HomeMy WebLinkAboutContract 2023-110ADocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
AGREEMENT No. 2023-110
PARTS AND SERVICES FOR HEAVY DUTY TRUCKS AND INDUSTRIAL
EQUIPMENT
THIS AGREEMENT, is made and entered into this 25th day of October 2023, 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 ORLANDO FREIGHTLINER, INC., whose address is: 2455 South Orange Blossom Trail,
Apopka, Florida 32703, (hereinafter referred to as "CONTRACTOR").
WHEREAS, Osceola County through the public procurement process awarded an Agreement for,
Parts and Services for Heavy Duty Trucks and Industrial Equipment Contract Contract Number
AR-23-13747-MB;
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 Osceola County Contract Number AR-23-13747-MB;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
SCOPE OF WORK
The CONTRACTOR shall furnish parts and services for heavy duty trucks and industrial
equipment as described in the Osceola County Contract Number AR-23-13747-MB, which is
attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by
this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall
require CITY to purchase or acquire any items or services from CONTRACTOR that is not
specified in the CITY's purchase order. 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.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the
Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and
incorporated herein.
3. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties, and shall remain
in effect until June 30, 2026 unless terminated or renewed by Osceola County.
B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice
to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Piggyback Agreement
Parts and Services for Heavy Duty Trucks and Industrial Equipment Contract
convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of
the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a
labor dispute, which threatens to have a substantial, adverse impact upon the 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.
4. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to CITY the services contained under the Scope
of Work upon receipt of an authorized order from CITY and shall provide the requested
items in the timeframe and as set forth in Osceola County Contract Number AR-23-
13747-MB 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
CONTRACTOR or create an exclusive purchase agreement between CITY and
CONTRACTOR. 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
CONTRACTOR.
B. CONTRACTOR, 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 CONTRACTOR to so notify CITY will
preclude CONTRACTOR from seeking payment of any kind for any items that were
delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option
cancel the order and seek the items from any available source.
C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any
gasoline, diesel, kerosene, LP gas, and bio-diesel 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 CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas,
and bio-diesel so as to comply with the warranties and specifications hereof.
D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Piggyback Agreement
Parts and Services for Heavy Duty Trucks and Industrial Equipment Contract
5. PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall
submit an invoice to CITY upon completion of the services and delivery of products to CITY as
set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for
all accepted deliveries and undisputed product delivered and services provided, within thirty (30)
calendar days of receipt of the invoice.
6. DISPUTE RESOLUTION - MEDIATION
A. 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.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
C. 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.
7. INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's
Compensation Insurance for all its 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 subCONTRACTOR employees unless such
employees are covered by the protection afforded by the CONTRACTOR. 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 CONTRACTOR shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liability Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial
General Liability and Business 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 as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
2
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Piggyback Agreement
Parts and Services for Heavy Duty Trucks and Industrial Equipment Contract
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
The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended
to provide coverage on an occurrence basis.
7.3. Indemnification Rider
A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold
harmless the CITY and its employees from and against all claims, damages, losses and
expenses, including but not limited to reasonable attorney's fees, arising out of or
resulting from its 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 such acts are 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; however, this indemnification does not
include the sole acts of negligence, damage or losses caused by the CITY and its other
contractors.
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.
8. 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.
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Piggyback Agreement
Parts and Services for Heavy Duty Trucks and Industrial Equipment Contract
A. CONTRACTOR:
• ORLANDO FREIGHTLINER
• Attn: Tod Chapman, Parts Representative
• 2455 South Orange Blossom Trail, Apopka, Florida 32703
A. OWNER:
• City of Clermont
• Attn: Brian Bulthuis, City Manager
• 685 W. Montrose Street, Clermont, FL 34711
9. MISCELLANEOUS
9.1. 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.
9.2. 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.
9.3. 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.
9.4. 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.
9.5. 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.
4
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Piggyback Agreement
Parts and Services for Heavy Duty Trucks and Industrial Equipment Contract
9.6. Assi _ ng ment
Except in the event of a 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.
9.7. 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.
9.8. 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.
9.9. 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 CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY
CLERK'S OFFICE, (352) 241-7331.
10. AGREEMENT DOCUMENTS
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Piggyback Agreement
Parts and Services for Heavy Duty Trucks and Industrial Equipment Contract
The Agreement Documents, as listed below are herein made fully a part of this Agreement as if
herein repeated.
Document Precedence:
A. This Agreement
B. Purchase Order / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in the Osceola County Contract Number AR-23-13747-MB.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 3rd day of
Novemeber 2023.
