Loading...
HomeMy WebLinkAboutAgenda Report - October 6, 1993 (89)CITY OF LODI 1 COUNCIL COMMUNICATION AGENDA TITLE: Participation in San Joaquin County Contract for Purchase of Office Supplies MEETING DATE: October 6, 1993 PREPARED BY: Finance Director RECOMMENDED ACTION: That the City Council adopt the attached resolution authorizing the City of Lodi to purchase office sup- plies under the terms of the contract between San Joaquin County and Eastman, Inc. BACKGROUND INFORMATION: In April, 1993, the San Joaquin County Department of General Services, Purchasing Division, solicited bids to furnish and deliver office supplies to seven public agencies in the San Joaquin/Stanislaus County region. Bids were opened on April 21, 1993, with the following results: Eastman, Inc., Stockton E 876,755.76 Boise Cascade, Sacramento $ 999,932.05 Lindsay's Business Systems, Newcastle $1,108,691.46 Mitchell Snow, Inc., San Mateo $1,119,231.80 Schwabacher Frey, Sacramento $1,147,236.13 Due to the volume generated by the combined requirements of the seven agen- cies, the contract pricing provides substantial savings compared to prices obtained through individual -jency bids. Moreover, Eastman provides electron4c data interchange capability through a computer -dialed 800 number: orders ...iced via computer by 5:00 are delivered next day, and product price and availability can be checked electronically, all of which provides significant time savings for staff. The annual savings for the City under this buying agreement is estimated to be approximately $5,000. FUNDING: None required to participate in the contract. ,07x—on ynn, fnanc fret Prepared by Joel Harris, Purchasing Officer APPROVE : ! too THOMAS A. PETERSON recycled Doper City Manager CC -1 AW SAN JOAQUIN COUNTY ssssssssssssssss#s#s##ssssssss#s#####ssss*ssss#*ssssss***#**s**s#sss#ss#ssssss CONTRACT #: TA4-0620031 COMMODITY: Office Supply CONTRACTOR: Eastman Inc. EFFECTIVE DATE: 7-1-93 to 6-30-94 sssssssss*lsssssssssssssssss##sss###!s#ss#ss##!#s####*#::sssss#*ssss#ss##ssss BID #. 5040 PREVIOUS CONTRACT #: TA3-067005R DEPARTMENT: Various SALES/USE TAX: Plus sssssssss#*sss*ssss#s*s#s##sssss*##fs#x#sss#s#s#sssss##*s***sss##sssssssss*sss TERMS: Net 30 Days DELIVERY: As Required (delivered 2 days ARO) FOB POINT: Destination/Full Freight Allowed MIN. ORDER: None PRICING: Firm through 6-30-94 VENUM: EA1690490 COMMOD. CODE: 61500 CONTACT PERSON: Bill Molen Sales Representative PHONE NUMBER: 209-473-4281 FAX NUMBER: 209-473-8931 ADDRESS: 7711 Murray, Stockton, California 95211 J AGREEMENT FOR SERVICE Office Supplies MIS AGREEMENT is made and entered into on this 1st day of July , 1993, by and between the COUNTY OF SAN JOAQUIN, a political subdivision of the State of California, hereinafter referred to as "COUNTY" and EASTMAN, INC., a Corporation doing business hi California, hereinafter referred to as "CONTRACTOR". WITNESSETI I: WHEREAS, COUNTY has need for office supplies; and WHEREAS, the CONTRACTOR is able to supply such products; NOW TIiEREFORE, the parties mutually agree as follows: 1. SCOPE OF SERVICE: INCLUSION OF OTHER PUBLIC; AGLNCIFS AND ENTITIES: The CONTRACTOR shall provide the COUNTY with COUNTY's office supply requirements on an "as needed" basis, in accordance with the Request for Bid NO. 5040, and CONTRACTOR's response thereto, both of which are hereby incorporated by this reference as part of this Agreement. The public agencies and entities listed in Exhibit 1, attached hereto and made a part of this Agreement by reference, shalt be entitled to purchase office supplies from CONTRACTOR under the same terms and conditions set out for COUNTY. Additional public agencies and entities may be added to Exhibit 1 upon the mutual written agreement of COUNTY, CONTRACTOR and the agency or entity. Such participating agencies or entities shall make purchases in ti-eir own names, make payment directly to bidder and be liable directly to CUN'TRAC'1'UR, boldine the COUN'T'Y harmless. Such participating agencies and entities shall not have in force any other : entent for like purchases, nor shall it we under consideration for award any other bids or quotations for like putchases. 2. TERM OF AGREEMENT: This Agreement shall commence on July 1, 1993, and shall terminate on June 30, 1994, subject to the COUNI'Y's availability of funds. Tile COUNTY may elect to extend this Agreement for four (4) additional one (1) year terms under the same terms and conditions set out herein. COUNTY shall communicate its intent to exercise lire option to extend lire Agreement for an additional tern no later than thirty (30) days prior to the end of the current term. 3. COMPENSATION: COUNTY shall compensate CONTRACTOR for those products requested and accepted by COUNTY. Paymenis will be in lite amounis set out in CONTRACTOR's Schedule A and B of Bid No. 5040, payable in arrears against invoices as submitted to and received by COUNTY. Pric•--s quoted by CONTRACTOR in Bid No. 5040 shall be firm throughout the term of this Agreement. Provided however, CONTRACTOR may request that an adjustment be made to the piie.z! quotes for products to be effective for the next term of the