Loading...
2013-76 CONTRACTOR AGREEMENT THIS AGREEMENT, made and entered into this/4' day of 2013, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "OWNER"), and INFINITY LANDSCAPE MANAGEMENT, LLC. P.O. Box 120872, Clermont, FL 34712 (hereinafter referred to as "CONTRACTOR"). WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus and transportation and perform all of the work described in the bid documents and specifications entitled: RFB NO. 14-005 —Mowing Services as prepared by Owner and its agents shall do everything required by this Contract and the other Contract Documents contained in the specifications, which are a part of these Documents. ARTICLE II- THE CONTRACT SUM The OWNER shall pay to the CONTRACTOR, for the faithful performance of the Contract as set forth in the contract documents in accordance with the Unit Price Schedule, attached hereto and incorporated herein as Exhibit "A", in lawful tender of the United States. ARTICLE III - COMMENCEMENT AND COMPLETION OF WORK 1. The CONTRACTOR shall commence work within 10 calendar days after receipt of a Notice to Proceed or Purchase Order, and shall provide the services on a monthly basis in accordance with a schedule to be agreed-upon with the Owner. 2. The CONTRACTOR shall perform all services in a diligent and professional manner an in accordance with all applicable laws. 3. The CONTRACTOR further declares it has examined the sites of the work and that from personal knowledge and experience or that it has made sufficient investigations to fully satisfy it that such sites are correct and suitable for the work and it assumes full responsibility therefore. It is expressly agreed that under no circumstances, conditions or situations shall this Contract be more strongly construed against the OWNER than against the CONTRACTOR and his Surety. 1 Any ambiguity or uncertainty in the Specifications shall be interpreted and construed by the OWNER's representative and his decision shall be final and binding upon all parties. 4. It is distinctly understood and agreed that the passing, approval and/or acceptance of any part of the work or material by the OWNER or by any agent or representative as in compliance with the terms of this Contract and/or the Specifications covering said work shall not operate as a waiver by the OWNER of strict compliance with the terms of this Contract and/or the Specifications covering said work; and the OWNER may require the CONTRACTOR and/or his Surety to redo any service provided to comply strictly and in all things with this Contract and the Specifications. ARTICLE IV-PAYMENTS In accordance with the provisions fully set forth in the Contract Documents as provided, the OWNER shall pay the CONTRACTOR within thirty (30) days of the receipt of a valid and accurate invoice for services provided during the prior month. The invoice shall not become due and payable until approved by OWNER. CONTRACTOR shall not bill OWNER more frequently then one time per month. ARTICLE V—TERM This Contract shall take effect upon the date that it is last executed by the parties as set forth below and will continue in effect for one (1) year thereafter, whereupon it shall automatically expire, unless renewed by CITY as provided herein. CITY at its sole option shall, upon written notice to CONTRACTOR, have the right to renew this contract for two (2) additional one (1) year terms. Prior to the expiration of the initial term and any subsequent renewal thereafter, CITY may consider an adjustment to price based on changes in the Producer Price Index (PPI) or minimum wage law as documented by CONTRACTOR. As a condition precedent to consideration by the CITY, CONTRACTOR shall provide CITY a written request for adjustment in accordance herewith forty-five (45) days prior to the anniversary date of the contract. Any such renewal may be approved in the sole discretion of CITY. ARTICLE VI—DISPUTE RESOLUTION- MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The