FIVE YEAR CONTRACT TO PROVIDE HOLIDAY DECORATING AND INSURANCE CERTIFICATES
~
I
.:
.
CONTRACT
This CONTRACT made and entered into this ~O ~ day of ~J..wJI'- , 2001, by
and between the City of Clearwater, Florida, a municipal c~ratlon, Post Office Box
4748, Clearwater, Florida 33758-4748, hereinafter designated as the "City" and Clark
Sales Display, Inc., a Florida corporation, Post Office Box 1007, Tavares, Florida
32778, hereinafter designated as the "Contractor," collectively "the parties."
WITNESSETH:
That the parties to this contract each in consideration of the undertaking, promises and
agreements on the part of the other herein contained, do hereby undertake, promise
and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in
consideration of mutual covenants herein agree to the total sum of $225,100.00, paid
$45,020 annually by the City to the Contractor, who shall and will at its own cost and
expense perform all labor, furnish all materials, tools and equipment for the following:
A five (5) year contract beginning October 1, 2001, and
ending September 30, 2006 to provide Holiday Decorating
Activities under the specifications described in Exhibit A.
In accordance with such proposal and technical supplemental specifications and such
other special provisions and drawings, if any, which will be submitted by the City,
together with an advertisement, instructions to bidders, general conditions, proposal and
bond, which may be hereto attached, and any drawings if any, which may be herein
referred to, are hereby made a part of this contract, and all of said work to be performed
and completed by the Contractor and its successors and assigns shall be fully
completed in a good and workmanlike manner to the satisfaction of the City.
If the Contractor should fail to comply with any of the terms, conditions, provisions or
stipulations as contained herein within the time specified for completion of the work to
be performed by the Contractor, then the City, may at its option upon two days notice to
Contractor, avail itself of any or all remedies provided on its behalf and shall have the
right to proceed to complete ~uch work as Contractor is obligated to perform in
accordance with the provisions as contained herein and payment to the Contractor shall
be prorated to include only the value of services rendered at the time the City exercises
its option. Such amount of payment to remain the sole determination of the City.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DO HEREBY
AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE
BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S
ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN
CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS
CONTAINED HEREIN, AGREE TO HOLD THE CITY HARMLESS FROM ANY AND
~
() 0 - 2j".'" t~O
'"'
ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES
RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE
CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS,
AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE
AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT, SERVANTS OR
EMPLOYEES.
In addition to the foregoing provisions, the Contractor agrees to conform to the following
requirements:
In connection with the performance of work under this contract, the Contractor agrees
not to discriminate against any employee or applicant for employment because of race,
sex, religion, color, or national origin. The aforesaid provision shall include, but not be
limited to, the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; lay-off or termination; rates of payor other forms of
compensation; and selection for training, including apprenticeship. The Contractor
agrees to post hereafter in conspicuous places, available for employees or applicants
for employment, notices to be provided by the contracting officer setting forth the
provisions of the non-discrimination clause.
The Contractor further agrees to insert the foregoing provisions in all contracts
hereunder, including contracts or agreements with labor unions and/or worker's
representatives, except sub-contractors for standard commercial supplies or raw
materials.
It is mutually agreed between the parties hereto that time is of the essence of this
contract, and in the event that the work to be performed by the Contractor is not
completed within the time stipulated herein, it is then further agreed that the City may
deduct from such sums or compensation as may be due to the Contractor the sum
equal to 3% of the annual contract amount per day for each day that the work to be
performed by the Contractor remains incomplete beyond the time limit specified herein
which sum shall only and solely represent damage which the City has sustained by
reason of the failure of the Contractor to complete the work within the time stipulated, it
being further agreed that this sum is not to be construed as a penalty but is only to be
construed as liquidated damages for failure of the Contractor to complete and perform
all work within the time period as specified in this contract.
The Contractor shall provide insurance and comply with all requirements
contained in Exhibit B attached hereto and made a part hereof.
2
~
IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands
and seals and have executed this Agreement, in duplicate, the day and year first above
written.
Countersigned:
CITY OF CLEARWATER, FLORIDA
By:~2.AL-...-~
I ham B. Horne, II
Interim City Manager
Approved as to form:
Attest:
~-e~
J C. Hayman '
Assistant City Attorney
- L -"-~.c ~ cO~ Q.~
Cy t ia E. Goudeau
Ci lerk
CLARK SALES DISPLAY, INC.
(Contractor) / ~
BY:~?~~~
Its: t/, P
3
~
EXHIBIT "A"
SPECIFICATIONS FOR HOLIDAY DECORATIONS
CITY OF CLEARWATER - PARKS AND RECREATION
VENDOR ELlGIBLlTY: All vendors must demonstrate prior successful experience in
providing like services to a municipality or similar agency.
Vendors must also demonstrate the ability to successfully
perform per the specifications and scope of this document.
Specifically, vendors must provide proof that they have at
least three (3) years experience in providing pole-mounted
displays on poles located within the Right-of-Way of D.O.T.
roads; vendors must provide three (3) references of this type
work. The successful bidder will be required to sign a
contract to be approved by the City Commission.
SCOPE: The City of Clearwater proposes to continue to privately
contract its Holiday Decorating activities for a five (5) year
period, beginning October 1, 2001 and ending September
30, 2006.
The areas assigned to the Contractor will be: the Downtown
Section: various decorations on City Hall, Station Square
Park and Cleveland Street (from Myrtle Ave. to the Bayfront),
the Memorial Causeway Section (42 pole decorations from
the Bayfront to the Beach), the Beach Section (50 pole
decorations encompassing Mandalay Ave., from Bay
Esplanade leading South toward Roundabout Area, and S.
Gulfview Blvd., from South end of Causeway Blvd. going
south to Gulf Way Blvd. S. up to the Clearwater Pass Ave.).
The contractor will be responsible to supply and install the
following decorations:
Downtown Section:
. (1) 26' panel tree fully decorated with 4' five-point star, 39
large premier bows, 945+ lights (multi colored) and large
metallic silver, red and gold balls (300-4" & 200-6" in
size). Base size 13' diameter Tree will be placed on top
of upper fountain area at Station Square Park.
. (2) 13' w x 14' tall poinsettia candle wreath (2100 watts)
17 amps
. (6) 6' Holiday Silhouette Packages & (6) 4' Silhouette
Starburst to be mounted on building front
. (2) 5' Holiday Wreaths with lights, balls and giant bow
,~
CITY APPROVAL OF
DECORATIONS:
Iv
. Miscellaneous Holiday Display decorations for Station
Square Park
. Poles Displays: (18) 5' poinsettias to go on all four corner
light poles of each intersection on Cleveland Street
Poles Displays: (28) 8' poinsettias to go on all light poles
between intersections on Cleveland Street
Memorial Causeway Section:
. (42) 8' poinsettias to go on all light poles on Causeway
heading towards beach
Clearwater Beach Section:
. Miscellaneous Holiday Display decorations for Pier 60
Park.
. (3) Arches Displays with 5' single flower poinsettia with
(2) 24" bows for the archways leading to Pier 60 park
The Contractor will be responsible to supply and install all
new 24" steel face plate mounting brackets, with three (3)
stainless steel banding straps, and maintain them over the
term of the contract.
These decorations may be new or refurbished, meeting with
the approval of the City. The Contractor will utilize 3000
hour rated (C-9) lamps, to be changed-out each year, to the
satisfaction of the City. The Contractor is required to furnish
and install all materials needed to connect the lighted
decorations to existing power, to furnish, install, and
maintain the decorations during the specified period, and to
furnish all traffic control during the installation, maintenance
and removal of the decorations.
The City is to provide a working 110 volt electrical outlet at
each pole where decorations are to be located, and at the
Station Square Park where the 26' tree is to be installed.
The City will have the right to select the type of decorations
desired from a catalog furnished by the Contractor. If so
required, the Contractor will furnish samples of decorations
to the City. The City may mix and change the decorations
on a yearly basis to equal decorations. The contractor may
be required to provide miscellaneous decorations as
requested by the City encompassing 10% of the annual
Holiday decoration budget.
PERFORMANCE:
NON-PERFORMANCE
PENAL TY:
INSURANCE:
The Contractor shall install the decorations during the month
of November, and prior to Thanksgiving Holiday, the fourth
Thursday of November each year. The Contractor shall
remove the decorations in a timely manner, anytime after
January 6th and prior to January 15th. The Contractor shall
make any repairs that are required within 72 hours of
receiving notice.
The Contractor shall forfeit three percent (3%) of the annual
contract amount, for each day in December that the
complete decorations are not fully installed and functional.
The Contractor shall forfeit one-half percent (1/2%) of the
annual contract amount, for each day in December that the
Contractor failed to make required repairs, outside the 72-
hour of receiving notice requirement.
The Contractor shall possess and maintain all applicable
licenses and insurance required by law and shall possess
and maintain a minimum of $500,000 liability coverage.
Contractor's employees are to be under appropriate worker's
compensation.
METHOD OF PAYMENT: Contractor shall be paid on an annual basis - one-half of
contract paid in advance on October 15th upon receipt of
Contractor's invoice, and second half due upon removal of
decorations and receipt of invoice (net 30).
CANCELLATION FOR
NON-PERFORMANCE:
CANCELLATION FOR
NON-FUNDING:
~
The City shall have the right at any time to cancel the
contract, upon thirty (30) days written notice to the
Contractor, for continued or gross failure by the Contractor to
perform satisfactory services as specified within the contract.
Except as a result of non-performance on the part of the
Contractor, as previously provided for in the specifications,
the City of Clearwater may not for any reasons of
convenience or otherwise cancel this contract at any time
during the five (5) year period, excepting however, at the end
of each one year period the City Commission may at its sole
discretion cancel this contract by failing at annual budget
approval to include funds for its continuance in the upcoming
year involved.
EXHIBIT B
to
Contract
For Holiday Decorating Services
Between
Clark Sales Display, Inc.
and
City of Clearwater
INSURANCE REQUIREMENTS
1. Liability Insurance. The vendor/contractor,
Clark Sales Display, Inc., hereinafter referred
to as CLARK, shall furnish, pay for, and
maintain during the life of the contract with
the CITY the following liability coverages:
a. Comprehensive General Liability insurance on an
"occurrence" basis in an amount not less than
$500,000 combined single limit Bodily Injury
Liability and Property Damage Liability.
b. Worker's Compensation Insurance applicable to
its
employees, if any, for statutory coverage
limits in
compliance with Florida laws.
c. Business Automobile Liability insurance in the
amount
of at least $500,000, providing Bodily Injury
Liability and Property Damage Liability.
2. Additional Insured. The CITY is to be specifically
included as an additional insured on all liability
coverage described above.
3 .
Notice of Cancellation or Restriction.
policies of insurance must be endorsed
the CITY with thirty (30) day's notice
1
All
to provide
of
~
cancellation or restriction.
4. Certificates of Insurance/Certified Copies of
Policies.
CLARK shall provide the CITY with a certificate or
certificates of insurance showing the existence of
the
coverages required by this document. CLARK will
maintain
these coverages with a current certificate or
certificates
of insurance throughout the term of the contract
with the
CITY. When specifically requested by CITY in
writing, the
CLARK will provide CITY with certified copies of
all
policies of insurance as required above. New
certificates
and new certified copies of policies, if certified
copies of policies have been requested, shall be
provided CITY whenever any policy is renewed,
revised, or obtained from other insurers.
5. The address where such certificates and certified
polices shall be sent or delivered is as
follows:
City of Clearwater
Attention: City Clerk
P.o. Box 4748
Clearwater, FL 34618-4748
2
~
ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDDNY)
no 08/03/2001
PRODUCER (40 7)8 8 6 - 33 0 1 FAX (407)886-9530 ' .. ~ MA I I I:n. ut" ..
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
GENTRY INSURANCE AGENCY, INC. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
2121 E. SEMORAN BLVD. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. O. BOX 2046 INSURERS AFFORDING COVERAGE
APOPKA , FL 32704-2046
INSURED Clark Sales Display Inc INSURER A: Republic Western Ins Co
PO Box 1007 INSURER B: Auto-Owners Ins Co
Tavares, FL 32778 INSURER C:
INSURER 0: ...
I INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
riR' TYPE OF INSURANCE POLICY NUMBER DATE (MMlDDIVY) DATE (MMlDDIVY) LIMITS
GENERAL LIABILITY MPOO02432 08/01/2001 08/01/2002 EACH OCCURRENCE $ 1,000,000
I--
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 50,000
--.J CLAIMS MADE 0 OCCUR MED EXP (Anyone person) $ 1,000
f--
A PERSONAL & ADV INJURY $ 1,000,000
f--
GENERAL AGGREGATE $ 2,000,000
f--
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COM PlOP AGG $ 1,000,000
rx-l n PRO- n
X POLICY JECT LOC
AUTOMOBILE LIABILITY 253955700 10/25/2000 10/25/2001 COMBINED SINGLE LIMIT
r-- (Ea accident) $
X ANY AUTO 1,000,000
f--
ALL OWNED AUTOS BODILY INJURY
f-- (Per person) $
SCHEDULED AUTOS
B f-- ..
X HIRED AUTOS
f-- BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
-
PROPERTY DAMAGE $
(Per accidenl)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
==1 ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY MCOO02019 08/01/2001 08/01/2002 EACH OCCURRENCE $ 2,000,000
~ OCCUR o CLAIMS MADE AGGREGATE $ 2,000,000
A $
~ DEDUCTIBLE $
X RETENTION $ 10,000 $
WORKERS COMPENSATION AND I TORY LIMITS I IUER'
EMPLOYERS' LIABILITY
EL. EACH ACCIDENT $
-- -- i- - --- - EL. DISEASE. EA EMPLOYEE
$
EL. DISEASE - POLICY LIMIT $
OTHER ~253955700 10/25/2000 10/25/2001 Comprehensive Deductible $250
ftired/Non-Owned Auto P
B ysical Damage Cove rag Collision Deductible $250
DESCRIPTION OF OPERATIONSlLOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTlSPECIAL PROVISIONS
~E : Holiday Decorating Services
ity of Clearwater is included as Additional Insured on General Liability and Auto Liability.
CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Clearwater ....llL- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn: City Clerk BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
PO Box 4748 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Clearwater, FL 34618-4748 AUTHORIZED REPRESENTATIVE Q)Jn, d~f\t~
Debra Liebknecht/IRMA
A\,;UKU :.1::1-:) (fI'4T) c IIVrw 1 '411~
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.