Agreement if the proposed adjustment is submitted to the COUNTY in writing at least sixty (60) days prior to We expiration of the then current term. CONTRACTOR will make a volume discount reimbursement payment to COUNTY within thirty (30) calendar days after tine close of each calendar qumler for the first year of (lie Agreement. The reimbursement payment shalt be in an amount which is calculated from the dollar amount of purchases from CON'TRACI'OR by COUNTY. Reimbursement shall be in the amount of 10% of the purchase price paid by COUNTY for those products which are identified in Schedule "A" of Bid NO. 5040. CONTRACTOR will also reimburse COUNTY 3% of the price paid by COUNTY for the purchase of ;ill catalog- l and inventoried products outside of schedule 'A". In the event that during any quarter of the annual term, COUNTY withholds 2 mare than 5 % of the total at----itit due to CONTRAC`T'OR for more 11 '60 days, the COUN'T'Y shall not be eligible for the n_abursetnent for the current term of the ngreement. The -miume discount reimbursement payment shall be made available to the public entities and agencies which are fisted in the Request for Bid No. 5040 and subject to the conditions set out in this Clause. The CONTRACTOR shalt provide COUNTY with a quarterly report which sets out the dollar amount which was expended by the COUNTY and by each public agency and which qualified for a reimbursement payment to the COUNTY. Ilie basis for this calculation: is the individual monthly statement from the Contractor for tach participating agency. Furniture _ purchases will not be calculated into tie reimbursement figures. The COUNTY will receive the quarterly reimbursement either by a check or credit. COUNTY shall make the distribution to the public agencies and entities based upon the quarterly report. No less than sixty (60) days prior to the end of the first ymir of dais Agre mient, or any extension thereto, CONTRACTOR shall make a written proposal to COUNTY as to the terms ar•1 conditions for volume discount reimbursement for the succeeding term. to the event that C014TRACTOR does not provide a timely proposal, such reimbursement payments shall be considered to have expired and inapplicable to the succeeding term. 4. TRICE CIIANGE; The CONTRACTOR shall furnish COUNTY with new discounted net price lists to justify changes in [lie prices no niore frequently than quarterly. Tire COUNTY reserves the right to require the CONTRAC"I'OR to supply vendor invoices to substantiate such price changes. 5. NQN-STOCK rl'LMS: Contractor shall furnish the COUNTY with quarterly reports of those items the CONTRACTOR supplied which were noti-stot.;: items in CONTRACTOR's warehouse. The CONTRACTOR shalt be required to stock those item which appear on successive reports and which the COUNTY designates as a critical stock requirement. 3 6. C MPLIANCL• RE IREDIL' '1' •The COWRACI'^rt shalt keep infortned of and observe all prevailing 1 ,ral and State laws, rules and regul..d. . pui.,::ant thereto whicii in any way relate to the services and products provided by CONTRACTOR under this Agreement. CONTRACTOR represents that it has complied with the provisiuns of the California Unfair Trade Practices Act in making bids, quotations, and setting prices fur this Agreement. Contractor represents that it will not be in violation of chat Act or any other requirement of Federal, State, or local law or regulation by providing the product, and/or service for the price set out on this Agreemert. Contractor shall save harmless, defend and indemnify the County and its officers, agents and employees against any liability or claim arising from or based upon CONTRACTOR's acts or failures to act under this Agreement or CONTRACTOR's violation of any law, ordinance, regulation, order or decree, whether by himself, his agent, or employee. ?. QRDERS Orders sliall be placed by the various COUNTY, or agency or entity Departments, as set out in the *Specifications' portion of the Request for Bid No. 5040. Orders will be written on an order form furnished by the CONTRACTOR as items are needed. 8. DELIVERY, Deliveries of ordered products shall be made within two (Z) days after the order is received by CONTRACTOR. All supplies sitall be pack-ged and marked for specific ordering departments of COUNTY or the public agencies or entities listed in Exhibit 1. Delivery of the products shalt be F.O.B. Destination and Full Freight Allowed directly to [lie location of Qie ordering department. The COUNTY and agencies and entities of Exhibit 1 reserve the right to add or delete delivery prihils, as dictated by their business requirements. 