CITY OF CLERMONT
---DocuSigned by:
Tim Murry, Mayor
ATTEST:
DocuSigned by:
T 44e,y AGkI d
"ol—
',—�D-TF-34-9...
Tracy Ackroyd Howe, City Clerk
0
DocuSign Envelope ID: 551A026C-OB93-4550-A05E-27613284CA9E
ORLANDO FREIGIUMNER, INC.
IL 17
B
(Signature)
Print Name: A o
Title: P�4�
Date: 4ctkZ3
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
AGREEMENT
THIS AGREEMENT is made by and between OSCEOLA COUNTY, a political subdivision of
the State of Florida, 1 Courthouse Square, Kissimmee, Florida 34741, hereinafter referred to as
the "COUNTY", and ORLANDO FREIGHTLINER, INC., 2455 SOUTH ORANGE BLOSSOM TRAIL,
APOPKA, FLORIDA 32703, hereinafter referred to as the "CONTRACTOR".
WITNESSETH:
WHEREAS, the COUNTY has competitively solicited for parts and service for County
owned machines, heavy duty trucks, and industrial equipment utilizing Detroit Diesel Engines,
Mercedes Engines, and Allison Transmissions, Pursuant to AR-23-13747-MB; and
WHEREAS, the CONTRACTOR has exhibited by its response to the solicitation that it is
capable of providing the required services; and
WHEREAS, the parties hereto have agreed to the terms and conditions cited herein
based on said solicitation.
NOW, THEREFORE, in consideration of the mutual covenants, terms, and provisions
contained herein, the parties agree as follows:
SECTION 1. TERM.
The term of this Agreement shall begin on July 1, 2023, and continue through June 30,
2026, and may be extended when in the best interest of the County.
SECTION 2. SCOPE OF SERVICES.
The CONTRACTOR will furnish and install all necessary labor, materials, and equipment
to complete the services set forth in Exhibit "A" which is attached hereto and incorporated
herein.
SECTION 3. OBLIGATIONS OF THE CONTRACTOR.
Obligations of the CONTRACTOR shall include, but not be limited to, the following:
A. It is understood that the CONTRACTOR shall provide and pay for all labor, tools,
materials, permits, equipment, transportation, supervision, and any and all other
items or services, of any type whatsoever, which are necessary to fully complete and
deliver the services requested by the COUNTY, and shall not have the authority to
create, or cause to be filed, any liens for labor and/or materials on, or against, the
COUNTY, or any property owned by the COUNTY. Such lien, attachment, or
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
encumbrance, until it is removed, shall preclude any and all claims or demands for
any payment expected by virtue of this Agreement.
B. The CONTRACTOR will ensure that all of its employees, agents, sub -contractors,
representatives, volunteers, and the like, fully comply with all of the terms and
conditions set herein, when providing services for the COUNTY in accordance
herewith.
C. The CONTRACTOR shall be solely responsible for the means, methods, techniques,
sequences, safety programs, and procedures necessary to properly and fully
complete the work set forth in the Scope of Services.
D. The CONTRACTOR will maintain an adequate and competent staff, and remain
authorized to do business within the State of Florida. The CONTRACTOR may
subcontract the services requested by the COUNTY: however, the CONTRACTOR is
fully responsible for the satisfactory completion of all subcontracted work.
SECTION 4. STANDARD OF CARE.
A. The CONTRACTOR has represented to the COUNTY that it possesses a level of
knowledge, experience, and expertise that is commensurate with firms in the areas
of practice required for the services to be provided. By executing this Agreement,
the CONTRACTOR agrees that the CONTRACTOR will exercise that degree of care,
knowledge, skill, and ability as any other similarly situated contractor possessing the
degree of skill, knowledge, experience, and expertise within the local area, working
on similar activities. The CONTRACTOR shall perform the services requested in an
efficient manner, consistent with the COUNTY's stated scope of services and
industry standards.
B. The CONTRACTOR covenants and agrees that it and its employees, agents, sub-
contractors, representatives, volunteers, and the like, shall be bound by the same
standards of conduct as stated above.
SECTION S. COMPENSATION.
A. The amount to be paid under this Agreement for services rendered will not exceed
One Hundred Fifty Thousand and 00/100 Dollars ($150,000.00) annually, for a total
not to exceed amount of Four Hundred Fifty Thousand and 00/100 Dollars
($450,000.00) for the term of this Agreement, in accordance with the pricing
schedule set forth in Exhibit "B" which is attached hereto and made a binding part
hereof.
rev 8.2020
DocuSign Envelope ID: 551A026C-OB93-4550-A05E-27613284CA9E
B. Compensation for services completed by the CONTRACTOR will be paid in
accordance with section 218.70, Florida Statutes, Florida's Prompt Payment Act.
C. Services to be performed in accordance with this Agreement are subject to the
annual appropriation of funds by the COUNTY. In its sole discretion, the COUNTY
reserves the right to forego use of the CONTRACTOR for any project which may fall
within the Scope of Services listed herein. In the event the COUNTY is not satisfied
with the services provided by the CONTRACTOR, the COUNTY will hold any amounts
due until such time as the CONTRACTOR has appropriately addressed the problem.
SECTION 6. TERMINATION.
Either party may terminate this Agreement, with or without cause, given thirty (30) days
written notice to the other party.
SECTION 7. PAYMENT WHEN SERVICES ARE TERMINATED.
A. In the event of termination of this Agreement by the COUNTY, and not due to the
fault of the CONTRACTOR, the COUNTY shall compensate the CONTRACTOR for all
services performed prior to the effective date of termination.
B. In the event of termination of this Agreement due to the fault of the CONTRACTOR,
or at the written request of the CONTRACTOR, the COUNTY shall compensate the
CONTRACTOR for all services completed, prior to the effective date of termination,
which have resulted in a usable product, or otherwise tangible benefit to the
COUNTY. All such payments shall be subject to an off -set for any damages incurred
by the COUNTY resulting from any delay occasioned by early termination. This
provision shall in no way be construed as the sole remedy available to the COUNTY
in the event of breach by the CONTRACTOR.
SECTION 8. INSURANCE.
A. The CONTRACTOR shall not commence any work in connection with an agreement
until it has obtained all of the following types of insurance and has provided proof of
same to the COUNTY, in the form of a certificate prior to the start of any work, nor
shall the CONTRACTOR allow any subcontractor to commence work on its
subcontract until all similar insurance required of the subcontractor has been so
obtained and approved. All insurance policies shall be with insurers qualified and
doing business in Florida.
B. The CONTRACTOR shall maintain the following types of insurance, with the
respective minimum limits:
1. AUTOMOBILE PUBLIC LIABILITY: Combined Property Damage and Bodily Injury,
One Million Dollars ($1,000,000.00) — Any Auto;
rev 8.2020
DocuSign Envelope ID: 551A026C-OB93-4550-A05E-27613284CA9E
2. GENERAL LIABILITY: One Million Dollars ($1,000,000.00) each occurrence;
3. DAMAGE to RENTED PREMISES — Fifty Thousand Dollars ($50,000.00), Any single
occurrence;
4. MEDICAL EXPENSES: Five Thousand Dollars ($5,000.00) — Any one person;
5. PERSONAL & ADVERTISING INJURY: One Million Dollars ($1,000,000.00),
6. GENERAL AGGREGATE: One Million Dollars ($1,000,000.00);
7. PRODUCTS — COMPLETED OPERATIONS AGGREGATE: One Million Dollars
($1,000,000.00)
8. EXCESS/UMBRELLA COVERAGE: One Million Dollars ($1,000,000.00); and,
9. WORKERS' COMPENSATION: Employers' liability insurance which covers the
statutory obligation for all persons engaged in the performance of the work
required hereunder with limits not less than $1,000,000.00 per occurrence.
Evidence of qualified self-insurance status will suffice for this subsection. The
CONTRACTOR understands and acknowledges that it shall be solely responsible
for any and all medical and liability costs associated with an injury to itself and/or
to its employees, sub -contractors, volunteers, and the like, including the costs to
defend the COUNTY in the event of litigation against same.
C. The CONTRACTOR shall name the "Osceola County Board of County Commissioners"
as additional insured, to the extent of the services to be provided hereunder, on all
required insurance policies, and provide the COUNTY with proof of same.
D. The CONTRACTOR shall provide the COUNTY's Procurement Services with a
Certificate of Insurance evidencing such coverage for the duration of this
Agreement. Said Certificate of Insurance shall be dated and show:
a. The name of the insured CONTRACTOR,
b. The specified job by name and job number,
c. The name of the insurer,
d. The number of the policy,
e. The effective date,
f. The termination date,
g. A statement that the insurer will mail notice to the COUNTY at least thirty (30)
days prior to any material changes in the provisions or cancellation of the policy.
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
h. The Certificate Holders Box must read as follows. Any other wording in the
Certificate Holders Box shall not be acceptable:
Osceola County Board of County Commissioners
c/o Director of Human Resources
1 Courthouse Square, Suite 4200
Kissimmee, Florida 34741
E. Receipt of certificates or other documentation of insurance or policies or copies of
policies by the COUNTY, or by any of its representatives, which indicates less
coverage than is required, does not constitute a waiver of the CONTRACTOR's
obligation to fulfill the insurance requirements specified herein.
