Loading...
HomeMy WebLinkAbout1999-04-13; City Council; 15132; Processing & Cataloging Value Added Servicesa zi % % . . p 2 d Y E AB# /x 1302 MTG. 4/l 3199 DEPT. LIB F - CITY OF CARLSBAD - AGEIWA BILL h3Y5 (g I 1 TITLE- ikiNG A RESOLUTION SPECIFYING AND DEPT. HD. APPROVING BAKER & TAYLOR AS THE PROVIDER OF ts CITYATTY. * PROCESSING AND CATALOGING VALUE-ADDED- SERVICES FOR THE CARLSBAD CITY LIBRARY. CITY MGRS RECOMMENDED ACTION: Adopt Resolution No. 94-/J/ specifying and approving Baker & Taylor as the provider of processing and cataloging value-added-services for the Carlsbad City Library. ITEM EXPLANATION: The Carlsbad City Library will be spending $400,000 in capital funds in 1999 and 2000 on materials for the new Main Library and the renovated Cole Library. This money will be in addition to the operating budget for materials. In order to get the materials processed and cataloged in a timely and efficient manner, the Library recommends contracting with Baker & Taylor (B&T) , the Library’s primary materials vendor, to catalog and process these items. These costs are considered by B&T to be Value-Added-Services. For $3.65 per unit, they will include: l mylar jackets attached with tape l spine label attached l barcode label l label protectors l theft detection l collection development support 0 online telecommunications l copy and adaptive cataloging with full CIP upgrade l duplicate checking l storage l strict Dewey number sorting The Carlsbad City Library recommends that B&T provide these value-added-services for several reasons: 1. B&T is the Library’s primary vendor for print materials. All of the Library’s ordering procedures are based on interacting with their procedures. Using any other vendor would require downtime to learn and devise new procedures. Time is of the essence with these orders, as they are in addition to regular orders, and the children’s books, especially, need to be in place for the opening of the new Main Library in late summer 1999. 2. All ordering with B&T is done via an electronic interface with the Library’s online acquisitions module. Adding an electronic interface for another vendor would cost $500 and also would require downtime for training. The Library would prefer to spend this $500 for books. 3. The Library has a long-established relationship with B&T and its customer services representatives. This will be very useful for this important and large- scale buying project. PAGE 2 OF AGENDfi BILL NO. /s, /3> I h FISCAL IMPACT: The approximate total cost of using B&T for this service will be $ 53,550. (The exact amount will depend on the cost of the materials and the amounts purchased from B&T.) This cost will be spread out over 2 years, beginning in January 1999 and ending in December 2000. The approximate cost for 1999 will be $37,150, and the approximate cost for 2000 will be $ 16,400. This money will come from the capital budget for materials. EXHIBITS: 1. Resolution No. 99 -121 approving the contract with Baker and Taylor. 2. Contract for services from Baker and Taylor. 3. Cost details by area and year. I , 1l 1’ 1: 1: 1L 1; c 18 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 99-121 A RESOLUTION OF THE CITY OF CARLSBAD, CALIFORNIA, SPECIFYING AND APPROVING BAKER & TAYLOR AS THE PROVIDER OF CATALOGING AND PROCESSING VALUE-ADDED-SERVICES FOR THE CARLSBAD CITY LIBRARY. WHEREAS, the Carlsbad City Library will spend $400,000 in capital funds on material in 1999 and 2000; and WHEREAS, the Carlsbad City Library wants to have these materials processed and cataloged in a timely and efficient manner; and WHEREAS, Baker & Taylor, the Carlsbad City Library’s primary material vendor, can provide this processing and cataloging for the cost of $3.65 per unit; and WHEREAS, Baker & Taylor is already the library’s major book supplier and the library is tied to this vendor through its current automated acquisition system; and WHEREAS, switching to another vendor would require the purchase of a different electronic interface and significant downtime for staff to train with the new system; and WHEREAS, Baker & Taylor is the best candidate to provide these services for the Carlsbad City Library; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, 1. That the above recitations are true and correct. 2. That the City Council hereby specifies and approves Baker & Taylor as the provider of these cataloging and processing services for the Carlsbad City Library, at a cost of $3.65 per unit, per the conditions in the contract. PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad, California, at a regular meeting held on the 13th day of April , 1999, by the following vote, to wit: AYES: Council Members Lewis NOES: None ABSENT: None (SEAL) ATTEST: ALETHA L. RAUTENKRANZ, City Clerk AGREEMENT EXHIBIT #2 THIS AGREEMENT is made and enrered into as of the 13th day of April , 192, by and beWeen the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”. and Baker & Tavlor. Inc. a Delaware corooration , hereinafter referred to as “B&T” or “Contractor.” RECITALS City requires the set-vices of a orccessino