Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2015-47 SUPPLIER AGREEMENT
PICNIC TABLES
THIS AGREEMENT, made and entered into this /5 day of • 2015,
A.D., by and between the City of Clermont 685 West Montrose - e; , Clermont, Florida
(hereinafter referred to as "CITY"), and SWEDES SYSTE LC., 19055 Archers
Drive, Monument, CO (hereinafter referred to as "COMPANY").
WITNESSETH: That thearties hereto, for the consideration hereinafter set forth,
,
mutually agree ee as follows:
ARTICLE I - SCOPE OF WORK
The COMPANY shall furnish picnic tables to various departments of CITY and perform
all of the work described in the bid documents and specifications entitled:
RFB NO. 15-026 Picnic Tables
as prepared by CITY and its agents and shall provide the products set forth in RFB No.
15-026.
ARTICLE II—THE CONTRACT SUM
The CITY shall pay to the COMPANY for the faithful, accurate and complete
performance of the services contemplated herein and based on authorized and approved
orders for picnic tables as described in the Contract Documents, the sum per order as
determined in accordance with COMPANY'S Price Scheduled included and made a part
of COMPANY'S response to RFB No.15-026 and as set forth in Exhibit "A" attached
hereto and incorporated herein.
ARTICLE III - PROVISION OF SERVICES AND COMPLETION OF WORK
1. The COMPANY shall only provide to CITY picnic tables upon receipt of an
authorized purchase order from CITY and shall provide the requested items in the
timeframe and as set forth in RFB No.: 15-026 or in the specific purchase order or
authorized order submitted by CITY. Nothing herein shall obligate CITY to
purchase any specific amount of product from COMPANY or create an exclusive
purchase agreement between CITY and COMPANY. CITY shall not be obligated
or required to pay for any items received until such time as CITY has accepted the
items in accordance with the order provided to COMPANY.
2. COMPANY, upon receipt of an order hereunder shall immediately notify CITY if
it has an issue or question related to the fulfillment of the order or whether there
will be any delay in providing the items requested. Failure of COMPANY to so
notify CITY will preclude COMPANY from seeking payment of any kind for any
items that were delayed in delivery. Upon receipt of notification of the delay,
1
CITY mayat its sole option cancel the order and seek the items from any
p
available source.
3. It is expressly understood and agreed that the passing, approval and/or acceptance
of any picnic tables herein by CITY or by any agent or representative as in
compliance with the terms of this Contract shall not operate as a waiver by the
CITY of strict compliance with the terms of this Contract and the CITY may
require the COMPANY replace the accepted picnic tables so as to comply with
the warranties and specifications hereof.
4. COMPANY specifically acknowledges that this Contract does not bind or
obligate CITY to purchase any minimum quantity of product during the term
hereof.
ARTICLE IV - PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents, and subject
to additions and deductions as provided, the CITY shall pay the COMPANY within thirty
(30)'days of the receipt of COMPANY'S invoice, provided that CITY has accepted the
uniforms that are subject to the invoice and CITY has not objected to payment thereof
COMPANY'S invoice shall specifically identify each uniform provided and the date
and/or order number as submitted by CITY.
ARTICLE V—TERM
This Contract shall take effect upon date executed by both parties and will continue in
effect for two (2) year thereafter, whereupon it shall automatically expire, unless renewed
by CITY as provided herein. Any expiration or termination of this Contract, including
any renewal term, shall continue to remain in full force and effect for the purposes of any
warranty or guaranty penod applicable to any order fulfilled by COMPANY.
COMPANY expressly agrees that the pricing as set forth in Exhibit A hereto, shall
remain in effect and constant throughout the entirety of any and all renewal periods
hereunder. CITY at its sole option shall, upon written notice to COMPANY, have the
right to renew this contract for three (3) additional one (1) year terms. Pnor to the
expiration of the initial term and any subsequent renewal thereafter, CITY may consider
an adjustment to price based on changes in manufacturer's direct cost, postage rates, the
Consumer Price Index (CPI), minimum wage law as documented by COMPANY. As a
condition precedent to consideration by the CITY, COMPANY shall provide CITY a
wntten request for adjustment in accordance herewith sixty (60) days prior to the
anniversary date of the contract. Any such request may be approved in the sole discretion
of CITY.
