HomeMy WebLinkAbout29073CONTRACT INFORMATION SHEET
DATE: 1/10/17
Contract No.:
Contract Title:
Contract Perio
Using Agencie
Terms:
Total Contract
Buyer Name:
d:
s:
Amt.:
P-17-003-P
ID Badge Supplies
1/1/17 -10/31/19
Securitl'
Net 45 dal's
$90,000.00
Debbie Scharnick
Requisition No 9701700024
[!]NEW I I RENEWAL
Vendor Number:
Name/Address:
Representative:
Phone No.:
Email:
Org: 8970
Supersedes:
I I ADJUSTMENT
[!] TICKDA TE 10/3 1 /19 I I REFERENCE (RFQ# I RFP#)
DESCRIPTION: Purchase of supplies for County ID Badges
SPECIAL INSTRUCTIONS: DBA Cl Solutions
DISTRIBUTION : Completed By : Date:
DEPARTMENT: _Se_ct_•r.....oity ___ _
REQUISITIONER: Rebecca Casidy
Rev \12 /15
248124
Card Integrators Corp.
I 3625 s f D erpen 1ne r.
Los Alamitos , CA 90720
Mark Cole
{800) 599-7385
Markcccardintegrators .com
Co mpleted By: Date
Card Integrators Corp .
A TIN: Shelley Hasselbrink
3625 Serpentine Dr.
Los Alamitos, CA 90720
C unty of Fresno
INTERN L SERVICES DE PARTMENT
Facility Services F eet Services Graphics
Information Technology Purchasing
Secur'ty Telecommunications
PROCUREMENTAGREEME T
Agreement Number P-17-003-P
December 20, 2016
The County of Fresno (County) hereby contracts with Card Integrators Corp . (Contractor) to provide badge
ID supplies in accordance with the text of this agreement and Attachment "A ', by this reference made a part
hereof.
TERM: This Agreement shall become effective January 1, 2017 and shall r main in effect through October
31, 2019 .
EXTENSION : This Agreement may be extended for two (2) additional one ( ) year periods by the mutual
written consent of all parties .
MINIMUM ORDERS: Unless stated otherwise there shall be no m inimum or er quantity. The County
reserves the right to increase or decrease orders or quantities.
CONTRACTOR'S SERVICES : Contractor shall perform the services as des ribed in Attachment "A"
attached, at the rates set forth in Attachment "A".
ORDERS : Orders will be placed on an as-needed basis by County of Fresno Security Department under this
contract. I
PRICES: Prices shall be firm for the contract period. Any pricing changes w hich may take place during the
life of the contract must be submitted in writing to the County of Fresno Purcr asing Manager and received no
less than thirty (30) days prior to becoming effective.
MAXIMUM : In no event shall services performed and/or fees paid under thi, Agreement be in excess of
Ninety Thousand Dollars ($90 ,000.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional~tems to this Agreement as
deemed necessary. Such additions shall be made in writing and signed by oth parties.
DELIVERY: The F.O .B. Point shall be the destination within the County ofF esno. All orders shall be
delivered complete as specified . All orders placed before Agreement expira]ion shall be honored under the
terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor, the County may procure the artrcles/services from another
source and may recover the loss occasioned thereby from any unpaid balante due the Contractor or by any
other legal means available to the County. The prices paid by County shall ~e considered the prevailing
market price at the time such purchase is made. Inspection of deliveries or 1 ffers for delivery, which do not
meet specifications, will be at the expense of Contractor ..
4525 E. Hamilton Avenue I Fresno, California 93702 -45 9 I (5 5 9) 600 -7 1 10
PR.QCUREMENT AGREEMENT NUMBER: P-17-003-P
Card Integrators Corp.
December 20, 2016
Page 2
INVOICING: An itemized invoice in duplicate shall be mailed to requesting ounty department in
accordance with invoicing instructions included in each order referencing thi Agreement. The Agreement
number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days.
INVOICE TERMS: Net forty five (45) days from the receipt of invoice.