9. tivl �CTIQN OF DELIVERY_ Materials must meet specifications. Ordering Departments will notify the CONTRACTOR within thirty (30) days after receipt of any 4 incorrectly ordered, delivered or defective material. The CON'T'RACTOR will provide the Department with a return aorization. Contractor's driver will k up the products to be returned within ten (10) working days from notification, at vendors expense, or the products may be disposed of or destroyed by the Department. The COUNTY and the agencies and entities fisted on Exhibit 1 will not be responsible, nor pay for, rejected, defective, or returned products No service charges or restocking charges shall be levied for the return of products. Except however, a service charge or restock charge may be levied for the return of specialty items or custom ordered items which were identified by CONTRACTOR to the ordering Department at the time of receipt of the order, and where the returned item is rot readily retnarketable in the COUNTY's opinion or where the CONTRACTOR furnishes proof of restocking or service changes from the manufacturer. In the case of a return with a restocking charge which amounts to the full CONTRACTOR's invoice price, the item will be redelivered to the Department at no additional charge. 10. LNVOICING: Invoicing shall be provided by CONTRACTOR, in duplicate, showing the fund, Department, date, budget unit number, vendor number or ordering Department and itemizing the units ordered with unit price: and extended amounts. The total price shall include applicable taxes. 11. T:RMINATION OF AGREEMENT FOR CAUSE: If CONTRACTOR fails to perform CONTAACTOR's duties to the satisfaction of lite COUNTY, or if CONTRACTOR fails to fulfill in a timely and professional manner CONTRACTOR's obligations und�:r this Agreement, or if CONI'RACI'OR shall vio!..Le any of the terms or provisions of this Agreement, then COUNTY shall have the right to terminate this Agreement effective immediately upon the COUNT`_' giving written netice thereof to the CONTRACTOR. In addition, either party may terminate this Agreement upon thirty (30) days written notice to the other party. Terminati in shall have no effect upon the rights and obligations of the parties arising out M of any transaction occurring prior to the effective date of such termination. CONI•RACI'OR shall be paid for all work s: actorily completed prior to the effecti iate of such termination. 12. AUDIT: The COUNTY reserves the right to audit the records of CONTRACTOR related to this Agreement at reasonable tithes during normal hours to determine compliance by CONTRACTOR of its obligations under this Agreement. 13. EQUAL E114PLOYMENT OPPORTUNITY: During die performance of this Agreeintat, .he CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment because of race, color, age, religion, sex, national origin, handicap, or veteran status. 14. DRUG IREE WORKPL • During the performance of this Agreement, the CONTRACTOR agrees that it will provide a drug free workpiace, in accordance to the Government Code for Drug Free Workplace Act. 15. ENTIRE AGREEMENT AND MODIFICATION: This Agreement st�persedes all previous Agreements and constitutes the entire understanding of the parties hereto. CONTRACTOR shall be entitled to no other benefits than those specified herein. No changes, amendments or alterations shall be effective unless in writing and signed by both parties. 16. . All notices required to be given under this Agreement shall be in writing. Such notices shall be as indicated as follows: FOR THE CON'T'RACTOR: TOR THE COUNTY: Eastman Inc. 7711 111urrny Stocklon, CA 95211 Purchnsing Departrueut 222 E. Weber Ave. #675 Stockton, CA 95202 IN WITNE E S tiYEE EOF, County and Contractor have executed this 6 rtgreement on the day anti year fust hereinabove set forth. FASTIVMAN INC. 7711 MURRY STOC:CrON, CA 95211 C CY 4O M Contractor COUNTY OF SAN JOAQUIN, a political subdivision of the State of California B0R. ., cha 7 City Agencies City of Lodi City of Manteca City of Modesto City of Stockton City of Yuba County Agencies San Joaquin County Stanisiaus County EXHIMILLI MultiTax Supported Agencies 8 r RESOLUTION NO. 93 -12r ­ A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING PARTICIPATION IN SAN JOAQUIN COUNTY CONTRACT FOR THE PURCHASE OF OFFICE SUPPLIES WHEREAS, pursuant to Lodi Municipal Code Section 3.20.040, the Purchasing Officer, with the approval of the City Council, may authorize in writing any agency to purchase or contract for specified supplies, services and equipment independently of the Purchasing Department so long as such purchases are made in conformity with established purchasing procedures as set forth in the Lodi Municipal Code, and periodic reports are required of and provided by the agency on said purchases made under such written authorization; NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby authorizes the City of Lodi to purchase office supplies under the terms of the contract between the County of San Joaquin and Eastman, Inc., which firm was the low bidder in the April 21, 1993 bid opening by the San Joaquin County Department of General Services, Purchasing Divisio,, to furnish and deliver office supplies to seven public agencies in the San Joaquin/Stanislaus County region. Dated: October 6, 1993 i I hereby certify that Resolution No. 93-128 was passed and adopted by the Lodi City Council in a regular meeting held October 6, 1993 by the following vote: Ayes: Council Members - Davenport, Mann, Sieglock, Snider, and Pennino (Mayor) Noes: Council Members - None Absent: Council Members - None r r C�fer /�, Fe���,LL(/j�, in City Clefk 93-128 RES93128/TXTA-02J