2
ARTICLE VI—TERMINATION
CITY may terminate this Contract for cause at anytime and may also terminate without
Cause upon thirty(30) days written notice to COMPANY.
ARTICLE VII—DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject tomediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and COMPANY 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 at Clermont City Hall, unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
agreements in any court having jurisdiction thereof.
ARTICLE VIII -NOTICES
All notices shall be in writing 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.
COMPANY: Swedes Systems, LLC.
Attn: Allan D. Sandberg, C.O.O.
19055 Archers Drive
Monument, CO 80132
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE IX—MISCELLANEOUS
1. 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
provision or of such provision itself and shall in no way affect the enforcement of
any other provisions of this agreement.
2. 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
3
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.
3. 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.
4 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 COMPANY.
5. Assignment. This agreement is personal to the parties hereto and may not be
assigned by COMPANY, in whole or in part, without the prior written consent of
city.
6 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.
7 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.
8 Public Records. Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records
law, to include, to:
(a) Keep and maintain public records that ordinarily and necessarily
would,be required by the CITY in order to perform the services
contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that'the CITY would provide the records and at a cost that
does not exceed the cost provided in this Florida's Public Records law
or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except
as authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no
cost, to the CITY all public records in possession of CONSULTANT
upon termination of the contract and destroy any duplicate public
records that are exempt or confidential and exempt from public records
disclosure requirements. All records stored electronically must be
4
provided to the CITY in a format that is compatible with the
information technology systems of the CITY.
ARTICLE X CONTRACT DOCUMENTS
The Contract Documents, as listed below are herein made fully a part of this Contract as
if herein repeated.
Document Precedence:
1. Contract Agreement
2. Authorized purchase order or similar order form.
3. Al documents contained in RFB No.: 15-026 Picnic Tables any and all addenda or
amendments thereto and COMPANY'S June 4, 2015 response thereto.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement
TfSS/
on this /'S day o 2015.
Attest: City y lermont
ae
Tracy Ackr+yd, City C1,4 � • , r. , y Manager
Date: G� 1Vac l 5
Attest: Swedes Systems, L
ak-,„
l'''' '-`-A 6 Z-'/is Name& Title
— ULON J KOO S
NOTARY Puro Date ?4,t9....,g1 AO/5'
STATE OF COLORADO
ACIARY ID 1rreVul00.217
5
EXHIBIT A
SECTION-C
PRICE SCHEDULE
NOTE: The quantities shown in the Price Schedule are estimates only They may vary significantly from
the actual quantities ordered by the City. Payment shall be for the units ordered, placed, and accepted by
the City By signing this form, the'respondent fully acknowledges .that there will be no additional
compensation (no overhead, no anticipated profits, etc) other than the unit price of the items times the
number of items authonzed, ordered,placed, and accepted by the'City. 1
L.N. Description Qty/ Unit Unit Price Total
1 6-Foot Picnic Table 15/each 770, D/4602>
2 8-Foot Picnic Table 15/each ' 5'98.9-2' 44f3c1.7O, ,
3 8-Foot ADA Accessible Picnic Table 15/each ,587 0-8 g,
Grand Total 26 325 Od
3' - •
Adei ���- -� ' -, r�C LoA-v c►� �v`'�fEcEs/
3Include cost of shipping/freight. �� Of necessary, attach a separate page-
with shipping costs). (,, rgd4cp a 41 uNi?- aFS�
Contractor's Estimated Time of Delivery From Purchase Order: 3946 Calendar Days.
