Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2011-72 SUPPLIER AGREEMENT FOR
ATHLETIC SUPPLIES AND EQUIPMENT
THIS AGREEMENT, made and entered into this / /day of ('Le..-r 2011,
A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Flonda
(hereinafter referred to as "CITY "), and SPORT SUPPLY GROUP, 1901 Diplomat Dr.,
Dallas, TX, (hereinafter referred to as "SUPPLIER ").
WHEREAS, SUPPLIER has through the public procurement process entered into an
agreement with Hartford County Public Schools (Texas) for the provision of physical
education supplies and equipment;
WHEREAS, based on SUPPLIER's response, Hartford County Public Schools entered
into a contract dated October 1, 2009, RFP #10 -JLH -001 with SUPPLIER through
September 30, 2014;
WHEREAS, CITY desires to utilize the SUPPLIER's contract with the Hartford County
Public Schools in accordance with CITY's procurement policy; and
WHEREAS, SUPPLIER desires to enter into a contract with CITY based on the terms
and conditions of Hartford Pubic Schools Contract RFP #10 -JLH -001.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I - SCOPE OF WORK
The SUPPLIER shall furnish athletic equipment and supplies as described in Hartford
County Public Schools contract RFP #10 -JLH -001, dated October 1, 2009, which is
attached hereto and incorporated herein as Exhibit "A" and shall do everything required
by this Agreement and the other Agreement Documents contained in the specifications,
which are a part of these Documents. Provided, however, that nothing herein shall
require CITY to purchase or acquire any items or services from SUPPLIER. To the
extent of a conflict between this Agreement and Exhibit "A ", the terms and conditions of
this Agreement shall prevail and govern.
ARTICLE II - THE CONTRACT SUM
CITY shall pay SUPPLIER, for the faithful performance of the Agreement as set forth in
the Agreement documents and the Unit Price Schedule an amount in accordance with the
compensation schedule set forth in Exhibit 'B', attached hereto and incorporated herein.
ARTICLE III — TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties and
shall remain in effect until April 30, 2014, unless terminated as prove e f
herein.
1
2. Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to SUPPLIER, terminate this Agreement if: a) without cause
and for convenience upon thirty (30) days written notice to SUPPLIER b)
SUPPLIER is adjudged to be bankrupt; c) SUPPLIER makes a general
assignment for the benefit of its creditors; d) SUPPLIER fails to comply with
any of the conditions of provisions of this Agreement; or e) SUPPLIER is
expenencing a labor dispute, which threatens to have a substantial, adverse
impact upon performance of this Agreement, without prejudice to any other
right or remedy CITY may have under this Agreement. In the event of such
termination, CITY shall be liable only for the payment of all unpaid charges,
determined in accordance with the provisions of this Agreement, for work,
properly performed and accepted prior to the effective date of termination.
ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK
The SUPPLIER shall provide all items in the timeframe as set forth in the applicable
purchase order.
ARTICLE V - PAYMENTS
In accordance with the provisions fully set forth in the General Conditions, SUPPLIER
shall submit a payment request by the third (3rd) day of each calendar month for items
provided during the preceding calendar month. CITY shall make payment to the
SUPPLIER, within thirty (30) calendar days, on the basis of a duly certified and approved
payment invoice by the CITY for items provided and accepted by the CITY.
ARTICLE VI — DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and SUPPLIER shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The
mediation shall be held in Clermont, Lake County, Florida, unless another
location is mutually agreed upon. Agreements reached in mediation shall be
enforceable as settlement agreements in any court having jurisdiction thereof.
ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The SUPPLIER shall take out and
maintain during the life of this Agreement Worker's Compensation Insurance for all his
1
\c\io
employees connected with the work of this Project and, in case any work is sublet, the
SUPPLIER shall require the subSUPPLIER similarly to provide Worker's Compen t
2
Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the SUPPLIER. Such insurance shall comply with the Florida
Worker's Compensation Law. In case any class of employees engaged in hazardous work
under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the SUPPLIER shall provide adequate insurance, satisfactory to
the CITY, for the protection of employees not otherwise protected.
2. SUPPLIER's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether
such operations are by itself or by anyone directly or indirectly employed by it, and the
amount of such insurance shall be minimum limits as follows:
(a) SUPPLIER's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury & Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY
DAMAGE shall be amended to provide coverage on an occurrence basis.
