No preview available
Contract 2018-72AGREEMENTFOR COMMUNICATION WIRING AND EQUIPMENT MAINTENANCE THIS AGREEMENT, is made and entered into this TL day of S 2018, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and QUALITY CABLE CONTRACTORS, INC., whose address is: 207 N. Goldenrod Rd Ste. 600, Orlando, Florida 32807 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the Orange County Public Schools through the public procurement process awarded an Agreement for communication wiring and equipment maintenance, Orange County Public Schools contract number ITB1308177; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Orange County Public Schools contract number ITB 1308177; WTINESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall famish communication wiring and equipment maintenance as described in the Orange County Public Schools contract number ITB1308177, 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 CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as 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 November 15, 2018, unless terminated or renewed as provided by the Orange County Public Schools. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions ofthis Agreement; or e) CONTRACTOR is experiencing 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 CONTRACTOR shall provide communication wiring and equipment maintenance services forth in the applicable purchase order or notice to proceed. ARTICLE V — PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR 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 CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI — DISPUTE RESOLUTION - MEDIATION 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 CONTRACTOR 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 CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law, hi 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 CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. Employers Liability insurance with the following minimum limits and coverage: (a) Each Accident, $1,000,000 (b) Disease -Each Employee, $1,000,000 (c) Disease -Policy Limit, $1,000,000 2. CONTRACTOR'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) CONSULTANT's Comprehensive General, $2,000,000 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) Public Liability $1,000,000 Each Occurrence (d) Excess Liability, Umbrella Form $1,000,000 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. SubCONTRACTOR's Public Liability and Property Damage Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR 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 attorneys 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 CONTRACTOR, any subCONTRACTOR, 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 construed to negate, abridge, or otherwise reduce any other right 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 CONTRACTOR, any subcontractor, 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 CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR 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 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. CONTRACTOR: Quality Cable Contractors, Inc. 207 N. Goldenrod Rd. Ste. 600 Orlando, FL 32807 Attn: Jorge del Rio, President CITY: City of Clermont Attn: Darren Gray, 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 provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severabiliri. 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 CONTRACTOR. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, 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. 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 CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CrYY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in the Orange County Public Schools/Bid No. ITB1308177. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this k day of SP./hbe( .2018. MUM Attest: Tracy Ackroyd Howe, CilttyyCCler/k Quality Cable Contractors, Inc. By: VOmjr ckQ` '%T) (Name Print or Typed) RRLS t D eAo T Title 2- Attest: Corpo �1 ca Ln:�,t' �LeO o (Name Printed or Typed) EXHIBIT A Orange County Public Schools Pmempapt Se-M m DMermimt • 445 W. Amelia St. • Oda d% FL 32MI • Phnne 407.317.3988 • Fa 407.317.3414 October 3, 2017 Quality Cable Contractors, Inc. Attu: Jorge Del Rio Email gabrielQa gcciflorida.com Dear Mr. Del Rio: The contract entitled Communication Wiring and Equipment Maintenance, solicitation # ITB 1308177 is due to expire on 11/15/17. We wish to consider our option to extend the contract for twelve (12) additional months. Additionally, please provide us with a current Certificate of Insurance upon returning this document. On me of the statement lines below, please have the Authorized Representative place his or her signature on the appropriate line. —� extend subject contract tluough 11/15/18 with all proi ' g m fun force. If you are not interested in extending this contract, please complete the following statement. do not agree to extend subject contract. If you are not extending, please list the reason: Please print or type the aboved Authorized Representative name and title in the space provided below: Authorized Representative Namefritle N67-24C-o604 Authorized Representative Telephone Number It will he Interpreted that you do trot wish to extend the contract IF this form Is not returned within seven (7) bwineas days from th deb of this correspondence. The School Board of Orange County res a me the right to rebid all tams on this bid If extenskrm are not received on all Items. If you have any questions, please do not fatalists to contact me at 407-317-37M extension 2002417. Regards, Suzanne F. Lopez, C"P'PBB Procurement and Contracting OO O ORANGE COUNTY PUBLIC SCHOOLS © © Facilities and Construction Contracting 6501 Magic Way, Bldg, 100B, Orlando, Florida 32809 Telephone 407317,3700 Fax 407.317.3765 January 10, 2014 Quality Cable Contractors Jorge del Rio 207 N. Goldenrod Rd Ste. 600 Orlando, FL 32807 Re: Executed Original Contract with Orange County Public Schools rM1308177 — Communication Wiring and Equipment Maintenance Dear Mr. del Rio: Enclosed please find one (1) fully executed contract for the above referenced solicitation with Orange County Public Schools. If you have any questions, please do not hesitate to contact me by phone (407) 317.3200 Ext. 4147 or email, Christv.fraxieMocoamet . Sincerely, J 4 Chrlsty Procurement Clerk Orange County Public Schools TERM SERVICES CONTRACT BETWEEN THE SCHOOL BOARD OF ORANGE COUNTY, FLORIDA AND Quality Cable Contractors, Inc. FOR Communication Wiring & Equipment Maintenance DATE: November 15, 2013 ©© ORANGE COUNTY PUBLIC SCHOOLS FACILITIES d CONSTRUCTION CONTRACTING 6601 ra6aM Way. Orlando. Florida 32009 Telephone e0/.311a700 FAX 607.217.0T05 CONTRACT AGREEMENT FOR COMMUNICATION WIRING AND EQUIPMENT MAINTENANCE THIS AGREEMENT, made this 15'" day of November, 2013 by and between the Orange County Public Schools. a Charter School District. existing under the laws of the State of Florida, hereinafter referred to as OOPS and Quality Cable Contractors, Inc., hereinafter referred to as the " CONTRACTOR". for the mutual consideration of the covenants herein Contained agree as follows. WITNESSETH: TERMS AND CONDITIONS I. Term: The period of this Agreement shall be for three years, beginning on November 15, 2013 and ending on November 14, 2016. This Agreement by mutual anent of the parties may be extended for two (2) additional one-year periods or any portion thereof, up to a cumulative total of five years II. This Agreement is for the vendor to provide communication wiring and equipment maintenance. III The unit prices and percentage discounts specified herein (Exhibit A. Bid No. ITB1308177) will remain form for the period of this Agreement. All terms and conditions, addenda, correspondence and specifications of subject bid shall be incorporated and become an integral part of this Agreement. IV The CONTRACTOR shall maintain adequate stock and have sufficient quantifies of supplies/equipment to meet the estimated requirements of Orange County Public Schools on an -as needed' basis. V. Favored Nation Clause: Based on similar size and quantity. it is understood that the supplier is providing OCPS the same or better pricing of other Districts and governmental agencies. If during the term of this Contract, OCPS locates better pricing for the some item, supplier agrees to offer the District the reduced price. VI. This Agreement may be cancelled by OCPS with 30 days written notice to the CONTRACTOR VII Jamaica Lunsford Act: CONTRACTOR and any of his employees performing services hereunder shall comply with the Janice Lunalord Act screening requirements effective September 1, 2005. 