and cataloaino Contractor to provide the necessary processinc xd cataloqina services for preparation cf processed and cataloaed books ; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW. THEREFORE, in consideraticn of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS In accordance with the Carlsbad City Library’s completed “Customer Needs Assessment” and “B&T Marc Specification Booklet”, Baker & Taylor (B&T) will provide the following services: l B&T will provide comprehensive selection material coverage for Opening Day collection and ongoing services based on the City’s defined and documented selection criteria and funding requirements. B&T’s collection development -1 - rev. a/25/98 services will provide selection lists based on these requirements that will include trade, paper, university press, text, technical and reference bindings. l B&T will generate collection development lists to assist the Carlsbad City Library staff in the selection of appropriate titles. l B&T will establish online cataloging connectivity via Telnet access and will keep this connectivity functioning until a date specified by the City but in no event later than September 30, 2000. l B&T will process all materials purchased through B&T to the specifications required by the library. l B&T will store Opening Day Ccllect ion materials (fully insured) until specifiec by the library but in no even later than October 31, 1999. For a cost of 3 3.65 per unit, B&T will provide: Mylar jackets attached with tape (books with dust covers only). spine label attached barcode label label protectors (exposed spine and barcode labels only) theft detection devices (3M) collection development support (includes creation of selection lists as specified in the Library’s requirements). online telecommunications (Telnet access) copy and adaptive cataloging with full CIP upgrade rev. 8/25/98 -2 - l duplicate checking l storage l strict Dewey number sortation (Some items may be slightly out of sequence due to packing considerations.) All Opening Day collection items will be processed and shelved in B&T’s climate- controlled distribution center pending delivery to the City but in no event later than October 31. 1999. Carlsbad City Library’s Technical staff members may review project progress or audit the collection in our facility at any time, provided such review or audit is done on 24 hour notice to B&T, is peticrmed during B&T’s normal business hours. and is performed at the City’s own cost and expense. The work defined by this contract is broken into two parts. An Opening Day collection project for Juvenile materials with a funding level of S90.000 to be completed by September 30, 1999. After the completion of this project B&T will provide ongoing services for Adult and Juvenile materials across the balance of the three year period with a funding level of $310,000. . 2. CITY OBLIGATIONS The City shall purchase books from Baker &b Taylor with the processing done by Baker & Taylor’s Customized Library Services. rev. 8125198 -3 - 3. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be 8 3.65 oer unit . No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. The City will notify B&T in writing that it accepts the project or rejects the project or a portion of the project within 30 days after all Opening Day Coilecticn materials, processed as required herein. have been delivered to the City. The Cry will notify B&T in writing that it accepts the projects or rejects the same within 30 days after the later to occur of the date on which B&T advises the City that (a) online cataloging connectivity is established with Telnet access or (bj all Opening Day Collection materiais. processed as required herein, have been delivered to the City. If the City rejects all or any portion of the project, it will notify B&T in reasonable detail of the basis for such rejecticn. In such event, B&T will have the right exercised within 15 calendar days after receipt of the City’s notice of rejection, to correct the basis for such rejection, or to notify the city that it disputes the City’s basis for such rejection, in which case the parties may agree to submit the dispute to non-binding arbitration, to be conducted pursuant to the rules of the American Arbitration Association, within 30 days thereafter, in the City of Carlsbad. Within 10 days after B&T notified the City that B&T has corrected the basis for the City’s rejection, the City either will notify B&T that it accepts the correction, or rejects the -4- rev. 8125198 ‘!,, same, in which case B&T may submit the matter to arbitration as provided in the preceding sentence. 4. DURATION OF CONTRACT This agreement shall extend for a period of 3 years from date thereof. The contract may be extended by the City Manager and B&T one (1) year periods or parts thereof, based upon a review of for two additional satisfactory performance and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 5. PAYMENT OF FEES Transfer of title is considered to take place when the item is completed and shelved for delivery in B&T’s service center. Invoices will be forwarded to the City at this time. Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 6. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. If the City and B&T agree to the changes, a Standard Amendment to -5 - rev. 8/25/98 - Agreement shall be prepared by the City in the following manner: a letter outlining the required changes will be created by the proposing party and presented to the other party. After agreement on the new specifications, B&T will prepare and submit to the city a statement of estimated changes in charges and/or time schedules. If both parties agree to the changes and new charges and schedules, a Standard Amendment to Agreement shall be prepared by the City and approved by B&T and approved by the City according to the procedures described in Carlsbad Rilunicipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 7. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee wcrking for the Ccntractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission. percentage, brokerage fee! gift, or any other consideration contingent upon or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or? in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. a. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. rev. 8/25/98 -6 - 4 , - 9. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or periorm the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon. has ten (10) working days (“working days” means weekdays, excluding national holidays on which B&T’s offices are closed and weekends). to deliver said documents owned by the City and all work in progress to the City Manaaer . The City Manaqer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract compieted. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. If B&T disputes the City’s assertion that B&T has failed to perform or has defaulted under the Contract, B&T will have the right exercised within five (5) calendar days after receipt of the City’s notice of termination, to notify the City -7 - rev. 8125198 that it disputes the City’s basis for termination, in which case the parties agree to submit the dispute to non-binding arbitration to be conducted pursuant to the rules of the American Arbitration Association, within 30 days thereafter, in the City of Carlsbad. Notwithstanding anything to the contrary in the preceding provisions, either party will have the right to exercise any remedies available to it under the law or at equity. 10. CLAIMS AND LAWSUITS The Contractor agrees that any ccniract claim submitted to the City must be asserted as part of the contract process as set forth in this agreemen: and not in anticipation of litigation or in conjunction l,viih litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraL;d and the Contractor may be subject to criminal prcsecution. The Ccntractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another rev. 8125198 -8 - jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. 65 (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. W (Initial) 11. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Ccntractor’s independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished. but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide ser\/ices under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this -9 - rev. 8125198 \%-I- agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 12. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims. damages. losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any willful misconduct, or negligent act. or omission of the contractor. any subcontractor. anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 13. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 14. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directty employed by Contractor. Nothing contained in this contract shall create -10 - rev. 8125198 - : -. any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 15. PROHIBITED INTEREST No official of the City who is authonzed in such capacity on behalf of the City to negotiate. make, accept, or approve, or take part in negotiating, making. accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No office6 “or employee of the City who is authorized in such capacity and on behalf of the CiQ to exercise any executive. supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part there& 16. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 17. SUCCESSORS OR ASSiGNS Subject to the provisions of Paragraph 17, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. rev. a/25/98 -11 - - 18. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 19. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Ccntractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 20. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may ,arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less than “A-:V’ and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveraqes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: rev. 8125198 -12 - 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 3. Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by th e Labor Code of the State of California and Employer’s Liability limits of 31 ,OOO.OOO per accident for bodily injury. 6. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies ’ excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. rev. 8125198 -13 - 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. rev. 8125198 -14 - \‘\ / 21. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For bQy: CO ~J-~-IWC-TO~ Title bTEcr rclf44aqe Name 5-y CC4~~ Address m- i -$a -C. For Co%ctor: C17;/ Title Name Address All communications, notices and the like required or given pursuant to any provision of this Agreement must be in writing and must be sent by a nationally recognized overnight courier (with provision for payment made by the sender), receipt acknowledged, or by certified mail, return receipt requested and postage prepaid. Any such notice will be deemed to have been received when delivered to the address of the addressee, if sent by courier, or when received, if sent by certified mail. Either party may change its address by notification in writing to the other party, except that any such notification will only become effective upon actual receipt thereof. rev. 8125198 -IS- 22. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 23. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this 24% day of rr\m* ,19q9. CONTRACTOR: c ~~irny~rr rPk. (name of Contractor) By: 7si&Jere) (print name/title) ATTEST: By: (sig’n here) DP FM h s/VP 6’fi-m (print name/ itle) &ztl&g?L 3ls494 ctm L. b&e5 ALETHA L. RAUTENKRANZ City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified -16 - rev. 8125198 - by the secretary or assistant bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney secretary under corporate seal empowering that officer to rev. 8125198 -17- A DESIGNATIQN Pursuant to authority delegated by the Board of Directors of Baker & Taylor, Inc. ("Corporation'@) , we hereby designate the following employees of Baker & Taylor Books listed in the attached Schedule A, as having authority to execute all bids, bid bonds, contracts, performance bonds, and other documents relating to the sales of Baker & Taylor Books in the ordinary course of business. We further designate and appoint the following employees of Baker & Taylor Books, listed in the attached Schedule A, as having authority to serve as attorneys-in-fact to certify, attest, and to affix the seal of the Corporation to any of the aforesaid bids, bid bonds, contracts, performance bonds, and other documents. The foregoing designations are to be effective as of May 8, 1998, and shall continue until modified or revoked. Designations made on May 5, 1997 are hereby revoked. This Designation may be executed in two counterparts, each of which shall be deemed to be an original but both of which together shall constitute one and the same instrument. Baker & Taylor, Inc. By: &&, & $i!k-ti~ C. M.*ichards Chief Executive Officer DATED: Mav 8, 1998 3’ / SCHEDULE A PESIGNATfON --------- Baker & Tavlor Books Effective: May 8, 1998 EXECUTION AUTHORITY ATTORNEYS-IN-FACT Baker & Tavlor Books D. L. Alessi J. W. Bacon J. H. Baldeo P. Cimusz G. L. Dayton R. H. Doran K. M. Faulkner D. P. Finlon P. A. Graham C. J. Gregory J. W. McDaniel W. D. Owensby v. B. Patterson W. Preston G. M. Rautenstrauch C. M. Richards D. Saks L. S. Schuster N. J. Sims P. R. Smith L. A. Studer J. S. Ulsamer M. G. Utasi F. E. Waddell M. A. Wight C. A. Chitwood M. Daly J. I. Goldstein P. A. Hanson T. R. Huisenga EXHIBIT #3 Sheet1 COST DETAILS BY AREA B Adult circulating books average unit total cost total # cost to processing allocation per book of books process gsJ $ 141,000 $ 23 6,150 $ 3.65 $ 22,500 Children’s circulating books $ 90,000 $ 15 6,000 $ 3.65 $ 21,900 Reference books $ 100,000 $ 100 1,000 $ 3.65 $ 3,650 Audio-visual materials $ 69,000 $ 45 1,500 $ 3.65 $ 5,500 TOTAL $ 400,000 14,650 $ 53,550 COST DETAILS BY YEAR 1999 2000 1999 processing 2000 processing e allocation w allocation & Adult circulating books $ 72,000 $ 11,600 $ 69,OOO.OO $ 10,900 Children’s circulating books $ 90,000 $ 21,900 Reference books $ 100,000 $ 3,650 Audio-visual materials $ 69,OOO.OO $ 5,500 TOTAL $ 262,000 $ 37,150 $138,000.00 $ 16,400 Page 1 April 16,1999 BAKER 8, TAYLOR, INC. Attn: Scott Schnster 2709 Water Ridge Parkway Charlotte, NC 20217 AGREEMENT FOk FijZOCESStNG & CATALOGING VALUE-ADDED SERVCES FOR THE CARLSBAD LIBRARY Enclosed for your reference are copies of Carlsbad City Council Agenda Bill No. 15,132, and Resolution No. 99-121 These documents went before the City Council on April 13, 1999, when the Resolution was adopted, approving an agreement with your company. Also enclosed is a copy of the fully executed agreement, whereby your company agrees to be the provider of processing and cataloging value-added-services for the Carlsbad City Library. If you have any questions regarding your contract , please call Mr. Cliff Lange, Director of the Carlsbad City Library, at 434-2874. Kathleen D. Shoup Sr. Office Specialist ’ 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 - (760) 434-2808 @