3. SubSUPPLIER's Public Liability and Property Damage Insurance - The
SUPPLIER shall require each of his subSUPPLIERs to procure and maintain during the
life of this subcontract, insurance of the type specified above or insure the activities of his
subSUPPLIERs in his policy, as specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the SUPPLIER shall
indemnify and hold harmless the CITY and its agents and employees
from and against all claims, damages, losses and expenses, including
but not limited to attorney's fees, arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property (other than the
Work itself) , and (2) is caused in whole or in part by any negligent act
or omission of the SUPPLIER, any subSUPPLIER, anyone directly or
indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by
a party indemnified hereunder. Such obligation shall not be con e
3
to negate, abridge, or otherwise reduce any other nght to obligation of
indemnity which would otherwise exist as to any party or person
described in this Article.
(b) In any and all claims against the CITY or any of its agents or
employees by any employee of the SUPPLIER, any subSUPPLIER,
anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable, the indemnification obligations
under this Paragraph shall not be limited in any way by any limitation
on the amount or type of damages, compensation or benefits payable
by or for the SUPPLIER or any subSUPPLIER under workers' or
workmen's compensation acts, disability benefit acts or other
employee benefit acts.
(c) The SUPPLIER hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the
indemnification provided herein.
ARTICLE VIII - NOTICES
All notices shall be in wnting and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
courier service to the address of the party set forth below. Any such notice shall be
deemed given when received by the party to whom it is intended.
SUPPLIER: Sport Supply Group yn, •
1901 Diplomat Drive
Fir• s �Irtw� ■, TX Z$ a 3 Y
4i+:
CITY: City of Clermont
Attn: Wayne Saunders, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE IX — MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret
any provision of this agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provisi
4
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,
or part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by SUPPLIER.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by SUPPLIER, in whole or in part, without the prior written consent of
city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of
action arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Records. SUPPLIER expressly understands and acknowledges that any and all
documents related to the services provided herein, may be considered records that
are subject to examination and production in accordance with Florida's Public
Records Law. SUPPLIER expressly agrees that it will comply with all
requirements related to said law and that it will hold CITY harmless, including
attorney fees and litigation costs, for any such disclosure related to Florida's
Public Records Law.
ARTICLE X - AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part o
Agreement as if herein repeated.
Document Precedence:
1. This Agreement
5
2. Purchase Order
3. All documents contained in Hartford County Public Schools contract for RFP#
10- JLH -001, dated October 1, 2009.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this / tik day of O24(11e9e( , 2011.
City o��i,�t
mik
old S. Turville, Jr., Mayor
Attest:
IL
Tracy Ac j Jo yd, City Cl -r
Sport Supply Group %.i. •
By: `'V
Printed Name and Title
Attest:
Th
Corporate Secretary
M galoVec
(Name Pnnted or Typed)
6
EXHIBIT A
CONTRACT
RFP #10 -JLH -001
THIS AGREEMENT, made this 1st day of _ October , 2009, by and between Harford County Public
Schools acting herein through its Superintendent, hereafter called "Owner" and Sport Supply Group, a corporation
at 1901 Diplomat Drive, in the City of Dallas and State of Texas, hereinafter called "Contractor".
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to
be made and performed by the OWNER, the CONTRACTOR, hereby agrees with the OWNER to commence and
complete the services described as follows:
RFP: Physical Education Supplies and Equipment
Furnish, supply and deliver physical education and athletic supplies, equipment, uniforms and related physical
education items in accordance and compliance with all specifications, terms and conditions set forth in
RFP #10 -JLH -001.
Hereinafter called the contract, for the estimated annual sum of One hundred thousand dollars ($100,000) for the
period October 1, 2009 through September 30, 2014, and all extra work in connection therewith, under the terms
as stated in the General and Special Conditions of the RFP Document; and at his (its or their) own proper cost
and expense to furnish all the materials, supplies, equipment, tools, superintendence, labor, insurance and other
accessories and services necessary to complete the said project in accordance with the conditions and prices
stated in the Proposal, the General Conditions and Special Conditions of the Bid Document, and printed or written
explanatory matter thereof, the specifications and contract documents therefore as prepared by the Board of
Education, and as enumerated in the General Conditions, all of which are made a part hereof and collectively
evidence and constitute the Contract.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract,
subject to additions and deductions, as provided in the General Conditions of the Contract, and to make
payments on account thereof as provided in Paragraph "Payments to Contractor," of the General Conditions.
IN WITNESS WHEREOF, the parties to these presents have executed this Contract in three (3)
counterpa(th, each of which shall be deemed an original, in the year and day first above mentioned.