TERMINATION: The County reserves the right to terminate this Agreement pon thirty (30) days written
notice to the Contractor. In the event of such termination, the Contractor sh II be paid for satisfactory
services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rule and regulations whether they
be Federal, State or municipal, which may be applicable to Contractor's busi ess, equipment and personnel
engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreemen associated with the purchased
goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible
condition all books, documents, papers, data files and other records related t its performance under this
contract. Such records shall be complete and available to Fresno County, th State of California, the federal
government or their duly authorized representatives for the purpose of audit, xamination , or copying during
the term of the contract and for a period of at least three years following the ounty's final payment under the
contract or until conclusion of any pending matter (e.g ., litigation or audit), wh chever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under this
Agreement.
Indemnify, save and hold harmless, and at County's request defend the Coun y, its officers, agents and
employees from any and all claims for damage or other liability, including cos~, expenses, causes of action,
claims or judgments resulting out of or in any way connected with Contractor' performance or failure to
perform by Contractor, its agents, officers or employees under this Agreemen
INSURANCE: Without limiting the COUNTY's right to obtain indemnification frp m CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force a ~d effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement (JPA) throughout the term of the Agr~ement:
A Commercial General Liability: Commercial General Liability Insurance wit ~ limits of not less than One
Million Dollars ($1 ,000,000.00) per occurrence and an annual aggregate o~ Two Million Dollars
($2,000,000 .00). This policy shall be issued on a per occurrence basis. Cpunty may require specific
coverage including completed operations, product liability, contractualliabir·ty, Explosion-Collapse-
Underground, fire legal liability or any other liability insurance deemed nee ssary because of the nature
of the contract.
B. Automobile Liability : Comprehensive Automobile Liability Insurance with li~its for bodily injury of not
less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, ive Hundred Thousand
Dollars ($500,000.00) per accident and for property damages of not less th n Fifty Thousand Dollars
($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars
($500,000 .00). Coverage should include owned and non-owned vehicles ~sed in connection with this
Agreement. \
C. Professional Liability: If Contractor employs licensed professional staff, (e .. , Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits f not less than One Million
Dollars ($1,000,000 .00) per occurrence , Three Million Dollars ($3,000,000 . 1 0) annual aggregate .
D. Worker's Compensation: A policy of Worker's Compensation insurance as ay be required by the
California Labor Code .
G:\PUBLIC\CONTRACTS & EXTRACTS\P\P-17-003-P AGREEMENT .C:XX:
PRPCUREMENT AGREEMENT NUMBER: P-17-003-P
Card Integrators Corp.
December 20, 2016
Page3
Contractor shall obtain endorsements to the Commercial General Liability in urance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as dditional insured, but only
insofar as the operations under this Agreement are concerned. Such cover ge for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, main ained by County, its officers,
agents and employees shall be excess only and not contributing with insura ce provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a inimum of thirty (30) days
advance written notice given to County.
Within Thirty (30) days from the date Contractor signs and executes this Agr ement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the fore oing policies, as required
herein, to the County of Fresno, Security, ATTN: Rebecca Cassidy, 222 Tulare Street, Plaza Level,
Fresno, CA 93721, stating that such insurance coverage have been obtain d and are in full force; that the
County of Fresno, its officers, agents and employees will not be responsible or any premiums on the
policies; that such Commercial General Liability insurance names the Count ~ of Fresno, its officers, agents
and employees, individually and collectively, as additional insured, but only i~sofar as the operations under
this Agreement are concerned; that such coverage for additional insured sha ll apply as primary insurance
and any other insurance, or self-insurance, maintained by County, its officers agents and employees, shall
be excess only and not contributing with insurance provided under Contractor 's policies herein; and that this
insurance shall not be cancelled or changed without a minimum of thirty (30) ays advance, written notice
given to County.
In the event Contractor fails to keep in effect at all times insurance coverage r s herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agr ement upon the occurrence of
such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Be t· t, Inc. rating of A FSC VII or
better.
COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to prride maintain and furnish
proof of Comprehensive General Liability Insurance with limits of not less than \ $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obli~ations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint
venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function. However, County
shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations
in accordance with the terms and conditions thereof. Contractor and County s pall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof. \
Because of its status as an independent contractor, Contractor shall have abs ~lutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefit s . In addition, Contractor
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to
others unrelated to the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or
duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between th ~ Contractor and the County
with respect to the subject matter hereof and supersedes all previous negotiati 9 ns, proposals, commitments,
writings, advertisements, publications, Request for Proposals, Bids and understiandings of any nature
G:\PUBLIC\CONTRACfS & EXTRACfS\P\P-17-003-P AGREEMENT.DOC
PR,OCUREMENT AGREEMENT NUMBER: P-17-003-P
Card Integrators Corp.
December 20, 2016
Page4
whatsoever unless expressly included in this Agreement. This Agreement s persedes any and all terms set
forth in Contractor's invoice. This Agreement may be amended only by writt~n addendum signed by both ~:=~~SISTENCIES: In the event of any inconsistency in interpreting the J cuments which constitute this
Agreement, the inconsistency shall be resolved by giving precedence in the l ollowing order of priority: (1) the
text of this Agreement (excluding Attachment "A", and (2) Attachment "A".
GOVERNING LAWS: This Agreement shall be construed, interpreted and emforced under the laws of the
State of California. Venue for any action shall only be in County of Fresno.
Please acknowledge your acceptance by returning all pages of the signed o iginal of this Agreement to my
office, retaining a copy for your files.
Please refer any inquiries in this matter to Debbie Scharnick, Purchasing Technician, at (559) 600-7111 or
dscharnick@co. fresno.ca. us .
FOR THE COUNTY OF FRESNO
Gary E. C rnuelle
Purchasin Manager
4525 East Hamilton Avenue
Fresno, CA 93702-4599
/2 /zt ht.,P Date:
GEC:DS:st
G: \PUBLIC\ CONTRACTS & EXTRACTS\P\P-17 -003-P AGREEMENT. OOC:
P~OCUREMENT AGREEMENT NUMBER: P-17-003-P
Card Integrators Corp.
December 20, 2016
CONTRACTOR TO COMPLETE:
Company: \:...().,.~ 0, ~\e..~ o...\\J\~ ~"9 '' c::___ '\. 'J\J"'~ ~'()'(\')
Type of Entity:
0 Individual
0 Sole Proprietorship
~Corporation
0 Limited Liability Company
0 Limited Liability Partnership
0 General Partnership
PrintName i~. ~
Signature (In Blue Ink): 4
Date
IL
Date
Address City State
Page 5
Zip
(~\..-~6\~-1._\\-\
TELEPHONE NUMBER FAX NUMBER
'\\\ ov\j_ c... CL <:orC>:, "'\-e. ~ V\\\){ ~ • <::~
E-MAIL ADDRESS
ACCOUNTING USE ONLY
ORG No.: 8970
Account No .: 7265
Requisition No.: 9701700024
(09/2015)
G:\PUBLIC\CONTRAOS & EXTRAOS\P\P-17-003-P AGREEMENT.OOC
AITACHMENT '~"
Card Integrators Corporation dba Cl Solutions
G:\PUBLIC\CONTRACTS &EXTRACTS\P\P-17-003 -PAGREEMENT.DOC
t-'-1 f-UU~-1-' A I I AL.;HMI::.N I "A"
. I C I 1 Solutions
Card Integrators Corporation
Imagine More >
GENERAL SERVICES ADMINISTRATION
FEDERAL SUPPLY AND SERVICE
AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST
SCHEDULE 067 -PHOTOGRAPHIC EQUIPMENT -CAMERAS,
PHOTOGRAPHIC PRINTERS AND RELATED SUPPLIES & SERVICES
(DIGITAL AND FILM-BASED)
Card Integrators Corporation
dba Cl Solutions
3625 Serpentine Drive
Los Alamitos, CA 90720
Telephone: 800-599-7385
Fax: 562-493-2714
http://~.cardintegrators.corn
Contract Administrator: Shelley Hasselbrink
Email: shelleyh®cardi ntegrators. com
Federal Supply Schedule Group 67
FSC Class-6720
Authorized Special Item Number -20-316
Contract Number-GS-02F-0147V
Contract Period-7/09/2014 thru 7/08/2019
Small Business
On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option
to create an electronic delivery order are available through GSA Advantage!, a menu -driven database
system. The INTERNET address for GSA Advantage/ is: GSAAdvantage.gov.
1 -I I ~VV'-'-f I 'I I i ''-'1 IIVII.-t .. I I '
1. AWARDED SPECIAL ITEM NUMBER: 20-316, Cameras and Accessories
2. MAXIUMUM ORDER: $150,000 USD
3. MINIMUM ORDER: $100.00 USD
4. GEOGRAPHIC COVERAGE: The Continental United States and the District of Colombia
5. POINTS OF PRODUCTION: Various
6. BASIC DISCOUNT: AU basic discounts are included in the approved pricelist
7. QUANTITY DISCOUNTS: Call/fax for consideration
8. PROMPT PAYMENT TERMS: None, Net 30
9. ACCEPTANCE OF GOVERNMENT PURCHASE CARD UP TO MICRO-PURCHASE THRESHOLD: Yes
10. FOREIGN ITEMS: NONE
11. DELIVERY TIME: Within 3 - 7 days ARO. Overnight and 2nd day delivery is available at the actual
freight charges. Freight charges will vary by weight, zone, and method of shipment. Call for
rates.
12. FOB POINTS: Destination
13. ORDERING ADDRESS:
Card Integrators Corporation
3625 Serpentine Drive
Los Alamitos, CA 90720
TAX ID # 33-0722701
CAGE CODE: 07TCO
14. PAYMENT ADDRESS:
Card Integrators Corporation
3625 Serpentine Drive
Los Alamitos, CA 90720
15. WARRANTY PROVISION: Standard Commerdal Warranty. Contact contractor for a copy of the
warranty. Customers must obtain a return authorization number. No product will be accepted
without prior authorization.
16. EXPORT PACKAGING: Handled per request
17. TERMS AND CONDITIONS OF GOVERNMENT CREDIT CARDS: Accept any above micro-purchase
threshold.
18. PRINTER PARTS THAT DESCRIBE A CORE RETURN REQUIRED: It is the responsibility of the buyer to
return the core to us within 15 days of purchase.
19. INSTALLATION: On-site equipment installation, including configuration of included software and
initial operator training is available within the normal trading areas of Card Integrators. Technical
support, connection to the agency's network and custom programming are not included but may
be available separately, outside of this contract.
20. DUNS#: 836133017
21. Central Contractor Registration: CAGE Code: 07TCO
U:SA eL1brary Contractor 1ntonnat10n Page 1 or 1
.... ,_
GSA
.eLibrary
Federal
Acquisition
service •mw·• 'eSuy • quotes GSA AdvantagE! -online shoppin'!i '": -Search:,_, _____ _,!all the words v m
(Vendors} How to change your company information
-.
Contract#: GS-02F-0147V Socio-Economic : Small business
Contractor: CARD INTEGRATORS CORPORATION EPLS: Contractor not found on
,Address: 3625 SERPENTINE DR ttle Excluded Parties List
LOS ALAMITOS, CA 90720-2440 System
·Phone: 800-599-7385 Govt. Point of Contact :
E-Mail: shelleyh@cardintegrators.com Gregory J Lombardozzi
Phone: 212-264-9438
Web Address: http://www.cardintegrators.com E-Mail: greg.lombardozzi@gsa .gov
DUNS: 836133017
NAICS: 333315 Contract Clauses/Exceptions:
View the specifics for this contract
Contractor
Contract T&CS Contract End
Source Title Number /Pricelist Date Category View Catalog
67 PHOTOGRAPHIC EQUIPMENT -CAMERAS, GS -02F-0147V i1 Jut 8, 2019 20 316 lfJAIJ'•~n!age! PHOTOGRAPHIC PRINTERS AND RELATED SUPPUES &
SERVICES (DIGITAL AND FILM -BASED)
http://www.gsaelibrary.gsa.gov/ElibMain/contractorlnfo.do?contractNumber=GS-02F-Ol ... 12/14/2016