F. The CONTRACTOR shall ensure that any sub-contractor(s), hired to perform any of
the duties contained in the Scope of Services of this Agreement, maintain the same
insurance requirements set forth herein. In addition, the CONTRACTOR shall
maintain proof of same on file and made readily available upon request by the
EKel11►iti'�
G. The COUNTY shall be exempt from, and in no way liable for, any sums of money
which may represent a deductible in any insurance policy. The payment of such
deductible shall be the sole responsibility of the CONTRACTOR and/or subcontractor
providing such insurance.
H. All insurance carriers shall have an AM Best Rating of at least A- and a size of VII or
larger. The General Liability and Workers' Compensation policies shall have a waiver
of subrogation in favor of Osceola County. The liability policies shall be
Primary/Non-Contributory.
SECTION 9. COUNTY OBLIGATIONS.
At the CONTRACTOR's request, the COUNTY agrees to provide, at no cost, all pertinent
information known to be available to the COUNTY to assist the CONTRACTOR in providing and
performing the required services.
SECTION 10. ENTIRE AGREEMENT.
This Agreement, including referenced exhibits and attachments hereto, constitutes the
entire agreement between the parties and shall supersede, replace and nullify any and all prior
agreements or understandings, written or oral, relating to the matters set forth herein, and any
such prior agreements or understandings shall have no force or effect whatsoever on this
Agreement.
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
SECTION 11. APPLICABLE LAW VENUE JURY TRIAL.
The laws of the State of Florida shall govern all aspects of this Agreement. In the event
it is necessary for either party to initiate legal action regarding this Agreement, venue shall lie in
Osceola County, Florida. The parties hereby waive their right to trial by jury in any action,
proceeding or claim, arising out of this Agreement, which may be brought by either of the
parties hereto.
SECTION 12. PUBLIC RECORDS.
A. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY
TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE FOLLOWING:
Public Information Office
1 Courthouse Square, Suite 4400
Kissimmee, Florida 34741
407 742-0100
BCCPIO@osceola.org
B. The CONTRACTOR understands that by virtue of this Agreement all of its documents,
records and materials of any kind, relating to the relationship created hereby, shall
be open to the public for inspection in accordance with Florida law. If CONTRACTOR
will act on behalf of the COUNTY, as provided under section 119-011(2), Florida
Statutes, the CONTRACTOR, subject to the terms of section 287.058(1)(c), Florida
Statutes, and any other applicable legal and equitable remedies, shall:
1. Keep and maintain public records required by the COUNTY to perform the
service.
2. Upon request from the COUNTY'S custodian of public records, provide the
COUNTY with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not exceed the
cost provided by Florida law.
3. Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as authorized by
law for the duration of the contract term and following completion of the
contract if the CONTRACTOR does not transfer the records to the COUNTY.
4. Upon completion of the contract, transfer, at no cost, to the COUNTY all public
records in possession of the CONTRACTOR or keep and maintain public records
rev 8.2020
DocuSign Envelope ID: 551A026C-OB93-4550-A05E-27613284CA9E
required by the COUNTY to perform the service. If the CONTRACTOR transfers
all public records to the COUNTY upon completion of the contract, the
CONTRACTOR shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirement. If the
CONTRACTOR keeps and maintains public records upon completion of the
contract, the CONTRACTOR shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to the
COUNTY, upon request from the COUNTY'S custodian of public records, in a
format that is compatible with the information technology systems of the
county.
5. If the CONTRACTOR does not comply with a public records request, the COUNTY
shall enforce the contract provisions in accordance with the contract.
SECTION 13. INDEPENDENT CONTRACTOR.
This Agreement does not create an employee/employer relationship between the
parties. It is the parties' intention that the CONTRACTOR, its employees, sub -contractors,
representatives, volunteers, and the like, will be an independent contractor and not an
employee of the COUNTY for all purposes, including, but not limited to, the application of the
following, as amended: the Fair Labor Standards Act minimum wage and overtime payments,
the Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax
Act, the provisions of the Internal Revenue Code, the State of Florida revenue and taxation
laws, the State of Florida workers' compensation laws, the State of Florida unemployment
insurance laws, and the Florida Retirement System benefits. The CONTRACTOR will retain sole
and absolute discretion in the judgment of the manner and means of carrying out the
CONTRACTOR's activities and responsibilities hereunder.