Owner 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 the place where the Project is located, unless another 2 location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE VII—INSURANCE, INDEMNIFICATION RIDER AND SAFETY 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. In case any class of employees engaged in hazardous work under this contract at the site of the Project is not protected under the Worker's Compensation statute, the Contractor shall provide adequate insurance, satisfactory to the Owner, for the protection of employees not otherwise protected. 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) Contractor's Comprehensive General, $500,000 Each ($1,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $300,000 Each Bodily Injury&Property Damage 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. Owner's and Contractor's Protective Liability Insurance - The Owner shall procure and furnish an Owner's and Contractor's Protective Liability Insurance Policy with the following minimum limits: (a) Bodily Injury Liability& $500,000 each($1,000,000 aggregate) Property Damage Liability Occurrence Combined Single Limit 3 5. "XCU" (Explosion, Collapse, Underground Damage) - The Contractor's Liability Policy shall provide "XCU" coverage for those classifications in which they are excluded. 6. Broad Form Property Damage Coverage, Products & Completed Operations Coverages - The Contractor's Liability Policy shall include Broad Form Property Damage Coverage, Products and Completed Operations Coverages. 7. Contractual Liability Work Contracts - The Contractor's Liability Policy shall include Contractual Liability Coverage designed to protect the Contractor for contractual liabilities assumed by the Contractor in the performance of this Agreement. 8. Indemnification Rider (a) To cover to the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property(other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the 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 Owner 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 Owner for the indemnification provided herein. 4 9. Safety — At all times while performing the services contemplated herein Contractor agrees to comply with OWNER'S published safety standards. A copy of these standards is attached hereto and incorporated herein as Exhibit `B". CONSULTANT shall have full responsibility and assume all liability for the safety and supervision of its employees while performing services provided hereunder. 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: Infinity Landscape Management, LLC. 17649 US Hwy. 27, B-17. P.O. Box 120872 Clermont, FL 34712 OWNER: 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. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 5 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. 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. Records. Contractor expressly understands and acknowledges that any and all documents related to the services provided herein, may be considered records that are subject to examination and production in accordance with Florida's Public Records Law. Contractor expressly agrees that it will comply with all requirements related to said law and that it will hold city harmless for any such disclosure related to Florida's Public Records Law. 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. All documents contained in RFB 14-005 Mowing Services and CONTRACTOR's November 7, 2013 response thereto, including any and all addenda or amendments thereto. 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this /e`741-day of T ei2i 4�,2013. City of !A rmont ,,, ,r, D'., - �� ay, City Manager ; -,`_e,t , ',-t -?Aitest� "�, c t1 't "'-; - V' ,": �,--wt:' ; `e Tracy Ackroyd, City Clerk 'd''''a` Infinity Landscape Management, LLC. 'may° , ,,,, .,, ,:t,' By: 0A�..