'Non - Instructional school district employees or contractual personnel who are permitted access on school grounds when students are present, who have direct contact with students or who have access t0 or control of school funds must meet level 2 screening requirements as described in s.1012.32. Contractual personnel shall include any vendor, individual or entity under contract with the school board! VIII Indemnification: The CONTRACTOR shall Indemnify and hold harmless OOPS, its officers, agents, and employees harmless from and against all claims, suits, actions, damages and/or cause of action which may arse from any negligent act or omission of the CONSULTANT, its agents, servants, or employees as a result of the performance of services under this Contract, and from and against all costs, attorney's fees, expenses and liabilities incurred In or by reason of the defense of any such claim, suit or action, and the investigation thereof. Nothing in the Contract shall be deemed to affect the rights, privileges and immunities of OCPS as set forth in Florida Statutes 768.28. I%. Insurance and Licenses: The CONTRACTOR shall provide and maintain at all times during the term of this agreement and any renewals, without cost to the School Board, policies of insurance insuring the CONTRACTOR against any and all claims, demands or causes of action whatsoever, for injuries received or damage to property relating to the performance of duties, services. and/or obligations of the bidder under the terms and provisions of this agreement. Changes to the limns, type and amount of insurance shall be approved by Orange County Public Schools a General Liability Insurance in amounts of not less than Two Million Dollars ($2.000,000) for Injury to any one person and Two Million Dollars ($2.000.000) for property damage. to Public Liability Insurance - Not less than one million dollars ($1,000,000.00) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person, in an amount not less then one million dollars ($1,000,000.00) on account of all accidents. c. Property Damage Insurance - Not less than one million dollars ($1,000,000) for damages on account of any one accident and in an amount not less than one million dollars 131,000,000.00) for damages on account of all accidents. Automobile property damage shell be not less than one million dollars ($1,000.000). Automobile Liability - Automobile Liability Insurance shall be maintained during the IRe of this Contract, by Vendor as to ownership, maintenance, and use, including loading and unloading, of am owned, non -owned, leased or hired vehicles with limits of not less than one million dollars ($1,000,000.00) combined single lima each accident for bodily injury S property damage liability. Worker's Compensation Insurance. The Contractor shall maintain during the life of this Contract, Worker's Compensation Insurance in accordance with Florida Statute 440. Contractors shall require all subcontractors to maintain such insurance during the life of this Contract. The CONTRACTOR shall provide the Procurement Services Department a copy of all applicable current business licenses and permits. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature, Orange County Public Schools and CONTRACTOR, duly authorized to execute Same CONTRACTOR WITNESS (Contractor): Signalurc lrm.l L Prim) . (L1yu;W t Name (Typo or NOTARY PUBLIC For Contractor Quality Cable Contractors. Firm Name Jorge del Fio Name (Type or Print) P1'as idecC Tile $pn"" iz Date STATE OF: Florida COUNTY OF: orange The foregoing instrument was acknowledged before me this November 11, day of, 2013 by �0%1, C,L 1 Q 1 o who is personalty known to me or who has produced as Identification Off who dirt did trot take an oath. Notary Public Bigmtun: µ,r ;r MISAEL OOMEZ Notary Name, Printed, Typed Or Stamped: EXPIRES May Ot, 2015 Commission Number. L-L C>16`6� 10 My Commission Empi_OI . ORANGE COUNTY PUBLIC SCHOOLS Att� (\ For Or�gB County Public Schools: ,�� SY �I(.PI)5,01-�dJr1,a,Ye1vY— By 1A1\Ci _ w'/IJ II�r�3Michael .-Eugene. Chief OperAorterOfficer Date is Revievved by: -Fr'1111 Elmore, Senior Director ©© ORANGE COUNTY PUBLIC SCHOOLS ©© Facilities & Construction Contracting 6501 Magic Way, Bldg. lOOB, Orlando, Florida 32809 Telephone 407317.3700 Fax 4073173765 October 1, 2013 NOTICE OF INTENT To: ALL SUBMITTING VENDORS RE: BID SUBMITTALS FOR: BID NUMBER: 1TB1308177 TITLE: Communication Wiring and Equipment Maintenance On September 25, 2013 at 10:00 A.M., bid submittals for the above referenced project were received. Your firm submitted a bid for said project to Orange County Public Schools. This letter serves as noti icagon that a recommendation will be made t0 the School Board of Orange County to award this bid as the lowest, responsive and responsible bid meeting specifications, as follows: Structured Cabling Solutions, Inc. (Lori #i) Quality Cable Contractors, Inc. (Lot #1 and #2) ProPlus Communications, Inc. (Lot #1 and #2) The successful bidder(s) shall furnish Certificate of Insurance to Orange County Public Schools prior to the release of any purchase order. The Certificate of Insurance shall name the School Board as an