Loading...
2017-110 AGREEMENT FOR INTERIOR OFFICE SIGNS ( THIS AGREEMENT, is made and entered into this ( 5T l'day of DI/elt_,1..2r 2017, 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 RODZINA INDUSTRIES, INC., whose address is: 3518 Fenton Road, Flint, MI 48507, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 17-050 Interior Office Signs; WHEREAS, CONTRACTOR submitted its response dated September 21, 2017 to RFB 17-050; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 17-050 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I—SCOPE OF WORK The CONTRACTOR shall furnish interior office signs as described in CITY's RFB 17- 050 and CONTRACTOR's September 21, 2017 response thereto, which are expressly incorporated herein and made apart of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. 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 an amount in accordance with the compensation schedule set forth in Exhibit "A", 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 for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. 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) 1 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 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. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2) additional one (1) year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Consumer Price Index(CPI). ARTICLE IV—COMMENCEMENT ANDCOMPLETIONOFWORK CITY shall authorize services to be provided hereunder by issuing a purchase order to CONTRACTOR. ARTICLE V—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 to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty (30)calendar days of receipt of the invoice. ARTICLE VI—DISPUTE RESOLUTION-MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and othermatters 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 2 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 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. 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. 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 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. 3 (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: Rodzinalnsdustries, Inc. 3518 Fenton Road Flint,MI48507 Attn: Robert Cross CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont,FL34711 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 4 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 5 requirements. CONTRACTOR shall use reasonable efforts to provideall records stored electronically must be provided 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. ARTICLE X—AGREEMENTDOCUMENTS 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 3. Alldocuments contained in City of Clermont RFB 17-050 and any amendments thereto. 4. CONTRACTOR's September 21, 2017 response to RFB 17-050. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 15 d /Vay of /e& A.ar- ,2017. City of Clermont 4 Darre10 , pity anager Attest: Tracy Ackroyd Howe,City Clerk 6 RODZINA INDUSTRIES,'INC. By: �o�C�� (Signature) (Name&Title Printed or Typed) Attest: ail /CALL, n49-4-a/ Corporate Secretary Arlene_ 'Crass. (Name Printed or Typed)` 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. 1 Interior Office Signs(as per specifications) 10/Ea. 'Z3,00 ;L3p.00 The first order is estimated to be One Hundred Twenty(120) office signs. Estimated Time of Delivery From Purchase Order: 2.1-9,8 Calendar Days. By signing below, the respondent agrees to all terms, conditions, and specifications as stated In this solicitation,and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available,at a minimum,the items set forth in this solicitation. Company Name(print): (/ O DZ IA3A Tr t�uSTR 1 CS =iJC. Street Address: 351$ Fc5a TO1J RD, r Lt NST 0.11 4%501 5131 Mailing Address(if different): Telephone: $l O- 235-234 I Fax: $I O -2.35- 51el Email: FIOD2t.A1aD 0 Aot..Ct K Payment Terms: % days,net 30 FEIN: 3$ - 241 12.% Professional.License No.: Signature: 40C.•� Date: c1.-2,0-13 Print Name: Robeft-r (EIo$S Trite: QR e-S Does the respondent accept payment using the City's MASTERCARD? liKes ❑ No END OF SECTION—C RFB No:17-050 Page 11 of 28 8/22/2017 8:08 AM p.13 CONTRACT APPROVAL FORM TO: DARREN GRAY, CITY MANAGER THRU: FREDDY SUAREZ, PURCHASING DIRECTOR (flip FROM: MARILYN RODRIGUEZ, CONTRACTS COORDINATOR V`i\ SUBJECT: INTERIOR OFFICE SIGNS DATE: OCTOBER 31, 2017 THE PURCHASING DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and Rodzina Industries, Inc. is to furnish interior office signs for various office locations. The agreement shall take effect on the date of execution by both parties and shall remain in effect for a period of three (3) years. This agreement may be renewed for two (2) additional twelve (12) month period. 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 Rodzina Industries, Inc. to furnish interior office signs for various office locations. The estimated expenditures is $3,000 and it is included in the Public Works Department budget. The Purchasing Department issued Request for Bid (RFB) 17-050 to acquire qualified respondents to provide these services. At the completion of the RFB the Purchasing Department received four(4)responses.The award is being recommended to the low responsive responsible bidder Rodzina Industries, Inc 4. FISCAL IMPACT: The fiscal impact of $3,000 is consistent with the 2018 approved budget. 5. EXHIBITS: Response Tabulation Interior Office Signs Agreement APPROVA AUTHORITY Approved Disapproved 0 Reason/Suggestion (If disapproved) leaCi IThn 11 f 1 Title Date Vr CLER\IONT lce of Champion RESPONSE TABULATION RFB 17-050,INTERIOR OFFICE SIGNS DUE DATE/TIME: SEPTEMBER 21,2017 AT 2:00 P.M.(EST) COMPANY NAME ADDENDA 1 ADDENDA 2 TOTAL PRICE Rodzina Industries, Inc.—Flint,MI Y Y $230.00 Poblocki Sign Company, LLC.—Morrisville, NC Y Y $380.00 American Eagle Fence, LLC.—Niceville,FL Y N $490.00 Fusion LED d/b/a Sign-Express—Houston,TX Y N $650.00 Schneider, Inc.d/b/a Howard Industries-Fairview, PA Non-Responsive BIKO, Inc.—Hernando, FL Non-Responsive *Addenda 1 and 2 were not mandatory submittals with bid response.