. , ,' ATTEST: ) (Seal) ' Board of Education of Harford County
r , \ '7/Je !i(/.�Le / W
7
Secretary (Haitord County Public Schools) Robert M. Tomback, Ph.D., Superintendent of Schools
(Seal) 5 () ar.-1- s /e 1\ G t--6.) r ,n c
Company Name
a.-e_ la mot_..., 1 10 1 b) e l o k►.,A-?- FArerws (otrIcA 1;( - 7 5
company Representative Address
3 - 416101 ,,4taC /f«
ICL ' r.1 Address
02.3 Yep 21
Aug (O/ � � / / aCMl
r
Notary Pubic ,;,..3-i' .:-!, • y 'i P.....eier /2 0-7
. c.
�: State of Texas
”1 111 . -, !p- ; -13
MASTER PURCHASE AGREEMENT
by and between
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
AND
SPORT SUPPLY GROUP, INC.
CONTRACT AMENDMENT # 1 TO THE MASTER PURCHASE AGREEMENT /U.S.COMMUNITIES
GOVERNMENT PURCHASING ALLIANCE
The Master Purchase Agreement executed by both parties on the 1 day of October, 2009 is hereby
amended to reflect the addition of the following offering pursuant to Article VI, Section 6.8, Contract
Modifications as follows:
ADD, the Tomark Sports, Corona California, Multi -Sport Catalog to the existing Contract offerings
between Harford County Public Schools, Maryland on behalf of U.S. Communities Government
Purchasing Alliance and Sports Supply Group, a corporation at 1901 Diplomat Drive, Dallas Texas. The
current Product Discount Schedule will apply to products available through Tomark Sports. All existing
terms, conditions and provisions of the existing contract as executed are applicable to this additional
offering.
IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT IN THE YEAR AND DAY SO
NOTED:
HARFORD COUNTY PUBLIC SCHOOLS; MARYLAND
` A
By 9 Date: • ZD/ D
k iQ
S SUPPLY GROUP, IN .
By C Date: CV/3// 3
O _ - ui G .lS .a
DocuSign Envelope iD BCA793AB- 2B0F -424C- 8913- 805E96C51E26
MASTER PURCHASE AGREEMENT
By and between
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
AND
SPORT SUPPLY GROUP, INC.
CONTRACT AMENDMENT #2 TO THE MASTER PURCHASE AGREEMENT /U.S. COMMUNITIES
GOVERNMENT PURCHASING ALLIANCE
The Master Purchase Agreement executed by both parties on the 1 day of March, 2011 is hereby
amended to reflect the addition of the following offering:
ADD, the "Core List" of items to the existing Contract offerings between Harford County Public Schools,
Maryland on behalf of U 5. Communities Government Purchasing Alliance and Sport Supply Group, a
corporation at 1901 Diplomat Drive, Dallas, Texas. The core list items, attached and recognized as
Exhibit A, will carry additional discounts ranging from 4% - 20% and will be marketed and, or promoted
by Sport Supply Group as per the specifications in the original contract agreement. All existing terms,
conditions and provisions of the existing contract as executed are applicable to this additional offering.
IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AMENDMENT IN THE YEAR AND DAY 50
NOTED:
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
By: ■7 Date: .Z4 .2 O //
SPORT SUPPLY GROUP, INC.
9426E1841A354EA
By: _ Date: 3/18/2011
Terrence M. Babilla
President, COO, General Counsel and Secretary
EXHIBIT B
SPORT
SUPPLY GROUP'
Harford County Public Schools
Price List - RFP #1O-JLH -001
Product Discount Schedule
Product Category Discount
Physical Education 22%
Key Product Categones
Playground Balls, Scooters, Volt Activity Balls, Cones,
Bowling, Floor Mats, Gymnastics, Hoops, Juggling,
Jump Ropes, Parachutes, Pinnies & Vests, Spots,
Tinkling, Toss and Catch
Athletic Equipment 18%
Key Product Categories
Baseball /Softball, Basketball, Benches & Bleachers,
Coaches Aids, Field Maintenance, Football, Hockey,
Lacrosse, Scoreboards, Soccer, Tennis, Track & Field &
Windscreen
Fitness Equipment 15%
Key Product Categories
Dumbbells, Kettlebells, Olympic Weight Sets, Plyometrix
Platforms, Weight Plates
Electronics 10%
Key Product Categories
Blood Pressure Testers, Body Fat Scales, Heart Rate
Monitors, Pedometers, Radios, Electronic Scales
Uniforms & Apparel 35%
Alleson & Rawlings team uniforms and staff apparel
Drop Ship 8%
Discount applies to items direct shipped from vendors