---- - A d ebe,W...It , Vice President (Name Printed or Typed) Attest: ' Corporate Seer: ary (Name Pri'ted or Typed) i 7 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 authorized, ordered, placed, and accepted by the City. Item _ Description Qty/ Unit Unit Price Total 1 Environmental Services Dept.—East 29/Visits Wastewater Treatment Plant Mowing pro \O a ,o c. 2 Environmental Services Dept.—Sunburst Lane 29/Visits Water Treatment Plant Mowing MEM 3 Environmental servci Dept —Greater Hills Water 29/Visits Treatment Plant Mowing 70,c,c) 4 Road Right-of-Way and Stormwater Treatment MEI Pond Mowing 5 Lake Hiawatha Preserve Mowing 8/Visits MillM Total of Items 1 Through 5 1 MI Additive Alternates (29-Visits): Alternate No. 1: Hooks St. & Grand Hwy (ADD) $ 1,30C ( j ) Alternate No. 2: Oakley Seaver Blvd.by Lowes (ADD) $ I,3a 5 C 4.491 %I;5 i hl) Alternate No. 3: Citrus Tower Blvd (ADD) $ 90C C IR 4:S∎,S.) RFB No: 14-005 Page 12 of 30 City of Clermont Bid 14-005 SECTION—C PRICE SCHEDULE 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) }_y4:" ; "7 1-c.f4 Scpi.. rvlArui,i1�+^ve Street Address. 17/o I ict •j al, 1111 Mailing Address(if different) 41,0. 13,,x kILA 7 a- Ott,Merr`�j F� 34 1 Telephone 407 1.16g 7 i S Fax. Email: „N, Acr,e% t„.mS 1.o j.,,, 1 xco Payment Terms. % days,net FEIN: - Professional License No. Signature. - (�1� Date: - 1 Print Name: ,,,‘ Title. Vii?, preS:der1-6 Does the respondent accept payment using the City's MASTERCARD? ❑Yes ❑ No END OF SECTION—C RFB No: 14-005 Page 13 of 30 10/22/2013 12 20 PM p 17 PURCHASE APPROVAL FORM TO: DARREN GRAY, CITY MANAGER THRU: STONEY BRUNSON, PUBLIC WORKS DIRECTOR THRU: JAMES KINZLER, ENVIRONMENTAL SERVICES DIRECTOR FROM: FREDDY SUAREZ, PURCHASING MANAGER SUBJECT: MOWING SERVICES AGREEMENT DATE: DECEMBER 17, 2013 THE PURCHASING MANAGER RECOMMENDS THE FOLLOWING 1 APPROVE: Agreement between the City of Clermont and Infinity Landscape Management, LLC to provide mowing services in the annual amount of $48,430 The contract period begins the date of execution by both parties and shall end twelve (12) months thereafter The City reserves the right to renew the contract for two (2) additional one (1) year terms 2 Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve purchases under $50,000 that do not require a budget amendment 3 ADDITIONAL INFORMATION: The Purchasing Manager issued a Request for Bid (RFB) number 14-005 to provide mowing services to specific locations throughout the City There were seven (7) responses to the RFB and Infinity Landscape Management, LLC. response was determined the lowest bid based on grouped items The RFB was fully competed, advertised, and complies with the City of Clermont Purchasing Policy 4 FISCAL IMPACT: The fiscal impact of $48,430 is consistent with the 2014 approved budget: 5 EXHIBITS: Response Tabulation Mowing Services Agreement APPROVAL AUTHORITY Approved Disapproved ❑ Reason/Suggestion (If disapproved) .'k \ r lYc.Q 21� �•ig 1; � Title � /9/1/0)0/3 Da O LC) M N CD M CO rj Ns: Co Q r r Ef) ff? 4.07). E9 N CO O p ti N co Cr) O) Q E9 E9 T' lf) O p M ij M ti co 0) co M O O O O co O U? a r M � O r 0o r M Cn CO r ti r 0 ., co 't E O N co co E O) O r- N ti o E ao a) v E ao E ao a) m E N E " ~ a) `o) = N a) a) O a) ,.... 6R 69 4_ 69 ..,.. E9 69 ... E9 .. E9 10 O O 0 CO CO 0 E N- O O ti O) O +0+ N N N z M 69 E9 E9 Cf} 69 E9 Z Z 0 co O LO N 0 O ~ E ( co �f 00) O ; J w .- ri O mE9 cf� c E9 (ra co W E 0) co ao co M < N r ti N r = Z E9 E9 K, E9 U, U D a N Cl) N co U) U) O CO CO r r r a � w E co v 0) co r �~ N. U, U, ea a 0 r Cj O 10 N N E O N O co Q r co O r a) M del E9 69 U r E y o ` N I V p� I 1 I c c ce m c a) -J c E U O c E W aS ca J co a) -I a N W � � C) C CJ O a)as C7 > Z VS a) 05 c V ca c QLL J c Z Z >, co cn a) c g a c °tS E c �o m 3 a) m 0 OW 0- c = U � E U a� m c 2 c o M E 0 E a) ( J N t, CJ 73 -I 72 D2 c% Z3 W a c W 0 3 EIL J0 co LL C J 1 . O 'c O I— V) 7 d C = 0 CO C J C c 0 fC4 U Q Ty < >, C - = a) rn� � 0 — O a) JO II M W a) _ E N a) O N co 4) a) a) a) 0 Q LL o ooaO OD 2 (n � U OU aco n E