Loading...
HomeMy WebLinkAbout277936 HAGEMEYER - CONTRACT - BID - 7110 FLAME RETARDANT CLOTHING FRSERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Hagemeyer North America, Inc., hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of two (2) pages and incorporated herein by this reference. 2. Contract Period. This Agreement shall commence April 1, 2010, and shall continue in full force and effect until March 31, 2011, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 3. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 4. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of Rev7/2009 Exhibit B Pricing Year One (As Bid) Add Your Total Cost .. Carhartt Product Descri tion• ' ... Carhartt Style# _ Sizes. Cost/Unit % Markup to the,CiN Lead timer SHIRTS "Includes cost of one -color Silkscreened Loi jo + = initial 10-15 days Flame -Resistant Long -Sleeve Henley FRK293DNY S - 2XL $45.78 15.942 $53.08 ARo 10-15 days FRK293DNY-Big3XL - 4XL $50.93 15.942 $59.05 ARo 10-15 days FRK293DNY-Tall M - 3XL $56.08 15.942 $65.02 ARo 10-15 days FRK293LGY S - 2XL $45.78 15.942 $53.08 ARo 10-15 days FRK293LGY-Big3XL - 4XL $50.93 15.942 $59.05 ARo 10-15 days FRK293LGY-Tall M - 3XL $56.08 15.942 $65.02 ARo 10-15 days Flame -Resistant Long -Sleeve T-Shirt FRK294DNY S - 2XL $45.78 15.942 $53.08 ARo 10-15 days FRK294DNY-Big3XL - 4XL $50.93 15.942 $59.04 ARo 10-15 days FRK294DNY-Tall M - 3XL $56.08 15.942 $65.02 ARo 10-15 days FRK294LGY S - 2XL $45.78 15.942 $53.08 ARo 10-15 days FRK294LGY-Big3XL - 4XL $50.93 15.942 $59.05 ARo 10-15 days FRK294LGY-Tall M - 3XL $56.08 15.942 $65.02 ARo 10-15 days Flame -Resistant Long -Sleeve Mock Turtleneck FRK295DNY S - 2XL $45.78 15.942 $53.08 ARo 10-15 days FRK295DNY-Big3XL - 4XL $50.93 15.942 $59.05 ARo 10-15 days FRK295DNY-Tall M - 3XL $56.08 15.942 $65.02 ARo 10-15 days FRK295LGY S - 2XL $45.78 15.942 $53.08 ARo 10-15 days FRK295LGY-Big3XL - 4XL $50.93 15.942 $59.05 ARo 10-15 days FRK295LGY-Tall M - 3XL $56.08 15.942 $65.02 ARo 10-15 days Flame -Resistant Zi -Front Hooded Sweatshirt FRK296DNY S - 2XL $99.85 15.942 $115.77 ARo 10-15 days FRK296DNY-Big 3XL - 4XL $110.15 15.942 $127.71 ARo 10-15 days FRK296DNY-Tall M - 3XL $120.45 15.942 $139.65 ARo SUPPLEMENTAL INSTRUCTIONS Prices quoted must remain firm for Year One of the resulting Contract. Freight terms: F.O.B. destination freight prepaid. All freight charges must be included in pricing submitted on proposal and not entered as separate pricing. The City reserves the right to accept or reject any and all Bids; and to award in the best interests of the City. Vendor's Statement: I have read and understand the specifications and requirements for this bid and I agree to comply with such specifications and requirements. I further agree that the method of award is acceptable to my company. I also agree to complete a signed contract with the City of Fort Collins within 30 days of notice of award. FIRM NAME: Haaemever North America, Inc. ADDRESS: 1460 Tobias Gads on Blvd. EMAIL ADDRESS: Pmc c lure @hagemeyerna. com PHONE: (843) 745-2145 BIDDER'S NAME: at McClure - SVP Integrated Sup ly SIGNATURE: SERVICE ISSUES CONTACT: Debbie Sanchez i TELEPHONE: 928-768-402''1 FAX: 803-753-692 EMAIL: dsanchez@hagemeyerna. CELL #: EMERGENCY: 888-745-648 BACKUP: Chris Rieber 970-213-0502 BILLING ISSUES CONTACT: Debbie Sanchez TELEPHONE: 928-768-4024 FAX: 803-753-6920 EMAIL: dsanchez@haaemeverna.com CELL #: EMERGENCY: 888-745-6486 BACKUP: Chris Rieber 970-213-0502 termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Copy to: Service Provider: City of Fort Collins City of Fort Collins Hagemeyer North America, Attn: Purchasing Attn: DeEtta Carr, Utilities Inc. PO Box 580 Purchasing Coordinator Attn: Contracts Fort Collins, CO 80522 PO Box 580 1460 Tobias Gadson Blvd. Fort Collins, CO 80522 Charleston, SC 29407 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 5. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, per the attached Exhibit "B", consisting of three (3) pages, and incorporated herein by this reference. 6. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 7. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 8. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an Rev7/2009 2 agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 10. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. C. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 11. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 12. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period often (10) days within which to cure said default. In the event the default Rev7/2009 3 remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non - defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred because of the default. 13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 14. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 15. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. Rev?/2009 4 CITY OF FORT COLLINS, COLORADO a municipal corporation By: James . O' eill II, CP O, FNIGP Direct r of urchasing and Risk Management Date: Hagemeyer North America, Inc. Scott D. Moore PRINT NAME Vice President, Contracts CORPORATE PRESIDENT OR VICE PRESIDENT Date: 03-31-2010 ATTEST: � 0",—A (Corporate Seal) CORPORATE SECRETARY-- iAvL. Tr2otz,�� Rev?/2009 5 EXHIBIT A SCOPE OF WORK Objective: Service Provider has been selected to provide Carhartt FR apparel for Fort Collins Light & Power Flame Retardant (FR) clothing. The National Fire Protection Association has recently stipulated in NFPA 70E-2009 130.3.13 that arc -rated FR clothing and other personal protective equipment be worn when employees are working with the Arc Flash Protection Boundary. The Occupational Safety and Health Administration (OSHA) has defined the maximum use limit for such clothing to be 11.1 calorie. 2. Ordering Process: The City will submit orders for Carhartt FR apparel to the Service Provider by referencing the appropriate Carhartt Style Number (which includes Color) and Size when submitting the order. A. Annually, for the duration of the Services Agreement, the City will submit a Blanket Purchase Order for the calendar year which will authorize payment for the items ordered from Service Provider within that calendar year. Payment for items ordered will be on a Net 30 Days basis, payable by check from City of Fort Collins Accounts Payable. B. Lead times will be as follows: i. 1-12 days ARO on Pants ii. 10-15 days ARO on Shirts (turnkey with silkscreened or embroidered City Department Logo) C. The City will submit a Stocking Order once a year, usually in the February -March timeframe. Other orders may be placed periodically throughout the year; the City will try to batch those as much as possible to minimize any setup cost for silkscreened or embroidered logos on shirts. The City reserves the right to purchase any single orders outside of this Contract on an as -needed basis. D. For large Stocking Orders, Service Provider will deliver in bulk to the City. Service Provider will provide their personnel to assist City personnel to sort and bag up "kitted orders" by the ordering individual's name, in order to facilitate the distribution of the individual orders to the end -user. 3. Logos: The City will submit samples of camera-ready artwork for any silkscreened or embroidered City logos required for turn -key shirt orders. Service Provider agrees to in turn provide "proof' copies to be signed off by City representative (for form, color, and placement) prior to approving the application of logos to any City orders. 4. Pricing: A. Year One: As Bid, F.O.B. City of Fort Collins Utilities Service Center Warehouse, Fort Collins, Colorado (to include the addition of silkscreened items, as requested by the City). B. Year Two & forward: Service Provider will give a minimum of 30 days written notice of any cost increase by the manufacturer (Carhartt). Typically any cost increases occur around the first of the year; the City acknowledges that Service Provider cannot control the timing of any cost increases from the manufacturer. C. Service Provider's Markup Percentage will stay constant at 15.942% as - bid for the duration of this Contract. i. Pants: 2011 Carhartt Cost x 1.15942 Markup = CFC Price ii. Shirts: (2011 Carhartt Cost + Logo) x 1.15942 Markup = CFC Price D. The City reserves the right to add additional items to our "catalog" on an as -needed basis with the same cost + markup formula as above. Typically this will be done at the annual contract renewal period. 