By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this
solicitation,and is acting in an authorized capacity to execute this response. The respondent also certifies
that it can and will provide and make available, at a minimum,the items set forth in this solicitation
Respondent Information and Signature
Company Name(print): &oE 6-a6s
�SSttrreet Address: 79‘95j-6- 120/412.5
,(7Rj1/E.,—,4/a,�&o7 &)JI 2
`�ii7nr,�'g cif r-04-6 4Z,8.24 i, — a;ZZol.fP45. .2 ,a 32810
Telephone: '7/9 "c466?-51W Fax: *y9-'iLeB 6;i✓Pedv¢i�(b)
Email ry
/ 55,5' -c ��//�f4e,�r�j� Payment Terms --- days,days,net
FEIN: 6/ - D9Z�5�� Professional License No.: --N/A
Signature. G �6 6 ;�� Date. s/u.�la✓ 2 2016'
Print Name- / � r1 .4_ Title: e,0.0,
Does the respondent accept payment using the City's MASTERCARD? 'Yes 4qttigor 3.g990
END OF SECTION-C - - - 0/7441x._To
SE 4VAEJ7 /
RFB No 15-026
Page 12 of 29
r _
FREDDY L. SUAREZ
yol( .Purchasing Director
ER C)NT
i, Purchasing Department
`
�\ 352-241-7350
-, � Y . , fsuarez@clermontfl.org
- ADDENDUM 1 -MAY 12,2015- _
RFB 15-026—PICNIC TABLES
To all prospective respondents:viesse note the following changes: -,-r; �' ; , -
The 6-foot, 8-foot and 8-foot ADA picnic tables shall have the city's custom logo design.on the table top as
shown in Section K,Top View: The custom plate design measurement shall be 14"x 18"for all three picnic
tables: The custom design shall be included in the-price of all three line items:
. t, - _
\
_ _ _ _
_
— - • —
_ •END OF ADDENDUM1'•' -__ _
This addendum must be acknowledge and may be retuined-with your`solicitation.—All other terms,
conditions and specifications`remain unchanged for RFB 15-026.
'Company �� ?fie GGA .-, _. ;.. v4'
Name of /
- - - - - --Date
� Signature>. - : �! - - , - - , .•'`- . ,Td � e�>©� .
Typed/Printed Name _
- . _ .
7
E-U:SWEDES.SYSTEMS@JUNO.COAI
19055 ARCHERS-DRIVE
SVT,co.S0132-2839
11.(719)488-5810 FAX 488-5800
685 W. Montrose Street • Clermoht, FL 34711 • www.ClermontFL.gov
}
i l
, tr, ,6
e
r 'FREDDY L. SUAREZ
6 , - �, k r PurchasingDirector
- 4Y �t- et � .t
r �.. is 'J�. ��s,�t : � . r 7 .,;I" -
_, _ Purchasing-,,,De
, ,
N l'-7;:-.„ :, I,t
C_ - -.- _ �_ - . . - '.a , . ',=_ . . � , �{ ,_ _ :r: '',1-_-,,352-241.73,50
of,Cham s�`�� ;-, r„ ,,,,,,,; -.r�'. , „r(,,,,„-,,-,,-._, 2,-,. _t ,ti fsuarez©clermontfl. rg
t - •1,v�k .,, >;-. it:-'y,`. , 6- ZS <.. y �o i..- a :� 't3P - rw-:' ., r(a :x:'"•
� . ..,, _ 'fe•J1`. �� - `.y {`? .t�•,.JS '�� tv_.7. 5�2” IA( � _ . Yi
,'k'. - .rte free` # ei «i '`i'_':,,,, - -q,-;:.2.:._1 .,.i If--':‘,' `'t' • : a `r;,, _s
. ! Mit., �'. k. r 1 f rte` ' .,- ri>„^c _. _ � _.'�.i
----”i- 't' ._�e° ""' ADDENDUM"2—JUNE 1;2015 , tr _ , ., __ Jr ,
r. -`'.-- '' RFB415-026 `PICNIC TABLES P'-, -Y . ' ' -' ' ``-x
r
t
i £ ...r' ,loaf k' : '
To all prospective respondents, please note the following changes: ,
See next page.'
St> t __ ; _A
t, ,
—y -- -'' -END OF ADDENDUM 2-- `
This addendum must be acknowledge and may be returned with your solicitation. All other terms,
conditions and specifications remain unchanged for RFB 15-026. !
S 76 crtgi LLQ ".\- - . ,. ,,,' � 2 2616.' .
, Na el cefl-any `
, _., „,,,? .6 . -_, -,,,,,,,-., _, f'i. -.,, .--,-,an 0 ' -
-Signature - r - , -f',, .._ Title Title r Sa �-*`� ,' 1F.�
6.' - ;-,'":',ii... .,( .,-L,(t rte';',..f. s,. -. r__ ,I1_ d --a,
f TypedlPnnted Name -':r "°, "'-',:,-1, " :' ,` V .ti ,
r „../
-
I- -E-1t SWEDES.SYSTFMS @JuNO.COM
19055 ARCHERS DRIVE
MONUMENT,CO.90132-2839
- ' , PH.(719)488.5810 FAX 488-58001 ,
t,
E
685 W. Montrose Street • Clermont ,FL'347,11 • www.ClermontFL.gov
``
_
1.