SECTION 14. APPLICABLE LICENSING.
The CONTRACTOR, at its sole expense, shall obtain all required federal, state, and local
licenses, occupational and otherwise, required to successfully provide the services set forth
herein.
SECTION 15. COMPLIANCE WITH ALL LAWS.
The CONTRACTOR, at its sole expense, shall comply with all laws, ordinances, judicial
decisions, orders, and regulations of federal, state, county, and municipal governments, as well
as their respective departments, commissions, boards, and officers, which are in effect at the
time of execution of this Agreement or are adopted at any time following the execution of this
Agreement.
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
SECTION 16.
INDEMNIFICATION.
The CONTRACTOR agrees to be liable for any and all damages, losses, and expenses
incurred, by the COUNTY, caused by the acts and/or omissions of the CONTRACTOR, or any of
its employees, agents, sub -contractors, representatives, volunteers, or the like. The
CONTRACTOR agrees to indemnify, defend and hold the COUNTY harmless for any and all
claims, suits, judgments or damages, losses and expenses, including but not limited to, court
costs, expert witnesses, consultation services and attorney's fees, arising from any and all acts
and/or omissions of the CONTRACTOR, or any of its employees, agents, sub -contractors,
representatives, volunteers, or the like. Said indemnification, defense, and hold harmless
actions shall not be limited by any insurance amounts required hereunder.
SECTION 17. SOVEREIGN IMMUNITY.
The COUNTY expressly retains all rights, benefits and immunities of sovereign immunity
in accordance with Section 768.28, Florida Statutes. Notwithstanding anything set forth in any
section, article or paragraph of this Agreement to the contrary, nothing in this Agreement shall
be deemed as a waiver of sovereign immunity or limits of liability which may have been
adopted by the Florida Legislature or may be adopted by the Florida Legislature, and the cap on
the amount and liability of COUNTY for damages, attorney fees and costs, regardless of the
number or nature of claims in tort, equity or contract, shall not exceed the dollar amount set by
the Florida Legislature for tort. Nothing in this Agreement shall inure to the benefit of any third
party for the purpose of allowing any claim against the COUNTY which would otherwise be
barred under the Doctrine of Sovereign Immunity or operation of law.
SECTION 18. BANKRUPTCY OR INSOLVENCY.
If the CONTRACTOR shall file a Petition in Bankruptcy, or if the same shall be adjudged
bankrupt or insolvent by any Court, or if a receiver of the property of the CONTRACTOR shall be
appointed in any proceeding brought by or against the CONTRACTOR, or if the CONTRACTOR
shall make an assignment for the benefit of creditors, or proceedings shall be commenced on or
against the CONTRACTOR's operations of the premises, the COUNTY may terminate this
Agreement immediately notwithstanding the notice requirements of Section 6 hereof.
SECTION 19. BINDING EFFECT.
This Agreement shall be binding upon and ensure to the benefit of the parties hereto,
their heirs, personal representatives, successors, and/or assigns.
SECTION 20. ASSIGNMENT.
This Agreement shall only be assignable by the CONTRACTOR upon the express written
consent of the COUNTY.
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
SECTION 21. SEVERABILITY.
All clauses found herein shall act independently of each other. If a clause is found to be
illegal or unenforceable, it shall have no effect on any other provision of this Agreement. It is
understood by the parties hereto that if any part, term, or provision of this Agreement is by the
courts held to be illegal or in conflict with any law of the State of Florida or the United States,
the validity of the remaining portions or provisions shall not be affected, and the rights and
obligations of the parties shall be construed and enforced as if the Agreement did not contain
the particular part, term, or provision held to be invalid.
SECTION 22. WAIVER.
Failure of the parties to insist upon strict performance of any of the covenants, terms,
provisions, or conditions of this Agreement, or to exercise any right or option herein contained,
shall not be construed as a waiver of a relinquishment for the future of any such covenant,
term, provision, condition, or right of election, but same shall remain in full force and effect.
SECTION 23. NOTICE.
The parties hereto agree and understand that written notice, mailed or delivered to the
last known mailing address, shall constitute sufficient notice to the COUNTY and the
CONTRACTOR. All notices required and/or made pursuant to this Agreement to be given to the
COUNTY and the CONTRACTOR shall be in writing and given by way of the United States Postal
Service, first class mail, postage prepaid, addressed to the following addresses of record:
COUNTY: Osceola County
Attention: Procurement Services
1 Courthouse Square, Suite 2300
Kissimmee, Florida 34741
CONTRACTOR: Orlando Freightliner, Inc.
