Loading...
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