I
SECTION — B
STATEMENT OF WORK
The purpose of this solicitation is to establish a term contract for the purchase of picnic
tables for the Parks and Recreation Department City staff will perform all installation in
accordance with the manufacturer installation manual. The City anticipates a minimum
order of multiples of five (5) for each item
The pictures provided in Section K shall be used as reference for the design of each picnic
table listed below
1 — 6' FOOT PICNIC TABLE SPECIFICATIONS
• 6' foot poly vinyl coated expanded metal table top with two attached 72" x 10-1/2"
seats All corners are rounded, the frame is portable design.
• Colors for table and seats shall include:
Blue (RGB Color R 0, G.81, B:149) or equivalent
Green (RGB Color R.0, G 132, B:68) or equivalent
Yellow (RGB Color R.242, G.174, B 0) or equivalent.
Red (RGB Color R 220, G•41, B•30) or equivalent.
Brown (RGB not specified) to match existing picnic tables (see Section K).
• Coated with 1/8" to %" thick plastisol ultraviolet stabilized vinyl coating fused and
baked to a 90% gloss.
• Table height 31" approximately, seat height 18" approximately
• Top and seats shall be made with heavy duty 3/4" #9 expanded metal inside of a
2"x 3/4"x 1/8" angle iron frame. All center braces shall be made from 1/4"x 1-1/2"
flat steel
• Frame shall be 2" heavy galvanized steel tubing that is galvanized inside and out
and shall meet or exceed the yield and tensile of SCH 40 pipe Construction of
table shall prohibit rain water from collecting at ground level. Frame shall be
coated with a baked on polyester powder coat finish.
• The cross brace shall be made of 1" galvanized steel tubing
• All hardware shall be non-corrosive
2 — 8' FOOT PICNIC TABLE SPECIFICATIONS
• 8' foot poly vinyl coated expanded metal table top with two attached 96" x 10-1/2"
seats All corners are rounded, the frame is portable design
RFB No 15-026
Page 9 of 29
'--
r __ -.-___ ______ _________ - r.
SECTION — B
STATEMENT OF WORK
• Colors for table and seats shall include
Blue (RGB Color R:0, G 81, B 149) or equivalent
Green (RGB Color R 0, G132, B•68) or equivalent.
Yellow (RGB Color R.242, G174, B.0) or equivalent
Red (RGB Color R.220, G 41, B 30) or equivalent
Brown (RGB not specified) to match existing picnic tables (see Section K)
• Coated with 1/8" to '/4" thick plastisol ultraviolet stabilized vinyl coating fused and
baked to a 90% gloss
• Table height 31" approximately, seat height 18" approximately
• Top and seats shall be made with heavy duty 3/4" #9 expanded metal inside of a
2"x 3/4"x 1/8" angle iron frame All center braces shall be made from 1/4"x 1-1/2"
flat steel
• Frame shall be 2" heavy galvanized steel tubing that is galvanized inside and out
and shall meet or exceed the yield and tensile of SCH 40 pipe Construction of
table shall prohibit rain ,water from collecting at ground level Frame shall be
coated with a baked on polyester powder coat finish
• The cross brace shall be made of 1" galvanized steel tubing
• All hardware shall be non-corrosive.
3 — 8' FOOT ADA ACCESSIBLE PICNIC TABLE SPECIFICATIONS
• 8' foot poly vinyl coated expanded metal table top with two attached 72" x 10-1/2"
seats Seats shall be to one end of table to allow for 24" of wheelchair access,
conforming to the ADA standards (ADAAG 4.32 3). All corners are rounded, the
frame is portable design
• Colors for table and seats shall include.
Blue (RGB Color R.0, G 81, B.149) or equivalent.
Green (RGB Color R:0, G:132, B:68) or equivalent
Yellow (RGB Color R:242, G174, B.0) or equivalent.