2455 South Orange Blossom Trail
Apopka, Florida 32703
SECTION 24. MODIFICATION.
The covenants, terms, and provisions of this Agreement may be modified by way of a
written instrument, mutually accepted by the parties hereto. In the event of a conflict between
the covenants, terms, and/or provisions of this Agreement and any written Amendment(s)
hereto, the provisions of the latest executed instrument shall take precedence.
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
SECTION 25. HEADINGS.
All headings of the sections, exhibits, and attachments contained in this Agreement are
for the purpose of convenience only and shall not be deemed to expand, limit or change the
provisions contained in such sections, exhibits, and attachments.
SECTION 26. ADMINISTRATIVE PROVISIONS.
In the event the COUNTY issues a purchase order, memorandum, letter, or any other
instrument addressing the services, work, and materials to be provided and performed
pursuant to this Agreement, it is hereby specifically agreed and understood that any such
purchase order, memorandum, letter, or other instrument is for the COUNTY's internal
purposes only, and any and all terms, provisions, and conditions contained therein, whether
printed or written, shall in no way modify the covenants, terms, and provisions of this
Agreement and shall have no force or effect thereon.
SECTION 27. CONFLICT OF INTEREST.
The CONTRACTOR warrants that the CONTRACTOR has not employed or retained any
company or person, other than a bona fide employee working solely for the CONTRACTOR, to
solicit or secure this Agreement, and that the CONTRACTOR has not paid or agreed to pay any
person, company, corporation, individual, or firm any fee, commission, percentage, gift, or any
other consideration, contingent upon or resulting from the award or making of this Agreement.
For the breach or violation of this Paragraph, the COUNTY shall have the right to terminate this
Agreement immediately, without liability and without regard to the notice requirements of
Section 6 hereof.
SECTION 28. PUBLIC ENTITY CRIMES.
As required by section 287.133, Florida Statutes, the CONTRACTOR warrants that it is
not on the convicted contractor list for a public entity crime committed within the past thirty six
(36) months. The CONTRACTOR further warrants that it will neither utilize the services of, nor
contract with, any supplier, sub -contractor, or contractor in connection with this Agreement for
a period of thirty six (36) months from the date of being placed on the convicted contractor list.
SECTION 29. EMPLOYMENT ELIGIBILITY VERIFICATION (E-VERIFY)
Pursuant to Florida Statutes, Section 448.095, the CONTRACTOR shall be registered
with and utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility status of all employees performing work under this Agreement as well as
all newly hired employees. In addition, the CONTRACTOR shall require any and all
subcontractors performing work in accordance with this Agreement to register with and utilize
the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility
status of all employees performing work under this Agreement as well as all newly hired
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
employees. Any such subcontractor shall provide an affidavit to the CONTRACTOR stating that
the subcontractor does not employ, contract with or subcontract with any ineligible individuals
and the CONTRACTOR must keep a copy of said affidavit for the duration of this Agreement.
Violation of this section is subject to immediate termination of this Agreement without regard
to any notice otherwise required herein. In the event the COUNTY incurs costs as a result of
the CONTRACTOR'S breach of this provision, any and all such costs shall be paid by the
CONTRACTOR immediately upon receipt of notice of the same from the COUNTY. Information
on registration for and use of the E-Verify Program may be obtained at the Department of
Homeland Security website: http://www.dhs.gov/E-Verify.
SECTION 30. JOINT AUTHORSHIP.
This Agreement shall be construed as resulting from joint negotiation and authorship.
No part of this Agreement shall be construed as the product of any one of the parties hereto.
SECTION 31. EQUAL OPPORTUNITY EMPLOYER.
The CONTRACTOR is an Equal Opportunity Employer and will comply with all equal
opportunity employment laws. The CONTRACTOR will further ensure that all sub -contractors it
utilizes in providing the services required hereunder will comply with all equal opportunity
employment laws.
SECTION 32 AUDITING, RECORDS, AND INSPECTION.
In the performance of this Agreement, the CONTRACTOR shall keep books, records, and
accounts of all activities, related to the Agreement, in compliance with generally accepted
accounting procedures. Throughout the term of this Agreement, books, records, and accounts
related to the performance of this Agreement shall be open to inspection during regular
business hours by an authorized representative of the COUNTY, and shall be retained by the
CONTRACTOR for a period of three years after termination or completion of the Agreement, or
until the full County audit is complete, whichever comes first. The COUNTY shall retain the
right to audit the books during the three-year retention period. All books, records, and
accounts related to the performance of this Agreement shall be subject to the applicable
provisions of the Florida Public Records Act, Chapter 119, Florida Statutes. The COUNTY also
has the right to conduct an audit within sixty (60) days from the effective date of this
Agreement to determine whether the CONTRACTOR has the ability to fulfill its contractual
obligations to the satisfaction of the COUNTY. The COUNTY has the right to terminate this
Agreement based upon its findings in this audit without regard to the termination provision set
forth herein.