5. Returns: A. Silkscreened or embroidered items are non -returnable, unless there is a manufacturer's defect in the garment. B. In the event manufacturer (Carhartt) sizing is inconsistent, manufacturer (Carhartt) agrees the City can ship these items back to them at no charge, and they will send a new replacement at no charge. C. The City agrees to pay freight back if it is an ordering error on our part on a non-logo'd item, and the City elects to return it. 6. Contacts: A. Service Provider Billing & Service Issues: i. Debbie Sanchez: Phone 928-768-4024 dsanchez(a)hagemeverna.com Fax 803-753-6920 Chris Rieber: Phone 970-213-0502 crieber(a)hagemeverna.com Fax 803-705-8917 B. City Issues: i. DeEtta Carr, Purchasing Phone 970-221-6773 dcarr fcgov.com Fax 970-416-2208 ii. Wayne Sterler, L&P Phone 970-221-6517 wsterler fcgov.com Exhibit B Pricing Year One (As Bid) Ad Your Tofal'Cost Carhartt Product.Descri tion. ; ;: GartiarttS le# >a' Sizes Cost/Unit :%o MarkuP _a fo the CitY Lead.time PANTS + = _ . initial 10-12 days Flame -Resistant Denim Dungaree -7 FRB13DNM 30 - 50 $40.17 15.942 $46.57 ARo 1 10-12 days FRB13DNM-Big52 - 54 $44.29 15.942 $51.35 ARo 10-12 days Flame -Resistant Loose -fit Midwei ht Canvas Jean FRB159DNY 30 - 50 $43.78 15.942 $50.76 ARo 10-12 days FRB159DNY-Bi 52 - 54 $48.41 15.942 $56.13 ARo 10-12 days FRB159GKH 30 - 50 $43.78 15.942 $50.76 ARo 10-12 days FRB159GKH-Big52 - 54 $48.41 15.942 $56.13 ARo 10-12 days Flame -Resistant Relaxed -Fit Denim Jean FRB160DNM 30 - 50 $42.23 15.9421 $48.96 ARo 10-12 days FRB160DNM-Bi 52 - 54 $46.35 15.942 $53.74 ARo 10-12 days Flame -Resistant Duckwork Dungaree FRB229BRN 30 - 50 $43.26 15.942 $50.16 ARo 10-12 days FRB229BRN-Big52 - 54 $47.38 15.942 $54.93 ARo 10-12 days FRB229DNY 30 - 50 $43.26 15.942 $50.16 ARo 10-12 days FRB229DNY-Big52 - 54 $47.38 15.942 $54.93 ARo 10-12 days Flame -resistant Canvas Caro Pant FRB240 30 - 50 $47.38 15.942 $54.93 ARo 10-12 days FRB240-Bi 52 - 54 $51.50 15.942 $59.71 ARo 10-12 days Flame -resistant Relaxed fit Li htwei ht Jean FRB100DNM 30 - 50 $35.02 15.942 $40.60 ARo 10-12 days FRB100DNM-Bi 52 - 54 $39.14 15.942 $45.38 ARo 10-12 days Flame -resistant Twill Work Pant FRB002 30 - 50 $38.11 15.942 $44.19 ARo 10-12 days FRB002-Bi 52 - 54 $42.23 15.942 $48.96 ARo Exhibit B Pricing Year One (As Bid) ICarhartt Add Your TotaPCost Carhartt Product Description Style# ;' Sizes Cost/Unif ` % Markup_ to the City Lead time SHIRTS * Includes cost of three -color Embroidered Lo o + = initial 10-15 days Flame -Resistant Long -Sleeve Henley FRK293DNY S - 2XL $46.78 15.942 $54.23 ARo 10-15 days FRK293DNY-Big3XL - 4XL $51.93 15.942 $60.20 ARo 10-15 days FRK293DNY-Tall M - 3XL $57.08 15.942 $66.17 ARo 10-15 days FRK293LGY S - 2XL $46.78 15.942 $54.23 ARo 10-15 days FRK293LGY-Big3XL - 4XL $51.93 15.942 $60.20 ARo 10-15 days FRK293LGY-Tall M - 3XL $57.08 15.942 $66.17 ARo 10-15 days Flame -Resistant Long -Sleeve T-Shirt FRK294DNY S - 2XL $46.78 15.942 $54.23 ARo 10.15 days FRK294DNY-Big3XL - 4XL $51.93 15.942 $60.20 ARo 10-15 days FRK294DNY-Tall M - 3XL $57.08 15.942 $66.17 ARo 10-15 days FRK294LGY S - 2XL $46.78 15.9421 $54.23 ARo 10.15 days FRK294LGY-Big3XL - 4XL $51.93 15.942 $60.20 ARo 10-15 days FRK294LGY-Tall M - 3XL $57.08 15.942 $66.17 ARo 10-15 days Flame -Resistant Long -Sleeve Mock Turtleneck FRK295DNY S - 2XL $46.78 15.942 $54.23 ARo 10-15 days FRK295DNY-Big3XL - 4XL $51.93 15.942 $60.20 ARo 10-15 days FRK295DNY-Tall M - 3XL $57.08 15.942 $66.17 ARo 10-15 days FRK295LGY S - 2XL $46.78 15.942 $54.23 ARo 10-15 days FRK295LGY-Big3XL - 4XL $51.93 15.942 $60.20 ARo 10-15 days FRK295LGY-Tall M - 3XL $57.08 15.942 $66.17 ARo 10.15 days Flame -Resistant Zi -Front Hooded Sweatshirt FRK296DNY S - 2XL $100.85 15.942 $116.93 ARo 10-15 days FRK296DNY-Big3XL - 4XL $111.15 15.942 $128.87 ARo 10-15 days FRK296DNY-Tall M - 3XL $121.45 15.942 $140.81 ARo