All Products shipped FOB Destination within Continental U.S.A. w/ the
following exclusions: Field Dirt, Poly Cap, Weight Plates & Dumbells
Add 10% of the product cost for freight to Alaska and Hawaii
Actual Shipping charges apply to all shipments outside the United States
Discounts apply to most current BSN and US Games
Detailed Price List Attached
Rebate Schedule
Sport Supply Group agrees to the following customer volume rebate schedule based
on 12 month purchases made between July -June Rebates will be issued as an
account credit
Annual Volume
$100,000 - $199,999 1% Rebate
$200,000 - $299,000 2% Rebate
$300,000 and above 3% Rebate
ACO °® CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY)
-
�� 10/24/2011
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER
IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s)
PRODUCER CONTACT
Marsh USA, Inc NAME
4400 Comerlca Bank Tower PHONE FAx
1717 Main Street (A /C, No. Ext) (A /C, No)
E -MAIL
Dallas, TX 75201 -7357 ADDRESS
Attn dallas certs @marsh com, f (212) 948 -0519 INSURER(S) AFFORDING COVERAGE NAIC #
526743- -11 -12 INSURER A Colony National Insurance Company 34118
INSURED Twin City Fire Insurance Co
Sport Supply Group, Inc INSURER B
ty 29459
Attn Terry Babilla, Esq , INSURER c Hartford Casualty Ins Co P9424
1901 Diplomat Drive INSURER D Evanston Insurance Company 35378
Dallas, TX 75234
INSURER E N/A N/A
INSURER F Interstate Fire & Casualty Co 22829
COVERAGES CERTIFICATE NUMBER HOU- 002130896 -02 REVISION NUMBER 9
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR ADDL SUBR
LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM /DD (MM /DD/YYYY) LIMITS
A GENERAL LIABILITY ARS5361056 05/01/2011 08/01/2012 1,000,000
EACH OCCURRENCE $
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 1,000,000
X PREMISES (Ea occurrence) $
CLAIMS -MADE OCCUR
X SIR$50,000
MED EXP (Any one person) $
{ PERSONAL &ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY X . LOC PRODUCTS - COMP /OP AGG $ 2,000,000
$
B AUTOMOBILE LIABILITY 1OUENKK7181 08/01/2011 08/01/2012 COMBINED SINGLE LIMIT
X ANY AUTO (Ea acadet) _ $ 1,000,000
BODILY INJURY (Per person) 5
ALL OWNED SCHEDULED _
AUTOS AUTOS BODILY INJURY (Per accident) $
HIRED AUTOS NON -OWNED
AUTOS PROPERTY DAMAGE $
(Per accident)
D X UMBRELLA LIAB X OCCUR X0MS396511 08/01/2011 08/01/2012 -
F EXCESS LIAB H FX00014866024 EACH OCCURRENCE $ 10,000,000
CLAIMS -MADE 08/01/2011 08/01/2012 AGGREGATE $ 10,000,000
DED RETENTION $ - - - --
C WORKERS COMPENSATION 10 WE ZR 6814 $
AND EMPLOYERS' LIABILITY 08/01/201 1 08/01/201 2 X WC STATU- OTH-
TORY LIMI_ T_S___ ER
ANY PROPRIETOR /PARTNER /EXECUTIVE
E L EACH ACCIDENT $ 1,000,000
OFFICER /MEMBER EXCLUDED? N N / A
(Mandatory In NH) --
If yes descnbe under E L DISEASE EA EMPLOYEE $ 1,000,000
DESCRIPTION OF OPERATIONS below E L DISEASE - POLICY LIMIT $ 1,000 000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Certificate Holder is included as additional insured with respect to the above General Liability policy where required by written contract
Named Insureds Sport Supply Group, Inc , Dixie Sporting Goods Co dba Odando Team Sports, Kesslers Team Sports dba Salkeld & Sons, Collegiate Pacific, Vantage Products International, Product
Merchandising, Bocock Sporting Goods, The Discounter, BSN (Including BSN Corp & BSN Sports), The Athletic Connection, GSC, North American Recreation (NAR), Passon's Sports, U S Games, Tomark Sports,
Webster's Team Sports, Gus Doerner Sports, Har -Bell Athletic Goods, Greg Larson Sports, Coach s Sports Corner, Kattus Pro-Team Sports, PAL's Sports Center, and X0 Sports
CERTIFICATE HOLDER CANCELLATION
City of Clermont ,
City Purchasing Division SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Post Office Box 120219 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Clermont, FL 34712 -0219 ACCORDANCE WITH THE POLICY PROVISIONS
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc
William Hines u/• Thei
© 1988-2010 ACORD CORPORATION All rights reserved
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD