Loading...
Contract 2022-032ADocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC AGREEMENT NO. 2022-032 FOR CHRISTMAS HOLIDAY DECORATION RENTAL SERVICES THIS AGREEMENT, is made and entered into this 22nd day of April 2022, 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 Florida CDI, LLC., whose address is: 3124 NW 161h Terrace, Pompano Beach, FL 33064, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFP 22-017 titled Christmas Holiday Decoration Rental Services; WHEREAS, CONTRACTOR submitted its response dated March 24, 2022 to RFP 22- 017; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFP 22-017 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE 1— SCOPE OF WORK The CONTRACTOR shall provide the rental, delivery, installation and pickup of holiday decorations as described in CITY's RFP 22-017 and CONTRACTOR's March 24, 2022 response thereto, which are expressly incorporated herein and made a part 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 2 — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Cost of Services an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. ARTICLE 3 — PROVISION OF SERVICES AND COMPLETION OF WORK 3.1. The CONTRACTOR shall only provide to CITY rental, delivery, installation and pickup of holiday decorations upon receipt of an authorized purchase order from CITY and shall provide the requested items in the timeframe and as set forth in RFP No.: 22-017 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC 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. 3.2. 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. 3.3. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. ARTICLE 4 — TERM AND TERMINATION 4.1. 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. 4.2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's 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. 4.3. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) 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 Producer Price Index (PPI). ARTICLE 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 2 DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC payment to the CONTRACTOR for all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION 6.1. 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. 6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 6.3. 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 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 Liabilitv 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 (b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 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. ARTICLE 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. 2 DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC CONTRACTOR: OWNER: Florida CDI, LLC. 3124 NW 161h Terrace Pompano Beach, FL 33064 Attn: Joe Campbell, Director of Sales City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE 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. 9.6. Assi ng ment — 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. 5 DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC 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 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 10 — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. 0 DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC Document Precedence: 10.1. This Agreement 10.2. Purchase Order / Notice To Proceed 10.3. All documents contained in City of Clermont RFP 22-017 and any amendments thereto. 10.5. CONTRACTOR's March 24, 2022 response to RFP 22-017. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this99ndday of Aril , 2022. CITY OF CLERMONT DocuSigned by: 431 F57D413554D6DS Freddy Suarez, ATTEST: IDocuSigned by: Tyam. A�4.�d H 3AD7F3490513344A... Tracy Ackroyd Howe, i Services Director 7 DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC FLORIDA CDI, LLC. By: (Signature EDocuSigned by: at, (,a�.w rbt,l,(, 57D5E5771 F964DE... Print Name: Joe Campbell Title: Director of ,Saps Date: 4/22/2022 Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC C/111-71D11 HJE RENTAL Quote 2022 3124 NW44Mth -4225 (954) 3 770 L CITY OF CLERMONT Majestic Mountain Pine Tree & LED Wreaths We will install one (1) 26' LED Majestic Mountain Pine Tree lit with Warm White Lights, decorated in a Custom Color Theme chosen by customer with a 3' LED Warm White Tree Topper. The tree will be installed on a Custom Tree Platform that will not exceed 3' in height. 1 26' LED Majestic Mountain Pine Tree — Warm White Lights $ 19,550.00 Includes Custom Ornament Package Chosen by Customer & InstallationlRemoval 1 Custom Tree Platform/Box $ 3,500.00 Examples — Wreath D6cor will be Custom Color and Theme Chosen by Customer We will install three (3) 60" LED Wreaths lit with Warm White Lights and decorated in a Custom Color Theme chosen by customer. 3 60" LED Wreaths — Warm White & Custom D6cor $ 1,245.00 TOTAL COST $ 24,295.00 The material contained herein is the property of Christmas Designers. Reproduction, copying, or use without prior consent is strictly prohibited. 0321-223-1 RG1 OT JC/SK 03.24.2022 Clermont, City of Proposal Christmas Designers Pompano Beach, FL DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC ThriAMA& �e�ioneve 1979-2019 City of Clermont RFP #22-017 TAB G: COST OF SERVICES �amtn.��jri�trrra� e�igrier� I.I0M DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC SECTION — B STATEMENT OF WORK The City of Clermont is requesting proposals from qualified respondents to rent, deliver, install and pickup of holiday decorations. These decorations include: • One — twenty-six (26) foot tall artificial evergreen Christmas tree lit with warm LED lights, fully decorated in chosen color theme. • Three — sixty (60) inch artificial evergreen wreaths lit with warm white LED lights fully decorated in chosen color theme. Successful respondent must provide equipment rentals and operators, cherry picker, and forklift (if needed) for the assembly of a twenty-six (26) foot Christmas tree and sixty (60) inch wreaths. The wreaths will be mounted onto "S" hooks that are attached to the building. Drilling will not be necessary for the installation of wreaths. A tree platform covering the diameter of the tree base must be provided by the successful respondent. Tree base must not exceed three (3) feet in height. It is the responsibility of the successful respondent to securely install guidewires that limits movement of the tree to avoid falling over. The guidewires must be wire rope and secured to the ground by stakes provided by the successful respondent. Successful respondent is responsible for performing required maintenance and repair during the course of the installation. The costs of any required tools, parts and materials needed for such repairs must be included in the price. The City is not responsible for any additional costs due to repairs. In the event the tree falls down, the successful respondent must have the capability of returning the tree to its original position within twenty-four (24) hours of being notified by City staff. Initial setup and full installation must take place on the third week of November. Break down and pickup must not exceed the second week of January. Location of installation and pickup will be at the City of Clermont City Hall Courtyard, located at 685 W. Montrose Street, Clermont, Florida. Successful respondent is responsible for all transportation, setup, breakdown and storage. Successful respondent must provide fluffing of tree branches, replacement of needed branches, decorations, installation of holiday LED lights, and replacement of any needed LED lights and electrical harness of the branches. Respondent must provide different holiday decoration themes for City staff to choose from. Include pictures and pricing on TAB G of your response. Past holiday decoration themes include Gnomes for the Holidays, Winter Wonderland, Gingerbread, and Holidays Around the World. Pictures of past holiday themes are available on Section K, Additional Information of this solicitation. As and when required, the successful respondent must work with the City staff in identifying any electrical connection concerns during the assembly of the tree. Should RFP No: 22-017 Page 10 of 35 DocuSign Envelope ID: 7A78DOE6-F8F4-4896-868A-60BCF66727BC SECTION — B STATEMENT OF WORK any electrical work require a licensed electrician, City staff will perform those electrical services. If successful respondent intends to subcontract the above mentioned services, the name, contact, and information of subcontractor including copy of all licenses must be provided in Tab F in response to this solicitation. END OF SECTION — B RFP No: 22-017 Page 11 of 35