additional insured and reflect the amounts as stated In the bid. Please send Certificate to the above address. If You have any questions regarding the bidding procedures, please contact me at 407.317.3700 extension 5284. We appreciate your interest in doing business with Orange County Public Schools and we look forward to receiving your submittals On future projects. Cordially, L ,lil✓ I M. Poolman Facilities & Construction Contracting The School Board of Orange County, Florida (Orange County Public Schools) 'Failure to file a protest within the fime prescribed in section 120.57(3), Flonda Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constiMe a waiver of proceedings under chapter 120, Fonda Statutes.' The 72 hour posting requirement will elapse on 10/04/13 @9:00 a.m. E.S.T. "The Orange County Public School Board is an equal opportunity agency" /kkk/ \ )t zo Al EMk2 d !) ! f ® \2\ . g ! $ /`. � } EXHIBIT B EXHIBIT"A" PRICING PARAMETERS Lot 01 Mem a Unit Price Ca16 Cable (MOM Wk or approved alternative( 13.50% 1 furnished shall be a percentage above cost Cabinets and Miscellaneous Cabinet pans IMubbell Age, Great Lakes( 11.5016 2 furnished shall be a percentage above cost Fiber Optic Cable (OM3 50 Micron Mulll- made( 13.50% 3 furnished shall be a percentage above cost Cat S lacks, patch panels, RMO, Face plates, etc. (Hubble or pproved alternative( 13.50% a 1 furnished shall be a percentage above cost Weekday Labor Rate- Cable Installation $2800 8 ICaLCum,Fiber)Monday Friday7AM-7PM Evening/Weekend labor Rate - Cable Installation (Cat, Coax, Fiber) Monday- 528.00 h Friday J PM -] AM, and Weekends Weekday Labor Rate - Cable Removal & Disposal [Cat, Coax, Fiber) Monday - Friday $2B.00 2 )AM ]PM Evening/Weekend Labor Rate - Cable Removal &Disposal (Cat, Co., Fiber) Monday- $29.00 8 Friday2 PM - ]AM and Weekends Weekday Labor Rate - Cable Repair 518.00 9 (Cat, Coax, Fiber) Monday - Friday ] AM t PM Evening/Weekend labor Rate - Cable Repair (Cat, Coax, Fiber) Monday- $dlfb 10 Friday l PM- JAM&Weekends Materials and Supplies not listed above furnished shall be a percentage 13.50% 11 ab.a cost EXHIBIT "A" PRICING PARAMETERS Lot N 2 Tiblecommunkstril n Item Description Unit Mce Weekday Labor Rate - Moves/Changes/Repairs and Programming of Telecommunkation Equipment S50.00 17 Monday- Friday 7 AM-7 PM Eve sing/Waekend Labor Rate - - Mow/Chartgea/lapalm and Programming of Telecommunication Equipment Monday Friday 7 PM-7 S75A0 13 AM&Weekends Labor Rate for F amowl of Communication Equipment 5�'� 14 (Montlay - Friday 7 AM-7PM) Labor One for Removal of Communication Equipment 575.00 15 (Monday-Friday7PM 7AMand Weekends) Miacalbneous Materials and Supplies furnished not listed 15.00% 16 above, shall be a percentage above cast CONTRACT APPROVAL FORM TO: DARREN GRAY, CITY MANAGER THRU: FREDDY SUAREZ, PURCHASING DIRECTOR �1 FROM: MARILYN RODRIGUEZ, CONTRACTS COORDINATOR (m� SUBJECT: COMMUNICATION WIRING AND EQUIPMENT MAINTENANCE DATE: SEPTEMBER 10, 2018 THE PURCHASING DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and Quality Cable Contractors, Inc. is to provide communication wiring and equipment maintenance services for the Public Works Department. The agreement shall take effect on the date of execution by both parties and shall remain in effect until November 15, 2018, unless renewed or terminated as provided by the Orange County Public Schools contractual agreement. 2. Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: At the request of the Public Works Department, the Purchasing Department sought a contract with the Orange County Public Schools, contract number ITB-1308177. The estimated annual expenditures is $20,000 and it is included in the Public Works Department budget. The Purchasing Department issued RFI 1808-004 to notify local vendors of the City's intent to utilize other governmental entities' contract. At the completion of the RFI the Purchasing Department received no interest. The Orange County Public Schools contract was fully competed, advertised, and complies with the City of Clermont Purchasing Policy. 4. FISCAL IMPACT: The estimated annual expense of $20,000 is included in the FY 2018 approved budget. 5. EXHIBITS: Orange County Public Schools Bid Tabulation Orange County Public Schools Agreement with Quality Cable Contractors APPROVAL AUTHORITY Approved Disapproved ❑ Reason/Suggestion (If disapproved) 9111118 t Title Date i N� 8'8 8 C 888 G ¢¢s¢G 3 3�, g3�i9H ¢¢ z z3 pp�� ps g{Fi 1� B4 i yy 4 g E S S $ G C S FF d F T $ b 8 S S E 5 8 $ $ 8 8 $ $ $ 8 $ $ B 9 9 5 k a§ B 8 8 e �y V � 6 r 3z 6 ? R a r a a®o $ d y o C ^ S 2 a e C m y' N P A x ?o o y