Red (RGB Color R.220, G 41, B.30) or equivalent
Brown (RGB not specified) to match existing picnic tables (see Section K)
RFB No 15-026
Page 10 of 29
SECTION — B
STATEMENT OF WORK
• Coated with 1/8" to %" thick plastisol ultraviolet stabilized vinyl coating fused and
baked to a 90% gloss
• Table height 31" approximately, seat height 18" approximately
• Top and seats shall be made with heavy duty 3/4" #9 expanded metal inside of a
2"x 3/4"x 1/8" angle iron frame All center braces shall be made from 1/4"x 1-1/2"
flat steel.
• Frame shall be 2" heavy galvanized steel tubing that is galvanized inside and out
and shall meet or exceed the yield and tensile of SCH 40 pipe. Construction of
table shall prohibit rain water from collecting at ground level. Frame shall be
coated with a baked on polyester powder coat finish
• The cross brace shall be made of 1" galvanized steel tubing
• All hardware shall be non-corrosive
END OF SECTION — B
RFB No 15-026
Page 11 of 29
3D View
:tip: -7,0,7:-:;.::--:--Z-:.+-,
_ t�.?_:h �_-:rte _,}:_.
:`3. t:• zti
•:`S.3-V-.7::' '
\ 1•_ :fit].
.-s3:-;c.,5-s.' =ii" = 4'
Z.
.__ - _tom.} .z:: _ 1-:i-' ,
&,
ti:::
IIr ..,. ,:,,:._,:„.„__
:rte_:_ti_:.
...,:„.......,...,,.....„„
,, ! .3,,.. --7-X,.. .::- .
Top View
11111161111 ',1111111111111111'1111161161111111161�11111i1111111111111161/1'11111111111111 !1111101111
11116Ilii1 N111111111111110111111111111111111111111111,!1111111111111111111111111l1111111111111111 .11111111114
1111111 6 11 11116111111/1111111111111111111111111111111 011111111111111111111111111111111111//11111 X111111/1111
111111 11111111111111111111111111111111111111111114 111111
1111111,11 F11111 i 1111111111111111111111111111111111111.1 11111
111111 )111111/1111111111111111111111111141111116111, (111111,
' 1 1111111111111111111111111111111111111111111:.4 :1'11/1
1'1'1'1'1'1'1',1 1 1111 11 11 111 6 1111/111 f 111111111{•111 1111 111111 H 111 11 1
141101 11 111111111111111114111111/1111111111111111111 :4�1�:111111
116111111}11p 1,,A114041411414446146411111141114111111114114“111111111111111111111•, 11111/1,1,11
11'}}1' 11111111111111 11111111111111 1±1111('11
111111:1 111111111'1111 '1111111111111.41:111111
'1'1'1'04'111'44 11111'1'111111 11111111111111 1 1111'11
114111 }11111111}166661!}1116 11116111111111111111111111411'111116611!1
1�1�1�1�1�551 11 111�111 411111�I�I�IY11 11/� `1� 0.'�1,'���11111�111•11.1��11,1+11111111611
11 11 11 1{ I fl-1'1 11 1 1.11'1:1 C 77 1 11-1 11-YI I-11 11 i 1 1116111166
1111/111' 1111/111111111 l,Gl\I (() 11111111111111. .:111111
1111111,1 11111'11111,11 _ N 711/111.14111111' 1111111
I 111011111111114 1111111.111111161111 1116— 1116661111116 1111111111. 1111111111116
1/4144111 1111111'11111 111111.1.1111114 h:11!1/1
111111'$ 111'1111111111 1x'11111111111 1111111
1 11 11111 q 11 11111111111111.1'1'1'1.111114-'1.1'1'111'1111 111111 :111 11 1
1111111 1/1111111111/1111111111111111111111111111111 1111111
111111161111111 1111111111111111111116111111111111111111111111{Ii111116111111}111111}11111}1114' 111116111111
,1111111 1111.111111111111111111111111111111111111111 :111111
1/1111111111'1'1 111111111111116111111111/11111166111166111111616 66661i6116111166611l1. 1111116/1
{{nu}}��• y41 11111111111111111/11111111111111111111111 111111
--
000400411111f,41111111111111111 11111111111}1111111611 111111111111 1674}16111 1111166611166111 11
' 11111111611j�Y11111611111111111{611116611//66111111(11666611 111661111111/666111611 1111'1111111
111111116111 11111111111111111111141111111141111111111,1111111/111111111111111111111/111111110 1111 ,1{111{111111