform) or pdf, with photos and graphics placed in via E-mail or disk. Some preproduction adjustments may be necessary. Pickup laserset artwork (or request E-mail file) from Laura Mohr, Department of Public Utilities, 910 Dublin Rd, Room 4124, Columbus, OH 43215, 645-2123.

Proof: required 3 working days from pickup/receipt of artwork.

Finished product weight: Actual weight of an individual insert shall not exceed .16 ounce; consistency of paper weight is critical. Inserts must be manufactured and packaged to permit consistent non-stop operation of the Mailstar 400 System, supporting production throughput of 6,000 completed water bill envelopes per hour. The Information Services Division may reject any production shipments that fail to support its production throughput requirements due to inadequate quality in the manufacturing or packaging process.

Packaging: Stacks must be stored flat and snugly fit into heavy corrugated cardboard boxes of proper dimensions. Individual stacks are not to exceed 4.5" in height. Inserts in each stack must face the same direction and the edges of each insert and each stack must be smooth with no size variations either within the stack or from one stack to the next. Each stack must be tightly shrink-wrapped with chipboard protectors equal in size to the inserts, on the top and bottom of each stack. Multiple stacks shall not be shrink-wrapped together. The purpose of this packaging is to prevent shifting and curling of inserts during extended storage. Each carton is to be labeled with the insert name, carton quantity and sequential carton number within the manufacturing run. Cartons are to be delivered on standard 36" skids.

Deliver finished product by Thursday, April 10, 2008 by split delivery to:

1) 130,000 to City of Columbus, Information Services Division, Attention: Lee Brooks, 90 W. Broad Street, Basement of City Hall, Room B36, Columbus, OH 43215. Inside delivery is required. Please call 645-5742 before delivering. City Hall may only be able to receive a partial shipment due to limited storage capacity, so it is possible that an alternate delivery location will be required. If City Hall cannot receive a full shipment, vendor will be asked to take remaining stock to Fireproof Warehouse (4001 Gantz Road, Grove City, OH 43123).

2) 3,000 to the City of Columbus, Department of Public Utilities, 910 Dublin Rd, Room 4124, Columbus, OH 43215.

Quote must include delivery. Columbus Department of Public Utilities will not pay freight or delivery charges.

DUE DATES: All bids must be received by 5:00 pm, February 22, 2008. Bids are collected on-line through Purchasing Division's Vendor Services web site. Please note: At least three relevant printed samples of similar jobs must be mailed or delivered by bid deadline to: Department of Public Utilities, Communications Office, Room 4124, 910 Dublin Road, Columbus, OH 43215.

ARTWORK DUE DATE: Will be available for pick up by Friday, March 7, 2008. See above for other details.

PROOF DUE DATES: Required 3 working days from pickup/receipt of artwork. PDF files may be provided to initiate the proofing process; however, a final color proof (production) will be required and an on-site pre-press visit by Department of Public Utilities, Communications Office staff may be required.

OTHER REQUIREMENTS: At least three print samples of similar work by the print vendor or subcontractor, if applicable, must be provided by the apparent low bidder prior to an award being made. Additionally, the apparent low bidder must provide the paper manufacturer's sample book and several sheets (at least a dozen) of the paper quoted prior to job being awarded. Send samples to Laura Mohr, 910 Dublin Rd, Room 4124, Columbus, OH 43215.

In the event that any work related to this project is outsourced or subcontracted, each subcontractor must be identified, and three relevant samples of each subcontractor's print work must be included in the bid. The City of Columbus reserves the right to reject a selected subcontractor if the samples are, in the City's discretion, deemed unacceptable.

If awarded, vendor may be required to meet with Communications Office staff at 910 Dublin Road to discuss project details and/or any problems that arise.

For a purchase order to be awarded, vendor must have a valid City of Columbus Contract Compliance number. If a valid city contract compliance number does not exist at the time of bid award, please provide a copy of the application at the time of bid. If vendor does not have a valid contract compliance number secured within seven working days of bid award, the Department of Public Utilities reserves the right to go to the next lowest qualified bidder. For more information about City of Columbus contract compliance, please call (614) 645-4764, 645-8315 or visit (Vendor Services area).