SECTION 33. PROJECT MANAGERS.
The COUNTY and the CONTRACTOR have identified individuals as Project Managers,
listed below, who shall have the responsibility for managing the work performed under this
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Agreement. The person or individual identified by the CONTRACTOR to serve as its Project
Manager for this Agreement, or any replacement thereof, is subject to prior written approval
and acceptance of the COUNTY. If the COUNTY or CONTRACTOR replace their current Project
Manager with another individual, an amendment to this agreement shall not be required. The
COUNTY will notify the CONTRACTOR, in writing, if the current COUNTY Project Manager is
replaced by another individual.
A. The COUNTY Project Manager's contact information is as follows:
Daniel Bean, Interim Fleet Manager
Osceola County Fleet Management Department
3860 Old Canoe Creek Road
Saint Cloud, Florida 34769
Phone: 407-742-7545
Email: Daniel.bean@osceola.org
B. The CONTRACTOR Project Manager's contact information is as follows:
Tod Chapman, Parts Representative
Orlando Freightliner, Inc.
2455 South Orange Blossom Trail
Apopka, Florida 32703
Phone: 407-859-6799
Email: tchapman@orlandofreightliner.com
SECTION 34. PUBLIC EMERGENCIES.
It is hereby made a part of this Agreement that before, during, and after a public
emergency, disaster, hurricane, tornado, flood, or other acts of God, Osceola County shall
require a "First Priority" for goods and services. It is vital and imperative that the health, safety,
and welfare of the citizens of Osceola County are protected from any emergency situation that
threatens public health and safety as determined by the COUNTY. The CONTRACTOR agrees to
rent/sell/lease all goods and services to the COUNTY or governmental entities on a "first
priority" basis. The COUNTY expects to pay contractual prices for all products and/or services
under this Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other
acts of God. Should the CONTRACTOR provide the COUNTY with products and/or services not
under this Agreement, the COUNTY expects to pay a fair and reasonable price for all products
and/or services rendered or contracted in the event of a disaster, emergency, hurricane,
tornado, flood, or other acts of God.
SIGNATURE PAGE TO FOLLOW
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
IN WITNESS WHEREOF, the parties hereto, by their duly authorized representatives,
have executed this Agreement effective the later of the dates that each party signed this
Agreement.
BOARD OF COUNTY COMMISSIONERS
OF OS LA COUNTY, FLORIDA
By:
County Manager/Designee
Date: 6/26/2023
ORLANDO FREIGHTLINER, INC.
By:
Print:
ac�r
Title:
Date:
STATE OF FLORIDA
COUNTY OF
ks
The foregoing instrument was executed before me thist day of
2023, by ''0'd,f ,r" .,3 as C of Orlando
Freightliner, Inc., who personally swore or affirmed that he/she is authorized to execute this
Agreement and thereby bind the Corporation, and who is personally known to me OR has
produced f e e- 4 v as identification.
NOTARY PUBLIC, State of Florida
(stamp)
' "LN" RUM CMMMO
4Ad :Expires Mlay 19, 2026
rev 8.2020
DocuSign Envelope ID: 551AO26C-0B93-4550-AO5E-27613284CA9E
Exhibit "A"
Scope of Services
Scope of Services: CONTRACTOR will provide OEM (Original Equipment Manufacturer) Service
and Parts for COUNTY owned machines, heavy duty trucks, and other industrial equipment
utilizing Detroit Diesel Engines and Mercedes Engines, to include, but not limited to, Gradall
Excavating Equipment, Fire Apparatus, Construction Equipment, and Generators.
2. Supplier Certifications: CONTRACTOR shall be trained and certified to provide OEM Parts and
Service for Detroit Diesel Engine and Mercedes Engines.
Location: CONTRACTOR must have a Parts and Service Center/Location within 100 miles of
Osceola Fleet Services located at: 3860 Old Canoe Creek Road, Saint Cloud, Florida 34769.
4. Delivery: It is understood that items ordered by the COUNTY shall be made within (4) four
hours of order placement unless otherwise specified or agreed upon by authorized personnel.