STATEMENT OF SATISFACTION: Work must meet or exceed industry standards for quality using commercial offset printing process (not digital). The City of Columbus reserves the right to reject any finished product that does not meet written specifications contained in this document or that does not, in the city's discretion, meet the required standards for offset printing quality. The City of Columbus may consider vendor in breach of contract and may terminate this agreement if any product is rejected or if a deadline is not met.

When it is in the best interest of the city, the city may terminate this agreement, in whole or in part, by providing written notice to the vendor prior to the effective date of termination. If this agreement is so terminated, the city is liable only for payments required by the terms of this agreement for products received and accepted by the city.

All items supplied are the property of the Department of Public Utilities and must be returned upon completion of the project. Should there be any questions regarding the job specifications, please contact Laura Mohr at 645-2123. For any questions regarding the bid process please contact Sue McQuirt at 645-7079.

APPLICABLE LAW: This agreement shall be governed in accordance with the laws of the State of Ohio. All claims, counterclaims, disputes and other matters in question between the City, its agents and employees, and the Contractor arising out of or relating to this Agreement or its breach will be decided in a court of competent jurisdiction within the County of Franklin, State of Ohio.

INSURANCE: The contractor shall take out and maintain during the life of the contract, such Public Liability (bodily injury and property damage) Insurance as shall protect him from claims from damages for personal injury, including accidental death, as well as from claims for property damages which may arise from operations under the contract, whether such operation be by himself or any subcontractor or by anyone directly or indirectly employed by either of them. Such insurance policy shall include the City of Columbus as named insured. The Contractor shall maintain coverage of the types and in the amounts specified below. Proof of such insurance coverage shall be evidenced by submitting a certificate of insurance. A contractor's "umbrella" type policy with limits specified below may be submitted for the requirement, with the City as names insured.

The amount of such insurance shall be as follows:

Bodily Injury Liability

Each Person.............................$500,000.00

Each Accident..........................$1,000,000.00

Property Damage Liability

Each Person.............................$500,000.00

All Accidents...........................$1,000,000.00

Such insurance shall remain in full force and effect during the life of the contract.

Insurance may not be changed or canceled unless the insured and the City are notified in writing not less than thirty (30) days prior to such change or cancellation. If any part of the contract is sublet, the Contractor is responsible for the part sublet being adequately covered by insurance hereinabove described.

Lessor assumes all risk of loss and damage to the equipment provided unless loss or damage at the time the operator and equipment are being operated for the purpose designated by the City and such loss or damage is caused by an act of the City or its employee which constitutes gross negligence or wanton misconduct.

WITHHOLDING OF CITY INCOME TAX: And pursuant to Section 361.34 Columbus City Codes, 1959: "Said Contractor hereby further agrees to withhold all city income tax assessment due or payable under the provisions of Charter 361, Columbus City Codes for wages, salaries and commissions paid to its employees and further agrees that any of its subcontractors shall be required to agree to withhold any such city income tax assessments due under said chapters for services performed under this Contract."

WORKER'S COMPENSATION INSURANCE: The contractor shall take out and maintain during the life of this contract, adequate worker's compensation insurance for all his employees employed at the site of the project and, in case any work is sublet, the Contractor shall require the subcontractor similarly to provide worker's compensation insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. The Contractor shall furnish three (3) copies of the worker's compensation certificate showing that the Contractor has paid his industrial insurance premium.

DELINQUENT PERSONAL PROPERTY TAX: All bidders are charged with notice of Section 5719.042 of the Ohio Revised Code and agree that if this contract is awarded to them, the successful bidder, prior to the time the contract is entered into, will submit to the City the notarized affidavit required by said section of the Ohio Revised Code. Said notarized affidavit, when filed with City Auditor, is thereby incorporated into and made a part of this contract and no payment shall be made with respect to this contract unless such statement has been so incorporated as a part thereof.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download