Next day shipping shall be made available for items out of stock or stocked outside of the local
area. Items ordered shall be delivered between the hours of 6:00 AM and 2:30 PM, Monday
through Friday to:
Osceola County Fleet Services
3860 Old Canoe Creek Road
Saint Cloud, Florida 34769
The COUNTY reserves the right to change or add locations for delivery throughout the term of
the awarded contract. All deliveries shall be "Inside Delivery" at specified locations.
Delivery must be inspected by the County to confirm the quantity and content of the delivery is
consistent with the quantity and content of the order.
5. Quality: All Parts and Materials shall be of first use, and free of any defects such as cracks,
splits, wear, corrosion, or other deficiencies not noted herein. The CONTRACTOR shall represent
and warrant that the parts, materials, supplies, or other are New OEM, and not used or
reconditioned, unless agreed upon by authorized personnel.
The County Contract Manager may approve the Contractor to utilize or provide equivalent non -
OEM parts to facilitate repairs when deemed appropriate and necessary.
6. Warranty: All Parts and Materials shall be guaranteed for a minimum of 90 days from the date
of purchase, and the CONTRACTOR shall supply and honor all manufacturers' warranties.
All repairs performed by the CONTRACTOR will come with a minimum warranty of 90 days for
both parts and labor.
7. Service: The COUNTY will send vehicles and equipment out for repairs and service. The
CONTRACTOR will provide service based on the hourly labor rate in Exhibit "B" attached hereto
rev 8.2020
DocuSign Envelope ID: 551A026C-OB93-4550-A05E-27613284CA9E
for service for both a standard and overtime or after-hours rate. Any overtime rates shall only
be used with prior approval from the County Contract Manager.
8. Contractor Responsibilities: The CONTRACTOR shall employ Factory Trained and Certified
Technicians to complete COUNTY work and repairs. The CONTRACTOR shall be an authorized
warranty repair center for the OEM for which they are submitting a bid.
All repair work requested by the COUNTY shall be considered critical and be given the utmost
attention and priority.
9. Packaging and Returns: Parts and materials returned by the COUNTY to the CONTRACTOR shall
not incur shipping, handling, open package, and/or restocking charges of fees. Any items
ordered and received in error by the COUNTY shall be returned at the County's expense.
There shall be no minimum required order quantities or dollar amounts.
The COUNTY reserves the right to return parts for full credit that have become obsolete withing
the COUNTY fleet.
10. Pricing: CONTRACOTR shall only provide pricing for which they are manufacturer trained and
certified to provide OEM parts and service. The CONTRACTOR shall provide confirmation of OEM
certification upon request.
The labor rate shall include all miscellaneous fees to include but not be limited to, shop supplies,
environmental fees, and disposal fees. The CONTRACTOR shall not charge any additional fees in
addition to or over and above the stated labor rate.
11. Catalogue/Electronic Price Listing: The CONTRACTOR shall obtain new catalogs published and
provide the COUNTY with the corresponding pricing sheet. Name and effective dates of catalog
shall be stated on the bid schedule and a copy of each catalog or electronic link for on-line
catalog shall be submitted with the bid response to be considered for award. The successful
Bidder shall be responsible for submitting each successive catalog to Procurement Services and
the Corrections Department throughout the term of the contract at least twenty (20) days prior
to the effective date. Discounts will be taken off the most current catalog submitted. Catalogs
and its corresponding pricing sheet can only be updated once annually; however, the discounts
submitted on price sheet must remain firm throughout the Agreement term.
12. Price Increases: All Bid prices on the Bidding Pages shall not be increased through the first
anniversary of the contract. Requests for changes in bid prices may be considered annually at
time of contract renewal and shall be submitted in writing not less than sixty (60) days prior to
the proposed date of change, and then only in the same proportion that changes have occurred
on the manufacturer's latest published price lists, discount schedules, federal price index, or
other means of positive verification. The County shall have the right to accept or reject any
proposed change(s) in any of the originally offered prices or discount.
rev 8.2020
DocuSign Envelope ID: 551AO26C-OB93-4550-AO5E-27613284CA9E
Exhibit "B"
Pricing Schedule
1Lot l — Detroit Diesel Engine/Mercedes Truck Engine OEM Parts and Service
Parts Discount
Item
Description
Discount % off List Price
1.
Detroit Diesel OEM Parts 10%
2.
Mercedes Truck Engine OEM Parts 10%
3.
Aftermarket Brands (OEM Quality) 10%
Labor Rates
1.
Service Labor Rate (Per Labor Hour)
$192.00
2.
Mobile Labor Rate (Per Labor Hour) (if available)
N/A
3.
Overtime or After -Hours Labor Rate (Per Labor Hour)
N/A
rev 8.2020